Loading...
WATER TREATMENT PLANT NO. 2 - CONTRACT 4 - REVERSE OSMOSIS PLANT SITE EXPANSION PROJECT - 10-0039-UT-D - PART ONE - CONFORMED DOCUMENTS - UNSIGNED DOCUMENT FORWARDED IN MAY 2018CLEARWATER BRIGHT AND BEA[TfIFUL• BAY TO BEACH Laserfische Template -Utilities Project #: 10 -0039 -UT -(D) Project Name: Reverse Osmosis Plant Site Expansion Document Name: Water Treatment Plant No 2 Contract 4: Reverse Osmosis Plant Site Expansion Project, Contract Documents and Specifications Part One, Conformed Documents, April 2013 System Type (select one): Water Treatment Plant Consultant (legal name): Reiss Engineering S:\Public Utilities\PU - Admin\Laserfice Forms\WTP NO 2 Contract 4 Reverse Osmosis Plant Site Expansion.docx 5/14/2018 • WATER TREATMENT PLANT No. 2 - CONTRACT 4: REVERSE OSMOSIS PLANT SITE EXPANSION PROJECT 10 -0039 -UT -(D) CONTRACT DOCUMENTS & SPECIFICATIONS PART ONE Prepared For: City of Clearwater Engineering Department 100 S. Myrtle Avenue Clearwater, FL 33756 Conformed Documents • April 2013 f CITY OF CLEARWATER, FLORIDA WATER TREATMENT PLANT No. 2 — CONTRACT 4: REVERSE OSMOSIS PLANT SITE EXPANSION PROJECT - 10 -0039 -UT -(D) TABLE OF CONTENTS SECTION I ADVERTISEMENT OF BIDS & NOTICE TO CONTRACTORS SECTION II INSTRUCTIONS TO BIDDERS SECTION III GENERAL CONDITIONS SECTION IV TECHNICAL SPECIFICATIONS SECTION IVa SUPPLEMENTARY TECHNICAL SPECIFICATIONS APPENDIX ODP DOCUMENTS AND OTHER PROJECT DOCUMENTATION SECTION V CONTRACT DOCUMENTS Prepared in the Office of the City Engineer Prepared By: Reiss Engineering, Inc. Project #: 102006 WTP Cover pt 1 Page II Conformed Documents April 2013 • • • SECTION I ADVERTISEMENT OF BIDS & NOTICE TO CONTRACTORS WATER TREATMENT PLANT No. 2 — CONTRACT 4: REVERSE OSMOSIS PLANT SITE EXPANSION PROJECT 10 -0039 -UT -(D) CLEARWATER, FLORIDA Copies of the Contract Documents and Plans for this Project are available for inspection and/or purchase by prospective bidders at the City of Clearwater's Plan Room - website address: www.myClearwater.com/cityprojects, ON Monday, December 10, 2012, until no later than close of business three (3) days preceding the bid opening. Price of Contract Documents and Plans, as indicated on the website, reflects reproduction cost only. The work for which proposals are invited consists of construction of a reverse osmosis water treatment plant, operations building, ozonation facilities, ground storage tanks, existing facility demolition, pumping, piping and off-site instrumentation and controls work. A MANDATORY Pre -Bid Conference for all prospective bidders will be held at 10 AM on Thursday, January 24, 2013, in the Municipal Services Bldg., 100 S. Myrtle Avenue, Conference Room 130, 1st Floor, Clearwater, Florida 33756-5520. Representatives of the Owner and Consulting Engineer will be present to discuss this Project. Sealed proposals will be received by the Purchasing Manager, at the Purchasing Office, located at the Municipal Services Bldg.,100 S. Myrtle Ave., 3rd Floor, Clearwater, Florida 33756-5520, until 11:30 A.M. on Wednesday, April 10, 2013, and publicly opened and read at that hour and place for Water Treatment Plant No. 2 — Contract 4: Reverse Osmosis Plant Site Expansion Project (10 -0039 -UT (D)). A complete bidders package containing plans, specifications, bond forms, contract form, affidavits and proposal form is available to the general public (Contractors, Sub -contractors, suppliers, vendors, etc.) for review and purchase. However, sealed proposals will only be accepted from those Contractors that are approved through this project's Pre -Qualification to Bid process. The information and requirements for this approval process are available at the following website address http://www.myclearwater.com/gov/depts/pwa/engin/Construction/Index.asp. The City of Clearwater will accept Contractor's Pre -Qualification to Bid qualification packages until 3:30 PM Tuesday, February 19, 2012, three (3) weeks/fifteen (15) workdays prior to the bid opening date. A 10% bid bond is required for all City of Clearwater projects. The right is reserved by the City Manager of the City of Clearwater, Florida to reject any or all bids. The City of Clearwater, Florida Michael Murray, Purchasing Manager (727) 562-4633 Section I Page 1 of 1 Conformed Documents April 2013 • SECTION II INSTRUCTIONS TO BIDDERS Table of Contents: 1 COPIES OF BIDDING DOCUMENTS 1 2 QUALIFICATION OF BIDDERS 1 3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 1 4 INTERPRETATIONS AND ADDENDA 2 5 BID SECURITY OR BID BOND 3 6 CONTRACT TIME 3 7 LIQUIDATED DAMAGES 3 8 SUBSTITUTE MATERIAL AND EQUIPMENT 3 9 SUBCONTRACTORS 3 10 BID/PROPOSAL FORM 4 11 SUBMISSION OF BIDS 4 12 MODIFICATION AND WITHDRAWAL OF BIDS 5 13 REJECTION OF BIDS 5 • 14 DISQUALIFICATION OF BIDDER 5 15 OPENING OF BIDS 5 16 LICENSES, PERMITS, ROYALTY FEES AND TAXES 5 17 IDENTICAL TIE BIDS/VENDOR DRUG FREE WORKPLACE 6 18 AWARD OF CONTRACT 7 19 BID PROTEST 7 20 TRENCH SAFETY ACT 9 21 CONSTRUCTION SITE EROSION AND SEDIMENT CONTROL MANAGEMENT MEASURES 9 • Section II i Conformed Documents April 2013 • • Section II — Instructions to Bidders 1 COPIES OF BIDDING DOCUMENTS 1.1 Complete sets of the Bidding Documents are available at the City of Clearwater's Plan Room — website address: www.myclearwater.com/cityprojects. Price of Contract Documents and Plans, as indicated on the City's Website, reflects reproduction costs only, which is non-refundable. A complete bidder's package containing plans, specifications, bond forms, contract form, affidavits and bid/proposal form is available only to pre -qualified bidders. Contractors, suppliers, or others who are not pre -qualified but who may be a possible subcontractor, supplier, or other interested person may purchase a "Subcontractor" package consisting of plans, specifications, and list of pay items. 1.2 Complete sets of Bidding Documents must be used in preparing bids. Neither the City nor the Engineer shall be liable for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents, by Bidders, sub -bidders or others. 1.3 The City, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant any other permission to use the documents for any other purpose. 2 QUALIFICATION OF BIDDERS 2.1 Each prospective Bidder must pre -qualify to demonstrate, to the complete satisfaction of the City of Clearwater, that the Bidder has the necessary facilities, equipment, ability, financial resources and experience to perform the work in a satisfactory manner before obtaining drawings, specifications and contract documents. An application package for pre - qualification may be obtained by contacting the City of Clearwater, Engineering Department, P.O. Box 4748, Clearwater, Florida 33758-4748 (mailing address); 100 South Myrtle Avenue, Clearwater, Florida 33756-5520 (street address only) or by phone at (727) 562-4750. Pre -Qualification requirements information is also available on City of Clearwater Website at address: www.myclearwater.com/gov/depts/pwa/engin/Construction/prequal.asp. Contractors wanting to pre -qualify to bid on a project as a General Contractor must do so two weeks (ten work days) prior to the bid opening date. Bidders currently pre -qualified by the City do not have to make reapplication. 3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 3.1 It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly; (b) visit the site to become familiar with local conditions that may in any manner affect cost, progress, performance or furnishing of the work; (c) consider and abide by all applicable federal, state and local laws, ordinances, rules and regulations; and (d) study and carefully correlate Bidder's observations with the Contract Documents, and notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 3.2 In reference to the Technical Specifications and/or the Scope of the Work for identification of those reports of explorations and tests of subsurface conditions at the site which have been utilized by the Engineer in the preparation of the Contract Documents, bidder may rely upon the accuracy of the technical data contained in such reports but not upon non-technical data, interpretations or opinions contained therein or for the completeness thereof for the purposes of bidding or construction. In reference to those drawings relating to physical Section II Page 1 of 9 Conformed Documents April 2013 Section II — Instructions to Bidders conditions of existing surface and subsurface conditions (except Underground Facilities) which are at or contiguous to the site and which have been utilized by the Engineer in preparation of the Contract Documents, bidder may rely upon the accuracy of the technical data contained in such drawings but not upon the completeness thereof for the purposes of bidding or construction. 3.3 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site are based upon information and data furnished to the City and Engineer by owners of such Underground Facilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless expressly provided in the Contract Documents. 3.4 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, Underground Facilities, other physical conditions, possible conditions, and possible changes in the Contract Documents due to differing conditions appear in the General Conditions. 3.5 Before submitting a Bid, each Bidder shall, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing the work in accordance with the time, price and other terms and conditions of the Contract Documents. 3.6 On request in advance, City will provide each Bidder access to the site to conduct such explorations and tests at Bidder's own expense as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the site to its former condition upon completion of such explorations and tests. 3.7 The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by the City unless otherwise provided in the Contract Documents. 3.8 The submission of a Bid will constitute an unequivocal representation by the Bidder that the Bidder has complied with every requirement of these Instructions to Bidders and that, without exception, the Bid is premised upon performing and furnishing the Work required by the Contract Documents by such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions of performance and furnishing of the work. 4 INTERPRETATIONS AND ADDENDA 4.1 All questions as to the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be issued by Addenda, by the City's planroom to all parties recorded by the City's planroom as planholders having received the Bidding Documents. Questions received after the time frame specified at the pre-bid meeting prior to the date for opening of Section II Page 2 of 9 Conformed Documents April 2013 • • Section II — Instructions to Bidders Bids may not be answered. Only information provided by formal written Addenda will be binding. Oral and other interpretations of clarifications will be without legal effect. 4.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the City or Engineer. 5 BID SECURITY OR BID BOND 5.1 Each Bid must be accompanied by Bid Security made payable to the City of Clearwater in an amount equal to ten percent (10%) of the Bidder's maximum Bid price and in the form of a certified or cashier's check or a Bid Bond (on form attached) issued by a surety meeting the requirements of the General Conditions. A cash bid bond will not be accepted. 5.2 The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required Payment and Performance bonds, whereupon the Bid Security will be returned. If the Successful Bidder fails to execute, deliver the Agreement and furnish the required Bonds within ten (10) days after the award of contract by the City Council, the City may annul the bid and the Bid Security of the Bidder will be forfeited. The Bid Security of any Bidder whom the City believes to have a reasonable chance of receiving the award may be retained by the City until the successful execution of the agreement with the successful Bidder or for a period up to ninety (90) days following bid opening. Security of other Bidders will be returned approximately fourteen (14) days after the Bid opening. 5.3 The Bid Bond shall be issued in the favor of the City of Clearwater by a surety company qualified to do business in, and having a registered agent in the State of Florida. 6 CONTRACT TIME 6.1 The number of consecutive calendar days within which the work is to be completed is set forth in the Technical Specifications. 7 LIQUIDATED DAMAGES 7.1 Provisions for liquidated damages are set forth in the Contract Agreement. 8 SUBSTITUTE MATERIAL AND EQUIPMENT 8.1 The contract, if awarded, will be on the basis of material and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or equal" item may be furnished or used, application for its acceptance will not be considered by the Engineer until after the effective date of the Contract Agreement. The procedure for submittal of any such application is described in the General Conditions and as supplemented in the Technical Specifications. 9 SUBCONTRACTORS 9.1 If requested by the City or Engineer, the Successful Bidder, and any other Bidder so requested, shall, within seven (7) days after the date of the request, submit to the Engineer an experience statement with pertinent information as to similar projects and other evidence of qualification for each Subcontractor, supplier, person and organization to be used by the Section II Page 3 of 9 Conformed Documents April 2013 Section II — Instructions to Bidders Contractor in the completion of the Work. The amount of subcontract work shall not exceed fifty percent (50%) of the Work except as may be specifically approved by the Engineer. If the Engineer, after due investigation, has reasonable objection to any proposed Subcontractor, supplier, other person or organization, he may, before recommending award of the Contract to the City Council, request the Successful Bidder to submit an acceptable substitute without an increase in Contract Price or Contract Time. If the Successful Bidder declines to make any such substitution, the City may award the contract to the next lowest and most responsive Bidder that proposes to use acceptable Subcontractors, Suppliers, and other persons and organizations. Declining to make requested substitutions will not constitute grounds for sacrificing the Bid security to the City of any Bidder. Any Subcontractor, supplier, other person or organization listed by the Contractor and to whom the Engineer does not make written objection prior to the recommendation of award to the City Council will be deemed acceptable to the City subject to revocation of such acceptance after the Effective Date of the Contract Agreement as provided in the General Conditions. 9.2 No Contractor shall be required to employ any Subcontractor, supplier, person or organization against whom he has reasonable objection. 10 BID/PROPOSAL FORM 10.1 The Bid/Proposal Form is included with the Contract Documents and shall be completed in ink or by typewriter. All blanks on the Bid/Proposal Forms must be completed. Unit Prices shall be to no more than two decimal points in dollars and cents. The Bidder must state in the Bid/Proposal Form in words and numerals without delineation's, alterations or erasures, the price for which he will perform the work as required by the Contract Documents. Bidders are required to bid on all items in the Bid/Proposal form. The lump sum for each section or item shall be for furnishing all equipment, materials, and labor for completing the section or item as per the plans and contract specifications. Should it be found that quantities or amounts shown on the plans or in the proposal, for any part of the work, are exceeded or should they be found to be less after the actual construction of the work, the amount bid for each section or item will be increased or decreased in direct proportion to the unit prices bid for the listed individual items. 10.2 Bids by corporations shall be executed in the corporate name by the president or a vice- president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the Signature. If requested, the person signing a Bid for a corporation or partnership shall produce evidence satisfactory to the City of the person's authority to bind the corporation or partnership. 10.3 Bids by partnerships shall be executed in the partnership name and signed by a general partner, whose title shall appear under the signature and the official address of the partnership shall be shown below the signature. 10.4 All names shall be typed or printed below the signature. 11 SUBMISSION OF BIDS 11.1 Sealed Bids shall be submitted at or before the time and at the place indicated in the Advertisement for Bids and shall be submitted in a 8.5"x11" manila envelope with the project name and number on the bottom left hand corner. If forwarded by mail, the Bid shall be enclosed in another envelope with the notation "Bid Enclosed" on the face thereof and Section II Page 4 of 9 Conformed Documents April 2013 Section II — Instructions to Bidders addressed to the City of Clearwater, attention Purchasing Manager. Bids will be received at the office indicated in the Advertisement until the time and date specified. Telegraphic or facsimile bids received by the Purchasing Manager will not be accepted. 12 MODIFICATION AND WITHDRAWAL OF BIDS 12.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered as described in the Advertisement of Bids. A request for withdrawal or a modification shall be in writing and signed by a person duly authorized to do so. Withdrawal of a Bid will not prejudice the rights of a Bidder to submit a new Bid prior to the Bid Date and Time. After expiration of the period for receiving Bids, no Bid may be withdrawn or modified. 12.2 After a bid is received by the City, the bidder may request to modify the bid for typographical or scrivener's errors only. The bidder must state in writing to the City that a typographical or scrivener's error has been made by the bidder, the nature of the error, the requested correction of the error, and what the adjusted bid amount will be if the correction is accepted by the City. The City reserves the right at its sole discretion to accept, reject, or modify any bid. 13 REJECTION OF BIDS 13.1 To the extent permitted by applicable State and Federal laws and regulations, the City reserves the right to reject any and all Bids, and to waive any and all informalities. Grounds for the rejection of a bid include but are not limited to a material omission, unauthorized alteration of form, unauthorized alternate bids, incomplete or unbalanced unit prices, or irregularities of any kind. Also, the City reserves the right to reject any Bid if the City believes that it would not be in the best interest of the public to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by the City. The City reserves the right to decide which bid is deemed to be the lowest and best in the interest of the public. 14 DISQUALIFICATION OF BIDDER 14.1 Any or all bids will be rejected if there is any reason for believing that collusion exists among the bidders, the participants in such collusion will not be considered in future proposals for the same work. Each bidder shall execute the Non -Collusion Affidavit contained in the Contract Documents. 15 OPENING OF BIDS 15.1 Bids will be opened and read publicly at the location and time stated in the Advertisement for Bids. Bidders are invited to be present at the opening of bids. 16 LICENSES, PERMITS, ROYALTY FEES AND TAXES 16.1 The Contractor shall secure all licenses and permits (and shall pay all permit fees) except as specifically stated otherwise in the Technical Specifications. The Contractor shall comply with all Federal and State Laws, County and Municipal Ordinances and regulations, which in any manner effect the prosecution of the work. City of Clearwater building permit fees Section II Page 5 of 9 Conformed Documents April 2013 Section II — Instructions to Bidders and impact fees will be waived except as specifically stated otherwise in the Technical Specifications. 16.2 The Contractor shall assume all liability for the payment of royalty fees due to the use of any construction or operation process, which is protected by patent rights except as specifically stated otherwise in the Technical Specifications. The amount of royalty fee, if any, shall be stated by the Contractor. 16.3 The Contractor shall pay all applicable sales, consumer, use and other taxes required by law. The Contractor is responsible for reviewing the pertinent State Statutes involving the sales tax and sales tax exemptions and complying with all requirements. 16.4 The City of Clearwater is exempt from state sales tax on materials incorporated into the WORK. The City of Clearwater reserves the right to implement the Owner Direct Purchase (ODP) Option, if indicated in the Scope of Work Description in Section IV — Technical Specifications and as defined in Section III — General Conditions. 17 IDENTICAL TIE BIDS/VENDOR DRUG FREE WORKPLACE 17.1 In accordance with the requirements of Section 287.087 Florida Statutes regarding a Vendor Drug Free Workplace, in the event of identical tie bids, preference shall be given to bidders with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none or all of the tied bidders have a drug-free workplace program. In order to have a drug-free workplace program, a contractor shall supply the City with a certificate containing the following six statements and the accompanying certification statement: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Inform employees as to the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, or of any controlled substance law, of the United States, or of any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. Section II Page 6 of 9 Conformed Documents April 2013 Section II — Instructions to Bidders (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. I certify that this firm does/does not (select only one) fully comply with the above requirements. 18 AWARD OF CONTRACT 18.1 Discrepancies between words and figures will be resolved in favor of words. Discrepancies in the multiplication of units of work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 18.2 In evaluating the Bids, the City will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, unit prices, and other data as may be requested in the Bid/Proposal form. The City may consider the qualifications and experience of Subcontractors, suppliers and other persons and organizations proposed by the Contractor for the Work. The City may conduct such investigations as the City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons, and organizations to perform and furnish the Work in accordance with the Contract Documents to the City's satisfaction within the prescribed time. 18.3 If the Contract is to be awarded, it will be awarded to the lowest responsible, responsive Bidder whose evaluation by the City indicates to the City that the award will be in the best interest of the City. 18.4 Award of contract will be made for that combination of base bid and alternate bid items in the best interest of the City, however, unless otherwise specified all work awarded will be awarded to only one Contractor. If the Contract is to be awarded, Owner will award the Contract to the lowest cost, responsive and responsible Bidder whose Bid is in the best interest of the Project. This project may contain a Base Bid and Bid Alternates. The City may elect to proceed with only the Base Bid; however, the City may, at the City's sole discretion and without notice to the bidders, elect to proceed with any or all of the Bid Alternates. If the City elects to proceed with the Base Bid and not to proceed with any of the Bid Alternates, the City shall award the project to the lowest qualified bidder for the Base Bid only. If the City elects to proceed with the Base Bid and any or all of the Bid Alternates, the City shall award the project to the lowest qualified bidder for the Base Bid, plus the Bid Alternates with which the City has elected to proceed. 19 BID PROTEST 19.1 RIGHT TO PROTEST: Any actual bidder who is aggrieved in connection with the solicitation or award of a contract may seek resolution of his/her complaints initially with the Purchasing Manager, and if not satisfied, with the City Manager, in accordance with protest procedures set forth in this section. 19.2 PROTEST PROCEDURE: A. A protest with respect to the specifications of an invitation for bid or request for proposal shall be submitted in writing a minimum of five (5) work days prior to the opening of the bid or due date of the request for proposals, unless the aggrieved person could not have been reasonably expected to have knowledge of the facts Section II Page 7 of 9 Conformed Documents April 2013 Section II — Instructions to Bidders giving rise to such protest prior to the bid opening or the closing date for proposals. Opening dates for bids or due dates for requests for proposal will be printed on the bid/request document itself. B. Protests in respect to award of contract shall be submitted in writing a maximum of five (5) work days after notice of intent to award is posted, or is mailed to each bidder, whichever is earlier. Notice of intent to award will be forwarded to bidders upon telephonic or written request. Protests of recommended award should cite specific portions of the City of Clearwater Code of Ordinances that have allegedly been violated. C. Exceptions to the five (5) day requirements noted in both A and B above may be granted if the aggrieved person could have not been reasonably expected to have knowledge of the facts giving rise to such protest prior to the bid opening, posting of intent to award, or due date for requests for proposals. Request for exceptions should be made in writing, stating reasons for the exception. D. The Purchasing Manager shall respond to the formal written protest within five (5) work days of receipt. The Purchasing Manager's response will be fully coordinated with the appropriate Department Director and the Assistant City Manager. E. If the protestor is not satisfied with the response from the Purchasing Manager, he/she may then submit in writing within five (5) work days of receipt of that response his/her reason for dissatisfaction, along with copies of his/her original formal protest letter and the response from the Purchasing Manager, to the City Manager. F. The City Manager as Purchasing Agent for the City has the final authority in the matter of protests. The City Manager will respond to the protestor within ten (10) work days of receipt of the appeal. 19.3 PROTEST FEE: When filing a formal protest, the protesting vendor must include a fee in the amount of 5% of the selected vendor's total bid to offset the City's additional expenses related to the protest. This fee shall not exceed $2,500 nor be less than $50. If either the Purchasing Manager or the City Manager upholds the protest, the City will refund 100% of the fee paid. 19.4 STAY OF PROCUREMENT DURING PROTEST: hi the event of a timely protest, the Purchasing Manager shall not proceed with the solicitation or award of contract until all administrative remedies have been exhausted or until the City Manager makes written determination that the award of contract without delay is necessary to protect the best interest of the City. Section II Page 8 of 9 Conformed Documents April 2013 • Section II — Instructions to Bidders 20 TRENCH SAFETY ACT 20.1 The Bidder shall comply with the provisions of the City of Clearwater's Ordinance related to trench digging (Ordinance No. 7918-08) along with the Florida Trench Safety Act (Sections 553.60-553.64, Florida Statutes) and the provisions of the Occupational Safety and Health Administration's (OSHA) excavation safety standards, 29 C.F.R.s 1926.650 Subparagraph P, or current revisions of these laws. 21 CONSTRUCTION SITE EROSION AND SEDIMENT CONTROL MANAGEMENT MEASURES 21.1 The Bidder shall comply with the provisions of the Environmental Protection Agency (EPA) National Pollution Discharge Elimination System (NPDES) stormwater permit and implement stormwater pollution prevention plans (SWPPP's) or stormwater management programs (both using best management practices (BMPs) that effectively reduce or prevent the discharge of pollutants into receiving waters. A. The control of construction -related sediment loadings is critical to maintaining water quality. The implementation of proper erosion and sediment control practices during the construction stage can significantly reduce sediment loadings to surface waters. B. Prior to land disturbance, prepare and implement an approved erosion and sediment control plan or similar administrative document that contains erosion and sediment control provisions. NPDES Management Measures available at City of Clearwater Engineering Environmental Division and EPA websites to help address construction -related Best Management Practices. References EPA website Section II Page 9 of 9 Conformed Documents April 2013 • SECTION III GENERAL CONDITIONS Table of Contents: 1 DEFINITIONS 1 2 PRELIMINARY MATTERS 5 2.1 DELIVERY OF BONDS AND CERTIFICATES OF INSURANCE 5 2.2 COPIES OF DOCUMENTS 5 2.3 COMMENCEMENT OF CONTRACT TIME/NOTICE TO PROCEED; STARTING THE PROJECT 5 2.4 BEFORE STARTING CONSTRUCTION 5 2.5 PRECONSTRUCTION CONFERENCE 6 2.6 PROGRESS MEETINGS 6 3 CONTRACT DOCUMENTS, INTENT 7 3.1 INTENT 7 3.2 REPORTING AND RESOLVING DISCREPANCIES 7 4 AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 8 4.1 AVAILABILITY OF LANDS 8 • 4.2 INVESTIGATIONS AND REPORTS 8 4.3 PHYSICAL CONDITIONS, UNDERGROUND FACILITIES 8 4.4 REFERENCE POINTS 9 5 BONDS AND INSURANCE 9 5.1 PERFORMANCE AND PAYMENT BOND/CONTRACT BOND 9 5.2 INSURANCE 9 5.2.1 WORKER'S COMPENSATION INSURANCE 10 5.2.2 PUBLIC LIABILITYAND PROPERTY DAMAGE COVERAGE 10 5.2.3 COMPREHENSIVE AUTOMOBILE LIABILITY 11 5.3 WAIVER OF RIGHTS 12 6 CONTRACTORS RESPONSIBILITIES 12 6.1 SUPERVISION AND SUPERINTENDENCE 12 6.2 LABOR, MATERIALS AND EQUIPMENT 13 6.3 SUBSTITUTES AND "OR EQUAL" ITEMS 14 6.4 SUBCONTRACTORS, SUPPLIERS AND OTHERS 14 6.5 USE OF PREMISES 15 6.5.1 STAGING AREAS 15 6.5.2 RESTORATION TIME LIMITS 15 6.6 LICENSE AND PATENT FEES, ROYALTIES AND TAXES 16 6.7 LAWS AND REGULATIONS 16 6.8 PERMITS 17 • 6.9 SAFETY AND PROTECTION 17 6.10 EMERGENCIES 18 6.11 DRAWINGS 18 Section III.doc i Conformed Documents April 2013 6.11.1 SHOP DRAWINGS, SAMPLES, RFIs, and SUBMITTAL REVIEW 18 6.11.2 AS -BUILT DRAWINGS 19 t 6.11.3 CAD STANDARDS 21 6.11.4 DELIVERABLES: 23 6.12 CONTRACTOR'S GENERAL WARRANTY AND GUARANTEE 23 6.13 CONTINUING THE WORK 23 6.14 INDEMNIFICATION 24 6.15 CHANGES IN COMPANY CONTACT INFORMATION 24 7 OTHER WORK 24 7.1 RELATED WORK AT SITE 24 7.2 COORDINATION 25 8 OWNERS RESPONSIBILITY 25 9 OWNER REPRESENTATIVE'S STATUS DURING CONSTRUCTION 25 9.1 OWNERS REPRESENTATIVE 25 9.2 CLARIFICATIONS AND INTERPRETATIONS 26 9.3 REJECTING OF DEFECTIVE WORK 26 9.4 SHOP DRAWINGS, CHANGE ORDERS, AND PAYMENTS 26 9.5 DECISIONS ON DISPUTES 26 9.6 LIMITATIONS ON OWNER REPRESENTATIVE'S RESPONSIBILITIES 27 10 CHANGES IN THE WORK 28 11 CHANGES IN THE CONTRACT PRICE 28 • 11.1 CHANGES IN THE CONTRACT PRICE 28 11.2 ALLOWANCES AND FINAL CONTRACT PRICE ADJUSTMENT 30 11.3 UNIT PRICE WORK 30 12 CHANGES IN THE CONTRACT TIME 31 13 TESTS AND INSPECTIONS, CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 31 13.1 TESTS AND INSPECTION 31 13.2 UNCOVERING THE WORK 32 13.3 OWNER'S REPRESENTATIVE MAY STOP THE WORK 32 13.4 CORRECTION OR REMOVAL OF DEFECTIVE WORK 33 13.5 WARRANTY/CORRECTION PERIOD 33 13.6 ACCEPTANCE OF DEFECTIVE WORK 33 13.7 OWNER MAY CORRECT DEFECTIVE WORK 34 14 PAYMENTS TO CONTRACTOR AND COMPLETION 34 14.1 APPLICATION FOR PROGRESS PAYMENT 34 14.2 CONTRACTOR'S WARRANTY OF TITLE 35 14.3 REVIEW OF APPLICATIONS FOR PROGRESS PAYMENTS 35 14.4 PARTIAL UTILIZATION 36 14.5 FINAL INSPECTION 37 14.6 FINAL APPLICATION FOR PAYMENT 37 14.7 FINAL PAYMENT AND ACCEPTANCE 37 14.8 WAIVER OF CLAIMS 38 Section III.doc ii Conformed Documents April 2013 • 15 SUSPENSION OF WORK AND TERMINATION 38 • 15.1 OWNER MAY SUSPEND THE WORK 38 15.2 OWNER MAY TERMINATE 38 15.3 CONTRACTOR MAY STOP WORK OR TERMINATE 40 16 DISPUTE RESOLUTION 40 17 MISCELLANEOUS 40 17.1 SUBMITTAL AND DOCUMENT FORMS 40 17.2 GIVING NOTICE 40 17.3 NOTICE OF CLAIM 41 17.4 PROFESSIONAL FEES AND COURT COSTS INCLUDED 41 17.5 ASSIGNMENT OF CONTRACT 41 17.6 RENEWAL OPTION 41 17.7 ROLL -OFF CONTAINERS AND/OR DUMPSTERS 41 18 ORDER AND LOCATION OF THE WORK 41 19 MATERIAL USED 41 20 CONFLICT BETWEEN PLANS AND SPECIFICATIONS 42 21 OWNER DIRECT PURCHASE (ODP) OPTION 42 22 RESIDENT NOTIFICATION OF START OF CONSTRUCTION 42 22.1 GENERAL 42 • 22.2 EXAMPLE 42 23 PROJECT INFORMATION SIGNS 43 23.1 SCOPE AND PURPOSE 43 23.2 TYPE OF PROJECT SIGN, FIXED OR PORTABLE 43 23.3 FIXED SIGN 44 23.4 PORTABLE SIGNS 44 23.5 SIGN COLORING 44 23.6 SIGN PLACEMENT 44 23.7 SIGN MAINTENANCE 44 23.8 TYPICAL PROJECT SIGN 45 op 24 AWARD OF CONTRACT, WORK SCHEDULE AND GUARANTEE 45 25 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM 46 Section III.doc iii Conformed Documents April 2013 • • Section III — General Conditions 1 DEFINITIONS Addenda Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the Bidding Requirements or the contract documents. Agent Architect, engineer or other outside agency, consultant or person acting on behalf of the City. Agreement The written contract between Owner and Contractor covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Application for Payment The form accepted by Engineer which is to be used by Contractor in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. Approve The word approve is defined to mean satisfactory review of the material, equipment or methods for general compliance with the design concepts and with the information given in the Contract Documents. It does not imply a responsibility on the part of the Engineer to verify in every detail conformance with the Drawings and Specifications. Bid The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the work to be performed. Bidding Documents The advertisement or invitation to Bid, instructions to bidders, the Bid form, and the proposed Contact Documents (including all Addenda issued prior to receipt of Bids). Bonds Performance and payment bonds and other instruments of security. Change Order A written order to Contractor signed by Owner and Contractor authorizing an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued on or after the effective date of the Agreement. City The City of Clearwater, Pinellas County, Florida. Construction Inspector A person who is the authorized representative of the Construction Manager and inspects City construction projects in order to insure the Contractor's work complies with the intent of the Contract Documents. Construction Manager The person who is typically in responsible charge of City construction projects. The Construction Manager assumes responsibility for the management of construction contracts at the Preconstruction Conference. The Construction Manager chairs the Preconstruction Conference and is the authority on any disputes or decisions regarding Section III.doc Page 1 of 49 Conformed Documents April 2013 Section III — General Conditions contract administration and performance. The Construction Manager typically acts as the Owner's Representative during construction. Contract Documents The Agreement, Addenda (which pertain to the Contract Documents), Contractor's Bid (including documentation accompanying the bid and any post -Bid documentation submitted prior to the execution of the Agreement) when attached as an exhibit to the Agreement, the Bonds, Instructions to Bidders, these General Conditions, any Supplementary Conditions, the Specifications and the Drawings, any other exhibits identified in the Agreement, together with all Modifications issued after the execution of the Agreement. Contract Price The Contract price constitutes the total compensation (subject to authorized adjustments) payable by Owner to Contractor for performing the Work. Contract Time The number of days or the date stated in the Agreement for the completion of the Work. Contractor The Person with whom the Owner has entered into the Agreement. For the purposes of this contract, the person, firm or corporation with whom this contract or agreement has been made by the City of Clearwater or its duly authorized representative. Critical Path Method Construction Schedule—CPM A graphic format construction schedule that displays construction activities as they relate to one another for the purpose of identifying the most efficient way to perform the work in a timely manner. The critical path identifies which activity is critical to the execution of the schedule. Day A calendar day of twenty-four (24) hours measured from midnight to the next midnight. Defective An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient, or does not conform to the Contract Documents or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to Engineers recommendation of final payment. Drawings The drawings, which will be identified in Technical Specifications or the Agreement, which show the character and scope of the Work to be performed and which have been prepared or approved by Engineer and are referred to in the contract documents. Shop drawings are not Drawings as so defined. Engineer The duly appointed representative of the City Manager of the City of Clearwater. For the purposes of this contract, the City Engineer of the City of Clearwater, Pinellas County, Florida, or his authorized representative. For certain projects, the Engineer may serve as the Owner's Representative during construction. Engineer's Consultant A Person having a contract with Engineer to furnish services as Engineer's independent Section III.doc Page 2 of 49 Conformed Documents April 2013 Section III — General Conditions professional associate or consultant with respect to the Project and who is identified as such in the Supplementary Conditions. F. D. 0.T Specifications The Standard Specifications for Road and Bridge Construction as issued by the Florida Department of Transportation (latest English edition). Furnish The words "furnish", "furnish and install", "install", and "provide" or words of similar meaning shall be interpreted, unless otherwise specifically stated, to mean "furnish and install complete in place and ready for service". Inspection The term "inspection" and the act of inspecting means examination of construction to ensure that it conforms to the design concept expressed in the Drawings and Specifications. These terms shall not be construed to mean supervision, superintending or overseeing. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes and orders of any kind of governmental bodies, agencies, authorities and courts having jurisdiction. Liens Liens, charges, security interests or encumbrances upon real property or personal property. Milestone A principal event specified in the contract Documents relating to an intermediate completion date or time prior to the final completion date. Notice to Proceed (NTP) A written notice given by the Owner to the Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform his obligations under the Contract Documents. Owner The City of Clearwater, Florida. For the purposes of this contract, the person who is the City's authorized representative from the City's Department with whom will be responsible for the maintenance and operation of the Work once the Work is completed. For certain projects, a designee of the Owner may serve as the Owner's Representative during construction. Owner's Representative Designee of the Owner with authority to act on behalf of the Owner during construction. Person A natural person, or a corporation, partnership, firm, organization, or other artificial entity. Project The total construction of which the Work to be provided under the Contract Documents may be the whole or a part as indicated elsewhere in the Contract Documents. Section III.doc Page 3 of 49 Conformed Docur^Pnts April 2013 Section III — General Conditions Partial Utilization Use by Owner of a substantially completed part of the Work for the purpose for which is intended (or a related purpose) prior to Final Completion of all the Work. Representative of Contractor The Contractor shall assign a responsible person or persons, one of whom shall be at the construction site at all times that work is progressing. The names and positions of these persons shall be submitted to the City Engineer at the time of the pre -construction conference. This person or persons shall not be changed without written approval of City Engineer. Request for Information (RFI) An official written request for clarification of the intent of the contract documents from the Contractor to the Engineer. Shop Drawing All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by or for Contractor to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a supplier and submitted by Contractor to illustrate material or equipment for some portion of the Work. Specifications Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. Subcontractor A person having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the site. Substantial Completion The Work (or a specified part thereof) which has progressed to the point where, in the opinion of Engineer, as evidenced by Engineer's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract documents, so that the Work (or specified part) can be utilized for the purposes for which it is intended; or if no such certificate is issued, when the Work is complete and ready for final payment as evidenced by the Engineer's recommendation of final payment. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. Supplementary Conditions The part of the Contract which amends or supplements these General Conditions. Supplier A manufacturer, fabricator, supplier, distributor, material man or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by the Contractor. Surety Any person, firm or corporation which is bound with Contractor and which engages to be responsible for Contractor and his acceptable performance of the Work by a Bid, Performance or Payment Bond. Section IIl.doc Page 4 of 49 Conformed Documents April 2013 • • • • Section III — General Conditions Underground Facilities All pipelines, conduits, ducts, cables, wires manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal or treatment, traffic or other control systems or water. Unit Price Work Work to be paid for on the basis of unit prices. Work The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work includes and is the result of performing or furnishing labor and incorporating materials and equipment into the construction, and performing or furnishing services and furnishing documents, all as required by the Contract Documents. Work Change Directive A written directive to Contractor, issued on or after the Effective Date of the Agreement and signed by the Engineer, ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed or emergencies. Work Change Directive will not change the Contract Price or Contract Time, but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 2 PRELIMINARY MATTERS 2.1 DELIVERY OF BONDS AND CERTIFICATES OF INSURANCE When Contractor delivers the executed Agreements to the Owner, Contractor shall also deliver to the Owner such Bonds and Certificates of Insurance as Contractor may be required to furnish by this contract. 2.2 COPIES OF DOCUMENTS Engineer shall furnish to Contractor one (1) copy of Contract Documents for execution. Additional copies will be furnished, upon request, at the cost of reproduction. 2.3 COMMENCEMENT OF CONTRACT TIME/NOTICE TO PROCEED; STARTING THE PROJECT The Contract Time will commence on the day indicated in the Notice to Proceed. Contractor shall start to perform the work on the date the Contract Time commences to run. No work shall be done at the site prior to the date that the Contract Time commences to run. 2.4 BEFORE STARTING CONSTRUCTION • Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable Section III.doc Page 5 of 49 Conformed Documents April 2013 Section III — General Conditions field measurements. Contractor shall promptly report in writing to Engineer any conflict, error or discrepancy which Contractor may discover; and shall obtain a written interpretation or clarification from Engineer before proceeding with any work effected thereby; however, Contractor shall not be liable to the Owner for failure to report any conflict, error or discrepancy in the Drawings or Specifications, unless Contractor had actual knowledge thereof or should reasonably have known thereof. No verbal agreement or conversation with any officer, Agent or employee of the Owner or Engineer's Consultant, either before or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained. Contractor shall not commence any work at any time without approved insurance required by these General Conditions. Failure to obtain this insurance will be the sole responsibility of the Contractor. 2.5 PRECONSTRUCTION CONFERENCE Within twenty (20) days of Award of Contract and before the start of the Work, the Owner's Representative shall schedule a preconstruction conference to be attended by Contractor, Engineer, Owner and others as appropriate to establish a working understanding among the parties as to the Work and to discuss the schedule of the Work and general Contract procedures. Typically, oversight of the project officially passes from the Engineering Department to the Construction Department at the preconstruction conference. In these cases, the preconstruction conference is run by the Construction Department and chaired by the City's Construction Manager. The Contractor shall deliver to the Owner's Representative at the Preconstruction Conference a color Critical Path Method (CPM) Construction Schedule. This is to be a sequence of events including submittal review and procurement. Notice to Proceed is usually established at this conference and such date can be inserted into the schedule at that time. The Contractor shall also bring a Submittal Schedule for review by the Engineer. This is to make sure that the list is complete and this schedule shall be the basis of a Submittal Log. The Contractor shall deliver to the Owner's Representative at the preconstruction conference a completed Emergency Call List and a completed Authorized Signature List. The Owner's Representative shall deliver to the Contractor at the preconstruction conference a project disk that has all of the necessary data and survey control points for the purpose of construction stakeout and as -built survey. The Owner's Representative shall deliver to the Contractor at the preconstruction conference a Contractor evaluation package. This is for the purpose of rating the Contractor's performance for reference when considering future contracts and bid prequalification. 2.6 PROGRESS MEETINGS The Contractor is required to attend Progress Meetings. These meetings will be scheduled on a weekly, bi-weekly, or monthly basis depending on the needs of the project. The Contractor shall bring to each meeting an updated submittal log, an updated request for information (RFI) log, a look -ahead schedule to cover the project activity from the current meeting to the next meeting, and all material test reports generated in the same time period. Section III.doc Page 6 of 49 Conformed Documents April 2013 Section III — General Conditions 3 CONTRACT DOCUMENTS, INTENT • 3.1 INTENT The Contract Documents comprise the entire Agreement between Owner and the Contractor concerning the Work. They may be altered only by written agreement. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment which may reasonably be inferred from the Contract Documents or from prevailing custom or from trade usage as being required to produce the intended result will be furnished and performed whether or not specifically called for. When words or phrases, which have a well- known technical or construction industry or trade meaning, are used to describe Work, materials or equipment, such words or phrases shall be interpreted in accordance with that meaning. Clarifications and interpretations of the Contract Documents shall be issued by the Owner's Representative. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the code, Laws or Regulation of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual or code, or Laws or Regulations in effect at the time of opening of Bids except as may be otherwise specifically stated in the Contract Documents. However, no provision of any referenced standard specification, manual or code, whether or not specially incorporated by reference in the responsibilities of Owner or Contractor as set forth in the Contract Documents, shall change the duties and responsibilities of Owner, Contractor, Engineer or Owner's Representative, or any of their Agents or employees from those set forth in the Contract • Documents. Clarifications and interpretations of the Contract shall be issued by the Owner's Representative. Each and every provision of law and clause required by law to be inserted in these Contract documents shall be deemed to be inserted herein, and they shall be read and enforced as through it were included herein, and if through mistake or otherwise, any such provision is not inserted, or if not correctly inserted, then upon the application of either party, the Contract Documents shall forthwith be physically amended to make such insertion. 3.2 REPORTING AND RESOLVING DISCREPANCIES If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier, Contractor shall report it to the Owner's Representative in writing at once, and Contractor shall not proceed with the Work affected thereby (except in an emergency) until an amendment or supplement to Contract Documents has been issued by one of the methods provided in these General Specifications, provided however, that Contractor shall not be liable to Owner, or Owner's Representative for failure to report any such conflict, error, ambiguity or discrepancy unless Contractor knew or reasonably should have known thereof. • Section III.doc Page 7 of 49 Conformed Documents April 2013 Section III — General Conditions 4 AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 4.1 AVAILABILITY OF LANDS The Owner shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be Performed, rights-of-way, easements for access thereto, and such other lands which are designated for the use of contractor. The Owner shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so furnished with which contractor will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by the Owner, unless otherwise provided in the Contract Documents. 4.2 INVESTIGATIONS AND REPORTS Reference is made to the Supplementary Conditions and Technical Specifications for identification of those reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting cost, progress or performance of the Work which have been relied upon by Engineer in preparation of the Drawings and Specifications. Such reports are not guaranteed as to accuracy or completeness and are not part of the Contract Documents. Contractor shall promptly notify the Owner's Representative in writing of any subsurface or latent physical conditions at the site, or in an existing structure, differing materially from those indicated or referred to in the Contract Documents. Engineer will promptly review those conditions and advise if further investigation or tests are necessary. Owner or Engineer shall obtain the necessary additional investigations and tests and furnish copies to the Engineer and Contractor. If Engineer finds that the results of such investigations or tests indicate that there are subsurface or latent physical conditions, which differ materially from those, indicated in the contract Documents, and which could not reasonably have been anticipated by Contractor, a work change or Change Order will be issued incorporating the necessary revisions. 4.3 PHYSICAL CONDITIONS, UNDERGROUND FACILITIES The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities or by others. Unless otherwise expressly provided in the Contract Documents, Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data; and the cost of all the following will be included in the Contract Price and contractor shall have full responsibility for: (i) reviewing and checking all such information and data, (ii) locating all Underground Facilities shown or indicated in the Contract Documents, (iii) coordination of the Work with the owners of such Underground Facilities during construction, and (iv) the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. The Contractor is required to call the LOCAL PUBLIC UTILITY NOTIFICATION CENTER prior to any excavation per State regulations and to notify any utility owners who are not a member of the LOCAL PUBLIC UTILITY NOTIFICATION CENTER prior to any excavation. The LOCAL PUBLIC UTILITY NOTIFICATION CENTER is an agency for the protection and location of utilities prior to any excavation and contact number is available in local telephone directory. Section III.doc Page 8 of 49 Conformed Documents April 2013 Section III — General Conditions 4.4 REFERENCE POINTS • Engineer shall provide engineering surveys to establish reference points for construction, which in Engineer's judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work, shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of the Owner and Engineer. Contractor shall report to Engineer whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by a surveyor licensed in the State of Florida. The Contractor is referred to the Technical Specifications for more specific information regarding the provision of construction surveys. If a City survey crew is assigned to the project and there is excessive stake replacement caused by negligence of Contractor's forces after initial line and grade have been set, as determined by the Engineer, the Contractor will be charged at the rate of $100.00 per hour. Time shall be computed for actual time on the project. All time shall be computed in one-hour increments with a minimum charge of one hour. 5 BONDS AND INSURANCE 5.1 PERFORMANCE AND PAYMENT BOND/CONTRACT BOND Contractor shall furnish a Performance and Payment Bond in an amount at least equal to the Contract Price as security for the faithful performance and payment of all Contractor's obligations under the Contract Documents. This bond shall remain in effect at least one year after the date when final payment becomes due, unless a longer period of time is prescribed by laws and regulations or by the Contract Documents. Contractor shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the form prescribed by the Contract Documents and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff, Bureau of Government Financial Operations, U.S. Treasury Department. All bonds signed by an agent must be accompanied by a certified copy of such agents' authority to act. All bonds shall be deemed to contain all of the Conditions of Section 255.05, Florida Statutes, even if such language is not directly contained within the bond and the Surety shall be licensed and qualified to do business in the State of Florida. Owner reserves the right to reject any surety. If the Surety on any Bond furnished by the Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of these Contract Documents, the Contractor shall within five days after notice thereof substitute another Bond and surety, both of which must be acceptable to Owner. 5.2 INSURANCE Contractor shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance and furnishing of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed or furnished by Contractor, and Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable for the following: (i) Claims under worker's compensation, disability benefits and other similar employee benefit acts; (ii) Claims for damages because of bodily Section III.doc Page 9 of 49 Conformed Documents April 2013 Section III — General Conditions injury, occupational sickness or disease, or death of Contractor's employees; (iii) Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; (iv) Claims for damages insured by customary personal injury liability coverage which are sustained by any person as a result of an offense directly or indirectly related to the employment of such person by Contractor, or by any other person for any other reason; (v) Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and (vi) Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. The Contractor shall deliver to the Owner, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by the Owner or any other additional insured) which Contractor is required to purchase and maintain in accordance with this paragraph. The policies of insurance so required by this paragraph to be purchased and maintained shall: (i) include as additional insured (subject to any customary exclusion in respect of professional liability) Owner of Clearwater and any other persons or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insured, and include coverage for the respective officers and employees of all such additional insures; (ii) include completed operations insurance; (iii) include contractual liability insurance covering Contractor's indemnity obligations in Article for Contractor's Responsibilities; (iv) contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to the Owner, and Contractor and to each other additional insured identified in the Supplemental Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the Contractor as described in this paragraph); (v) remain in effect at least until final payment and at all times thereafter when Contractor may be correcting, removing or replacing defective Work in accordance with Article for Correction of Defective Work; (vi) with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, shall remain in effect for at least two years after final payment. Contractor shall furnish the Owner and each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued evidence satisfactory to the Owner and any such additional insured, of continuation of such insurance at final payment and one year thereafter and (vii) Name and telephone number of the authorized insurance agent for the Insurer. The limits of liability for the insurance required shall provide coverage for not less than the following amounts or greater where required by laws and regulations: 5.2.1 WORKER'S COMPENSATION INSURANCE 5.2.2 PUBLIC LIABILITY AND PROPERTY DAMAGE COVERAGE Comprehensive General Liability including Premise/Operations; Explosion, Collapse and Underground Property Damage; Products/Completed Operations, Broad Form Contractual, Independent Contractors; Broad Form Property Damage; and Personal Injury liabilities: Section III.doc Page 10 of 49 Conformed Documents April 2013 Contract Award Amount Under $1,000,000. Contract Award Amount $1,000,000. and Over (1) Workers' Compensation Statutory Statutory (2) Employer's Liability $500,000. $1,000,000. 5.2.2 PUBLIC LIABILITY AND PROPERTY DAMAGE COVERAGE Comprehensive General Liability including Premise/Operations; Explosion, Collapse and Underground Property Damage; Products/Completed Operations, Broad Form Contractual, Independent Contractors; Broad Form Property Damage; and Personal Injury liabilities: Section III.doc Page 10 of 49 Conformed Documents April 2013 Section III — General Conditions 5.2.3 COMPREHENSIVE AUTOMOBILE LIABILITY including all owned (private and others), hired and non -owned vehicles: Contract Award Amount Under $1,000,000. Contract Award Amount $1,000,000. and Over (1) Bodily Injury: $500,000. Each Occurrence $1,000,000. Annual Aggregate $1,000,000. Each Occurrence $1,000,000. Annual Aggregate (2) Property Damage: $500,000. Each Occurrence $1,000,000. Annual Aggregate $1,000,000. Each Occurrence $1,000,000. Annual Aggregate (3) Personal Injury, with employment exclusion deleted $1,000,000. Annual Aggregate $1,000,000. Annual Aggregate 5.2.3 COMPREHENSIVE AUTOMOBILE LIABILITY including all owned (private and others), hired and non -owned vehicles: Receipt and acceptance by Owner of the Contractor's Certificate of Insurance, or other similar document does not constitute acceptance or approval of amounts or types of coverages, which may be less than required by these Contract Documents. The Owner shall not be responsible for purchasing and maintaining any property insurance to protect the interests of Contractor, Subcontractors or others in the Work. Owner may at its option require a copy of the Contractor's Insurance Policy(s). All insurance policies required within this Contract Document shall provide full coverage from the first dollar of exposure unless otherwise stipulated. No deductibles will be accepted without prior approval from Owner. Longshore and Harbor Worker's Compensation Act: Section 32 of the Act, 33 U.S.C. 932, requires an employer, with employees in maritime employment, to secure the payment of benefits under the Act either by insuring with an insurance carrier authorized by the U.S. Department of Labor, or to be authorized by the U.S. Department of Labor as a self -insurer. For General Contractors: Section 4(a) of the Act provides that every employer shall be liable for and shall secure the payment to his employees of the compensation payable under Sections 7, 8, and 9 of the Act. In the case of an employer who is a subcontractor, only if such subcontractor fails to secure the payment of compensation shall the contractor be liable for and be required to secure the payment of compensation. Section III.doc Page 11 of 49 Conformed Documents April 2013 Contract Award Amount Under $1,000,000. Contract Award Amount $1,000,000. and Over (1) Bodily Injury $500,000. Each Person $500,000. Each Accident $1,000,000. Each Person $1,000,000. Each Accident (2) Property Damage $500,000. Each Occurrence $1,000,000. Each Occurrence Receipt and acceptance by Owner of the Contractor's Certificate of Insurance, or other similar document does not constitute acceptance or approval of amounts or types of coverages, which may be less than required by these Contract Documents. The Owner shall not be responsible for purchasing and maintaining any property insurance to protect the interests of Contractor, Subcontractors or others in the Work. Owner may at its option require a copy of the Contractor's Insurance Policy(s). All insurance policies required within this Contract Document shall provide full coverage from the first dollar of exposure unless otherwise stipulated. No deductibles will be accepted without prior approval from Owner. Longshore and Harbor Worker's Compensation Act: Section 32 of the Act, 33 U.S.C. 932, requires an employer, with employees in maritime employment, to secure the payment of benefits under the Act either by insuring with an insurance carrier authorized by the U.S. Department of Labor, or to be authorized by the U.S. Department of Labor as a self -insurer. For General Contractors: Section 4(a) of the Act provides that every employer shall be liable for and shall secure the payment to his employees of the compensation payable under Sections 7, 8, and 9 of the Act. In the case of an employer who is a subcontractor, only if such subcontractor fails to secure the payment of compensation shall the contractor be liable for and be required to secure the payment of compensation. Section III.doc Page 11 of 49 Conformed Documents April 2013 Section III — General Conditions 5.3 WAIVER OF RIGHTS The Owner and Contractor intend that all policies purchased in accordance with Article on Insurance will protect the Owner, Contractor, Subcontractors, Engineer, Engineer's Consultants and all other persons or entities identified in the Supplementary Conditions to be listed as insured or additional insured in such policies and will provide primary coverage for all losses and damages caused by the perils covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insured or additional insured thereunder, the Owner and Contractor waive all rights against each other and their respective officers, directors, employees and agents for all losses and damages caused by, arising out of or resulting from any of the perils covered by such policies and any other property insurance applicable to the work; and, in addition, waive all such rights against Sub -contractors, Engineer, Engineer's Consultants and all other persons or entities identified in the Supplementary Conditions to be listed as insured or additional insured under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance otherwise payable under any policy so issued. In addition, the Owner waives all rights against Contractor, Subcontractors, Engineer, Engineer's Consultant and the officers, directors, employees and agents of any of them for: (i) loss due to business interruption, loss of use or other consequential loss extending beyond direct physical loss or damage to the Owner property or the Work caused by, arising out of or resulting from fire or other peril, whether or not insured by the Owner and; (ii) loss or damage to the completed Project or part thereof caused by, arising out of or resulting from fire or other insured peril covered by any property insurance maintained on the completed Project or part thereof by the Owner during partial utilization, after substantial completion or after final payment. 6 CONTRACTORS RESPONSIBILITIES 6.1 SUPERVISION AND SUPERINTENDENCE Contractor shall supervise, inspect and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. Contractor shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. Contractor shall be responsible to see that the completed work complies accurately with the Contract Documents. Contractor shall keep on the work at all times during its progress a competent resident superintendent, who shall not be replaced without notice to the Owner's Representative except under extraordinary circumstances. The superintendent will be Contractor's representative at the site and shall have authority to act on behalf of Contractor. All communications to the superintendent shall be as binding as if given to Contractor. The Contractor's superintendent shall keep a mobile cell phone on his person so he can be contacted whenever necessary. Contractor shall employ only competent persons to do the work and whenever the Owner's Representative shall notify Contractor, in writing, that any person on the work appears to be incompetent, unfaithful, disorderly, or otherwise unsatisfactory, such person shall be removed Section III.doc Page 12 of 49 Conformed Documents April 2013 Section III — General Conditions from the project and shall not again be employed on it except with the written consent of the Owner's Representative. Contractor shall reimburse Owner for additional engineering and inspection costs incurred as a result of overtime work in excess of the regular working hours or on the Owner normally approved holidays. At such times when Inspector overtime is required, the Contractor shall sign an overtime slip documenting such hours and the Contractor shall be provided a copy for his records. At the end of the project and prior to payment of withheld retainage funds, the Contractor shall deliver to the Owner a check made out to the Owner of Clearwater for full reimbursement of all Inspector overtime hours. Withheld retainage shall not be released until the Owner has received this check. Minimum number of chargeable hours for inspection costs on weekends or holidays shall be four hours. The cost of overtime inspection per hour shall be $60.00 per hour. Contractor shall provide and maintain in a neat and sanitary condition, such sanitary accommodations for the use of Contractor's employees as may be necessary to comply with the requirements of Laws and Regulations and the Engineer. 6.2 LABOR, MATERIALS AND EQUIPMENT Contractor shall provide competent, suitably qualified personnel to survey, lay out and construct the work as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the site. Except as otherwise required for the safety or protection of persons or the work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all work at the site shall be performed during regular working hours and Contractor will not permit overtime work or the performance of work on Saturday, Sunday, or any legal holiday without the Owner consent given after prior notice to Engineer. Unless otherwise specified in the General Requirements, Contractor shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up and completion of the Work. All materials and equipment installed in the Work shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by Engineer, Contractors shall furnish satisfactory evidence (including reports of required tests) as to the quality of materials and equipment. The Contractor shall provide suitable and secure storage for all materials to be used in the Work so that their quality shall not be impaired or injured. Materials that are improperly stored, may be rejected by the Engineer without testing. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturer, fabricator, supplier, or distributor, except as otherwise provided in the Contract Documents. The City of Clearwater, at its sole discretion, reserves the right to purchase major equipment to be incorporated into the WORK under the Owner Direct Purchase (ODP) Option, if indicated in the Contract Documents. In such event, the Contractor shall cooperate and assist the Owner of Clearwater, at no additional cost, to implement the ODP documents and procedures. Section III.doc Page 13 of 49 Conformed Documents April 2013 Section III — General Conditions 6.3 SUBSTITUTES AND "OR EQUAL" ITEMS Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent or "or equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be accepted by Engineer. If in Engineer's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Engineer for approval. If in the Engineer's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or equal" item, it may be considered as a proposed substitute item. Contractor shall submit sufficient information as required by the Engineer to allow the Engineer to determine that the item of material or equipment proposed is essentially equivalent to that named and is an acceptable substitute therefore. Request for review of proposed substitute and "or equal" will be not be accepted by Engineer from anyone other than Contractor. Request for substitute and "or equal" items by Contractor must be submitted in writing to Owner's Representative and will contain all information as Engineer deems necessary to make a determination. All data provided by Contractor in support of any proposed substitute or "or equal" item will be at Contractor's expense. Engineer will be allowed a reasonable time to evaluate each proposal or submittal made per this paragraph. Engineer will be sole judge of acceptability. 6.4 SUBCONTRACTORS, SUPPLIERS AND OTHERS The Contractor shall deliver to the Owner's Representative before or at the preconstruction conference a list of all Subcontractors, suppliers and other persons and organizations proposed by the Contractor for Work to be performed on the Project. The Contractor shall include with this list the qualifications and references for each Subcontractor, supplier or other person and organization for review and approval. Any changes to this list must be submitted to the Owner's Representative for approval prior to the substitution of any Subcontractors, suppliers or other persons and organizations before performing any Work on the Project for the Contractor. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractors, Suppliers and other persons performing or furnishing any of the work under a direct or indirect contract with Contractor just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier or other person any contractual relationship between Owner or Engineer and any Subcontractor, Supplier or other person, nor shall it create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person. Contractor shall be solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers and other persons performing or furnishing any of the work under a direct or indirect contract with Contractor. Contractor shall require all Subcontractors, Suppliers and such other persons performing or furnishing any of the work to communicate with the Engineer through Contractor. The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing the work among Subcontractors or Suppliers or delineating the work to be performed by any specific trade. Section III.doc Page 14 of 49 „ Conformed Documents April 2013 • • • Section III — General Conditions All work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer. Contractor shall not pay or employ any Subcontractor, Supplier or other person or organization whether initially or as a substitute, against whom Owner or Engineer may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the work against whom Contractor has reasonable obj ection. Owner or Engineer will not undertake to settle any differences between Contractor and his Subcontractors or between Subcontractors. 6.5 USE OF PREMISES Contractor shall confine construction equipment, the storage of materials and equipment and the operations of works to the site and land areas identified in and permitted by the Contract Documents on other land areas permitted by Laws and Regulations, right-of-way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceed in or at law. Contractor shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold harmless Owner, Engineer, Engineer's Consultant and their officials, directors, employees and agents from and against all claims, costs, losses and damages arising out of or resulting from any claim or action, legal or equitable, brought by any such owner or occupant against Owner, Engineer or any other party indemnified hereunder to the extent caused by or based upon Contractor's performance of the Work. During the progress of the Work, Contractor shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work or at intervals established by the Engineer, Contractor shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery and surplus materials. Contractor shall restore to original condition all property not designated for alteration by the Contract Documents. 6.5.1 STAGING AREAS The Contactor shall obtain and deliver to the City written permission for the use of all staging and storage areas outside of the Limits of Construction. 6.5.2 RESTORATION TIME LIMITS The timely restoration of all impacted areas, especially right-of-ways, is very important to the Citizens of Clearwater; therefore these time limits are imposed: • Debris piles shall be removed within five (5) consecutive calendar days. • Concrete driveways and sidewalks shall be replaced within ten (10) consecutive calendar days of removal. Resident access shall be maintained at all times. Section III.doc Page 15 of 49 Conformed Documents April 2013 Section III — General Conditions • All arterial and collector roadways shall be restored ASAP. • Local streets and asphalt driveways shall be restored as soon as a sufficient quantity is generated, however, this is never to exceed fifteen (15) consecutive calendar days. Local and resident access shall be maintained at all times. • Sod must be restored within fourteen (14) consecutive calendar days of a successful pipe pressure test, removal of concrete forms, backfill of excavations, replacement of driveways or sidewalks or other project specific milestone. It must be watered for a period of thirty (30) days after it is placed. Erosion control and dust control of denuded areas must be maintained at all times. If the project or a portion of it does not involve right -of ways, then a different schedule of sod restoration may be considered. 6.6 LICENSE AND PATENT FEES, ROYALTIES AND TAXES Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product or device is specified in the Contract Documents for use in the performance of the work and if to the actual knowledge of Owner or Engineer its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner or Engineer in the Contract Documents. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner, Engineer, Engineer's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. Contractor shall pay all sales, consumer, use and other taxes required to be paid by Contractor in accordance with the Laws and Regulations of the State of Florida and other governmental agencies, which are applicable during the performance of the work. 6.7 LAWS AND REGULATIONS Contractor shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Owner's Representative shall be responsible for monitoring Contractor's compliance with any Laws or Regulations. If Contractor performs any work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses and damages caused by or arising out of such work: however, it shall not be Contractor's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations to the Owner to report and resolve discrepancies as described above. When City projects include Federal or State funding, the requirements of Executive Order 11-02 shall be adhered to utilizing the Homeland Security E -Verify System to verify employment eligibility. Section IILdoc Page 16 of 49 Conformed Documents April 2013 • Section III — General Conditions 6.8 PERMITS • Unless otherwise provided in the Supplementary Conditions, Contractor shall obtain and pay for all construction permits and licenses. The Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids. Contractor shall pay all charges of utility owners for connections to the work, and the Owner shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. Unless otherwise stated in the Contract Documents, Owner of Clearwater Building Permit Fees will be waived. • 6.9 SAFETY AND PROTECTION Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: (i) all persons on the work site or who may be affected by the work, (ii) all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and (iii) other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. In the event of temporary suspension of the work, or during inclement weather, or whenever Owner's Representative may direct; Contractor shall, and shall cause Subcontractors, to protect carefully the Work and materials against damage or injury from the weather. If, in the opinion of the Owner's Representative, any portion of Work or materials shall have been damaged or injured by reason of failure on the part of the Contractor or any Subcontractors to so protect the Work, such Work and materials shall be removed and replaced at the expense of Contractor. The Contractor shall initiate and maintain an accident prevention program which shall include, but shall not be limited to the establishment and supervision of programs for the education and training of employees in the recognition, avoidance and prevention of unsafe conditions and acts. Contractor shall provide first aid services and medical care to his employees. The Contractor shall develop and maintain an effective fire protection and prevention program and good housekeeping practices at the site of contract performance throughout all phases of construction, repair, alteration or demolition. Contractor shall require appropriate personal protective equipment in all operations where there is exposure to hazardous conditions. The Engineer may order that the work stop if a condition of immediate danger to the Owner's employees, equipment or if property damage exists. This provision shall not shift responsibility or risk of loss for injuries of damage sustained from the Contractor to Owner, and the Contractor shall remain solely responsible for compliance with all safety requirements and for the safety of all persons and property at the site of Contract performance. The Contractor shall instruct his employees required to handle or use toxic materials or other harmful substances regarding their safe handling and use. The Contractor shall take the necessary precautions to protect pedestrians and motorists from harm, and to prevent disruptions of such traffic due to construction activity. Contractor shall comply with all applicable Laws and Regulations of any public body having jurisdiction for safety of persons or property and to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and utility owners when Section III.doc Page 17 of 49 Conformed Documents April 2013 Section III — General Conditions prosecution of the work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property caused, directly or indirectly, in whole or part, by Contractor, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the work or anyone for whose acts any of them may be liable, shall be remedied by Contractor. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor that the Work is acceptable. 6.10 EMERGENCIES In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, Contractor, with or without special instruction or authorization from Owner or the Owner's Representative, is obligated to act to prevent damage, injury or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner's Representative determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Work Change Directive or Change Order will be issued to document the consequences of such action. 6.11 DRAWINGS 6.11.1 SHOP DRAWINGS, SAMPLES, RFIs, and SUBMITTAL REVIEW Contractor shall submit Shop Drawings to Engineer for review and approval as called for in the Technical Specifications or required by the Engineer. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to show Engineer the materials and equipment Contractor proposes to provide and to enable Engineer to review the information. Contractor shall also submit Samples to Engineer for review and approval. Before submitting each Shop Drawing or Sample, Contractor shall have determined and verified: (i) all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar information with respect thereto, (ii) all materials with respect to intended use, fabrication, shipping, handling, storage, assembly and installation pertaining to the performance of the Work, and (iii) all information relative to Contractor's sole responsibilities in respect to means, methods, techniques, sequences and procedures of construction and safety precautions and programs incident thereto. Contractor shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples with the requirements of the Work and the Contract Documents. Each submittal will bear a stamp or specific written indication that Contractor has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval of that submittal. At the time of submission, Contractor shall give Engineer specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written communication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to Engineer for review and approval of each such variation. The Contractor shall maintain a submittal log as mentioned in Article 2.5. The Engineer and Construction Services Department shall receive updated copies at each progress meeting, and the Engineer shall respond to each submittal within twenty-one (21) consecutive calendar days. The Section III.doc Page 18 of 49 Conformed Documents April 2013 Section III — General Conditions Contractor shall maintain a request for information (RFI) log as mentioned in Article 2.5. The Engineer and Construction Services Department shall receive updated copies at each progress meeting, and the Engineer shall respond to each RFI within twenty-one (21) consecutive calendar days. The untimely submission of Submittal or RFIs shall not be grounds for a delay claim from the Contractor. Engineer's review and approval of Shop Drawings and Samples will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated the Contract Documents. Engineer's review and approval will not extend to means, methods, techniques, sequences or procedures of construction (except where a particular means method, technique, sequence or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. Contractor shall make corrections required by Engineer, and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. Engineer's review and approval of Shop Drawings or Samples shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has in writing called Engineer's attention to each such variation at the time of submission and Engineer has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by the Engineer relieve the Contractor from responsibility for complying with the requirements of paragraph above discussing field measurements by the Contractor. Contractor shall furnish required submittals with complete information and accuracy in order to achieve required approval of an item within two (2) submittals. Owner's Representative reserves the right to backcharge Contractor, for Engineer's costs for resubmittals that account for a number greater than twenty percent (20%) of the total number of first time submittals. Owner's Representative reserves the right to backcharge Contractor for all third submittals. The number of first time submittals shall be equal to the number of submittals agreed to by Engineer and Contractor. All costs to Engineer involved with subsequent submittal of Shop Drawings, Samples or other items requiring approval will be backcharged to Contractor at the rate of 3.0 times direct technical labor cost by deducting such costs from payments due Contractor for Work completed. In the event that Contractor requests a substitution for a previously approved item, all of Engineer's costs in the reviewing and approval of the substitution will be backcharged to Contractor, unless the need for such substitution is beyond the control of Contractor. 6.11.2 AS -BUILT DRAWINGS The Contractor shall keep and maintain one set of blueprints, As -Built Drawings, in good order and legible condition to be continuously marked -up at the job site. The Contractor shall mark and annotate neatly and clearly all project conditions, locations, configurations and any other changes or deviations which may vary from the details represented on the original Contract Plans, including revisions made necessary by Addenda, Shop Drawings, and Change Orders during the construction process. The Contractor shall record the horizontal and vertical locations, in the plan and profile, of all buried utilities that differ from the locations indicated or which were not Section III.doc Page 19 of 49 Conformed Documents April 2013 Section III — General Conditions indicated on the Contract Plans and buried (or concealed), construction and utility features which are revealed during the construction period. The As -Built Drawings shall be available for inspection by the Engineer, Engineer's Consultant, and the Owner's Representative at all times during the progress of the Project. The As -Built Drawings shall be reviewed by the Owner's Representative, or his designee, for accuracy and compliance with the requirements of "As -Built Drawings" prior to submittal of the monthly pay requests. The pay requests shall be rejected if the marked -up blueline prints do not conform to the "As -Built Drawings" requirements. As -Built Drawings shall be submitted to the Owner Inspector for approval upon completion of the project and prior to acceptance of final pay request. Final pay request shall not be processed until As -Built Drawings have been reviewed by the Engineer or the Engineer's Consultant for accuracy and completeness. Prior to placing new potable water mains in service, the Contractor shall provide the Engineer intersection drawings, as specified for the water mains. The Owner's acceptance of the "As -Built Drawings" does not relieve the Contractor of the sole responsibility for the accuracy and completeness of the As -Built Drawings. 6.11.2.1 General The Contractor shall prepare an "AS -BUILT SURVEY" per chapter 5J-17.052, Florida Administrative Code (see definition below), signed and sealed by a Florida registered land surveyor. The contractor will deliver to the Owner two hard copies of signed and sealed As -Built Drawings and an AutoCAD file. 5J-17.050 Definition: (10)(a) As -Built Survey: a survey performed to obtain horizontal and/or vertical dimensional data so that constructed improvements may be located and delineated: also knonw as Record Survey. This survey shall be clearly titled "As -Built Survey" and shall be signed and sealed by a Florida registered land surveyor. The survey must be delivered to the Owner of Clearwater Construction Division upon substantial completion of the project. If this condition is not met, the Owner will procure the services of a Professional Surveyor and Mapper registered in the State of Florida and will back charge the contractor a fee of $1,800 per day or any portion thereof to provide the Owner with the required As -Built Survey. 6.11.2.2 Sanitary and Storm Sewer Piping Systems 1. Manholes and inlets shall be located by survey coordinates (northing, easting and elevation) based on the approved horizontal and vertical datum or utilize the stationing supplied on the construction plans. New sanitary service connections and replaced sanitary service connections shall be dimensioned to the nearest downstream manhole. All manholes, cleanouts and catch basin invert and rim elevations, manhole and catch basin dimensions, pipe sizes, and pipe material shall also be noted on the plan view and also on the profile if one exists. 2. Pipe materials and areas of special construction shall be noted. 6.11.2.3 Pressure Pipe construction (Water, Reclaimed Water, Forcemain) All pipes shall be located by survey coordinates (northing, easting and elevation) based on the approved horizontal and vertical datum or utilize the stationing supplied on the construction Section III.doc Page 20 of 49 Conformed Documents April 2013 Section III — General Conditions plans. Coordinates shall be at all pipe bends, tees, valves, reducers, and deflections. Also all new and replaced service connections for potable and reclaimed water will be located as described above. Additionally there must be survey coordinates no further than 100 feet apart on linear type construction and shall denote top of pipe elevation at those points. 6.11.2.4 Electrical and Control Wiring The as -built drawings shall include all changes to the original Contract Plans. The as -built drawings shall also include the size, color, and number of wires and conduit. For projects where this information is too voluminous to be contained on the blueline prints, the Contractor shall prepare supplemental drawings, on same size sheets as the blueline prints, showing the additional conduit runs, 1 -line diagrams, ladder diagrams, and other information. The wiring schematic diagrams shall show termination location and wiring identification at each point on the ladder diagram. 6.11.2.5 Horizontal and Vertical Control The As -Built survey shall be based on the original datum used for the construction design plans or if required by the Owner the datum shall be referenced to the North American Datum of 1983/90 (horizontal) and the North American Vertical Datum of 1988. The unit of measurement shall be the United States Foot. Any deviation or use of any other datum, (horizontal and or vertical), must be approved by the Owner of Clearwater Engineering Department. 6.11.2.6 Standards The As -Built survey shall meet the Minimum Technical Standards per Chapter 5J-17 and the • Clearwater CAD STANDARDS set forth below. In addition to locating all improvements that pertain to the as -built survey it is the requirement of the Owner to have minimum location points at every change in direction and no more than 100 feet apart on all pressure pipes. • 6.11.2.7 Other The As -Built drawings shall reflect any differences from the original Contract Plans, in the same level of detail and units of dimensions as the Plans. 6.11.3 CAD STANDARDS 6.11.3.1 Layer Naming 6. DI prefix denotes digitized or scanned entities EP prefix denotes existing points - field collected EX prefix denotes existing entities - line work and symbols PR prefix denotes proposed entities - line work and symbols FU prefix denotes future entities (proposed but not part of this contract) - line work and symbols TX suffix denotes text — use for all text, no matter the prefix Section IIl.doc Page 21 of 49 Conformed Documents April 2013 Section III — General Conditions 6.11.3.1.2 Layer Naming Definitions: GAS gas lines and appurtenances ELEC power lines and appurtenances PHONE telephone lines and appurtenances CABLE cable TV lines and appurtenances BOC curbs WALK sidewalk WATER water lines and appurtenances, sprinklers STORM storm lines and appurtenances TREES trees, bushes, planters SANITARY sanitary lines and appurtenances FENCE all fences BLDG buildings, sheds, finished floor elevation DRIVE driveways EOP edge of pavement without curbs TRAFFIC signal poles, control boxes TOPBANK top of bank TOESLOPE toe of slope TOPBERM top of berm TOEBERM toe of berm SEAWALL seawall CONCSLAB concrete slabs WALL walls, except seawall SHORE shoreline, water elevation CL centerline of road CLD centerline of ditch CLS centerline of swale CORNER property corners, monumentation BENCH benchmark, temporary benchmarks Other layers may be created as required, using above format. 6.11.3.2 Layer Properties All layers will use standard AutoCAD linetypes, bylayer. All layers will use standard AutoCAD colors, bylayer. Section IIl.doc Page 22 of 49 Conformed Documents April 2013 • Section III — General Conditions All text will use standard AutoCAD fonts. 6.11.3.3 Text Styles Text style for EX layers will use the simplex font, oblique angle of 0°, and a text height of .008 times the plot scale. Text style for PR and FU layers will use the simplex font, oblique angle of 22.5°, and a text height of .010 times the plot scale. 6.11.4 DELIVERABLES: The as -built survey shall be produced on bond material, 24" x 36" at a scale of 1 "=20' unless approved otherwise. The consultant shall deliver all drawing files in digital format. Acceptable file formats include: DWG, of a shape file. Please address any questions regarding format to Mr. Tom Mahony, at (727) 562-4762 or e-mail address Thomas.Mahony@myClearwater.com. 6.12 CONTRACTOR'S GENERAL WARRANTY AND GUARANTEE Contractor warrants and guarantees to Owner, Engineer and Engineer's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. Contractor's warranty and guarantee hereunder includes defects or damage caused by abuse, vandalism, modification or operation by persons other than Contractor, Subcontractors or Suppliers. Until the acceptance of the Work by the Owner, the Work shall be under the charge and care of the Contractor, and he shall take every necessary precaution against injury or damage to any part thereof by action of the elements, or from any other cause whatsoever, arising from the execution or non -execution of the Work. The Contractor shall rebuild, repair and make good, at his own expense, all injuries or damages to any portion of the Work occasioned by any cause before its completion and final acceptance by the Owner. In addition, "the Contractor shall remedy any defects in the work at his own expense and pay for any damage to other work resulting therefrom which appear within a period of one year from the date of final acceptance". Contractor's warranty and guarantee hereunder excludes improper maintenance and operation by Owner's employees and normal wear and tear under normal usage for any portion of the Work, which has been partially accepted by the Owner for operation prior to final acceptance by the Owner. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: (i) observations by Owner's Representative, (ii) recommendation of any progress or final payment by Owner's Representative, (iii) the issuance of a certificate of Substantial Completion or any payment by the Owner to contractor under the Contract Documents, (iv) use or occupancy of the Work or any part thereof by Owner, (v) any acceptance by Owner or any failure to do so, (vi) any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of Acceptance by the Engineer. 6.13 CONTINUING THE WORK Contractor shall carry on the work and adhere to the progress schedule during all disputes or disagreements with the Owner. No work shall be delayed or postponed pending resolution of any disputes or disagreements, except as the Owner or Contractor may otherwise agree in writing. Section III.doc Page 23 of 49 Conformed Documents April 2013 Section III — General Conditions 6.14 INDEMNIFICATION Contractor shall indemnify and hold harmless Owner, Engineer, Engineer's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages (including but not limited to all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work, provided that any such claim, cost, loss or damage: (i) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself), including the loss of use resulting therefrom, and (ii) is caused in whole or in part by any negligent act or omission of Contractor, any Subcontractor, any Supplier, any person directly or indirectly employed by any of them to perform or furnish any of the Work, or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such person. If, through acts of neglect on the part of Contractor, any other Contractor or any Subcontractor shall suffer loss or damage on the work, Contractor shall settle with such other Contractor or Subcontractor by agreement or arbitration if such other Contractor or Subcontractor will so settle. If such other Contractor or Subcontractor shall assert any claim against the Owner on such account of any damage alleged to have been sustained, the Owner shall notify Contractor, who shall indemnify and save harmless the Owner against any such claim. In any and all claims against Owner or Engineer or any of their respective consultants, agents, officers, directors, or employees by any employee (or the survivor or personal representative of such employee) of Contractor, any Subcontractor, any Supplier, any person directly or indirectly employed by any of them to perform or furnish any of the work, or anyone for whose acts any of them may be liable, the indemnification obligation under this paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Contractor or any such Sub -contractor, Supplier or other person or organization under workers' compensation acts, disability benefit acts or other employee benefit acts. The indemnification obligations of Contractor under this paragraph shall not extend to the liability of Engineer and Engineer's Consultants, officers, directors, employees, or agents caused by the professional negligence, errors or omissions of any of them. 6.15 CHANGES IN COMPANY CONTACT INFORMATION Contractor shall notify Owner by US mail addressed to the City Engineer of any changes in company contact information. This includes: contact phone, address, project manager, email addresses, etc. 7 OTHER WORK 7.1 RELATED WORK AT SITE The City reserves the right to have its own forces enter the construction site at any time and perform work as necessary in order to perform infrastructure repair or maintenance, whether related to the project or not. The Contractor will allow complete access to all utility owners for these purposes. Section IIl.doc Page 24 of 49 Conformed Documents April 2013 • • Section III — General Conditions The City may have its own forces perform new work related to the project, however, this work will be identified in the Contract Scope of Work and coordination will be such that this activity is denoted in the Contractor's CPM Schedule so as not to cause any delays or interference with the Contractor's work or schedule. 7.2 COORDINATION If the Owner contracts with others for the performance of other work on the Project at the site, the following will be set forth in the Scope of Work: (i) the person who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified; (ii) the specific matters to be covered by such authority and responsibility will be itemized; and (iii) the extent of such authority and responsibilities will be provided. Unless otherwise provided in the Supplementary Conditions, the Owner shall have sole authority and responsibility in respect of such coordination. 8 OWNERS RESPONSIBILITY Except as otherwise provided in these General Conditions, the Owner shall issue all communications from the Owner to the Contractor through Owner's Representative. The Owner shall furnish the data required of the Owner under the Contract Documents promptly and shall make payments to Contractor promptly when they are due as provided in these General Conditions. The Owner is obligated to execute Change Orders as indicated in the Article on Changes In The Work. The Owner's responsibility in respect of certain inspections, tests, and approvals is set forth in the Article on Tests and Inspections. In connection with the Owner's right to stop work or suspend work, see the Article on Engineer may Stop the Work. The Article on Suspension of Work and Termination deals with the Owner's right to terminate services of Contractor under certain circumstances. Owner shall not supervise, direct or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the furnishing or performance of the Work. The Owner will not be responsible for Contractor's failure to perform or furnish the Work in accordance with the Contract Documents. 9 OWNER REPRESENTATIVE'S STATUS DURING CONSTRUCTION 9.1 OWNERS REPRESENTATIVE Dependent of the project type, the Owner's Representative during the construction period will either be the Construction Manager, the Engineer, or a designee of the Project's Owner. The duties, responsibilities and the limitations of authority of Owner's Representative during construction are set forth in the Contract Documents and shall not be extended without written consent of Owner and Engineer. Section IIl.doc Page 25 of 49 Conformed Documents April 2013 Section III — General Conditions 9.2 CLARIFICATIONS AND INTERPRETATIONS Engineer will issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents regarding design issues only, in the form of Submittal responses, RFI responses, Drawings or otherwise, as Engineer may determine necessary, which shall be consistent with the intent of and reasonably inferable from Contract Documents. All other clarifications and interpretations of the Contract Documents shall be issued form the Owner's Representative. Such written clarifications and interpretations will be binding on the Owner and Contractor. If Contractor believes that a written clarification or interpretation justifies an adjustment in the Contract Price or the Contract Time and the parties are unable to agree to the amount or extent thereof, if any, Contractor may make a written claim therefore as provided in the Articles for Change of Work and Change of Contract Time. 9.3 REJECTING OF DEFECTIVE WORK The Owner's Representative or the Engineer will have authority to disapprove or reject Work which Owner's Representative or the Engineer believes to be defective, or that Owner's Representative or the Engineer believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. The Owner's Representative or the Engineer will also have authority to require special inspection or testing of the Work whether or not the Work is fabricated, installed or completed. 9.4 SHOP DRAWINGS, CHANGE ORDERS, AND PAYMENTS In connection with Engineer's authority as to Shop Drawings and Samples, see articles on Shop Drawings and Samples. In connection with Owner's Representative authority as to Change Orders, see the articles on Changes of Work, Contract Price and Contract Time. In connection with Owner's Representative authority as to Applications for Payment, see the articles on Payments to Contractor and Completion. 9.5 DECISIONS ON DISPUTES The Owner's Representative will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the work thereunder. Claims, disputes and other matters relating to the acceptability of the work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the work and Claims under the Articles for Changes of Work, Changes of Contract Time and Changes of Contract Price will be referred initially to Owner's Representative in writing with a request for a formal decision in accordance with this paragraph. Written notice of each such claim, dispute or other matter will be delivered by the claimant to Owner's Representative and the other party to the Agreement promptly, but in no event later than thirty (30) days, after the start of the occurrence or event giving rise thereto, and written supporting data will be submitted to Owner's Representative and the other party within sixty (60) days after the start of such occurrence or event unless Owner's Representative allows an additional period of time for the submission of additional or more accurate data in support of such claim, dispute or other matter. The opposing party shall submit any response to Owner's Representative and the claimant within thirty (30) days after receipt of the claimant's last submittal, unless Owner's Representative allows additional time. Owner's Representative will render a formal decision in writing within thirty (30) days after receipt of the opposing party's submittal, if any, in accordance with this paragraph. Owner Representative's Section IILdoc Page 26 of 49 Conformed Documents April 2013 Section III — General Conditions written decision on such claim, dispute or other matter will be final and binding upon the Owner and Contractor unless (i) an appeal from Owner Representative's decision is taken within thirty (30) days of the Owner Representative's decision, or the appeal time which may be stated in a Dispute Resolution Agreement between Owner and Contractor for the settlement of disputes or (ii) if no such Dispute Resolution Agreement has been entered into, a written notice of intention to appeal from Owner Representative's written decision is delivered by the Owner or Contractor to the other and to Owner's Representative within thirty (30) days after the date of such decision and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to such claim, dispute or other matter in accordance with applicable Laws and Regulations within sixty (60) days of the date of such decision, unless otherwise agreed in writing by the Owner and Contractor. When functioning as interpreter and judge, Owner's Representative will not show partiality to the Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by Owner's Representative with respect to any such claim, dispute or other matter will be a condition precedent to any exercise by the Owner or Contractor of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter pursuant the Article on Dispute Resolution. 9.6 LIMITATIONS ON OWNER REPRESENTATIVE'S RESPONSIBILITIES Neither Owner Representative's authority or responsibility under this paragraph or under any other provision of the Contract Documents nor any decision made by Owner's Representative in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise or performance of any authority or responsibility by Owner's Representative shall create, impose or give rise to any duty owed by Owner's Representative to Contractor, any Subcontractor, any Supplier, any other person or organization or to any surety for or employee or agent of any of them. Owner's Representative will not supervise, direct, control or have authority over or be responsible for Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the furnishing or performance of the work. Owner's Representative will not be responsible for Contractor's failure to perform or furnish the work in accordance with the Contract Documents. Owner's Representative will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the work. Owner Representative's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds and certificates of inspection, tests and approvals and other documentation required to be delivered by the Contractor will only be to determine generally that their content complies with the requirements of the Contract Documents and, in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with the Contract Documents. The limitations upon authority and responsibility set forth in this paragraph shall also apply to Owner Representative's CEI, the Engineer's Consultants, and assistants. Section III.doc Page 27 of 49 Conformed Documents April 2013 Section III — General Conditions 10 CHANGES IN THE WORK Without invalidating the Agreement and without notice to any surety, the Owner may, at any time or from time to time, order additions, deletions or revisions in the Work. Such additions, deletions or revisions will be authorized by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as may otherwise be specifically provided). If the Owner and Contractor are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract Time that should be allowed as a result of a Work Change Directive, a claim may be made therefore as provided in these General Conditions. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in these General Conditions except in the case of an emergency as provided or in the case of uncovering work as provided in article for Uncovering Work. The Owner and Contractor shall execute appropriate Change Orders or Written Amendments recommended by Owner's Representative covering: changes in the work which are (i) ordered by the Owner (ii) required because of acceptance of defective work under the article for Acceptance of Defective Work or correcting defective Work under the article for Owner May Correct Defective Work or (iii) agreed to by the parties; changes in the Contract Price or Contract Time which are agreed to by the parties; and changes in the Contract Price or Contract Time which embody the substance of any written decision rendered by Owner's Representative pursuant to the article for Decisions on Disputes; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the progress schedule as provided in the article for Continuing the Work. If notice of any change affecting the general scope of the work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be Contractor's responsibility, and the amount of each applicable Bond will be adjusted accordingly. 11 CHANGES IN THE CONTRACT PRICE 11.1 CHANGES IN THE CONTRACT PRICE The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to Contractor for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by Contractor shall be at Contractor's expense without change in the Contract Price. The Contract Price may only be adjusted by a Change Order or by a Written Amendment. Any claim for an adjustment in the Contract Price shall be based on a written notice of claim stating the general nature of the claim, to be delivered by the party making the claim to the other party and to Owner's Representative or promptly (but in no event later than thirty days) Section III.doc Page 28 of 49 Conformed Documents April 2013 • • Section III — General Conditions after the start of the occurrence or event giving rise to the claim. Notice of the amount of the • claim with supporting data shall be delivered within sixty (60) days after the start of such occurrence or event, unless Owner's Representative allows additional time for claimant to submit additional or more accurate data in support of the claim, and shall be accompanied by claimant's written statement that the claimed adjustment covers all known amounts to which the claimant is entitled as a result of said occurrence or event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined as follows: (i) where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (ii) where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit), (iii) where the Work is not covered by unit prices contained in the Contract Documents and agreement is reached to establish unit prices for the Work. Where the work involved is not covered by unit prices contained in the Contract Documents and where the Owner's Representative, the Owner, the Engineer, the Engineer's Consultant, and Contractor cannot mutually agree on a lump sum price, the City of Clearwater shall pay for directed changes in the WORK, on "COST REIMBURSEMENT" basis. The Contractor shall apply for compensation, detailing Contractors forces, materials, equipment, subcontractors, and other items of direct costs required for the directed work. The application for Cost Reimbursement shall be limited to the following items: 1. Labor, including foremen, for those hours associated with the direct work (actual • payroll cost, including wages, fringe benefits, labor insurance and labor taxes established by law). Expressly excluded from this item are all costs associated with negotiating the subject change. 2. Materials associated with the change, including sales tax. The costs of materials shall be substantiated through vendors' invoices. 3. Rental or equivalent rental costs of equipment, including necessary transportation costs if specifically used for the WORK. The rental rates shall not exceed the current rental rates prevailing in the locality or as defined in the rental Rate Blue Book for Construction Equipment (a.k.a. DataQuest Blue Book). The rental rate is defined as the full -unadjusted base rental rate for the appropriate item of construction equipment and shall cover the costs of all fuel, supplies, repairs, insurance, and other costs associated with supplying the equipment for work ordered. Contractor -owned equipment will be paid for the duration of time required to complete the work. Utilize lowest cost combination of hourly, daily, weekly, or monthly rates. Do not exceed estimated operating costs given in Blue Book. Operating costs will not be allowed for equipment on stand-by. 4. Additional costs for Bonds, Insurance if required by the City of Clearwater. The following fixed fees shall be added to the costs of the directed work performed by the Contractor or Subcontractor. A. A fixed fee of fifteen percent (15%) shall be added to the costs of Item 1 above. If work is performed by a subcontractor, the Contractor's fee shall not exceed five percent (5%), and the subcontractor's fee shall not exceed ten percent (10%). B. A fixed fee of ten percent (10%) shall be added to the costs of Item 2 above. Section III.doc Page 29 of 49 Conformed Documents April 2013 Section III — General Conditions C. No markup shall be added to the costs of Items 3 and 4. The fixed fees shall be considered the full compensation for all cost of general supervision, overhead, profit, and other general expense. 11.2 ALLOWANCES AND FINAL CONTRACT PRICE ADJUSTMENT It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be furnished and performed for such sums as may be acceptable to Owner and Engineer. Contractor agrees that: (i) the allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and (ii) Contractor's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances and no demand for additional payment on account of any of the foregoing will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by Owner's Representative to reflect actual amounts due Contractor on account of Work covered by allowances and all the Work actually performed by the Contractor, and the Contract Price shall be correspondingly adjusted. 11.3 UNIT PRICE WORK Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit price for each separately identified item of unit price work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Owner's Representative. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. The Owner or Contractor may make a claim for an adjustment in the Contract Price if: (i) the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Contract Documents; and (ii) there is no corresponding adjustment with respect to any other item of Work; and (iii) if Contractor believes that Contractor is entitled to an increase in Contract Price as a result of having incurred additional expense or the Owner believes that the Owner is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. On unit price contracts, Owner endeavors to provide adequate unit quantities to satisfactorily complete the construction of the project. It is expected that in the normal course of project construction and completion that not all unit quantities will be used in their entirety and that a finalizing change order which adjusts contract unit quantities to those unit quantities actually used in the construction of the project will result in a net decrease from the original Contract Price. Such reasonable deduction of final Contract Price should be anticipated by the Contractor in his original bid. Section III.doc Page 30 of 49 Conformed Documents April 2013 Section III — General Conditions 12 CHANGES IN THE CONTRACT TIME • The Contract Time (or Milestones) may only be changed by a Change Order or a Written Amendment. Any claim for an adjustment of the Contract Time (or Milestones) shall be based on written notice delivered by the party making the claim to the other party and to Owner's Representative promptly, but in no event later than thirty (30) days, after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty (60) days after such occurrence, unless Owner's Representative allows an additional period of time to ascertain more accurate data in support of the claim, and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Time (or Milestones) shall be determined by Owner's Representative. No claim for an adjustment in the Contract Time (or Milestones) will be valid if not submitted in accordance with the requirements of this paragraph. All time limits stated in the Contract Documents are of the essence of the Agreement. Where Contractor is prevented from completing any part of the work within the Contract Time (or Milestones) due to delay beyond the control of Contractor, the Contract Time (or Milestones) may be extended in an amount equal to the time lost due to such delay if a claim is made therefore as provided in the article for Changes in the Work. Delays beyond the control of Contractor shall include, but not be limited to, acts by the Owner, acts of utility owners or other contractors performing other work as contemplated by the article for Other Work, fires, floods, epidemics, abnormal weather conditions or acts of God. Delays attributable to and within the • control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. Where Contractor is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both the Owner and Contractor, an extension of the Contract Time (or Milestones) in an amount equal to the time lost due to such delay shall be Contractor's sole and exclusive remedy for such delay. In no event shall the Owner be liable to Contractor, any Subcontractor, any Supplier, any other person, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from (i) delays caused by or within the control of Contractor, or (ii) delays beyond the control of both parties including but not limited to fires, floods, epidemics, abnormal weather conditions, acts of God or acts by utility owners or other contractors performing other work as contemplated by paragraph for Other Work. • 13 TESTS AND INSPECTIONS, CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.1 TESTS AND INSPECTION Contractor shall give Owner's Representative and Engineer timely notice of readiness of the Work for all required inspections, tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. Contractor shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents. The costs for these Section III.doc Page 31 of 49 Conformed Documents April 2013 Section III — General Conditions inspections, tests or approvals shall be borne by the Contractor except as otherwise provided in the Contract Documents. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested or approved by an employee or other representative of such public body including all Owner Building Departments and Owner Utility Departments, Contractor shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, pay all costs in connection therewith, and furnish Owner's Representative the required certificates of inspection or approval. Unless otherwise stated in the Contract Documents, Owner permit and impact fees will be waived. Contractor shall also be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests or approvals required for Owner's and Engineer's acceptance of materials or equipment to be incorporated in the Work, or of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation of the Work. If any Work (or the work of others) that is to be inspected tested or approved is covered by Contractor without written concurrence of Owner's Representative, it must, if requested by Owner's Representative, be uncovered for observation. Uncovering Work as provided in this paragraph shall be at Contractor's expense unless Contractor has given Owner's Representative and Engineer timely notice of Contractor's intention to cover the same and Owner's Representative has not acted with reasonable promptness in response to such notice. 13.2 UNCOVERING THE WORK If any Work is covered contrary to the written request of Owner's Representative, it must, if requested by Owner's Representative, be uncovered for Owner Representative's observation and replaced at Contractor's expense. If Owner's Representative considers it necessary or advisable that covered Work be observed by Owner's Representative or inspected or tested by others, Contractor, at Owner Representative's request, shall uncover, expose or otherwise make available for observation, inspection or testing as Engineer or Owner's Representative may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering, exposure, observation, inspection and testing and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and the Owner shall be entitled to an appropriate decrease in the Contract Price for the costs of the investigation, and, if the parties are unable to agree as to the amount thereof, may make a claim therefore as provided in the article for Change in Contract Price. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time (or Milestones), or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, Contractor may make a claim therefore as provided the article for Change in Contract Price and Change of Contract Time. 13.3 OWNER'S REPRESENTATIVE MAY STOP THE WORK If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Engineer or Owner's Representative may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been Section III.doc Page 32 of 49 Conformed Documents April 2013 Section III — General Conditions eliminated; however, this right of Owner's Representative to stop the Work shall not give rise to any duty on the part of Owner's Representative or Owner to exercise this right for the benefit of Contractor or any surety or other party. If the Owner's Representative stops Work under this paragraph, Contractor shall be entitled to no extension of Contract Time or increase in Contract Price. 13.4 CORRECTION OR REMOVAL OF DEFECTIVE WORK If required by Engineer or Owner's Representative, Contractor shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by Engineer or Owner's Representative, remove it from the site and replace it with Work that is not defective. Contractor shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.5 WARRANTY/CORRECTION PERIOD If within one year after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, Contractor shall promptly, without cost to the Owner and in accordance with the Owner's written instructions; (i) correct such defective Work, or, if it has been rejected by the Owner, remove it from the site and replace it with Work that is not defective and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, the Owner may have the defective Work corrected or the rejected. Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. In special circumstances where a particular item of equipment is placed in continuous service before Final Completion of all the Work, the correction period for that item may start to run from an earlier date if specifically and expressly so provided in the Specifications or by Written Amendment. Where defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under this paragraph the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. 13.6 ACCEPTANCE OF DEFECTIVE WORK If, instead of requiring correction or removal and replacement of defective Work, the Owner prefers to accept it, the Owner may do so. Contractor shall pay all claims, costs, losses and damages attributable to the Owner's evaluation of and determination to accept such defective Work such costs to be approved by Owner's Representative as to reasonableness. If any such acceptance occurs prior to Owner Representative's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and the Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree Section III.doc Page 33 of 49 Conformed Documents April 2013 Section III — General Conditions as to the amount thereof, the Owner may make a claim therefore as provided in article for Change of Contract Price. If the acceptance occurs after the Owner Representative's recommendation for final payment an appropriate amount will be paid by Contractor to the Owner. 13.7 OWNER MAY CORRECT DEFECTIVE WORK If Contractor fails within a reasonable time after written notice from Owner's Representative to correct defective Work or to remove and replace rejected Work as required by Owner's Representative in accordance with the article for Correction and Removal of Defective Work or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, the Owner may, after seven days' written notice to Contractor, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph the Owner shall proceed expeditiously. In connection with such corrective and remedial action, the Owner may exclude Contractor from all or part of the site, take possession of all or part of the Work, and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment stored at the site or for which the Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's Representatives, Agents and employees, the Owner's other contractors, and Owner's Representative, Engineer, and Engineer's Consultants access to the site to enable the Owner to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by the Owner in exercising such rights and remedies will be charged against Contractor and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and the Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, the Owner may make a claim therefore as provided in the article for Change of Contract Price. Such claims, costs, losses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time (or Milestones) because of any delay in the performance of the Work attributable to the exercise by the Owner of the Owner's rights and remedies hereunder. 14 PAYMENTS TO CONTRACTOR AND COMPLETION Requests for payment shall be processed in accordance with F.S. 218.735 and as described herein. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.1 APPLICATION FOR PROGRESS PAYMENT Contractor shall submit (not more often than once a month) to Owner's Representative for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the 25th of each month and accompanied by such supporting documentation as is required by the Owner's Representative and the Contract Documents. Unless otherwise stated in the Contract Documents, payment will not be made for materials and equipment not incorporated in the Work. Payment will only be made for that portion of the Work, which is fully installed including all materials, labor and equipment. A retainage of not less than five (5%) of the amount of each Application for Payment for the total of all Work, including as -built survey and Inspector overtime reimbursement, completed to date will be held until final completion and Section III.doc Page 34 of 49 Conformed Documents April 2013 • • Section III — General Conditions acceptance of the Work covered in the Contract Documents. No progress payment shall be construed to be acceptance of any portion of the Work under contract. The Contractor shall review with the Engineer or the Construction Inspector all quantities and work for which payment is being applied for and reach agreement prior to submittal of an Official Pay Request. The Engineer or the Construction Inspector will verify that the on-site marked up as -built drawings are up to date with the work and are in compliance with the Contract Documents. In addition to all other payment provisions set out in this contract, the Owner's Representative may require the Contractor to produce for Owner, within fifteen (15) days of the approval of any progress payment, evidence and/or payment affidavit that all subcontractors and suppliers have been paid any sum or sums then due. A failure on the part of the contractor to provide the report as required herein shall result in further progress or partial payments being withheld until the report is provided. 14.2 CONTRACTOR'S WARRANTY OF TITLE Contractor warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to the Owner no later than the time of payment, free and clear of liens. No materials or supplies for the Work shall be purchased by Contractor or Subcontractor subject to any chattel mortgage or under a conditional sale contact or other agreement by which an interest is retained by the seller. Contractor warrants that he has good title to all materials and supplies used by him in the Work, free from all liens, claims or encumbrances. Contractor shall indemnify and save the Owner harmless from all claims growing out of the lawful demands of Subcontractors, laborers, workmen, mechanics, materialmen, and furnisher's of machinery and parts thereof, equipment, power tools, and all supplies incurred in the furtherance of the performance of this Contract. Contractor shall at the Owner's request, furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged, or waived. If Contractor fails to do so, then the Owner may, after having served written notice on said Contractor either pay unpaid bills, of which the Owner has written notice, or withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged, whereupon payment to Contractor shall be resumed in accordance with the terms of this Contract, but in no event shall the provisions of this sentence be construed to impose any obligations upon the Owner to the Contractor or the Surety. In paying any unpaid bills of the Contractor, the Owner shall be deemed the agent of Contractor and any payment so made by the Owner shall be considered as payment made under the Contract by the Owner to Contractor, and the Owner shall not be liable to Contractor for any such payment made in good faith. 14.3 REVIEW OF APPLICATIONS FOR PROGRESS PAYMENTS The Owner's Representative will within twenty (20) business days after receipt authorize and process payment by the Owner a properly submitted and documented Application for payment, unless the application requires review by an Agent. If the Application for payment requires review and approval by an Agent, properly submitted and documented Applications for payment will be paid by the Owner within twenty-five (25) business days. If an Application for payment • is rejected, notice shall be given within twenty (20) business days of receipt indicating the reasons for refusing payment. The reasons for rejecting an Application will be submitted in writing, specifying deficiencies and identifying actions that would make the Application proper. Section III.doc Page 35 of 49 Conformed Documents April 2013 Section III — General Conditions In the latter case, Contractor may make the necessary corrections and resubmit the Application. The Owner's Representative or Agent may refuse to recommend the whole or any part of any payment to Owner. Owner's Representative or Agent may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or test, nullify any such payment previously recommended, to such extent as may be necessary in Owner Representative's or Agent's opinion to protect the Owner from loss because: (i) the Work is defective, or completed Work has been damaged requiring correction or replacement, (ii) the Contract Price has been reduced by amendment or Change Order, (iii) the Owner has been required to correct defective Work or complete Work, or (iv) Owner's Representative or Agent has actual knowledge of the occurrence of any of the events enumerated in the article on Suspension of Work and Termination. The Owner may refuse to make payment of the full amount recommended by the Owner's Representative or Agent because: (i) claims have been made against the Owner on account of Contractor's performance or furnishing of the Work, (ii) Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to the Owner to secure the satisfaction and discharge of such Liens, (iii) there are other items entitling the Owner to a set-off against the amount recommended, or (iv) the Owner has actual knowledge of any of the events described in this paragraph. The Owner shall give Contractor notice of refusal to pay in accordance with the time constraints of this section with a copy to the Owner's Representative or Agent, stating the reasons for such actions, and Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by the Owner and Contractor, when Contractor corrects to the Owner's satisfaction the reasons for such action. 14.4 PARTIAL UTILIZATION Use by the Owner at the Owner's option of any substantially completed part of the Work which (i) has specifically been identified in the Contract Documents, or (ii) Owner, Engineer, Owner's Representative, and Contractor agree constitutes a separately functioning and usable part of the Work that can be used by the Owner for its intended purpose without significant interference with Contractor's performance of the remainder of the Work, may be accomplished prior to Final Completion of all the Work subject to the following: The Owner at any time may request Contractor in writing to permit the Owner to use any such part of the Work which the Owner believes to be ready for its intended use and substantially complete. If Contractor agrees that such part of the Work is substantially complete, Contractor will certify to Owner, Owner's Representative, and Engineer that such part of the Work is substantially complete and request Owner's Representative to issue a certificate of Substantial Completion for that part of the Work. Contractor at any time may notify Owner, Owner's Representative, and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Owner's Representative to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, Owner, Contractor, Owner's Representative, and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner, Owner's Representative, and Contractor in writing giving the reasons therefore. If Engineer considers that part of the Work to be substantially complete, the provisions of the articles for Substantial Completion and Partial Utilization will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and • access thereto. Section III.doc Page 36 of 49 Conformed Documents April 2013 Section III — General Conditions 14.5 FINAL INSPECTION • Upon written notice from Contractor that the entire Work or an agreed portion thereof is complete, Owner's Representative will make a final inspection with Engineer, Owner and Contractor and will within thirty (30) days notify Contractor in writing of particulars in which this inspection reveals that the Work is incomplete or defective. The Owner's Representative will produce a fmal punch list, deliver it to the Contractor within five (5) days of completion and assign a date for this work to be completed not less than thirty (30) days from delivery of the list. Failure to include any corrective work or pending items does not alter the responsibility of the contractor to complete all the construction services purchased pursuant to the contract. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. • 14.6 FINAL APPLICATION FOR PAYMENT After Contractor has completed all such corrections to the satisfaction of Owner's Representative and has delivered in accordance with the Contract Documents all maintenance and operating instructions, As-built/Record Drawings, schedules, guarantees, Bonds, certificates or other evidence of insurance required by the paragraph for Bonds and Insurance, certificates of inspection, Inspector overtime reimbursement as required in the Contract Documents and other documents, Contractor may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by paragraph for Bonds and Insurance, (ii) consent of the surety, if any or if necessary, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to the Owner) of all Liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of Liens and as approved by the Owner, Contractor may furnish receipts or releases in full and an affidavit of Contractor that: (i) the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with the Work for which the Owner or the Owner's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, Contractor may furnish a Bond or other collateral satisfactory to the Owner to indemnify the Owner against any Lien. Prior to application for final payment, Contractor shall clean and remove from the premises all surplus and discarded materials, rubbish, and temporary structures, and shall restore in an acceptable manner all property, both public and private, which has been damaged during the prosecution of the Work, and shall leave the Work in a neat and presentable condition. 14.7 FINAL PAYMENT AND ACCEPTANCE If through no fault of Contractor, final completion of the Work is significantly delayed and if Owner's Representative so confirms, the Owner shall, upon receipt of Contractor's final Application for payment and recommendation of Owner's Representative, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by the Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph for Bonds and Insurance, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and Section III.doc Page 37 of 49 Conformed Documents April 2013 Section III — General Conditions accepted shall be submitted by Contractor to Owner's Representative with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that such payment shall not constitute a waiver of claims. If on the basis of Owner Representative's observation of the Work during construction and final inspection, and Owner Representative's review of the final Application for Payment and accompanying documentation, all as required by the Contract Documents, Owner's Representative is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Owner's Representative will indicate in writing his recommendation of payment and present the Application to Owner for payment. Thereupon, Owner's Representative will give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of this article. Otherwise, Owner's Representative will return the Application to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application. If the Application and accompanying documentation are appropriate as to form and substance, the Owner shall, within twenty (20) days after receipt thereof pay contractor the amount recommended by Owner's Representative. 14.8 WAIVER OF CLAIMS The making and acceptance of final payment will constitute: a waiver of all claims by the Owner against Contractor, except claims arising from unsettled Liens, from defective Work appearing after final inspection, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from Contractor's continuing obligations under the Contract Documents; and a waiver of all claims by Contractor against the Owner other than those previously made in writing and still unsettled. 15 SUSPENSION OF WORK AND TERMINATION 15.1 OWNER MAY SUSPEND THE WORK At any time and without cause, Owner's Representative may suspend the Work or any portion thereof for a period of not more than ninety (90) days by notice in writing to Contractor, which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if Contractor makes an approved claim therefore as provided in the articles for Change of Contract Price and Change of Contract Time. 15.2 OWNER MAY TERMINATE Upon the occurrence of any one or more of the following events; if Contractor persistently fails to perform the work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule as adjusted from time to time); if Contractor disregards Laws and Regulations of any public body having jurisdiction; if Contractor disregards the authority of Owner's Representative; if Contractor otherwise violates in any substantial way any provisions of the Contract Documents; or if the Work to be done under this Contract is abandoned, or if this Section III.doc Page 38 of 49 Conformed Documents April 2013 • • Section III — General Conditions Contract or any part thereof is sublet, without the previous written consent of the Owner, or if the Contract or any claim thereunder is assigned by Contractor otherwise than as herein specified, or at any time Owner's Representative certifies in writing to the Owner that the rate of progress of the Work or any part thereof is unsatisfactory or that the work or any part thereof is unnecessarily or unreasonably delayed. The Owner may, after giving Contractor (and the surety, if any), seven days' written notice and, to the extent permitted by Laws and Regulations, terminate the services of Contractor, exclude Contractor from the site and take possession of the Work and of all Contractor's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which the Owner has paid Contractor but which are stored elsewhere, and fmish the Work as the Owner may deem expedient. In such case Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by the Owner arising out of or resulting from completing the Work such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to the Owner. Such claims, costs, losses and damages incurred by the Owner will be reviewed by Owner's Representative as to their reasonableness and when so approved by Owner's Representative incorporated in a Change Order, provided that when exercising any rights or remedies under this paragraph the Owner shall not be required to obtain the lowest price for the Work performed. Where Contractor's services have been so terminated by the Owner, the termination will not affect any rights or remedies of the Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by the Owner will not release Contractor from liability. Upon seven (7) days' written notice to Contractor and Owner's Representative, the Owner may, without cause and without prejudice to any other right or remedy of the Owner, elect to terminate the Agreement. In such case, Contractor shall be paid (without duplication of any items): for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; for all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others; and for reasonable expenses directly attributable to termination. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. Section III.doc Page 39 of 49 Conformed Documents April 2013 Section III — General Conditions 15.3 CONTRACTOR MAY STOP WORK OR TERMINATE If, through no act or fault of Contractor, the Work is suspended for a period of more than ninety (90) days by the Owner or under an order of court or other public authority, or the Owner's Representative fails to act on any Application for Payment within thirty (30) days after it is submitted or the Owner fails for thirty (30) days to pay Contractor any sum finally determined to be due, then Contractor may, upon seven (7) days' written notice to the Owner and Owner's Representative, and provided the Owner or Owner's Representative does not remedy such suspension or failure within that time, terminate the Agreement and recover from the Owner payment on the same terms as provided in the article for the Owner May Terminate. However, if the Work is suspended under an order of court through no fault of Owner, the Contractor shall not be entitled to payment except as the Court may direct. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if Owner's Representative has failed to act on an Application for Payment within thirty (30) days after it is submitted, or the Owner has failed for thirty (30) days to pay Contractor any sum finally determined to be due, Contractor may upon seven (7) day's written notice to the Owner and Owner's Representative stop the Work until payment of all such amounts due Contractor. The provisions of this article are not intended to preclude Contractor from making claim under paragraphs for Change of Contract Price or Change of Contract Time or otherwise for expenses or damage directly attributable to Contractor's stopping Work as permitted by this article. 16 DISPUTE RESOLUTION If and to the extent that the Owner and Contractor have agreed on the method and procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method and procedure will proceed. If no such agreement on the method and procedure for resolving such disputes has been reached, subject to the provisions of the article for Decisions on Disputes, the Owner and Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute provided, however, that nothing herein shall require a dispute to be submitted to binding arbitration. 17 MISCELLANEOUS 17.1 SUBMITTAL AND DOCUMENT FORMS The form of all submittals, notices, change orders, pay applications, logs, schedules and other documents permitted or required to be used or transmitted under the Contract Documents shall be determined by the Owner's Representative subject to the approval of Owner. 17.2 GIVING NOTICE Whenever any provision of the Contract Documents requires the giving of written notice, notice will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. Section III.doc Page 40 of 49 Conformed Documents April 2013 • • Section III — General Conditions 17.3 NOTICE OF CLAIM • Should the Owner or Contractor suffer injury or damage to person or property because of any error, omission or any act of the other party or of any of the other party's officers, employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. • 17.4 PROFESSIONAL FEES AND COURT COSTS INCLUDED Whenever reference is made to "claims, costs, losses and damages," the phrase shall include in each case, but not be limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or other dispute resolution costs. 17.5 ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any rights thereunder without the approval of Owner, nor without the consent of surety unless the surety has waived its rights to notice of assignment. 17.6 RENEWAL OPTION Annual Contracts issued through the Engineering Department may be renewed for up to two (2) years, upon mutual consent of both the Owner and the Contractor/Vendor. All terms, conditions and unit prices shall remain constant unless otherwise specified in the contract specifications or in the Invitation to bid. Renewals shall be made at the sole discretion of the Owner, and must be agreed to in writing by both parties. All renewals are contingent upon the availability of funds, and the satisfactory performance of the Contractor as determined by the Construction Department. 17.7 ROLL -OFF CONTAINERS AND/OR DUMPSTERS All City construction projects shall utilize City of Clearwater Solid Waste roll -off containers and/or dumpsters for their disposal needs. For availability or pricing contact Mike Pryor at the City of Clearwater, Solid Waste Department, phone: (727) 562-4923 or email: Michael.Pryor@myClearwater.com. 18 ORDER AND LOCATION OF THE WORK The City reserves the right to accept and use any portion of the work whenever it is considered to the public interest to do so. The Engineer shall have the power to direct on what line or street the Contractor shall work and order thereof. 19 MATERIAL USED All material incorporated into the final work shall be new material unless otherwise approved by the Engineer. If requested by the Engineer, the Contractor shall furnish purchase receipts of all materials. Section III.doc Page 41 of 49 Conformed Documents April 2013 Section III — General Conditions 20 CONFLICT BETWEEN PLANS AND SPECIFICATIONS The various Contract Documents shall be given precedence, in case of conflict, error or discrepancy, as follows: Modifications, Contract Agreement, Addenda, Supplementary General Conditions, General Conditions, Supplementary Technical Specifications, Technical Specifications, Drawings. In a series of Modifications or Addenda the latest will govern. 21 OWNER DIRECT PURCHASE (ODP) OPTION The Owner reserves the right, when identified during the bidding process as part of the project's documents, to contract with the Contractor to purchase certain portions of materials identified in the project as a sales tax savings option in compliance with Florida Law since the Owner is exempt from payment of sales tax. The Contract price includes Florida sales and other applicable taxes for materials, supplies, and equipment, which will be a part of the Contractor's work. The Owner, being exempt from sales tax, reserves the right to make direct purchases of various construction materials included in the Contractor's contract. The Owner purchasing of construction materials, if selected, will be administered on a deductive Change Order basis. Additionally, Purchase Orders will include Owner's Certificate of Exemption number. See SECTION IV, ARTICLE 1.1 - SCOPE DESCRIPTION for ODP items included in the Contract Documents and the APPENDIX for ODP Documents. 22 RESIDENT NOTIFICATION OF START OF CONSTRUCTION 22.1 GENERAL The Contractor shall notify all residents along the construction route or within a 500 -foot radius, unless stated otherwise in the Contract Documents, with a printed door hanger notice indicating the following information about the proposed construction work and the Contractor performing the work: City seal or logo; the scheduled date for the start of construction; the type of construction; general sequence and scheduling of construction events; possibility of water service disruption and/or colored water due to construction efforts; Contractor's name, the Superintendent's name, Contractor address and telephone number; Contractor's company logo (optional); requirement for residents to remove landscaping and/or other private appurtenances which are in conflict with the proposed construction; and other language as appropriate to the scope of Contract work. Sample door hanger including proposed language shall be approved by the City prior to the start of construction. Notification shall be printed on brightly colored and durable card stock and shall be a minimum of 4-1/4 by 11 inches in size. Notification (door hanger) shall be posted to residences and businesses directly affected by the Contractor's activities no later than seven (7) days prior to the start of construction activity. Directly affected by the Contractor's activities shall mean all Contractor operations including staging areas, equipment and material storage, principal access routes across private property, etc. Contractor cannot start without proper seven (7) day notice period to residents. Contractor is required to maintain sufficient staff to answer citizen inquiries during normal business hours and to maintain appropriate message recording equipment to receive citizen inquires after business hours. Resident notification by the Contractor is a non-specific pay item to be included in the bid items provided in the contract proposal. 22.2 EXAMPLE CITY SEAL Section III.doc Page 42 of 49 Conformed Documents April 2013 Section III — General Conditions Of CITY OF CLEARWATER NOTICE OF CONSTRUCTION TODAY'S DATE: / / PLEASE EXCUSE US FOR ANY INCONVENIENCE We are the construction contractor performing (state type of contract) for the City of Clearwater in your area. The work will be performed in the public right-of-way adjacent to your property. This notice is placed a minimum of seven (7) days in advance of construction to notify property owners of the pending start of construction. (Brief description of the construction process to be expected by the property owners) The construction process may necessitate the removal of certain items from the right-of-way. Typical items such as sprinklers, grass, and postal approved mailboxes will be replaced by the contractor within a reasonably short period of time. The replacement of driveways and sidewalks will be made using standard asphalt or concrete materials. The property owner is responsible for the expense and coordination to replace driveways and sidewalks which have customized colors, textures and/or materials. Small trees, shrubs, landscaping materials, unauthorized mailboxes or structures within the right-of-way which must be removed due to the construction process will not be replaced. The property owner is responsible to relocate any such items which the property owner wishes to save prior to the start of construction. Vehicles parked on the streets or within the right-of-way may be required to be placed elsewhere. We are available to answer any questions you may have regarding the construction process or any particular item that must be relocated. Please contact our Construction Manager at (727) . We will be more than happy to assist you. Construction is anticipated to begin on: Company Name Company Address Contractor Phone Number 23 PROJECT INFORMATION SIGNS 23.1 SCOPE AND PURPOSE The Owner desires to inform the general public on the Owner's use and expenditure of public funding for general capital improvement and maintenance projects. To help accomplish this purpose, the Contractor is required to prepare and display public project information signs during the full course of the contract period. These signs will be displayed at all location(s) of active work. Payment to Contractor for the preparation, installation and management of project sign(s) shall be included in the cost of the work. The number of and type of signs will be stated in SECTION IV, ARTICLE 1.1 — SCOPE DESCRIPTION. 23.2 TYPE OF PROJECT SIGN, FIXED OR PORTABLE Sign type shall be "fixed" on stationary projects and "portable" on projects which have extended locations or various locations. The particular wording to be used on the signs will be determined after contract award has been approved. Contractor will be provided the wording to be used on sign at the preconstruction conference. Section III.doc Page 43 of 49 Conformed Documents April 2013 Section III — General Conditions 23.3 FIXED SIGN Fixed sign shall be 4 -foot by 6 -foot (4'x6') in size and painted on a sheet of exterior grade plywood of the same size and a minimum thickness of 1/2 -inches. Sign shall be attached to a minimum of two (2) 4 -inch by 4 -inch (4"x4") below grade pressure treated (P.T.) wooden posts and braced as necessary for high winds. Posts shall be long enough to provide secure anchoring in the ground. Bottom of sign must be a minimum of 24 -inches above the ground. Alternate mounting system or attachment to fencing or other fixed structure can be considered for approval. Sign shall be painted white on both sides with exterior rated paint. 23.4 PORTABLE SIGNS Portable sign shall be a minimum of 24 -inches by 30 -inches (24"x30") in size and will be attached to a standard sized portable traffic barricade. Sign material shall be aluminum, 0.080 - inches or thicker, background of white reflective sheeting, and shall be silkscreen or vinyl lettering. Portable sign shall be two signs located and attached to each side of the traffic barricade. 23.5 SIGN COLORING Background shall be white. Project Descriptive Name shall be in blue lettering. All other lettering shall be black. Basic lettering on sign shall be in all capital letters, of size proportional to the sign itself. Each sign shall depict the City's sun and waves logo. The color of the sun shall be pantone yellow; the wave shall be process blue; and the text shall be black. 23.6 SIGN PLACEMENT Signs shall be placed where they are readily visible by the general public which pass by the project site. Signs are not to be placed where they may become a hazard or impediment to either pedestrian or vehicular traffic. For construction projects outside of the Owner's right-of-way, the signs will be placed on the project site. For projects constructed inside of the Owner's right-of- way, the signs will be placed in the right-of-way. Portable signs are to be moved to the locations of active work on the project. Multiple portable signs will be necessary where work is ongoing in several locations at the same time. Fixed signs are to be placed at the start of construction and will remain in place until the request for final payment. 23.7 SIGN MAINTENANCE The Contractor is responsible for preparation, installation, movement, maintenance, replacement, removal and disposal of all project signs during the full course of the contract period. The Contractor will place and secure portable signs from dislocation by wind or other actions. Signs are to be cleaned as necessary to maintain legibility and immediately replaced if defaced. Section III.doc Page 44 of 49 Conformed Documents April 2013 fa • Section III — General Conditions 23.8 TYPICAL PROJECT SIGN PROJECT NAME (CONTRACT NUMBER) (DEPARTMENT NAME) PROJECT CONTRACTOR: COMPLETION DATE: FUNDING: OWNER'S REPRESENTATIVE: r U rwater 7 24 AWARD OF CONTRACT, WORK SCHEDULE AND GUARANTEE It will be required that the work will commence not later than five (5) calendar days after the Engineer gives written notice to proceed (NTP), which notice shall be given as outlined in Article 2 of these General Conditions. It is further required that all work within this contract be completed within the indicated number of consecutive calendar days as determined in SECTION IV, ARTICLE 1.1 - SCOPE DESCRIPTION. Contract date to commence at issuance of notice to proceed. If the Contractor fails to complete the work within the stipulated time, the City will retain the amount stated in the Contract, per calendar day, for each day that the contract remains incomplete. The work shall be discontinued on Saturdays, Sundays, and approved Holidays. If it becomes necessary for the Contractor to perform work on Saturdays, Sundays, and approved City of Clearwater Employee Holidays, that in the opinion of the Engineer, will require the presence of Inspectors, the Section III.doc Page 45 of 49 Conformed Documents April 2013 Section III — General Conditions Contractor shall pay the City of Clearwater, Florida, the amount of Four Hundred Eighty Dollars ($480.00) per each eight-hour (8) day for each Inspector given such assignment. The Contractor shall remedy any defects in the work at his own expense and pay for any damage to other work resulting therefrom which appear within a period of one (1) year from the date of final acceptance. 25 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM Any company, individual, principal, subsidiary, affiliate, or owner on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or is engaged in business operations in Cuba or Syria, is ineligible for, and may not bid on, submit a proposal for, or enter into or renew a contract with the City of Clearwater for goods or services for an amount equal to or greater than one million ($1,000,000.00) dollars. Therefore, if applicable, each entity submitting a bid, proposal, or response to a solicitation must certify to the City of Clearwater that it is not on either list or engaged in business operations in Cuba or Syria at the time of submitting a bid, proposal or response, in accordance with section 287.135, Florida Statutes. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing, or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce. The certification form (the Certification) is attached hereto, and it must be submitted, along with all other relevant contract documents, at the time of submitting a bid, proposal, or response. Failure to provide the Certification may deem the entity's submittal non-responsive. If the City of Clearwater determines that an entity has submitted a false certification form, been placed either on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, (for contracts entered into or renewed on or after July 1, 2011 through June 30, 2012), or submitted a false certification form, has been placed either on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or been engaged in business operations in Cuba or Syria, (for contracts entered into or renewed on or after July 1, 2012) then the contract may be terminated at the option of the City of Clearwater. Other than the submission of a false certification, the option to waive the aforementioned deficiencies mentioned in the previous sentence may be asserted on a case-by-case basis, at the sole discretion of the City of Clearwater, if to the following conditions are found to exist: A. For Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, (all of the following must occur): 1. The scrutinized business operations were made before July 1, 2011. 2. The scrutinized business operations have not been expanded or renewed after July 1, 2011. 3. The City of Clearwater determines that it is in the best interest of the City to contract with the company or entity. Section III.doc Page 46 of 49 Conformed Documents April 2013 Section III — General Conditions 4. The company or entity has adopted, has publicized and is implementing a formal plan to cease scrutinized business operations and to refrain from engaging in any new scrutinized business operations. B. For Companies Engaged in Business Operations in Cuba or Syria: 1. The business operations were made before July 1, 2012. 2. The business operations have not been expanded or renewed after July 1, 2012. 3. The City of Clearwater determines that it is in the best interest of the City to contract with the company or entity. 4. The company or entity has adopted, has publicized, and is implementing a formal plan to cease business operations and to refrain from engaging in any new business operations in Cuba or Syria. Further, the City may allow a company to bid on, submit a proposal for, or enter into or renew a contract with the City of Clearwater for goods or services for an amount equal to or greater than one million ($1,000,000.00) dollars, if the City makes a public finding that, absent one of the above exemptions, the City would otherwise be unable to obtain goods or services for which the contract is offered. The City retains the right to pursue civil penalties and any other applicable rights and remedies as provided by law for the false submission of the attached certification form. Section III.doc Page 47 of 49 Conformed Documents April 2013 Section III — General Conditions SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED, MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engages in business operations in Cuba and Syria. Authorized Signature Printed Name Title Name of Entity/Corporation Section III.doc Page 48 of 49 Conformed Documents April 2013 • STATE OF COUNTY OF Section III — General Conditions The foregoing instrument was acknowledged before me on this day of , 201, by (name of person whose signature is being notarized) as the (title) of (name of corporation/entity), personally known to me as described herein , or produced a (type of identification) as identification, and who did/did not take an oath. Notary Public Printed Name My Commission Expires: NOTARY SEAL ABOVE Section III.doc Page 49 of 49 Conformed Documents April 2013 Section III — General Conditions Section III.doc Page 50 of 50 Conformed Documents April 2013 • SECTION IV TECHNICAL SPECIFICATIONS Table of Contents: SECTION IV i TECHNICAL SPECIFICATIONS i 1 SCOPE OF WORK 1 1.1 SCOPE DESCRIPTION 1 1.2 SCOPE OF WORK CHECKLIST 1 2 FIELD ENGINEERING 3 2.1 LINE AND GRADE SHALL BE PERFORMED BY THE CONTRACTOR 3 2.1.1 GRADES, LINES AND LEVELS 3 2.1.2 LAYOUT DATA 4 2.2 LINE AND GRADE SHALL BE PERFORMED BY THE CITY 4 3 DEFINITION OF TERMS 4 3.1 REFERENCE STANDARDS 4 3.2 ABBREVIATIONS AND SYMBOLS 4 4 ORDER AND LOCATION OF THE WORK 6 • 5 EXCAVATION FOR UNDERGROUND WORK 6 6 CONCRETE 7 7 EXCAVATION AND FORMS FOR CONCRETE WORK 7 7.1 EXCAVATION 7 7.2 FORMS 7 8 REINFORCEMENT 7 8.1 BASIS OF PAYMENT 8 9 OBSTRUCTIONS 8 10 RESTORATION OR REPLACEMENT OF DRIVEWAYS, CURBS, SIDEWALKS AND STREET PAVEMENT 8 11 WORK IN EASEMENTS OR PARKWAYS 9 12 DEWATERING 9 12.1 GENERAL 9 12.2 PERMIT REQUIREMENTS 10 12.2.1 DEWATERING CONTROL 10 12.2.2 GENERIC PERMIT FOR THE DISCHARGE OF PRODUCED GROUND WATER FROM ANY NON -CONTAMINATED SITE ACTIVITY 10 • 13 SANITARY MANHOLES 12 13.1 BUILT UP TYPE 12 13.2 PRECAST TYPE 13 Section IV i Conformed Documents April 2013 13.2.1 MANHOLE ADJUSTMENT RINGS (GRADE RINGS) 13 13.3 DROP MANHOLES 13 13.4 FRAMES AND COVERS 13 13.5 MANHOLE COATINGS 13 13.6 CONNECTIONS TO MANHOLES 14 14 BACKFILL 14 15 STREET CROSSINGS, ETC. 14 16 RAISING OR LOWERING OF SANITARY SEWER, STORM DRAINAGE STRUCTURES 14 16.1 BASIS OF PAYMENT 14 17 UNSUITABLE MATERIAL REMOVAL 15 17.1 BASIS OF MEASUREMENT 15 17.2 BASIS OF PAYMENT 15 18 UNDERDRAINS 15 18.1 BASIS OF MEASUREMENT 15 18.2 BASIS OF PAYMENT 16 19 STORM SEWERS 16 19.1 AS BUILT INFORMATION 16 19.2 TESTING 16 19.3 BASIS OF PAYMENT 17 20 SANITARY SEWERS AND FORCE MAINS 17 20.1 MATERIALS 17 20.1.1 GRAVITYSEWER PIPE 17 20.1.2 FORCE MAIN PIPE 17 20.2 INSTALLATION 17 20.2.1 GRAVITYSEWER PIPE 17 20.2.2 FORCE MAIN PIPE 18 20.3 AS BUILT DRAWINGS 18 20.4 TESTING 18 20.4.1 TESTING OF GRAVITY SEWERS 18 20.4.2 TESTING OF FORCE MAINS 19 20.5 BASIS OF PAYMENT 19 20.5.1 GRAVITYSEWER PIPE 19 20.5.2 FORCE MAIN PIPE 19 21 DRAINAGE 19 22 ROADWAY BASE AND SUBGRADE 19 22.1 BASE 19 22.1.1 BASIS OF MEASUREMENT FOR BASE AND REWORKED BASE 21 22.1.2 BASIS OF PAYMENT FOR BASE AND REWORKED BASE 21 22.2 SUBGRADE 21 22.2.1 BASIS OF MEASUREMENT 21 22.2.2 BASIS OF PAYMENT 22 Section IV ii Conformed Documents April 2013 • • 23 ASPHALTIC CONCRETE MATERIALS 22 • 23.1 ASPHALTIC CONCRETE 22 23.1.1 AGGREGATE 22 23.1.2 BITUMINOUS MATERIALS 22 23.2 HOT BITUMINOUS MIXTURES PLANT, METHODS, EQUIPMENT & QUALITY ASSURANCE 22 23.3 ASPHALT MIX DESIGNS AND TYPES 23 23.4 ASPHALT PAVEMENT DESIGNS AND LAYER THICKNESS 23 23.5 GENERAL CONSTRUCTION REQUIREMENTS 24 23.6 CRACKS AND POTHOLE PREPARATION 24 23.6.1 CRACKS 24 23.6.2 POTHOLES 24 23.7 ADJUSTMENT OF MANHOLES 25 23.8 ADDITIONAL ASPHALT REQUIREMENTS 25 23.9 SUPERPAVE ASPHALTIC CONCRETE 26 23.10 BASIS OF MEASUREMENT 26 23.11 BASIS OF PAYMENT 26 24 ADJUSTMENT TO THE UNIT BID PRICE FOR ASPHALT 27 25 GENERAL PLANTING SPECIFICATIONS 27 25.1 IRRIGATION 27 25.1.1 DESCRIPTION 27 25.1.2 PRODUCTS 29 • 25.1.3 EXECUTION 33 25.2 LANDSCAPE 36 25.2.1 GENERAL 36 25.2.2 PRODUCTS 41 25.2.3 EXECUTION 44 26 HDPE DEFORMED - REFORMED PIPE LINING 51 26.1 INTENT 51 26.2 PRODUCT AND CONTRACTOR/INSTALLER ACCEPTABILITY 51 26.3 MATERIALS 51 26.4 CLEANING/SURFACE PREPARATION 52 26.5 TELEVISION INSPECTION 52 26.6 LINER INSTALLATION 53 26.7 LATERAL RECONNECTION 53 26.8 TIME OF CONSTRUCTION 53 26.9 PAYMENT 53 27 PLANT MIX DRIVEWAYS 53 27.1 BASIS OF MEASUREMENT 54 27.2 BASIS OF PAYMENT 54 28 REPORTING OF TONNAGE OF RECYCLED MATERIALS 54 • 29 CONCRETE CURBS 54 29.1 BASIS OF MEASUREMENT 54 29.2 BASIS OF PAYMENT 54 Section IV iii Conformed Documents April 2013 30 CONCRETE SIDEWALKS AND DRIVEWAYS 54 30.1 CONCRETE SIDEWALKS 54 30.2 CONCRETE DRIVEWAYS 55 30.3 BASIS OF MEASUREMENT 55 30.4 BASIS OF PAYMENT 55 31 SODDING 55 32 SEEDING 56 33 STORM MANHOLES, INLETS, CATCH BASINS OR OTHER STORM STRUCTURES 56 33.1 BUILT UP TYPE STRUCTURES 56 33.2 PRECAST TYPE 57 33.3 BASIS OF PAYMENT 57 34 MATERIAL USED 57 35 CONFLICT BETWEEN PLANS AND SPECIFICATIONS 57 36 STREET SIGNS 57 37 AUDIO/VIDEO RECORDING OF WORK AREAS 57 • 37.1 CONTRACTOR TO PREPARE AUDIO/VIDEO RECORDING 57 37.2 SCHEDULING OF AUDIO/VIDEO RECORDING 57 37.3 PROFESSIONAL VIDEOGRAPHERS 58 37.4 EQUIPMENT 58 37.5 RECORDED INFORMATION, AUDIO 58 • 37.6 RECORDED INFORMATION VIDEO 58 37.7 VIEWER ORIENTATION 58 37.8 LIGHTING 59 37.9 SPEED OF TRAVEL 59 37.10 VIDEO LOG/INDEX 59 37.11 AREA OF COVERAGE 59 37.12 COSTS OF VIDEO SERVICES 59 38 EROSION AND SILTATION CONTROL 59 38.1 STABILIZATION OF DENUDED AREAS 59 38.2 PROTECTION AND STABILIZATION OF SOIL STOCKPILES 60 38.3 PROTECTION OF EXISTING STORM SEWER SYSTEMS 60 38.4 SEDIMENT TRAPPING MEASURES 60 38.5 SEDIMENTATION BASINS 60 38.6 WORKING IN OR CROSSING WATERWAYS OR WATERBODIES 60 38.7 SWALES, DITCHES AND CHANNELS 61 38.8 UNDERGROUND UTILITY CONSTRUCTION 61 38.9 MAINTENANCE 61 38.10 COMPLIANCE 61 39 UTILITY TIE IN LOCATION MARKING 64 40 AWARD OF CONTRACT, WORK SCHEDULE AND GUARANTEE 64 Section IV iv Conformed Documents April 2013 41 POTABLE WATERMAINS, RECLAIMED WATERMAINS AND APPURTENANCES 64 41.1 SCOPE 64 41.2 MATERIALS 65 41.2.1 GENERAL 65 41.2.2 PIPE MATERL4LS AND FITTINGS 65 41.2.3 GATE VALVES 67 41.2.4 VALVE BOXES 67 41.2.5 HYDRANTS 68 41.2.6 SERVICE SADDLES 69 41.2.7 TESTS, INSPECTION AND REPAIRS 69 41.2.8 BACKFLOW PREVENTERS 69 41.2.9 TAPPING SLEEVES 70 41.2.10 BLOW OFF HYDRANTS 70 41.3 CONSTRUCTION 70 41.3.1 MATERIAL HANDLING 70 41.3.2 PIPE LAYING 70 41.3.3 SETTING OF VALVES, HYDRANTS AND FITTINGS 72 41.3.4 CONNECTIONS TO EXISTING LINES 72 41.4 TESTS 73 41.4.1 HYDROSTATIC TESTS 73 41.4.2 NOTICE OF TEST 73 41.5 STERILIZATION 73 • 41.5.1 STERILIZING AGENT 73 41.5.2 FLUSHING SYSTEM 73 41.5.3 STERILIZATION PROCEDURE 73 41.5.4 RESIDUAL CHLORINE TESTS 74 41.5.5 BACTERIAL TESTS 74 41.6 MEASUREMENT AND PAYMENT 74 41.6.1 GENERAL 74 41.6.2 FURNISHAND INSTALL WATER MAINS 75 41.6.3 FURNISHAND INSTALL FITTINGS 75 41.6.4 FURNISHAND INSTALL GATE VALVES COMPLETE WITH BOXES AND COVERS 75 41.6.5 FURNISHAND INSTALL FIRE HYDRANTS 75 42 GAS SYSTEM SPECIFICATIONS 76 43 TENNIS COURTS 76 43.1 PAVED TENNIS COURTS 76 43.1.1 SOIL TREATMENTS 76 43.1.2 BASE COURSE 76 43.1.3 PRIME COAT 76 43.1.4 LEVELING COURSE 76 43.1.5 SURFACE COURSE 76 43.1.6 COLOR COAT 77 • 43.2 CLAY TENNIS COURTS 78 43.2.1 GENERAL 78 43.2.2 SITE PREPARATION 79 Section IV v Conformed Documents April 2013 43.2.3 SLOPE 79 43.2.4 BASE CONSTRUCTION 80 43.2.5 PERIMETER CURBING 80 43.2.6 SURFACE COURSE 80 43.2.7 ROOT BARRIER 80 43.2.8 FENCING 81 43.2.9 WINDSCREENS 81 43.2.10 COURT EQUIPMENT 81 43.2.11 SHADE STRUCTURE 83 43.2.12 WATER SOURCE (Potable) 83 43.2.13 CONCRETE 83 43.2.14 EXISTING SPORT TENNIS COURT LIGHTING 83 43.2.15 WATER COOLER 84 43.2.16 DEMONSTRATION 84 43.2.17 WARRANTY 84 44 WORK ZONE TRAFFIC CONTROL 85 44.1 CONTRACTOR RESPONSIBLE FOR WORK ZONE TRAFFIC CONTROL 85 44.2 WORK ZONE TRAFFIC CONTROL PLAN 85 44.2.1 WORK ZONE SAFETY 85 44.3 ROADWAY CLOSURE GUIDELINES 86 44.3.1 ALL ROADWAYS 86 44.3.2 MAJOR ARTERIALS, MINOR ARTERIALS, LOCAL COLLECTORS 86 44.3.3 MAJOR ARTERIALS, MINOR ARTERIALS 86 44.3.4 MAJOR ARTERIALS 86 44.4 APPROVAL OF WORK ZONE TRAFFIC CONTROL PLAN 86 44.5 INSPECTION OF WORK ZONE TRAFFIC CONTROL OPERATION 87 44.6 PAYMENT FOR WORK ZONE TRAFFIC CONTROL 87 44.7 CERTIFICATION OF WORK ZONE TRAFFIC CONTROL SUPERVISOR 87 45 CURED -IN-PLACE PIPE LINING 87 45.1 INTENT 87 45.2 PRODUCT AND CONTRACTOR/INSTALLER ACCEPTABILITY 88 45.3 MATERIALS 88 45.4 CLEANING/SURFACE PREPARATION 88 45.5 TELEVISION INSPECTION 89 45.6 LINER INSTALLATION 89 45.7 LATERAL RECONNECTION 89 45.8 TIME OF CONSTRUCTION 89 45.9 PAYMENT 89 46 SPECIFICATIONS FOR POLYETHYLENE SLIPLINING 90 46.1 MATERIALS 90 46.1.1 PIPE AND FITTINGS 90 46.1.2 QUALITY CONTROL 90 46.1.3 SAMPLES 90 46.1.4 REJECTION 90 46.2 PIPE DIMENSIONS 90 46.3 CONSTRUCTION PRACTICES 91 Section IV vi Conformed Documents April 2013 • • 46.3.1 HANDLING OF PIPE 91 • 46.3.2 REPAIR OF DAMAGED SECTIONS 91 46.3.3 PIPE JOINING 91 46.3.4 HANDLING OF FUSED PIPE 91 46.4 SLIPLINING PROCEDURE 91 46.4.1 PIPE REQUIREMENTS AND DIMENSIONS 91 46.4.2 CLEANING AND INSPECTION 91 46.4.3 INSERTION SHAFT AND EXCAVATIONS 92 46.4.4 INSERTION OF THE LINER 92 46.4.5 CONFIRMATION OF PIPE SIZES 92 46.4.6 UNDERDRAIN CONNECTIONS IF REQUIRED 92 46.4.7 BACKFILLING 93 46.4.8 POINT REPAIR 93 46.4.9 CLEAN UP OPERATIONS 93 47 SPECIFICATIONS FOR POLYVINYL CHLORIDE RIBBED PIPE 93 47.1 SCOPE 93 47.2 MATERIALS 93 47.3 PIPE 93 47.4 JOINING SYSTEM 94 47.5 FITTINGS 94 48 GUNITE SPECIFICATIONS 94 48.1 PRESSURE INJECTED GROUT 94 48.2 REHABILITATION OF CORRUGATED METAL PIPE WITH GUNITE 94 48.3 COMPOSITION 94 48.4 STRENGTH REQUIREMENTS 95 48.5 MATERIALS 95 48.6 WATER 95 48.7 REINFORCEMENT 95 48.8 STORAGE OF MATERIALS 95 48.9 SURFACE PREPARATION 96 48.10 PROPORTIONING 96 48.11 MIXING 96 48.12 APPLICATION 96 48.13 CONSTRUCTION JOINTS 97 48.14 SURFACE FINISH 97 48.15 CURING 97 48.16 ADJACENT SURFACE PROTECTION 97 48.17 INSPECTION 98 48.18 EQUIPMENT 98 49 SANITARY AND STORM MANHOLE LINER RESTORATION 99 49.1 SCOPE AND INTENT 99 49.2 PAYMENT 99 49.3 FIBERGLASS LINER PRODUCTS 99 • 49.3.1 MATERIALS 99 49.3.2 INSTALLATION AND EXECUTION 100 49.4 STRONG SEAL MS -2 LINER PRODUCT SYSTEM 100 Section IV vii Conformed Documents April 2013 49.4.1 MATERIALS 101 49.5 INFILTRATION CONTROL 101 • 49.6 GROUTING MIX 101 49.7 LINER MIX 101 49.8 WATER 102 49.9 OTHER MATERIALS 102 49.10 EQUIPMENT 102 49.11 INSTALLATION AND EXECUTION 102 49.11.1 PREPARATION 102 49.11.2 MIXING 103 49.11.3 SPRAYING 103 49.11.4 PRODUCT TESTING 103 49.11.5 CURING 103 49.11.6 MANHOLE TESTING AND ACCEPTANCE 104 49.12 INNERLINE ENVIRONMENTAL SERVICES LINER PRODUCT SYSTEM 104 49.12.1 SCOPE 104 49.12.2 MATERIALS 104 49.12.3 INSTALLATION AND EXECUTION 106 50 PROJECT INFORMATION SIGNS 108 51 IN-LINE SKATING SURFACING SYSTEM 108 51.1 SCOPE 108 51.2 SURFACE PREPARATIONS 109 51.2.1 ASPHALT 109 . 51.2.2 CONCRETE 109 51.2.3 COURT PATCH BINDER MIX 109 51.3 APPLICATION OF ACRYLIC FILLER COAT 109 51.4 APPLICATION OF FORTIFIED PLEXIPAVE 110 51.5 PLEXIFLOR APPLICATION 110 51.6 PLAYING LINES 110 51.7 GENERAL 110 51.8 LIMITATIONS 110 52 RESIDENT NOTIFICATION OF START OF CONSTRUCTION 111 53 GABIONS AND MATTRESSES 111 53.1 MATERIAL 111 53.1.1 GABIONAND RENO MATTRESS MATERIAL 111 53.1.2 GABIONAND MATTRESS FILLER MATERIAL: 113 53.1.3 MATTRESS WIRE 114 53.1.4 GEOTEXTILE FABRIC 114 53.2 PERFORMANCE 114 54 LAWN MAINTENANCE SPECIFICATIONS 115 54.1 SCOPE 115 54.2 SCHEDULING OF WORK 115 54.3 WORK METHODS 116 • 54.3.1 MAINTENANCE SCHEDULING 116 54.3.2 DUTIES PER SERVICE VISIT 116 Section IV viii Conformed Documents April 2013 54.4 LITTER 116 • 54.5 VISUAL CHECK 116 54.6 PLANT TRIMMING AND PALM PRUNING 116 54.7 PHOENIX SPECIES (CANARY DATE, INDIA DATE, PYGMY DATE, ETC.) 116 54.8 DEBRIS REMOVAL 116 54.9 TRAFFIC CONTROL 117 54.10 PEDESTRIAN SAFETY 117 54.11 PLANT FERTILIZATION 117 54.12 WEED REMOVAL IN LANDSCAPED AREA 117 54.13 MULCH CONDITION 117 54.14 IRRIGATION SERVICE AND REPAIR 117 54.15 LAWN AND ORNAMENTAL PEST CONTROL 117 54.16 PALM FERTILIZATION 117 54.17 FREEZE PROTECTION 118 54.18 LEVEL OF SERVICE 118 54.19 COMPLETION OF WORK 118 54.20 INSPECTION AND APPROVAL 118 54.21 SPECIAL CONDITIONS 118 55 MILLING OPERATIONS 119 55.1 EQUIPMENT, CONSTRUCTION & MILLED SURFACE 119 55.2 ADDITIONAL MILLING REQUIREMENTS 119 55.3 SALVAGEABLE MATERIALS 120 55.4 DISPOSABLE MATERIALS 120 • 55.5 ADJUSTMENT AND LOCATION OF UNDERGROUND UTILITIES 120 55.6 ADJUSTMENT OF UTILITY MANHOLES 120 55.7 TYPES OF MILLING 120 55.8 MILLING OF INTERSECTIONS 121 55.9 BASIS OF MEASUREMENT 121 55.10 BASIS OF PAYMENT 121 56 CLEARING AND GRUBBING 121 56.1 BASIS OF MEASUREMENT 121 56.2 BASIS OF PAYMENT 121 57 RIPRAP 121 57.1 BASIS OF MEASUREMENT 121 57.2 BASIS OF PAYMENT 122 58 TREATMENT PLANT SAFETY 122 58.1 HAZARD POTENTIAL 122 58.2 REQUIRED CONTRACTOR TRAINING 122 59 TRAFFIC SIGNAL EQUIPMENT AND MATERIALS 122 59.1 BASIS OF MEASUREMENT AND PAYMENT 123 60 SIGNING AND MARKING 123 • 60.1 BASIS OF MEASUREMENT AND PAYMENT 123 61 ROADWAY LIGHTING 123 Section IV ix Conformed Documents April 2013 61.1 BASIS OF MEASUREMENT AND PAYMENT 123 62 TREE PROTECTION 124 62.1 TREE BARRICADES 124 62.2 ROOT PRUNING 124 62.3 PROPER TREE PRUNING 125 63 PROJECT WEB PAGES 126 63.1 WEB PAGES DESIGN 126 63.2 WEB ACCESSIBILITY GUIDELINES 126 63.3 THE SUN AND WAVES LOGO AND ITS USE 126 63.4 MAPS AND GRAPHICS 127 63.5 INTERACTIVE FORMS 127 63.6 POSTING 127 63.7 WEB PAGES UPDATES 127 64 OVERHEAD ELECTRIC LINE CLEARANCE 127 64.1 CLEARANCE OPTIONS 127 64.2 REQUIRED MINIMUM CLEARANCE DISTANCES 127 Section IV x Conformed Documents April 2013 • • Section IV — Technical Specifications 1 SCOPE OF WORK 1.1 SCOPE DESCRIPTION Project Name: Water Treatment Plant No. 2 — Contract 4: Reverse Osmosis Plant Site Expansion Project Project Number: 10 -0039 -UT -(D) Scope of Work: The completed Work will provide the Owner with an improved Water Treatment Plant #2 via a reverse osmosis upgrade. The Work shall include construction of the following: Site civil improvements (Division 31, 32 and 33) and demolishing selected structures (Division 2). A reverse osmosis (RO) treatment system (Division 43 and 46), an ozone treatment system (Division 46), and an iron treatment system (Division 46). A transfer pump system (Division 43). Five chemical feed systems (Division 43). One new finished water ground storage tank and existing finished water ground storage piping modifications (Division 43). One new concentrate ground storage tank (Division 43). Three new high service pumps, motors, and VFD's (Division 43). Electrical, HVAC, and plumbing systems (Division 22, 26, and 23). Control and alarm system additions and modifications (Division 40). Bulk storage shelter enclosure (Division 13) and buildings to house offices, control room, laboratory, rest rooms, meeting rooms, ancillary rooms and process related equipment and chemical handling faculties (Division 3 to 10, 11, 12 and 14). The Contractor shall provide two (2) Fixed project signs as described in SECTION III, ARTICLE 23 of the Contract Documents. The final number of project signs will be determined at the beginning of the project based on the Contractor's schedule of work submitted for approval. Additional project signs may be required above the indicated amount due to the Contractor's schedule of work, which will be provided at no additional cost to the Owner. ODP Items to be included in the Contract Document: RO Cartridge Filters, RO HP Feed Pump, RO Skids, Ozone Generators and System, Transfer Pumps, High Service Pumps, Electrical ATS, Emergency Generator, Fuel Storage Tank, Magmeters, Controllers & Analyzers, Citect SCADA and Historian Software, Ethernet Switches/Autodialer/Printers, Plant MCP, CIP Control Panel, and Radio Panel, Plant LCP No. 1 PLC Equipment, Plant LCP No. 2 PLC Equipment, and Remote Wells and Interconnect PLC Equipment Substantial completion shall be achieved in 548 consecutive calendar days. CONTRACT PERIOD: 730 CONSECUTIVE CALENDAR DAYS Section IV Page 1 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 1.2 SCOPE OF WORK CHECKLIST Project Name: Water Treatment Plant No. 2 — Contract 4: Reverse Osmosis Plant Site Expansion Project Project Number: 10 -0039 -UT -(D) The following Articles of the Technical Specifications will apply to this contract if marked "X" as shown below. 1 ►1 Scope Of Work 2.1 Line and Grade Shall Be Performed By The Contractor 2.2 ❑ Line and Grade Shall Be Performed By The City 3 /1 Definition Of Terms 4 Z Order And Location Of The Work 5 Z Excavation For Underground Work 6/ 1 Concrete 7 0 Excavation And Forms For Concrete Work 8 / / Reinforcement 9 /1 Obstructions 10 ❑ Restoration Or Replacement Of Driveways, Curbs, Sidewalks And Street Pavement 11 / 1 Work In Easements Or Parkways 12 / 1 Dewatering 13 0 Sanitary Manholes 14 i1 Backfill 15 ❑ Street Crossings, Etc. 16 ❑ Raising Or Lowering Of Sanitary Sewer, Storm Drainage Structures 17 ►1 Unsuitable Material Removal 18 ❑ Underdrains 19 / / Storm Sewers 20 // Sanitary Sewers And Force Mains 21 E1 Drainage 22 L Roadway Base And Subgrade 23 ►1 Asphaltic Concrete Materials 24 ❑ Adjustment To The Unit Bid Price For Asphalt 25/ 1 General Planting Specifications 26 ❑ Hdpe Deformed - Reformed Pipe Lining 27 Al Plant Mix Driveways 28 // Reporting Of Tonnage Of Recycled Materials 29 Concrete Curbs 30 ►1 Concrete Sidewalks And Driveways 31 I1 Sodding 32 ❑ Seeding 33 ® Storm Manholes, Inlets, Catch Basins Or Other Storm Structures 34 Material Used 35 ' Conflict Between Plans And Specifications 36 0 Street Signs 37 i1 AudioNideo Recording Of Work Areas 38 ►1 Erosion And Siltation Control Section IV Page 2 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 39 C Utility Tie In Location Marking 40 Z Award Of Contract, Work Schedule And Guarantee 41 // Potable Water Mains, Reclaimed Water Mains and Appurtenances 42 ❑ Gas System Specifications 43 [ Tennis Courts 44 E Work Zone Traffic Control 45 U Cured -In -Place Pipe Lining 46 Specifications for Polyethylene Sliplining 47 /1 Specifications for Polyvinyl Chloride Ribbed Pipe 48 ❑ Gunite Specifications 49 Sanitary and Storm Manhole Liner Restoration 50 E Project Information Signs 51 ❑ In -Line Skating Surfacing System 52 Eg Resident Notification of Start of Construction 53 ■ Gabions and Mattresses 54 Z Lawn Maintenance Specifications 55 [ Milling Operations 56 /1 Clearing and Grubbing 57 ❑ Riprap 58 [ Treatment Plant Safety 59 ❑ Traffic Signal Equipment and Materials 60 i1 Signing And Marking 61 ❑ Roadway Lighting 62 I Tree Protection 63 ❑ Project Web Pages 64 /1 Overhead Electric Line Clearance 2 FIELD ENGINEERING 2.1 LINE AND GRADE SHALL BE PERFORMED BY THE CONTRACTOR The Contractor shall provide and pay for field engineering service required for the project. Such work shall include survey work to establish lines and levels and to locate and lay out site improvements, structures, and controlling lines and levels required for the construction of the work. Also included are such Engineering services as are specified or required to execute the Contractor's construction methods. Engineers and Surveyors shall be licensed professionals under the laws of the state of Florida. The Contractor shall provide three (3) complete sets of As - built Survey to the Engineer prior to final payment being made as outlined in Section III (General Conditions), Article 6.11.2 of these Contract Documents. 2.1.1 GRADES, LINES AND LEVELS Existing basic horizontal and vertical control points for the project are those designated on the Drawings or provided by the City. Control points (for alignment only) shall be established by the Engineer. The Contractor shall locate and protect control points prior to starting site work and shall preserve all permanent reference points during construction. In working near any permanent property corners or reference markers, the Contractor shall use care not to remove or Section IV Page 3 of 128 Conformed Documents April 2013 Section IV — Technical Specifications disturb any such markets. In the event that markers must be removed or are disturbed due to the proximity of construction work, the Contractor shall have them referenced and reset by a Land Surveyor qualified under the laws of the state of Florida. 2.1.2 LAYOUT DATA The Contractor shall layout the work at the location and to the lines and grades shown on the Drawings. Survey notes indicating the information and measurements used in establishing locations and grades shall be kept in notebooks and furnished to the Engineer with the record drawings for the project. 2.2 LINE AND GRADE SHALL BE PERFORMED BY THE CITY At the completion of all work the contractor shall be responsible to have furnished to the project inspector a replacement of the wooden lath and stakes used in the construction of this project. Excessive stake replacement caused by negligence of Contractor's forces, after initial line and grade have been set, as determined by the City Engineer, will be charged to the Contractor at the rate of $100.00 per hour. Time shall be computed for actual time on the project. All time shall be computed in one-hour increments. Minimum charge is $100.00. The City will generate the project Record construction drawings. 3 DEFINITION OF TERMS For the purpose of these Technical Specifications, the definition of terms from SECTION III, ARTICLE 1 - DEFINITIONS of these Contract Documents shall apply. For the purpose of the Estimated Quantities, the Contractor's attention is called to the fact that the estimate of quantities as shown on the Proposal Sheet is approximate and is given only as a basis of calculation upon which the award of the contract is to be made. The City does not assume any responsibility that the final quantities will remain in strict accordance with estimated quantities nor shall the contractor plead misunderstandings or deception because of such estimate of quantities or of the character or location of the work or of other conditions or situations pertaining thereto. 3.1 REFERENCE STANDARDS Reference to the standards of any technical society, organization, or associate, or to codes of local or state authorities, shall mean the latest standard, code, specification, or tentative standard adopted and published at the date of receipt of bids, unless specifically stated otherwise. 3.2 ABBREVIATIONS AND SYMBOLS Abbreviations used in the Contract Documents are defined as follows: AA Aluminum Association, Inc. AAMA Architectural Aluminum Manufacturers' Association AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute AISI American Iron and Steel Institute AMA Acoustical Materials Association AMCA Air Moving and Conditioning Association, Inc. Section IV Page 4 of 128 Conformed Documents April 2013 Section IV — Technical Specifications ANSI American National Standards Institute APA American Plywood Association ASAE American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASHRAE American Society of Heating Refrigerating and Air Conditioning ASME American Society of Mechanical Engineers ASSE American Society of Sanitary Engineering ASTM American Society for Testing and Materials AWG American Wire Gauge AWMA Aluminum Window Manufacturer's Association AWS American Welding Society AWWA American Water Works Association CFR Code of Federal Regulations CISPI Cast Iron Soil Pipe Institute CRSI Concrete Reinforcing Steel Institute CS Commercial Standards and National Bureau of Standards DEP Department of Environmental Protection (Florida) DOT Department of Transportation (Florida) EPA Environmental Protection Agency FAC Florida Administrative Code FBC Florida Building Code FFPC Florida Fire Prevention Code FGC Florida Gas Code FMC Florida Mechanical Code FPC Florida Plumbing Code FedSpec Federal Specifications HI Standards of Hydraulic Institute IBBM Iron Body, Bronzed Mounted IEEE Institute of Electrical and Electronics Engineers IPS Iron Pipe Size MIL Military Specification NAAMM National Association of Architectural Metal Manufacturers NBFU National Board of Fire Underwriters NEC National Electrical Code NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association NPT National Pipe Thread NWMA National Woodwork Manufacturers' Association PCA Portland Cement Association PCI Prestressed Concrete Institute SBC Standard Building Code (SBCCI) SBCCI Southern Building Code Congress International, Inc. SDI Steel Door Institute SFPC Standard Fire Prevention Code (SBCCI) SGC Standard Gas Code (SBCCI) SJI Steel Joist Institute SMACCNA Sheet Metal and Air Conditioning Contractors' National Section IV Page 5 of 128 Conformed Documents April 2013 Section IV — Technical Specifications Association SMC Standard Mechanical Code (SBCCI) SPC Standard Plumbing Code (SBCCI) SPIB Southern Pine Inspection Bureau SSPC Steel Structures Painting Council TCA Title Council of America UL Underwriters' Laboratories 4 ORDER AND LOCATION OF THE WORK This article deleted. See SECTION III, ARTICLE 18 — ORDER AND LOCATION OF THE WORK. 5 EXCAVATION FOR UNDERGROUND WORK The contractor is responsible to take all necessary steps to conduct all excavation in a manner which provides for the successful completion of the proposed work while at all times maintaining the safety of the workmen, the general public and both public and private property. The contractor's methods of work will be consistent with the standard practices and requirements of all appropriate Safety Regulatory Agencies, particularly the Occupational Safety and Health Administration (OSHA) requirements for excavation. Unless otherwise specifically stated in these plans and specifications, the methods of safety control and compliance with regulatory agency safety requirements are the full and complete responsibility of the contractor. For the purposes of the Contractor's safety planning in the bidding process, the contractor is to consider all excavation to be done in the performance of this contract to be in soil classified as OSHA "Type C". The Contractor's attention is called to specific requirements of OSHA for excavation shoring, employee entry, location of excavated material adjacent to excavation, the removal of water from the excavation, surface encumbrances and in particular the requirement of a "Competent Person" to control safety operations. The Contractor will identify his Competent Person to City staff at the start of construction. City staff are required from time to time to perform inspections, tests, survey location work, or other similar activity in an excavation prepared by the contractor. City staff in conformance with the OSHA Excavation Safety Requirements are to only enter an excavation in compliance with these OSHA standards. The City's staff reserve the option to refuse entry into the Contractor's excavation if, in the opinion of the City's staff, the entry into the Contractor's excavation is unsafe or does not conform OSHA requirements. If this circumstance occurs, the contractor must either provide the necessary safety requirements or provide alternate means for the accomplishment of the City's work at the Contractor's expense. The restoration quantities, if any, contained in the bid proposal for this contract to not contain sufficient quantities to allow the contractor to perform excavation work using strictly the "open cut" method whereby no shoring systems are used and trench side slopes are cut to conform to OSHA safety requirements without a shoring system. In addition to safety reasons, the Contractor is required to use excavation and trench -shoring methods in compliance with all safety requirements which allow the Contractor to control the amount of restoration work necessary to complete the project. Not more than one hundred (100) feet of trench shall be opened at one time in advance of the completed work unless written permission is received from the Engineer for the distance specified. For pipe installation projects, the trench shall be six (6) inches wider on each side than Section IV Page 6 of 128 Conformed Documents April 2013 • • Section IV — Technical Specifications the greatest external horizontal width of the pipe or conduit, including hubs, intended to be laid in them. The bottom of the trench under each pipe joint shall be slightly hollowed, to allow the body of the pipe to rest throughout its length. In case a trench is excavated at any place, excepting at joints, below the grade of its bottom as given, or directed by the Engineer, the filling and compaction to grade shall be done in such manner as the Engineer shall direct, without compensation. 6 CONCRETE Unless otherwise directed, all concrete work shall be performed in accordance with the latest editions of the Design and Control of Concrete Mixtures by the Portland Cement Association, the American Concrete Institute, and FDOT's Standard Specifications. All appropriate testing shall be performed according to the American Society of Testing Materials. Unless otherwise specified, all concrete shall have fiber mesh reinforcing and have a minimum compressive strength of 3000 p.s.i. at 28 days. The cement type shall be Type I and shall conform to AASHTO M-85. The aggregate shall conform to ASTM C-33. All ready mix concrete shall conform to ASTM C-94. The slump for all concrete shall be in the range of 3" to 5", except when admixtures or special placement considerations are required. The Contractor shall notify the Project Inspector a minimum of 24 hours in advance of all concrete placement. All concrete shall be tested in the following manner: Placement of less than 5 cubic yards (cy) shall be tested at the Engineer's discretion. Otherwise, for each class, for each day, for every 50 cy or part thereof exceeding 5 cy, one set of 3 compressive strength cylinders will be required (1 at 7 days and 2 at 28 days). At the discretion of the Engineer, unacceptable test results may require the Contractor to provide further tests, as determined by the Engineer, to determine product acceptability, or need for removal, and compensation or denial thereof. 7 EXCAVATION AND FORMS FOR CONCRETE WORK 7.1 EXCAVATION Excavating for concrete work shall be made to the required depth of the subgrade or base upon which the concrete is to be placed. The base or subgrade shall be thoroughly compacted to a point 6" outside said concrete work before the forms are placed. Concrete shall be poured "in the dry" 7.2 FORMS Forms for concrete work shall be either wood or metal (except curbs, metal only, unless by written permission from Engineer). They shall be free from warps or bends, shall have a depth equal to the dimensions required for the depth of the concrete deposited against them and shall be of sufficient strength when staked to resist the pressure of concrete without moving or springing. 111 8 REINFORCEMENT When required, reinforcement shall be placed in the concrete work. Bar reinforcement shall be deformed: ASTMA-A 615, steel shall be billet Intermediate or Hard Grade: Rail Steel Section IV Page 7 of 128 Conformed Documents April 2013 Section IV — Technical Specifications A.A.S.H.T.O. M42. Twisted Bars shall not be used, Fabric Reinforcement shall conform to the requirements of AASHTO M55 (ASTM A185). Welded deformed steel wire fabric for Concrete reinforcement shall meet the requirements of AASHTO M 221 (ASTM A497). Epoxy coated reinforcing Steel Bars shall meet ASTM 775/A77 M-86 requirements. 8.1 BASIS OF PAYMENT Reinforcement shall not be paid for separately. The cost of such work shall be included in the contract unit price for the item of work specified. 9 OBSTRUCTIONS Any pipes, conduits, wires, mains, footings, driveways, or other structures encountered shall be carefully protected from injury or displacement. Any damage thereto shall be fully, promptly, and properly repaired by the Contractor to the satisfaction of the Engineer and the owner thereof. Should it become necessary to change the position of water or gas or other pipes, sewer drains, or poles, the Engineer shall be at once notified of the locality and circumstances, and no claims for damages arising from the delay in adjusting the pipe, sewer drains or poles shall be made. Failure of the plans to show the location, nature or extent of any existing structures or obstructions shall not be the basis of a claim for extra work. Any survey monument or benchmark which must be disturbed shall be carefully referenced before removal, and unless otherwise provided for, shall be replaced upon completion of the work by a registered land surveyor. Any concrete removed due to construction requirements shall be removed to the nearest expansion joint or by saw cut. Contractor shall consult Inspector for the approved means. 10 RESTORATION OR REPLACEMENT OF DRIVEWAYS, CURBS, SIDEWALKS AND STREET PAVEMENT Driveways, sidewalks, and curbs destroyed or damaged during construction shall be replaced and shall be the same type of material as destroyed or damaged, or to existing City Standards, whichever provides the stronger repair. All street pavement destroyed or damaged shall be replaced with the same type of material, to existing City Standards, unless the existing base is unsuitable as determined by the Engineer, then the base shall be replaced with City approved material. All replaced base shall be a minimum 8" compacted thickness, or same thickness as base destroyed plus 2", if over 6", and compacted to 98% of maximum density per AASHTO T- 180. 180. Unless called for in the proposal as separate bid items, cost of the above work including labor, materials and equipment required shall be included in the bid price per lineal foot of main or square yard of base. The bid price for street pavement, restoration or replacement when called for in the proposals, shall include all materials, labor and equipment required to complete the work, and shall be paid for on a square yard basis. When replacement is over a trench for utilities, the area of replacement shall be limited to twice the depth of the cut plus twice the inside diameter of the pipe. All over this will be at the Contractor's expense. The bid price for restoration or placement of driveways, curbs and sidewalks, when called for in the proposals, shall include all materials, labor and equipment required to complete the work and shall be paid for on the basis of the following units: Driveways, plant mix - per square yard: concrete - per square foot; curbs - per lineal foot; sidewalk 4" or 6" thick - per square foot. Section IV Page 8 of 128 Conformed Documents April 2013 Section IV — Technical Specifications Concrete walks at drives shall be a minimum of 6" thick and be reinforced with 6/6 X 10/10 welded wire mesh (also see Articles 8 and 30). The Contractor shall notify the Project Inspector a minimum of 24 hours in advance of all driveway, curb, sidewalk and street restoration and replacement work. 11 WORK IN EASEMENTS OR PARKWAYS Restoration is an important phase of construction, particularly to residents affected by the construction progress. The Contractor will be expected to complete restoration Activities within a reasonable time following primary construction activity. Failure by the Contractor to accomplish restoration within a reasonable time shall be justification for a temporary stop on primary construction activity or a delay in approval of partial payment requests. Reasonable care shall be taken for existing shrubbery. Contractor shall replace all shrubbery removed or disturbed during construction. No separate payment shall be made for this work. The contractor shall make provision and be responsible for the supply of all water, if needed, on any and all phases of the contract work. The contractor shall not obtain water from local residents or businesses except as the contractor shall obtain written permission. Reuse water is available for the Contractor's use without charge from the City's wastewater treatment plants, provided the water is used on City of Clearwater contractual work. Details for Contractor to obtain and reuse water from the treatment plants will be coordinated at the pre - construction conference. The Contractor's use of reuse water must conform to all regulatory requirements. 12 DEWATERING 12.1 GENERAL Unless specifically authorized by the Engineer, all pipe, except subdrains, shall be laid "in the dry". The contractor shall dewater trench excavation as required for the proper execution of the work, using one or more of the following approved methods: well point system, trenched gravity underdrain system, or sumps with pumps. Well point systems must be efficient enough to lower the water level in advance of the excavation and maintain it continuously in order that the trench bottom and sides shall remain firm and reasonably dry. The well points shall be designed especially for this type of service, and the pumping unit used shall be capable of maintaining a high vacuum, and at the same time, of handling large volumes of air as well as of water. The Contractor shall be responsible for disposing of all water resulting from trench dewatering operations, and shall dispose of the water without damage or undue inconvenience to the work, the surrounding area, or the general public. He shall not dam, divert, or cause water to flow in excess in existing gutters, pavements or other structures: and to do this he may be required to conduct the water to a suitable place of discharge may be determined by the Engineer. The cost of dewatering shall be included in the unit price bid per lineal foot of pipe, or, in the case of other underground structures, in the cost of such structures. Section IV Page 9 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 12.2 PERMIT REQUIREMENTS 12.2.1 DEWATERING CONTROL The City of Clearwater will hold the Contractor responsible for obtaining a Generic Permit for the Discharge of Produced Groundwater from Any Non -Contaminated Site Activity prior to dewatering or discharging into the City's streets, storm sewers or waterways. Prior to discharging produced groundwater from any construction site, the contractor must collect samples and analyze the groundwater, which must meet acceptable discharge limits. The following document has been incorporated into this section for reference... 12.2.2 GENERIC PERMIT FOR THE DISCHARGE OF PRODUCED GROUND WATER FROM ANY NON -CONTAMINATED SITE ACTIVITY City Notification Procedure - Contractor must provide the City of Clearwater Environmental Department with the following information prior to beginning dewatering activities: 1) A copy of all groundwater laboratory results 2) A copy of the FDEP Notification It is recommended that the Contractor call or meet with the City Environmental staff if you have any questions. You may contact the City at 562-4750 for direction or further assistance. STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION GENERIC PERMITOR THE DISCHARGE OF PRODUCED GROUND WATER FROM ANY NON -CONTAMINATED SITE ACTIVITY The facility is authorized to discharge produced ground water from any non -contaminated site activity which discharges by a point source to surface waters of the State, as defined in Chapter 62- 620, F.A.C., only if the reported values for the parameters listed in Table 1 do not exceed any of the listed screening values. Before discharge of produced ground water can occur from such sites, analytical tests on samples of the proposed untreated discharge water shall be performed to determine if contamination exists. Minimum reporting requirements for all produced ground water dischargers. The effluent shall be sampled before the commencement of discharge, again within thirty (30) days after commencement of discharge, and then once every six (6) months for the life of the project to maintain continued coverage under this generic permit. Samples taken in compliance with the provisions of this permit shall be taken prior to actual discharge or mixing with the receiving waters. The effluent shall be sampled for the parameters listed in Table 1. TABLE 1 Screening Values for Discharges into: Parameter Fresh Waters Coastal Waters Section IV Page 10 of 128 Conformed Documents April 2013 Section IV — Technical Specifications Total Organic Carbon (TOC) 10.0 mg/1 10.0 mg/1 PH, standard units 6.0-8.5 6.5-8.5 Total Recoverable Mercury — by Method 1631E 0.0121.1g/1 0.025 µg/1 Total Recoverable Cadmium 9.3 µg/1 9.3 µg/1 Total Recoverable Copper 2.9 µg/1 2.9 µg/1 Total Recoverable Lead 0.03 mg/1 5.614/1 Total Recoverable Zinc 86.014/1 86.014/1 Total Recoverable Chromium (Hex.) 11.014/1 50.0 µg/1 Benzene 1.0 µg/1 1.014/1 Naphthalene 100.014/1 100.0 µg/1 If any of the analytical test results exceed the screening values listed in Table 1, except TOC, the discharge is not authorized by this permit or by the City of Clearwater. (a) For initial TOC values that exceed the screening values listed in Table 1, which may be caused by naturally occurring, high molecular weight organic compounds, the permittee may request to be exempted from the TOC requirement. To request this exemption, the permittee shall submit additional information with a Notice of Intent (NOI), described below, which describes the method used to determine that these compounds are naturally occurring. The Department shall grant the exemption if the permittee affirmatively demonstrates that the TOC values are caused by naturally occurring, high molecular weight organic compounds. (b) The NOI shall be submitted to the appropriate Department district office thirty (30) days prior to discharge, and contain the following information: 1. the name and address of the person that the permit coverage will be issued to; 2. the name and address of the facility, including county location; 3. any applicable individual wastewater permit number(s); 4. a map showing the facility and discharge location (including latitude and longitude); 5. the name of the receiving water; and 6. the additional information required by paragraph (3)(a) of this permit. (c) Discharge shall not commence until notification of coverage is received from the Department. For fresh waters and coastal waters, the pH of the effluent shall not be lowered to less than 6.0 units for fresh waters, or less than 6.5 units for coastal waters, or raised above 8.5 units, unless the permittee submits natural background data confirming a natural background pH outside of Section IV Page 11 of 128 Conformed Documents April 2013 Section IV — Technical Specifications this range. If natural background of the receiving water is determined to be less than 6.0 units for fresh waters, or less than 6.5 units in coastal waters, the pH shall not vary below natural background or vary more than one (1) unit above natural background for fresh and coastal waters. If natural background of the receiving water is determined to be higher than 8.5 units, the pH shall not vary above natural background or vary more than one (1) unit below natural background of fresh and coastal waters. The permittee shall include the natural background pH of the receiving waters with the results of the analyses required under paragraph (2) of this permit. For purposes of this section only, fresh waters are those having a chloride concentration of less than 1500 mg/1, and coastal waters are those having a chloride concentration equal to or greater than 1500 mg/1. In accordance with Rule 62 -302.500(1)(a -c), F.A.C., the discharge shall at all times be free from floating solids, visible foam, turbidity, or visible oil in such amounts as to form nuisances on surface waters. If contamination exists, as indicated by the results of the analytical tests required by paragraph (2), the discharge cannot be covered by this Generic Permit. The facility shall apply for an individual wastewater permit at least ninety (90) days prior to the date discharge to surface waters of the State is expected, or, if applicable, the facility may seek coverage under any other applicable Department generic permit. No discharge is permissible without an effective permit. If the analytical tests required by paragraph (2) reveal that no contamination exists from any source, the facility can begin discharge immediately and is covered by this permit without having to submit an NOI request for coverage to the Department. A short summary of the proposed activity and copy of the analytical tests shall be sent to the applicable Department district office within one (1) week after discharge begins. These analytical tests shall be kept on site during discharge and made available to the Department if requested. Additionally, no Discharge Monitoring Report forms are required to be submitted to the Department. All of the general conditions listed in Rule 62-621.250, F.A.C., are applicable to this Generic Permit. There are no annual fees associated with the use of this Generic Permit. 13 SANITARY MANHOLES 13.1 BUILT UP TYPE Manholes shall be constructed of brick with cast iron frames and covers as shown on the drawings. Invert channels shall be constructed smooth and semicircular in shape conforming to inside of adjacent sewer section. Changes in direction of flow shall be made in a smooth curve of as large a radius as possible. Changes in size and grade of channels shall be made gradually and evenly. Invert channels shall be formed by one of the following methods: form directly into concrete manhole base, build up with brick and mortar, lay half tile in concrete, or lay full section of sewer pipe through manhole and break out top half of pipe. The manhole floor outside of channels shall be made smooth and sloped toward channels. Free drop in manholes from inlet pipe invert to top of floor outside the channels shall not exceed twenty four inches. Standard Drop Manholes shall be constructed wherever free drop exceeds twenty four inches. Manhole steps shall not be provided. Joints shall be completely filled and the mortar shall be smoothed from inside of manholes. Section IV Page 12 of 128 Conformed Documents April 2013 Section IV — Technical Specifications The entire exterior of brick manholes shall be plastered with one half inch of mortar. • Brick used may be solid only. Brick shall be laid radially with every sixth course being a stretcher course. 13.2 PRECAST TYPE Precast Sanitary Manholes shall conform to this specification unless otherwise approved by the City Engineer. AASHTO M 85 Type II cement shall be used throughout with a minimum wall thickness of 5 inches. The precast sections shall conform to ASTM C 478 latest revision. Section joints shall be a tongue and groove with "ram neck" gasket or "0" ring to provide a watertight joint. Minimum concrete strength shall be 4000 psi at 28 days. Three sets of shop drawings and location inventory shall be submitted to the City Engineer for approval. Approval of shop drawings does not relieve contractor of responsibility for compliance to these specifications unless letter from contractor requesting specific variance is approved by the City Engineer. Location inventory submitted with shop drawing shall detail parts of manhole per manhole as numbered on the construction plans. All manhole parts shall be numbered or lettered before being sent to the job site to permit proper construction placement. A plan or list of the numbering system shall be present on the job site when manhole components are delivered. Precast manhole dimensions, drop entry, grout flow of channel, etc., shall be as shown on City of Clearwater Engineering Index #302 Sheets 1 and 2 of 2. • Manhole sections shall be rejected if abused during shipping or placement and if pipe openings are not properly aligned. The "break in" to precast manholes for pipe entry will not be allowed. The manhole base shall be set on a pad of A 1 or A 2 Classification soil approximately five (5) inches thick to secure proper seating and bearing. 13.2.1 MANHOLE ADJUSTMENT RINGS (GRADE RINGS) Between the top of the manhole cone and the manhole cover frame, a manhole adjustment ring shall be installed. The intent of the manhole adjustment ring is to accommodate future grade changes without disturbing the manhole. See Section IV, Article 23.7 — Asphaltic Concrete — Adjustment of Manholes. 13.3 DROP MANHOLES Standard drop inlets to manholes shall be constructed of commercial pipe, fittings and specials as detailed on the drawings. 13.4 FRAMES AND COVERS Manhole frames and covers shall be set in a full bed of mortar with the top of the cover flush with or higher than finished grade as directed. Refer to Detail 301. 13.5 MANHOLE COATINGS 40 The exterior and interior of all built up manholes shall be coated with two (2) coats of Type II Asphalt emulsion, moisture and damp proof (Specification ASTM D 1227 Type II Class I) as Section IV Page 13 of 128 Conformed Documents April 2013 Section IV —Technical Specifications manufactured by W.R. Meadows Sealtite or approved equal. Interior of built up manholes which have sewers entering with a free drop or which receive discharge from a force main shall have the inside plastered with 1/2 -inch of grout and coated as precast manholes below. The exterior of all precast manholes shall have a 15 mil dry thickness of PROCO EP214-351 Sewper Coating or approved equal. The interior shall be AGRU SUREGRIP HDPE or PP -R Liner with a minimum thickness of 2 mm. 13.6 CONNECTIONS TO MANHOLES Connections to existing sanitary manholes using approved PVC sewer main shall be made with a manhole adapter coupling by Flo Control, Inc., or approved water stop coupling. 14 BACKFILL Material for backfill shall be carefully selected from the excavated material or from other sources as may be required by the Engineer. Such material shall be granular, free from organic matter or debris, contain no rocks or other hard fragments greater than 3" in the largest dimension and all fill shall be similar material. Backfill placed around pipes shall be carefully placed around the sides and top of pipe by hand shovels and thoroughly compacted to 12" above the pipe by tamping or other suitable means. Backfill under all types of paving shall be compacted in layers not to exceed 12" in thickness unless alternate method is approved by the Engineer. Backfill shall be a minimum of 98% compaction as determined by the modified Proctor Density Test to the bottom of pavement. Backfill outside of pavement areas shall be compacted the full depth to the ground surface to a minimum of 95% compaction of AASHTO T 180 Standard Density Test. The cost of backfill shall be included in the unit price bid per lineal foot of the pipe, or, in the case of other underground structures, in the cost of such structure. 15 STREET CROSSINGS, ETC. At such crossings, and other points as may be directed by the Engineer, the trenches shall be bridged in an open and secure manner, so as to prevent any serious interruption of travel upon the roadway or sidewalk, and also to afford necessary access to public or private premises. The material used, and the mode of constructing said bridges, and the approaches, thereto, must be satisfactory to the Engineer. The cost of all such work must be included in the cost of the trench excavation. 16 RAISING OR LOWERING OF SANITARY SEWER, STORM DRAINAGE STRUCTURES Sanitary Sewer or Storm Drainage Structures shall be raised or lowered as indicated on the plans or as indicated by the Engineer. 16.1 BASIS OF PAYMENT Payment, unless covered by a bid item, shall be included in the cost of the work. Section IV Page 14 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 17 UNSUITABLE MATERIAL REMOVAL • All unsuitable material, such as muck, clay, rock, etc., shall be excavated and removed from the site. All material removed is property of the Contractor, who shall dispose of said material off- site at his expense. The limits of the excavation shall be determined in the field by the Engineer. • 17.1 BASIS OF MEASUREMENT The basis of measurement shall be the amount of cubic yards of unsuitable material excavated and replaced with suitable material as determined by either cross sections of the excavation, truck measure, or lump sum as specified in the Scope of Work and Contract Proposal. 17.2 BASIS OF PAYMENT The unit price for the removal of unsuitable material shall include: all materials, equipment, tools, labor, disposal, hauling, excavating, dredging, placing, compaction, dressing surface and incidentals necessary to complete the work. If no pay item is given, the removal of unsuitable material shall be included in the most appropriate bid item. 18 UNDERDRAINS The Contractor shall construct sub -surface drainage pipe as directed in the Contract Scope of Work and detail drawings contained in the Project construction plans. In general, underdrain pipe shall be embedded in a bed of #6 FDOT crushed aggregate, located behind the back of curb and aggregate surface covered with a non -degradable fibrous type filter material. A #57 aggregate may be used in lieu of #6 if it is washed and screened to remove fines. The aggregate may be stone, slag or crushed gravel. Unless otherwise noted on the plans, underdrain pipe shall be 8" diameter, polyvinyl chloride pipe, in conformance with ASTM F-758 "Standard Specification For Smooth Wall PVC Underdrain Systems for Highways" latest revision, minimum stiffness of 46 in conformance with ASTM D2412, perforations in conformance with AASHTO M-189 described in FDOT Section 948-4.5 or latest revision and in conformance with ASTM D3034 - SDR 35. Alternate acceptable underdrain pipe material is Contech A-2000 which is a rigid PVC pipe exceeds ASTM Specifications D1784, minimum cell classification of 12454B or 12454C, manufactured per ASTM F949 -93a, minimum pipe stiffness of 50 psi, with no evidence of splitting, cracking or breaking when pipe is tested in accordance with ASTM D2412 at 60% flatting and with a double gasket joint. Underdrain pipe placed beneath existing driveways and roadways shall be non -perforated pipe with compacted backfill. All poly -chloride pipe which has become deteriorated due to exposure to ultra violet radiation shall be rejected. Where ductile iron pipe is specified, pipe material shall be the same as specified for potable water pipe in these technical specifications. All underdrain aggregate shall be fully encased in a polyester filter fabric "sock" (Mirafi 140-N or approved equal) per the construction detail drawings. 18.1 BASIS OF MEASUREMENT Measurement shall be the number of lineal feet of 8" Sub -drain in place and accepted. Section IV Page 15 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 18.2 BASIS OF PAYMENT Payment shall be based upon the unit price per lineal foot for underdrain as measured above, which shall be full compensation for all work described in this section of the specifications and shall include all materials, equipment, and labor necessary to construct the underdrain (specifically underdrain pipe, aggregate and filter fabric). Underdrain clean -outs, sod, driveway, road and sidewalk restoration shall be paid by a separate bid item. 19 STORM SEWERS All storm drain pipe installed within the City of Clearwater shall be reinforced concrete unless otherwise specified or approved by the City Engineer. Said pipe shall comply with Section 941 of the current FDOT Specifications. All reinforced concrete pipe joints shall be wrapped with Mirafi 140N filter fabric or equivalent (as approved by the City Engineer). The cost for all pipe joint wraps shall be included in the unit price for the pipe. All pipe, just before being lowered into a trench, is to be inspected and cleaned. If any difficulty is found in the fitting the pieces together, this fitting is to be done on the surface of the street before laying the pipe, and the tops plainly marked in the order in which they are to be laid. No pipe is to be trimmed or chipped to fit. Each piece of pipe is to be solidly and evenly bedded, and not simply wedged up. Before finishing each joint, some suitable device is to be used to find that the inverts coincide and pipe is clear throughout. 19.1 AS BUILT INFORMATION The Contractor shall submit to the Engineer the stations and left or right offsets of all manholes, inlet structures and terminals ends of subdrains, as measured from the nearest downstream manhole along the centerline of the sewer along with the elevations of the north edge of manhole cover, inverts of all pipe in structures, and the flow line of inlets. (Gutter) 19.2 TESTING The Contractor shall take all precautions to secure a perfectly watertight sewer under all conditions. At the discretion of the City Engineer or his designee, the watertightness of a sewer which has a crown lying below groundwater level may be tested by measuring the infiltration. The watertightness of sewers having crowns lying above groundwater level may be tested by filling the pipe with water so as to produce a hydrostatic head of two feet or more above the crown of the sewer at the upper end of the test section of the water table outside of the sewer, whichever is higher, and then measuring the exfiltration. In no case shall the infiltration or exfiltration exceed 150 gallon per inch of diameter per mile per day. The Contractor shall furnish all labor, materials and equipment to test the amount of infiltration or exfiltration under the Engineer's direction. Where the infiltration or exfiltration is excessive the Contractor at his own expense shall take the necessary steps to remedy such conditions by uncovering the sewer, remaking the joints or by replacing the entire length of sewer as required by the Engineer. No trench made joints may be backfilled until after they have been tested and found to be acceptable. Care shall be taken to avoid flotation. The above tests shall be performed at the discretion of the Engineer on any or all sections of the line. Section IV Page 16 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 19.3 BASIS OF PAYMENT Payment shall be the unit price per lineal foot for storm sewer pipe in place and accepted, measured along the centerline of the storm sewer pipe to the inside face of exterior walls of storm manholes or drainage structures and to the outside face of endwalls. Said unit price includes all work required to install the pipe (i.e. all materials, equipment, filter fabric wrap, labor and incidentals, etc.). 20 SANITARY SEWERS AND FORCE MAINS 20.1 MATERIALS 20.1.1 GRAVITY SEWER PIPE GRAVITY SEWER PIPE SHALL BE POLYVINYL CHLORIDE OR DUCTILE IRON. Polyvinyl chloride pipe and fittings shall conform with ASTM specification D 3034 for S.D.R. 35. Sewer pipe with more than 10 feet of cover shall be SDR 26. The pipe shall be plainly marked with the above ASTM designation. The bell end of joints and fittings shall have a rubber sealing ring to provide a tight flexible seal in conformance with ASTM D 3212 76. The laying length of pipe joints shall be a maximum of 20 -feet. Unless otherwise noted in these specifications or construction plans, Ductile Iron pipe and fittings for gravity sewer shall conform to Section 41 of these Technical Specifications for DIP water main except pipe shall be interior "polylined" in accordance with manufacturer's recommendations. Where sanitary sewer main is to be placed between building lots in a sideline easement, the sewer main shall, insofar as possible, be constructed without manholes or lateral connections within the side easement. The pipe material in the side easement between streets shall be C 900, SDR 18 polyvinyl chloride water main pipe as described in Technical Section 41. A two-way cleanout shall be installed on each lateral at the property line. 20.1.2 FORCE MAIN PIPE FORCE MAIN PIPE SHALL BE POLYVINYL CHLORIDE OR DUCTILE IRON. Unless otherwise noted in the specifications or construction plans, both polyvinyl chloride and ductile iron force main pipe and fittings shall conform to Section 41 of these Technical Specifications for water main pipe except that DIP shall be "polylined" in accordance with manufactures recommendations. All polyvinyl chloride pipe which has become deteriorated due to exposure to ultra violet radiation shall be rejected. 20.2 INSTALLATION 20.2.1 GRAVITY SEWER PIPE Installation of gravity sewer pipe shall be in conformance with recommended practices contained in ASTM D 2321 and Unibell UNI B 5. The bottom trench width in an unsupported trench shall be limited to the minimum practicable . width (typically pipe OD plus 8 to 12 -inch on each side) allowing working space to place and compact the haunching material. The use of trench boxes and movable sheeting shall be Section IV Page 17 of 128 Conformed Documents April 2013 Section IV — Technical Specifications performed in such a manner that removal, backfill and compaction will not disturb compacted haunching material or pipe alignment. Dewatering of the trench bottom shall be accomplished using adequate means to allow preparation of bedding, placement of the haunching material and pipe in the trench without standing water. Dewatering shall continue until sufficient backfill is placed above the pipe to prevent flotation or misalignment. Where pipe bedding is insufficient to adequately support pipe, the contractor will be required to remove unsuitable material and bed pipe in Class I material (1/2" Dia. aggregate) to provide firm support of pipe. Connections to manholes with sanitary pipe shall use a joint 2 feet in length and shall use an approved water stop around pipe joint entry. The laterals shown on the plans do not necessarily reflect exact locations. The contractor is required to locate all existing laterals for reconnection and to coordinate with the construction inspector the location of all new laterals. 20.2.2 FORCE MAIN PIPE Installation of force main pipe shall be in conformance with Section 41 of these Technical Specifications for water main pipe. 20.3 AS BUILT DRAWINGS The contractor shall submit to the Engineer a marked set of "As Built" construction drawings describing both the stations and left or right offset of all lateral terminal ends as measured from the nearest downstream manhole along the center line of the sewer main. The as built drawings will also describe elevations of the north edge of the manhole cover rings and inverts of all main pipes in manholes. 20.4 TESTING 20.4.1 TESTING OF GRAVITY SEWERS The Contractor shall take all precautions to secure a perfectly water tight sewer under all conditions. The water tightness of a sewer which has a crown lying below groundwater level may be tested by measuring infiltration. The water tightness of sewers having crowns lying above groundwater level may be tested by filling the pipe with water so as to produce a hydrostatic head of two feet or more above the crown of the sewer at the upper end of the test section or the water table outside of the sewer, whichever is higher, and then measuring the exfiltration. In no case shall the infiltration or exfiltration exceed 50 gallon per inch of diameter per mile per day. The Contractor shall furnish all labor, materials and equipment to test the amount of infiltration or exfiltration under the Engineer's direction. Where the infiltration or exfiltration is excessive, the Contractor at his own expense shall take the necessary steps to remedy such conditions by uncovering the sewer, remaking the joints or by replacing the entire length of sewer as required by the Engineer. No such repaired joints may be backfilled until after they have been tested and found to be acceptable. Care shall be taken to avoid flotation. The Contractor shall TV inspect all mains to verify the true and uniform grade and the absence of bellies or dropped joints prior to acceptance. Any infiltration, dips or sags of more than 1/4 - inches shall be cause for rejection. Section IV Page 18 of 128 Conformed Documents April 2013 Section IV — Technical Specifications The above tests shall be performed at the discretion of the Engineer on any or all sections of the line. 20.4.2 TESTING OF FORCE MAINS Force mains shall be tested under a hydrostatic pressure of 150 P.S.I. for two (2) hours, as described in Section 41.04 of these Technical Specifications for the testing of water mains. 20.5 BASIS OF PAYMENT 20.5.1 GRAVITY SEWER PIPE Payment for in place sanitary sewer gravity main pipe shall be the unit price per lineal foot per appropriate range of depth of cut as contained in the contract proposal. Measurement for payment shall be along the centerline of the sewer main from center to center of manholes. Payment for laterals shall be the unit price per lineal foot of pipe as measured from the centerline of the sewer main pipe to the terminal end of the lateral pipe including a two-way cleanout at the property line. Payment for sewer pipe shall include all labor, equipment and materials necessary to complete the installation. This shall include clearing and grubbing, excavation, shoring and dewatering, backfill and grading. 20.5.2 FORCE MAIN PIPE Payment and measurement of force main pipe shall be the same as described in Section 41 of these Technical Specifications for water main pipe. 21 DRAINAGE The Contractor shall provide proper outlet for all water courses and drains interrupted during the progress of the work and replace them in as good condition as he found them. 22 ROADWAY BASE AND SUBGRADE 22.1 BASE This specification describes the construction of roadway base and subgrade. The Contractor shall refer to Section IV, Article 1 "Scope of Work" of the city's Contract Specifications for additional roadway base and subgrade items. Roadway base shall be 8" compacted minimum thickness unless otherwise noted on the plans or directed by the Engineer. The subgrade shall be 12" compacted minimum thickness with a minimum Limerock Bearing Ratio (LBR) of 40 unless otherwise noted on the plans or directed by the Engineer. The Contractor shall obtain from an independent testing laboratory a Proctor and an LBR for each type material. The Contractor shall also have an independent testing laboratory perform all required density testing. Where unsuitable material is found within the limits of the base, Section IV, Article 17 (Unsuitable Material Removal) of the city's Contract Specifications will apply. • Once the roadway base is completed, it shall be primed that same day (unless otherwise directed by the Engineer) per Section 300 of FDOT's Standard Specifications (latest edition). Repairs Section IV Page 19 of 128 Conformed Documents April 2013 Section IV — Technical Specifications required to the base that result from a failure to place the prime in a timely manner shall be done to the City's satisfaction, and at the Contractor's expense. No paving of the exposed base can commence until the City approves the repaired base. The cost for placement of prime material shall be included in the bid item for base. The Contractor shall notify the Project Inspector a minimum of 24 hours in advance of all base and subgrade placement or reworking. The following base materials are acceptable: 1. SHELL BASE: Shell base shall be constructed in accordance with Sections 200 and 913 of FDOT's Standard Specifications (latest edition), and shall have a minimum compacted thickness as shown on the plans. The shell shall be FDOT approved. The cost of the prime coat shall be included in the bid item price for base. 2. LIMEROCK BASE: Limerock base shall be constructed in accordance with Sections 200 and 911 of FDOT's Standard Specifications (latest edition), and shall have a minimum compacted thickness as shown on the plans. The limerock shall be from a FDOT approved certified pit. The cost of the prime coat shall be included in the bid item price for base. 3. CRUSHED CONCRETE BASE: Crushed concrete base shall be constructed in accordance with Sections 204 and 901 of FDOT's Standard Specifications (latest edition), and shall have a minimum compacted thickness as shown on the plans. The crushed concrete material shall be FDOT approved. The Contractor shall provide certified laboratory tests on gradation to confirm that the crushed concrete base material conforms to the above specifications. The LBR shall be a minimum of 185. LBR and gradation tests shall be provided to the city by the Contractor once a week for continuous operations, or every 1000 tons of material, unless requested more frequently by the City Engineer or designee. The cost of the prime coat shall be included in the bid item price for base. 4. SOIL CEMENT BASE: Unless otherwise noted, soil cement base shall be constructed in accordance with Section 270 of FDOT's 2000 Standard Specifications, and shall have a minimum compacted thickness as shown on the plans. An Asphalt Rubber Membrane Interlayer (ARMI) shall be included in the pavement design per Section 341 of FDOT's Standard Specifications (latest edition) to minimize reflective cracking unless otherwise noted in the project plans and specifications. The ARMI layer shall be overlaid with asphalt on the same day it is placed for the Contractor to receive full compensation for the work. The soil cement base design shall be by a certified lot under the direction of a Registered Florida Professional Engineer, and must be approved by the City Engineer. Said design shall provide for a minimum of 300 P.S.I. in seven days. All plant mixed soil cement shall be certified by a registered laboratory that has been approved by the Engineer. The only approved method for spreading the cement is the use of a spreader box. The use of a spreader bar for spreading cement will not be allowed. The applying of the cement shall not be allowed when the wind velocity is sufficient to jeopardize material interests (i.e. vehicles, etc.) from airborne cement particles. The density testing frequency shall be at the discretion of the registered Florida Professional Engineer responsible for the soil cement design. Section IV Page 20 of 128 Conformed Documents April 2013 • Section IV — Technical Specifications 5. ASPHALT BASE: Full depth asphalt base shall be constructed in accordance with Section 280 of FDOT's 2000 Standard Specifications, and shall have a minimum compacted thickness as shown on the plans. The cost for preparation, placement and compaction shall be included in the per ton unit cost for asphalt unless otherwise noted in the project scope and plans. The cost of the tack coat shall be included in the bid item price for asphalt or base. 6. REWORKED BASE: When the plans call for the working of the existing base, the finished reworked base shall have a minimum compacted thickness of 8" unless otherwise shown on the plans or directed by the Engineer, and be constructed in accordance with the applicable FDOT requirements for the type of material used. The density requirements (except for asphalt and soil cement base) shall be per Section 200-7 of FDOT's Standard Specifications (latest edition). For asphalt, the density requirements are per Section 330-11 and for soil cement per Section 270-5 of FDOT's 2000 Standard Specifications. 22.1.1 BASIS OF MEASUREMENT FOR BASE AND REWORKED BASE The basis of measurement shall be the number of square yards of base in place and accepted as called for on the plans. The maximum allowable deficiency shall be a half-inch (1/2"). Areas deficient in thickness shall either be fixed by the Contractor to within acceptable tolerance, or if so approved in writing by the City Engineer, may be left in place. No payment, however, will be made for such deficient areas that are left in place. 22.1.2 BASIS OF PAYMENT FOR BASE AND REWORKED BASE • The unit price for base shall include: all materials, roadbed preparation, placement, spreading, compaction, finishing, prime, base, subgrade (unless the plans specify a separate pay item), stabilization, mixing, testing, equipment, tools, hauling, labor, and all incidentals necessary to complete the work. Payment for asphalt base shall be included in the per ton unit cost for asphalt unless otherwise noted in the project scope and plans. 22.2 SUBGRADE All subgrade shall be stabilized and constructed in accordance with Sections 160 and 914 of FDOT's Standard Specifications (latest edition) unless otherwise noted herein. All subgrade shall have a minimum compacted thickness of 12" unless otherwise shown on the plans or directed by the Engineer. If limerock is used, it shall also meet the requirements of Section 911 of FDOT's Standard Specifications (latest edition). Where unsuitable material is found within the limits of the subgrade, Section IV, Article 17 (Unsuitable Material Removal) of the city's Contract Specifications will apply. The extent of said removal shall be determined by the Engineer in accordance with accepted construction practices. The Contractor is responsible for clearing, grading, filling, and removing any trees or vegetation in the roadbed below the subgrade to prepare it per the plans. The cost of this work shall be included in the unit price for base or subgrade. The Contractor shall obtain from an independent testing laboratory the bearing value after the mixing of materials for the stabilized subgrade. 22.2.1 BASIS OF MEASUREMENT • The basis of measurement shall be the number of square yards of stabilized subgrade in place and accepted as called for on the plans. The maximum allowable deficiency for mixing depth Section IV Page 21 of 128 Conformed Documents April 2013 Section IV — Technical Specifications shall be per Section 161-6.4 of FDOT's 2000 Standard Specifications. Acceptable bearing values shall be per Section 160-7.2 of FDOT's 2000 Standard Specifications. Areas deficient in thickness or bearing values shall either be corrected by the Contractor to within acceptable tolerance, or if so approved in writing by the City Engineer, may be left in place. No payment, however, will be made for such deficient areas that are left in place (latest edition). 22.2.2 BASIS OF PAYMENT The unit price for subgrade shall include: roadbed preparation, placement, spreading, compaction, finishing, testing, stabilizing, mixing, materials, hauling, labor, equipment and all incidentals necessary to complete the work. If no pay item is given, subgrade shall be included in the bid item for base. 23 ASPHALTIC CONCRETE MATERIALS This specification is for the preparation and application of all S -Type Marshall Mix Design asphaltic concrete materials on roadway surfaces unless otherwise noted. 23.1 ASPHALTIC CONCRETE 23.1.1 AGGREGATE All aggregates shall be obtained from an approved FDOT source and shall conform to Sections 901 through 915 of FDOT's 2000 Standard Specifications. 23.1.2 BITUMINOUS MATERIALS All bituminous materials shall conform to Section 916 of FDOT's 2000 Standard Specifications. 23.2 HOT BITUMINOUS MIXTURES - PLANT, METHODS, EQUIPMENT & QUALITY ASSURANCE The plant and methods of operation used to prepare all asphaltic concrete and bituminous materials shall conform to the requirements of Section 320 of FDOT's Standard Specifications (latest edition). Unless otherwise noted, all acceptance procedures and quality control/assurance procedures shall conform to the requirements of Section 330 of FDOT's 2000 Standard Specifications. The Contractor shall note that the City shall have the right to have an independent testing laboratory select, test, and analyze, at the expense of the City, test specimens of any or all materials to be used. Tests to be performed by the independent testing laboratory every 1000 tons include, but are not limited to, Marshall stability and flow, extraction/gradation and cores to determine density and thickness. The results of such tests and analyses shall be considered, along with the tests or analyses made by the Contractor, to determine compliance with the applicable specifications for the materials so tested or analyzed. The Contractor hereby understands and accepts that wherever any portion of the work is discovered, as a result of such independent testing or investigation by the City, which fails to meet the requirements of the Contract documents, all costs of such independent inspection and investigation as well as all costs of removal, correction, reconstruction, or repair of any such work shall be borne solely by the Contractor. Payment reductions for asphalt related items shall be determined by the following: Section IV Page 22 of 128 Conformed Documents April 2013 •� Section IV — Technical Specifications 1. Density per Section 330-11 of FDOT's 2000 Standard Specifications. 2. Final surface or friction course tolerances per Section 330-13 of FDOT's 2000 Standard Specifications. 3. Thickness will be determined from core borings. Deficiencies of 1/4" or greater shall be corrected by the Contractor, without compensation, by either replacing the full thickness for a length extending at least 25' from each end of the deficient area, or when the Engineer allows for an overlay per Section 330-15.2.3 of FDOT's Standard Specifications 2000 edition. In addition, for excesses of 1/4" or greater, the Engineer will determine if the excess area shall be removed and replaced at no compensation, or if the pavement in question can remain with payment to be made based on the thickness specified in the contract. The Contractor shall notify the Project Inspector a minimum of 24 hours in advance of the placement of all asphalt. 23.3 ASPHALT MIX DESIGNS AND TYPES All asphalt mix designs shall conform to the requirements of Sections 331 and 337 of FDOT's 2000 Standard Specifications. All asphalt mix designs shall be approved by the Engineer PRIOR to the commencement of the paving operation. Reclaimed asphalt pavement (RAP) material may be substituted for aggregate in the asphaltic concrete mixes up to 25% by weight. 23.4 ASPHALT PAVEMENT DESIGNS AND LAYER THICKNESS All asphalt pavement designs shall conform to the following requirements: Table 1: Layer Thickness for Asphalt (Layers Are Listed in Sequence of Construction) COURSE THICKNESS (Inches) LAYER THICKNESS (Inches) Type S—I Type S—I with Type S—III Top Layer Type S—III FC -3 Type S—III with FC -3 Top Layer Type S—I with FC -3 Top Layer 1st 2nd 1st 2nd 1st 2nd 1st 2nd 1st 2nd 1st 2nd 1 1 1 11/2 11/2 2 11/4 3/4 * 1 1 21/2 11/4 11/4 11/2 1 11/2 1 3 11/2 11/2 2 1 2 1 * At the Engineer's discretion, 2" of S -III is acceptable for use on residential streets • Additional Notes: 1. Type S—III shall be limited to the final (top) structural layer (one layer only). Section IV Page 23 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 2. All asphalt pavement designs shall conform to the requirements of Sections 331 and 337 of FDOT's 2000 Standard Specifications. 3. All pavement designs shall include a minimum of two inches of asphalt. 4. The Contractor shall be responsible to review the project plans for complete pavement design detail. 5. Unless otherwise specified on the plans, Type S—III per Section 331 of FDOT's 2000 Standard Specifications shall be used as final riding surface on streets with the speed limit of less than 35 mph, streets with an average daily traffic (ADT) of less than 3000, and all residential streets. 6. An FC -3 friction course per Section 337 of FDOT's 2000 Standard Specifications shall be used on streets with a speed limit of 35 mph or greater, and streets with an ADT of 3000 or greater. 23.5 GENERAL CONSTRUCTION REQUIREMENTS The general construction requirements for all hot bituminous pavements (including limitations of operations, preparation of mixture, preparation of surface, placement and compaction of mixture, surface requirements, correction of unacceptable pavement, etc.) shall be in accordance with Section 330 of FDOT's 2000 Standard Specifications. 23.6 CRACKS AND POTHOLE PREPARATION 23.6.1 CRACKS Cracks in roadway pavement shall be repaired prior to the application of asphaltic concrete by the following steps: 1. All debris to be removed from cracks by compressed air or other suitable method. 2. Apply a multiple layered application of bituminous binder and fine aggregate, as appropriate to the depth of the crack until the void of the crack is completely filled to the level of the surrounding roadway surface. 3. If application of asphaltic concrete is not to begin immediately after crack repair, cracks are to be sanded to prevent vehicular tracking. 4. Payment for crack filling shall be included in the unit price for asphaltic concrete. 23.6.2 POTHOLES Potholes shall be repaired prior to the application of asphaltic concrete by the following steps: 1. All debris is to be removed from potholes by hand, sweeping, or other suitable method. 2. A tack coat is to be applied to the interior surface of the pothole. 3. The pothole is to be completely filled with asphaltic concrete, and thoroughly compacted. 4. Payment for pothole preparation shall be included in the unit price for asphaltic concrete. Section IV Page 24 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 23.7 ADJUSTMENT OF MANHOLES • The necessary adjustments of sanitary sewer and storm drain manholes and appurtenances shall be accomplished by the Contractor. The Contractor shall be paid on a per unit basis for each item. The use of manhole adjustment risers is acceptable under the following conditions: The riser shall meet or exceed all FDOT material, weld, and construction requirements. The riser shall consist of an A-36 hot rolled steel meeting or exceeding the minimum requirements of A.S.T.M. A-36. The riser shall be a single piece with a stainless steel adjustment stud and shall have a rust resistant finish. The use of cast iron, plastic, or fiberglass risers is not permitted. In addition, the installation of each riser shall be per manufacturer's specifications. Each manhole shall be individually measured, and each riser shall be physically marked to ensure that the proper riser is used. Also, the ring section shall be cleaned, and a bead of chemically resistant epoxy applied to the original casting, prior to installation of the riser. It is the Contractors responsibility to ensure that the manholes are measured, the risers are physically marked, the ring sections are thoroughly cleaned, and that the epoxy is properly applied prior to installation of each riser. If risers are not used, the adjustment of manholes shall be accomplished by the removal of pavement around manhole, grade adjustment of ring and cover, and acceptable replacement and compaction of roadway materials prior to paving. A full depth backfill using asphalt is acceptable. The use of Portland cement for backfill is not acceptable. All manhole and valve adjustments shall be accomplished prior to the application of final asphaltic concrete surface. Unless otherwise noted in the specs or on the plans, the paving operation shall occur within seven (7) calendar days from the completion of the adjustment. On arterial roadways, the manholes are to be ramped with asphalt during the time period between initial adjustment and final resurfacing. Water and gas valves, sewer cleanouts, valve boxes, tree aeration vents, etc. will be adjusted by the Contractor with the cost for this work to be included in the unit cost of the asphalt. Care must be taken around said appurtenances to ensure that they are not paved over. It is the Contractor's responsibility to inform the owners of all utilities of impending work and coordinate their adjustments so they are completed prior to the scheduled paving. 23.8 ADDITIONAL ASPHALT REQUIREMENTS 1. All impacted radius returns within project limits shall be paved unless otherwise directed by the Construction Inspector or Engineer, with payment to be included in the per ton bid item for asphalt. 2. All pavement markings impacted by placement of asphalt shall be replaced prior to the road being open to traffic unless otherwise noted in the contract scope and plans. 3. All project related debris shall be hauled off the job site by the Contractor in a timely manner and at their own expense in conformance with all regulatory requirements. 4. The Contractor shall pay particular attention to sweeping when paving. Prior to paving, all construction areas shall be swept with a Municipal type sweeper (either vacuum or mechanical type) that picks up and hauls off, dust and dirt. The sweeper must be equipped with its own water supply for pre -wetting to minimize dust. Moreover, the Section IV Page 25 of 128 Conformed Documents April 2013 Section IV — Technical Specifications Contractor shall sweep debris off of sidewalks, driveways, curbs and roadways each day before leaving the job site. 5. The application of tack and prime coats (either required or placed at the Engineer's discretion) shall be placed per Section 300 of FDOT's Standard Specifications (latest edition). Tack shall also be applied to the face of all curbs and driveways. The cost (including heating, hauling and applying) shall be included in the per ton bid item for asphalt, unless otherwise noted in the project scope and plans. 6. Leveling course and spot patching shall be applied to sections of the road as noted on the plans, or as directed by the Engineer, per Section 330 of FDOT's 2000 Standard Specifications. The cost shall be included in the per ton unit cost for asphalt, unless otherwise noted in the project scope and plans. 7. If an asphalt rubber binder is required, it shall conform to the requirements of Section 336 of FDOT's 2000 Standard Specifications. 8. On all streets with curb and gutter, the final compacted asphalt shall be 'A" above the lip or face of said curb per City Index 101. 23.9 SUPERPAVE ASPHALTIC CONCRETE 1. Unless otherwise noted in this section, all of the asphaltic concrete specifications in Sections 23.1 through 23.8 above shall apply to superpave asphaltic concrete. All asphaltic concrete pavement shall be designed and placed in accordance with the FDOT Standard Specifications for Road and Bridge Construction (latest edition). 2. All aggregate shall be obtained from an approved FDOT source and shall conform to Sections 901 and 902 of FDOT's Standard Specifications (latest edition). 3. All bituminous materials shall conform to Section 916 of FDOT's Standard Specifications (latest edition). Asphaltic binder shall be Grade PG 67-22 unless otherwise specified in the Scope of Work. 4. All superpave mix designs shall conform to Sections 320 and 334 of FDOT's Standard Specifications (latest edition). 5. All general construction requirements shall conform to Section 330 of FDOT's Standard Specifications (latest edition). 23.10 BASIS OF MEASUREMENT Basis of measurement will be the number of tons of asphaltic concrete completed, in place and accepted. Truck scale weights will be required for all asphaltic concrete used. 23.11 BASIS OF PAYMENT Payment shall be made at the contract unit price for asphaltic concrete surface as specified and measured above. This price shall include all materials, preparation, hauling, placement, tack and/or prime coat either required or placed at Engineer's discretion, leveling, spot patching, filling of cracks, pothole repair, sweeping, debris removal, labor, equipment, tools, and incidentals necessary to complete the asphalt work in accordance with the plans and specifications. Section IV Page 26 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 24 ADJUSTMENT TO THE UNIT BID PRICE FOR ASPHALT 411 When this Article applies to the contract, the unit bid price for asphalt will be adjusted in • accordance with the following provisions: 1. Price adjustment for asphalt shall only be made when the current FDOT Asphalt Price Index varies more than 10% from the bid price at the time of the bid opening. 2. The Bituminous Material Payment Adjustment Index published monthly by the FDOT shall be used for the adjustment of unit prices. This report is available on FDOT's interne site. The address is: http://www11.myflorida.com. It is under the section "Doing Business with FDOT" in the "Contracts Administration" section under "Asphalt Index". For additional information, call FDOT @ 850-414-4000. 3. The FDOT Payment Adjustment Index in effect at the time of the bid opening will be used for the initial determination of the asphalt price. 4. The FDOT Payment Adjustment Index in effect at the time of placement of the asphalt will be used for payment calculation. 5. The monthly billing period for contract payment will be the same as the monthly period for the FDOT Payment Adjustment Index. 6. No adjustment in bid prices will be made for either tack coat or prime coat. 7. No price adjustment reflecting any further increases in the cost of asphalt will be made for any month after the expiration of the allowable contract time. 8. The City reserves the right to make adjustments for decreases in the cost of asphalt. 25 GENERAL PLANTING SPECIFICATIONS 25.1 IRRIGATION 25.1.1 DESCRIPTION A. The work specified in this Section consists of the installation of an automatic underground irrigation system as shown or noted in the plans. Provide all labor, materials, equipment, services and facilities required to perform all work in connection with the underground sprinkler irrigation system, complete, as indicated on the drawings and/or specified. Work noted as "NIC", "existing", or "by others" is not included in this pay item. B. The irrigation plans are schematic in nature. Valves and pipes shall be located in the turf/landscape areas except at road/paving crossings. All piping under paving shall be sleeved. Changes in the irrigation system layout shall be modified with the approval of the Engineer. 25.1.1.1 QUALITY ASSURANCE A. The irrigation work shall be installed by qualified personnel or a qualified irrigation subcontracting company that has experience in irrigation systems of similar size, scope, mainline, system pressure, controls, etc. Section IV Page 27 of 128 Conformed Documents April 2013 Section IV — Technical Specifications B. All applicable ANSI, ASTM, FED.SPEC. Standards and Specifications, and all applicable building codes and other public agencies having jurisdiction upon the work shall apply. C. Workmanship: All work shall be installed in a neat, orderly and responsible manner with the recognized standards of workmanship. The Engineer reserves the right to reject material or work which does not conform to the contract documents. Rejected work shall be removed or corrected at the earliest possible time at the contractor's expense. D. Operation and Maintenance Manuals: The contractor shall prepare and deliver to the Engineer within ten (10) calendar days prior to completion of construction a minimum of three (3) hard cover binders with three rings containing the following information: 1. Index sheet stating the contractor's address and business telephone number, 24 hour emergency phone number, person to contact, list of equipment with name(s) and address(es) of local manufacturer's representative(s) and local supplier where replacement equipment can be purchased. 2. Catalog and part sheet on every material and equipment installed under this contract. 3. Complete operating and maintenance instructions on all major equipment. 4. Provide the Engineer and the City of Clearwater maintenance staff with written and "hands on" instructions for major equipment and show evidence in writing to the Engineer at the conclusion of the project that this service has been rendered. a. Four-hour instruction (minimum) for the Drip Emitter equipment operation and maintenance. b. Two-hour instruction (minimum) for automatic control valve operation and maintenance. 25.1.1.2 PROJECT CONDITIONS A. The Irrigation Contractor shall coordinate the work with all other trades, all underground improvements, the location and planting of trees and all other planting. Verify planting requiring excavation 24 in. diameter and larger with the Engineer prior to installation of main lines. B. Provide temporary irrigation at all times to maintain plant materials. C. The Irrigation Contractor is responsible to maintain the work area and equipment until final acceptance by the Engineer. Repairs and replacement of equipment broken, stolen, or missing as well as regular maintenance operations shall be the obligation of the contractor. D. The Irrigation Contractor shall submit a traffic control plan (per FDOT specifications) to the Engineer prior to initiating construction on the site. The Contractor shall be responsible for the maintenance of traffic signs, barriers, and any additional equipment to comply with the FDOT standards and to ensure the safety of its employees and the public. 25.1.1.3 WARRANTY A. The Manufacturer(s) shall warrant the irrigation system components to give satisfactory service for one (1) year period from the date of acceptance by the Engineer and the City Section IV Page 28 of 128 Conformed Documents April 2013 Section IV — Technical Specifications of Clearwater. Should any problems develop within the warranty period due to inferior or faulty materials, they shall be corrected at no expense to the City of Clearwater or FDOT. 25.1.2 PRODUCTS 25.1.2.1 GENERAL A. All materials throughout the system shall be new and in perfect condition. No deviations from the specifications shall be allowed except as noted. 25.1.2.2 PIPING A. The irrigation system pipe shall be as stated herein and shall be furnished, installed and tested in accordance with these specifications. B. All pipe is herein specified to be Polyvinyl Chloride (PVC) Pipe, 1120, Schedule 40, conforming to ASTM D2665 and D1785. C. All nipples, pipe connections, bushings, swing joints, connecting equipment to the mainline is required to be threaded Polyvinyl Chloride (PVC) Pipe, Schedule 80. 25.1.2.3 PIPE FITTINGS A. All pipe fittings for Schedule 40 PVC pipe shall be as follows: Fittings shall conform to the requirements of ASTM D2466, Standard Specification for Polyvinyl Chloride (PVC) Plastic Pipe Fittings, Schedule 80. All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable IPS schedule and NSF seal of approval. The connection of mainline pipe to the automatic control valve shall be assembled with threaded Schedule 80 fittings and threaded Schedule 80 nipples. 25.1.2.4 PVC PIPE CEMENT AND PRIMER A. Provide solvent cement and primer for PVC solvent weld pipe and fittings as recommended by the manufacturer. Pipe joints for solvent weld pipe to be belled end. B. Purple primer shall be applied after the pipe and fittings has been cut and cleaned. The Primer shall be of contrasting color and be easily recognizable against PVC pipe. 25.1.2.5 THREADED CONNECTIONS A. Threaded PVC connections shall be made using Teflon tape or Teflon pipe sealant. 25.1.2.6 GATE VALVES 25.1.2.6.1 MANUAL GATE VALVES 2 IN. AND SMALLER A. Provide the following, unless otherwise noted on Drawings: 1. 200-250 psi Ball Valve 2. PVC body - with Teflon Ball Seals 3. Threaded -Dual end Union Connectors 4. Non -Shock Safe -T Shear Stem Section IV Page 29 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 5. Safe -T Shear True Union Ball Valve as manufactured by Spears Manufacturing Company , Sylmer, California, or approved equal. 25.1.2.6.2 GATE VALVES 21/2" IN. AND LARGER A. Provide the following, unless otherwise noted on Drawings: 1. AWWA-C-509 2. 2001b. O.W.G. 3. Cast Iron body - ASTM A 126 Class B 4. Deep socket joints 5. Rising stem 6. Bolted bonnet 7. Double disc 8. Equipped with 2" square operating key with tee handle B. Provide two (2) operating keys for gate valve 3" and larger. The "street key" shall be 5' long with a 2" square operating nut. 25.1.2.7 SLEEVES A. Sleeves: (Existing by City of Clearwater) 25.1.2.8 REMOTE CONTROL VALVES A. The remote control valve shall be a solenoid actuated, balance -pressure across -the diaphragm type capable of having a flow rate of 25-30 gallons per minute (GPM) with a pressure loss not to exceed 6.1 pounds per square inch (PSI). The valve pressure rating shall not be less than 150 psi. B. The valve body and bonnent shall be constructed of high impact weather resistant plastic, stainless steel and other chemical/UV resistant materials. The valve's one-piece diaphragm shall be of durable santoprene material with a clog resistant metering orifice. C. The valve body shall have a 1" inch (FNPT) inlet and outlet or a one inch slip by slip inlet and outlet for solvent weld pipe connections. D. The valve construction shall be as such to provide for all internal parts to be removable from the top of the valve without disturbing the valve installation. E. The valve shall be as manufactured by Rain Bird Sprinkler Mfg. Corp., Glendora, California, or approved equal. F. Identify all control valves using metal I.D. tags numbered to match drawings. 25.1.2.9 VALVE BOXES A. For remote control drip valve assembly and UNIK control timer use a Brooks #36 concrete value box with #36-T cast iron traffic bearing cover, or approved equal. B. For flush valve assembly use an Ametek #181014 (10") circular valve box with #181015 cover comparable to Brooks, or approved equal. Section IV Page 30 of 128 Conformed Documents April 2013 Section IV — Technical Specifications C. For air relief assembly use an Ametek #182001 (6") economy turf box cover comparable to Brooks, or approved equal. 25.1.2.10 DRIP IRRIGATION with #182002 25.1.2.10.1 CONSTRUCTION A. Techline shall consist of nominal sized one-half inch (1/2") low-density linear polyethylene tubing with internal pressure compensating, continuously self-cleaning, integral drippers at a specified spacing, (12", 18", or 24" centers). The tubing shall be brown in color and conform to an outside diameter (O.D.) of 0.67 inches and an inside diameter (I.D.) of 0.57 inches. Individual pressure compensating drippers shall be welded to the inside wall of the tubing as an integral part of the tubing assembly. These drippers shall be constructed of plastic with a hard plastic diaphragm retainer and a self- flushing/cleaning elastomer diaphragm extending the full length of the dripper. 25.1.2.10.2 OPERATION A. The drippers shall have the ability to independently regulate discharge rates, with an inlet pressure of seven to seventy (7-70) pounds per square inch (PSI), at a constant flow and with a manufacturer's coefficient of variability (Cv) of 0.03. Recommended operating pressure shall be between 15-45 PSI. The dripper discharge rate shall be 0.4, 0.6, or 0.9 gallons per hour (GPH) utilizing a combination turbulent flow/reduced pressure compensation cell mechanism and a diaphragm to maintain uniform discharge rates. The drippers shall continuously clean themselves while in operation. The dripperline shall be available in 12", 18" and 24" spacing between drippers unless otherwise specified. Techline pipe depth shall be under mulch unless otherwise specified on Plans. Maximum system pressure shall be 45 PSC. Filtration shall be 120 mesh or finer. Bending radius shall be 7". B. For on -surface or under mulch installations, 6" metal wire staples (TLS6) shall be installed 3'-5' on center, and two staples installed at every change of direction. 25.1.2.10.3 LINE FLUSHING VALVES A. The sub -surface system shall utilize Automatic Line Flush Valves at the end of each independent zone area. This valve shall be capable of flushing one gallon at the beginning of each irrigation cycle. The valves shall match the dripline manufacturer and connect directly to the dripline. 25.1.2.10.4 AIR/VACUUM RELIEF VALVE A. Each independent irrigation zone shall utilize an Air/Vacuum Relief Valve at its high point(s). The air and vacuum relief valve shall seal effectively from 2 to 110 psi. 25.1.2.10.5 PRESSURE REGULATORS A. The pressure regulator shall be designed to handle steady inlet pressures over 150 pounds per square inch (psi) and maintain a constant outlet pressures of 25 psi. Regulating accuracy shall be within =/-6%. The pressure regulator shall be manufactured from high - impact engineering grade thermoplastics. Regulation shall be accomplished by a fixed stainless steel compression spring which shall be enclosed in a chamber separate from the water passage. Section IV Page 31 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 25.1.2.10.6 FILTERS A. The filter shall be a multiple disc type filter with notation indicating the minimum partial size to travel through or the mesh size of the element being used. The discs shall be constructed of chemical resistant thermoplastic for corrosion resistance. 25.1.2.10.7 FITTINGS A. All connections shall be made with barb or compression type fitting connections. Fittings and dripline shall be as manufactured by the manufacturer of the dripline to ensure the integrity of the subsurface irrigation system. 25.1.2.11 AUTOMATIC CONTROL TIMER A. The irrigation controller (control module) shall be programmable by a separate transmitter device only. The program shall be communicated to the Control Module from the Field Transmitter via an infrared connection. The controller shall be of a module type which may be installed in a valve box underground. The controller shall function normally if submerged in water and the communication from the transmitter shall function if submerged in water. B. The control module shall be housed in an ABS plastic cabinet and shall be potted to insure waterproof operation. The control module shall have two mounting slots for screws allowing the module to be securely mounted inside a valve box. C. The controller shall operate on one nine volt alkaline battery for one full year regardless of the number of stations utilized. The controller shall operate 1, 2, or 4 stations either sequentially or independently. D. The controller shall have three independent programs with eight start times each, station run time capability from one minute to twelve hours in one minute increments, and a seven day calendar. The controller shall turn on stations via latching solenoids installed on the valves. Manual operations shall be initiated by attaching the Field Transmitter to the Control Module and programming a manual start. The controller shall be capable of manual single station or manual program operation. E. The controller shall be as manufactured by Rain Bird Sprinkler Mfg. Corp., Glendora, California USA. 25.1.2.12 FIELD TRANSMITTER A. The irrigation controller shall be programmable by a separate transmitter device (Field Transmitter) only. The Field Transmitter shall communicate to the Control Module via an infrared connection. The Field Transmitter shall be water resistant and housed in ABS plastic and have a removable, reversible protective sheath. The Field Transmitter shall operate on one 9V alkaline battery. B. The Field Transmitter shall have a large LCD screen and a seven -key programming pad. A beep sound shall confirm every key stroke. The screen shall automatically turn off after one minute when not in use. C. The Field Transmitter shall be capable of programming an unlimited number of UNIK Control Modules. Section IV Page 32 of 128 Conformed Documents April 2013 • Section IV — Technical Specifications D. The Field Transmitter shall be as manufactured by Rain Bird Sprinkler Mfg. Corp., Glendora, California USA. 25.1.2.13 LATCHING SOLENOID A. The Latching Solenoid shall be supplied with an installed, filtered adapter allowing installation of the solenoid onto any Rain Bird DV, PGA, PEB, PES -B, GB, of EFB series valve. B. The Latching Solenoid shall be as manufactured by Rain Bird Sprinkler Mfg. Corp., Glendora, California USA. 25.1.3 EXECUTION 25.1.3.1 GENERAL INSTALLATION REQUIREMENTS A. Before work is commenced, hold a conference with the Engineer to discuss general details of the work. B. Verify dimensions and grades at job site before work is commenced. C. During the progress of the work, a competent superintendent and any assistants necessary shall be on site, all satisfactory to the Engineer. This superintendent shall not be changed, except with the consent of the Engineer. The superintendent shall represent the Contractor in his absence and all directions given to the superintendent shall be as binding as if given to the Contractor. • D. Obtain and pay for all irrigation and plumbing permits and all inspections required by outside authorities. • E. All work indicated or notes on the Drawings shall be provided whether or not specifically mentioned in these Technical Special Provisions. F. If there are ambiguities between the Drawings and Specifications, and specific interpretation or clarification is not issued prior to bidding, the interpretation or clarification will be made only by the Engineer, and the Contractor shall comply with the decisions. In event the installation contradicts the directions given, the installation shall be corrected by the Contractor at no additional cost. G. Layout of sprinlder lines shown on the Drawing is diagrammatic only. Location of sprinkler equipment is contingent upon and subject to integration with all other underground utilities. Contractor shall employ all data contained in the contract Documents and shall verify this information at the construction site to confirm the manner by which it relates to the installation. H. Do not proceed with the installation of the sprinlder system when it is apparent that obstructions or grade differences exist or if conflicts in construction details, legend, or specific notes are discovered. All such obstructions, conflicts, or discrepancies shall be brought to the attention of the Engineer. I. The disturbance of existing paving will not be permitted. Install all required sleeving prior to roadway base. Section IV Page 33 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 25.1.3.2 EXCAVATING AND BACKFILLING 25.1.3.2.1 TRENCHING - GENERAL A. Dig sides of trenches straight. Provide continuous support for pipe on bottom of trenches. Lay pipe to uniform grade. Trenching excavation shall follow layout indicated on Drawings. B. Maintain 6 in. horizontal and minimum clearance between sprinkler lines and between all lines of other trades. C. Do not install sprinkler lines directly above another line of any kind. D. Maintain 6 in. vertical minimum between sprinkler lines which cross at angles of 45 degrees to 90 degrees. E. Exercise care when excavating, trenching and working near existing utilities. 25.1.3.2.2 BACKFILLING A. All pressure supply lines (mainline) shall have 18" of fill placed over the pipe. B. Initial backfill on all lines shall be of a fine granular material with no foreign matter larger than '/2 in. C. Compact backfill according to Section 125 of FDOT Specification Book, 1996 Edition. D. Do not, under any circumstances, use equipment or vehicle wheels for compacting soil. E. Restore grades and repair damages where settling occurs. F. Compact each layer of fill with approved equipment to achieve a maximum density per AASHTO T 180 - latest edition. Under landscaped area, compaction shall not exceed 95% of maximum density. G. Compaction shall be obtained by the use of mechanical tampers or approved hand tampers. When hand tampers are used, the materials shall be deposited in layers not more than six (6") inches thick. The hand tampers shall be suitable for this purpose and shall have a face area of not more than 100 square inches. Special precautions shall be taken to prevent damage to the irrigation system piping and adjacent utilities. 25.1.3.2.3 ROUTING OF PIPING: A. Routing of pressure and non -pressure piping lines are indicated diagrammatically on Drawings. B. Coordinate specimen trees and shrubs with routing of lines. 1. Planting locations shall take precedence over sprinkler and piping locations. 2. Report to Owner any major deviation from routing indicated. C. Conform to Drawings layout without offsetting the various assemblies from the pressure supply line. D. Layout drip tube and make any minor adjustments required due to differences between site and Drawings. Any such deviations in layout shall be within the intent of the original Drawings, and without additional cost. Section IV Page 34 of 128 Conformed Documents April 2013 Section IV — Technical Specifications E. Layout all systems using an approved staking method, and maintain the staking of approved layout. 25.1.3.3 INSTALLATION 25.1.3.3.1 WATER SUPPLY A. Connections to the water sources shall be at the approximate locations indicated on the Drawings. Make minor changes caused by actual site conditions without additional cost to the Owner. 25.1.3.3.2 ASSEMBLIES A. Routing or pressure supply lines as indicated on Drawings is diagrammatic only. Install lines and required assemblies in accordance with details on Drawings. B. Do not install multiple assemblies on plastic lines. Provide each assembly with its own outlet. When used, the pressure relief valve shall be the last assembly. C. Install all assemblies in accord with the respective detail Drawings and these Technical Special Provisions. D. Plastic pipe and threaded fittings shall be assembled using Teflon tape, applied to the male threads only. 25.1.3.3.3 SLEEVES: (EXISTING BY CITY OF CLEARWATER) A. The contractor shall verify the location of all existing sleeves as shown on the roadway, utility and/or irrigation plans and notify the Engineer of any discrepancies. 25.1.3.3.4 PLASTIC PIPE A. Install plastic pipe in accord with manufacturer's recommendations. B. Prepare all welded joints with manufacturer's cleaner prior to applying solvent. 1. Allow welded joints as least 15 minutes setup/curing time before moving or handling. 2. Partially center load pipe in trenches to prevent arching and shifting when water pressure is on. 3. Do not permit water in pipe until a period of at least four hours has elapsed for solvent weld setting and curing, unless recommended otherwise by solvent manufacturer. C. Curing 1. When the temperature is above 80 degrees F., allow soluble weld joints at least 24 hours curing time before water is introduced under pressure. D. Flushing the system: 1. After all sprinlder pipe lines and risers are in place and connected, open the control valves and flush out the system with a full head of water. E. Installing piping under existing pavement: 1. Piping under existing pavement may be installed by jacking & boring. Section IV Page 35 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 2. Secure permission from the Engineer before cutting or breaking any existing pavement. All repairs and replacements shall be approved by Engineer and shall be accomplished at no additional cost. 25.1.3.3.5 CONTROLLERS A. Install all automatic controllers as shown in the plans. 1. The location of all controllers shall be approved by the Engineers representative prior to installation. 25.1.3.3.6 REMOTE CONTROL VALVES A. Install at sufficient depth to provide not more than 6 in., nor less than 4 in. cover from the top of the valve to finish grade. B. Install valves in a plumb position with 24 in. minimum maintenance clearance from other equipment, 3 feet minimum from edges of sidewalks, buildings, and walls, and no closer than 7 feet from the back of curb or edge of pavement along roadways. C. Contractor shall adjust the valve to provide the proper flow rate or operating pressure for each sprinkler zone. 25.1.3.3.7 GATE VALVES A. Install where indicated and with sufficient clearance from other materials for proper maintenance. B. Check and tighten valve bonnet packing before backfill. 25.2 LANDSCAPE 25.2.1 GENERAL 25.2.1.1 RELATED DOCUMENTS A. The Contract Documents shall include the Plans, Details, Specifications, Bid Proposal, Contract Agreement, including Installation Schedule, all Addenda, and Contractual and Special Conditions when required. 25.2.1.2 REQUIREMENTS OF REGULATORY AGENCIES A. Comply with Federal, State, Local, and other duly constituted authorities and regulatory agencies, without additional cost to the Owner in matters pertaining to codes, safety, and environmental matters. B. Any permits for the installation or construction of any of the work included under the contract, which are required by any of the legally constituted authorities having jurisdiction, shall be arranged for by the Contractor and paid for directly by the Contractor, unless otherwise agreed upon in writing. 25.2.1.3 SCOPE OF WORK A. All provisions of Contract, including General and Special Provisions and Plans, apply to the work specified in this Section. The Scope of Work includes everything for and Section IV Page 36 of 128 Conformed Documents April 2013 Section IV — Technical Specifications incidental to executing and completing all landscape work shown on the Plans, Schedules, Notes and as specified herein. B. Furnish and provide all labor, plants and materials tools and equipment necessary to prepare the soil for plantings, to install and care for all plant materials (including finish grading if necessary); to remove and/or transplant existing plants if indicated; to furnish, plant, fertilize, guy and brace, water, mulch and prune all new plant materials; and to execute all other Work as described herein or indicated on the Plans. C. Work under this Section shall include labor and materials for final grading and raking to prepare the site for sodding, sprigging, or seeding, so finished lawn or playing field will appear even and uniform, will drain adequately, and will comply with the intent of the landscape drawings. D. Initial maintenance of landscape materials as specified in this document. 25.2.1.4 QUALITY ASSURANCE A. Landscape work shall be contracted to a single firm specializing in landscape work, who shall in turn subcontract no more than 40% of the work specified. All subcontractors under the control of the Contractor involved in the completion of the landscape work, shall be made known to the Owner and the Landscape Architect prior to their commencement of work on the project. B. All work of this Section shall conform to the highest standard of landscape practices. C. The Plant Material Schedule included with these Plans is provided only for the Contractor's convenience; it shall not be construed as to conflict or predominate over the Plans. If conflict between the Plans and Specifications exists, the Plan shall predominate and be considered the controlling document. D. During this work, the Contractor shall be responsible for maintaining safety among persons in his employ in accordance with the standards set by The Occupational Safety and Health Act of 1970 (and all subsequent amendments). Owner and Landscape Architect shall be held harmless from any accident, injury or any other incident resulting from compliance or non-compliance with these standards. E. The Contractor shall cooperate with and coordinate with all other trades whose work is built into or affects the work in this Section. F. All appropriate utility companies and agencies shall be contacted 72 hours prior to excavation. Call "One Call" at 1-800-432-4770. G. The Contractor shall carefully examine the site and all existing conditions affecting the work, such as: soil, obstructions, existing trees, utilities, etc. Report any conditions in conflict with the work to the Landscape Architect. 25.2.1.5 SUBMITTALS A. The Contractor is required to submit prior to the expiration of the required maintenance period, two copies of typewritten instructions recommending procedures to be established by the Owner for maintenance of landscape work for a period of one year. B. Furnish unit prices for all plant materials and inert materials, including labor for all specified work. Section IV Page 37 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 25.2.1.6 ALTERNATES, ADDITIONS, DELETIONS, SUBSTITUTIONS A. If there are additions/alternates included in these Plans and Specifications, the Contractor must propose prices to accomplish the work stated as additions/alternates at the time of bidding. B. The Owner, through his Project Representative, reserves the right to add or deduct any of the work stated herein without rendering the Contract void. C. The Contractor must have written approval by the Project Representative for any substitutions not previously agreed to in the purchase agreement: installation without approval is entirely at the Contractor's risk. D. All material acquired through additions or substitutions shall be subject to all conditions and warranties stated herein. 25.2.1.7 ABBREVIATIONS/DEFINITIONS O.A. or HT: The over-all height of the plant measured from the ground to the natural, untied state of the majority of the foliage, not including extreme leaves, branches or fronds. C.T.: C.W.: SPR.: ST TR. : MIN: GAL.: O.C.: DIA.: LVS.: Clear trunk is measured from the ground to the bottom of the first leaf or frond stem with no foliage from ground to specified height. For example, on Canary Island Date Palms or similar, the clear trunk measurement includes the "nut" at the base of the fronds. Clear wood is measured from the ground to the bottom of the base of the lowest leaf sheath or boot, trimmed in a natural manner. For example, on Canary Island Date Palms or similar, the clear wood measurement does not include the "nut" at the base of the fronds. Spread, branches measured in natural untied position to the average crown diameter, not including extreme leaves, branches or fronds. Straight trunk. Minimum. Gallon container size, i.e., 1 gallon, 3 gallon, 7 gallon, etc. On center, distance between plant centers. Diameter. Leaves. Section IV Page 38 of 128 Conformed Documents April 2013 Section IV — Technical Specifications D.B.H.: • Diameter or caliper of main trunk of tree as measured at breast height at 4-1/2 feet above grade. • CAL.: Caliper, the outside diameter of up to a four inch tree is measured six inches above grade, larger trees are measured at 12 inches above grade. B&B: Balled and burlapped in accordance with horticultural standards of the American Association of Nurserymen. PPP: Plants per pot. Field grown. Standard, single, straight trunk. Owner: To be known as that entity which holds title or control to the premises on which the work is performed. Owners Representative: Owner's on-site representative shall be responsible for approval of quantity and quality of materials specified and execution of installation. Contractor: Shall refer to that person or enterprise commonly known as the Landscape Contractor. Landscape Architect: This person or firm is the responsible representative of the Owner who produces the landscape Plans and Specifications. FG: STD.: 25.2.1.8 PRODUCT DELIVERY, STORAGE, AND HANDLING 25.2.1.8.1 PLANT MATERIALS A. Provide container grown or, if appropriate, freshly dug trees and shrubs. Do not prune prior to delivery. Do not bend or bind trees or shrubs in such a manner as to damage bark, break branches or destroy natural shape. Provide protective covering during delivery. If plant delivery is made in open vehicles, the entire load shall be suitably covered. B. All plants are to be handled at all times so that roots or root balls are adequately protected from sun, cold, or drying winds. No root balls for trees and container plants that have been cracked or broken shall be planted except upon special approval. Plants shall not be pulled by the tops or stems, nor handled in a rough or careless manner at any time. C. Balled and burlapped plants shall be moved with firm, natural, balls of soil, not less than 1 foot diameter of ball to every 1 inch caliper of trunk; root ball depth shall not be less than 2/3 of root ball diameter. B & B plants which cannot be planted upon delivery shall have their root balls covered with moist soil or mulch. Section IV Page 39 of 128 Conformed Documents April 2013 Section IV — Technical Specifications D. Trees shall be dug with adequate balls, burlapped, and wire bound if needed. Root pruning to be done a minimum of 4 weeks before removal from the field and planting at the site. Root balls may not be encased in "grow bags" or other synthetic material, except plastic shrink wrap for transport only. E. Remove all fronds form sabal palms prior to planting, but leave a minimum of 12 inches of new frond growth above the bud. Do not damage bud. On all other palms, only a minimum of palm fronds shall be removed from crown to facilitate moving and handling. Clear trunk shall be determined after minimum fronds have been removed. Boots shall be removed from trunk unless otherwise specified. Palms shall be planted within 24 hours of delivery. F. Deliver trees and shrubs after preparations for planting have been completed and plant immediately. If planting is delayed more than 6 hours after delivery, set trees and shrubs in shade, protect from weather and mechanical damage, and cover to keep the roots moist. G. Label at least one tree and one shrub of each variety with a securely attached waterproof tag bearing legible designation of botanical and common name. H. Sod: Time delivery so that sod will be placed within twenty-four (24) hours after stripping. Protect sod against drying and breaking by covering palettes of sod or placing in a shaded area. 25.2.1.9 JOB CONDITIONS 25.2.1.9.1 ACCEPTANCE OF JOB CONDITIONS. A. The Contractor shall examine the sub -grade, verify elevations, observe the conditions under which work is to be performed and notify the Landscape Architect or Project Representative in writing of unsatisfactory conditions prior to beginning work. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to the Landscape Architect. Start of work shall indicate acceptance of conditions and full responsibility for the completed work. B. Proceed with and complete the landscape work as rapidly as portions of the site become available, working within the seasonal limitations for each kind of landscape work and following the approved schedule. If seasonal limitations apply, notify the Landscape Architect for adjustments to the Schedule. C. Determine locations of all underground utilities and review for conflicts with planting procedures. D. When adverse conditions to plant growth are encountered, such as rubble fill, drainage conditions or obstruction, the Contractor shall notify the Landscape Architect in writing prior to planting. E. Plant trees and shrubs after final grades are established and prior to the planting of lawns, protecting lawn trees and promptly repairing damages from planting operations. 25.2.1.9.2 SCHEDULING OF WORK A. The work shall be carried out to completion with the utmost speed. Immediately upon award of contract, the Contractor shall prepare a construction schedule and furnish a copy Section IV Page 40 of 128 Conformed Documents April 2013 • Section IV — Technical Specifications to the Owner's Representative and/or the Landscape Architect for approval. The Contractor shall carry out the work in accordance with the approved schedule. B. If the Contractor incurs unforeseen costs, such as overtime hours, holidays, etc. in order to complete the work within the time stated in the Contract, and/or to maintain the progress schedule, all said costs shall be borne by the Contractor at no additional cost to the Owner. C. The Owner's Representative's may request in writing work stoppage. Upon written request from the Owner's Representative, the Landscape Contractor shall suspend delivery of material and stop all work for such a period as deemed necessary by the Owner, the Owner's Representative, or the General Contractor with respect to any additional costs which may result from work stoppage. 25.2.1.9.3 UTILITIES A. The Contractor shall perform work in a manner which will avoid conflicts with utilities. Hand excavate, as required, to minimize possibility of damage to underground utilities. Maintain grade stakes set by others until removal is mutually agreed upon by all parties concerned. 25.2.2 PRODUCTS 25.2.2.1 MATERIALS 25.2.2.1.1 PLANT MATERIALS: NOMENCLATURE • A. Plant species, sizes, etc. shall be per Plans and Specifications on Plant Material Scheduled. Nomenclature is per Manual of Cultivated Plant, Standard Encyclopedia of Horticulture, L.H. Bailey, or Standardized Plant Names Dictionary, American Joint Committee on Horticultural Nomenclature (latest editions), or conforms with names accepted in the nursery trade. • 25.2.2.1.2 PLANT MATERIALS: QUALITY ASSURANCE A. Provide healthy, vigorous stock grown under climatic conditions similar to conditions in the locality of the project. Plants shall have a habit of growth that is normal for the species and be sound, healthy, vigorous and free from insect pests or their eggs, plant diseases, defects and injuries. Plants shall be well branched and densely foliated when in leaf and shall have healthy, well-developed root systems. B. Trees shall be heavily branched or, in the case of palms, be heavily leafed. Some plant materials may be collected stock with the approval of the Landscape Architect. Provided tree species that have a single main trunk (central leader), unless otherwise stated. Trees that have the main trunk forming a "Y" shape or parallel branching are not acceptable. C. Plant materials shall be specified and shall be Florida #1 or better as to shape and quality for the species as outlined in Grades and Standards for Nursery Plants Part I and II, Florida Department of Agriculture and Consumer Services (latest edition). D. The Owner or Landscape Architect reserves the right to inspect plant materials either at the place of growth or at the project site prior to planting for compliance with requirements for name variety, size quality, or designated area. Section IV Page 41 of 128 Conformed Documents April 2013 Section IV — Technical Specifications E. Landscape materials shall be shipped with certificates of inspection as required by governmental authorities. The Contractor shall comply with all governing regulations that are applicable to landscape materials. F. Do not make substitutions. If specified landscape material is not available, submit Landscape Architect proof of it being non -available. In such event, if the Landscape Architect designates an available source, such shall be acquired from designated source. When authorized, a written change order for substitute material will be made by adjustment to Contract amount. G. Height and/or width of trees shall be measured from ground up; width measurement shall be normal crown spread of branches with plants in the normal position. This measurement shall not include immediate terminal growth. All measurements shall be taken after pruning for specified sizes. All trees and shrubs shall conform to measurements specified in the plant material schedule, except that plant material larger than specified may be used with the approval of the Owner or Landscape Architect; with no increase to the Contract price. Plant materials shall not be pruned prior to delivery. H. Plant Material shall be symmetrical, typical for variety and species. Plants used where symmetry is required shall be matched as nearly as possible. I. Balled and burlapped plants shall have firm, natural balls of earth of sufficient diameter and depth to encompass the feeding root system necessary for full development of the plant and to conform with the standards of the American Association of Nurserymen. Root balls and tree trunks shall not be damaged by improper binding and B & B procedures. J. Container -grown plants may be substituted for balled and burlapped plants or vice -versa provided the quality is equal or better than specified and the Landscape Architect approves the substitution. K. Container grown stock shall have been grown in containers for at least four months, but not over two years. If requested, samples must be shown to prove no root bound condition exists. 25.2.2.1.3 GRASSES: SOD OR SEED A. Sod or seed (as/if specified) shall be a species as stated on the Plan. Solid sod shall be of even thickness and with a good root structure, 95% free of noxious week, freshly mowed before cutting, and in healthy condition when laid. It must not be stacked more than 24 hours before laying and it must be grown in soil compatible to that in which it will be installed. Sod must be kept moist prior to and after installation. B. Seed shall be delivered to the site in unopened bags with certification tags in place. Purity, germination and weed content shall be as certification requirements. 25.2.2.1.4 MULCH A. Mulch shall be 100% Grade "B" shredded cypress bark mulch, thoroughly mixed with a pre -emergence weed killer according to the label directions as specified on the plan. B. Install mulch to an even depth of 3" before compaction. Section IV Page 42 of 128 Conformed Documents April 2013 • • Section IV — Technical Specifications 25.2.2.1.5 FERTILIZER A. Granular fertilizer shall be uniform in composition; free flowing and suitable for application with approved equipment; received at the site in full, labeled, unopened bags bearing the name, trade name or trademark and warranty of the producer; fully conforming to State of Florida fertilizer laws. B. All fertilizer shall bear the manufacturer's statement of analysis and shall contain the appropriate minimum amounts of elements for the type of use specified herein. C. Agriform 20-10-5 fertilizer tablets or approved equal, shall be placed in planting pit for all plant materials at time of installation and prior to completion of pit backfilling. D. Ground cover and annual areas shall receive fertilization with Osmocote Time Release Fertilizer according to product instructions and rate. E. For sod and seeded areas, fertilize with a complete granular fertilizer on Bahia and St. Augustine grass at the rate of one (1) pound of nitrogen per one thousand (1,000) square feet. Fertilizer shall be commercial grade, mixed granules, with 30% - 50% of the nitrogen being in slow or controlled release form. The ratio of nitrogen to potash will be 1:1 or 2:1 for complete fertilizer formulations. Phosphorus shall be no more than 1/4 the nitrogen level. They shall also contain magnesium and micronutrients (i.e. manganese, iron, zinc, copper, etc.). 25.2.2.1.6 STAKES AND GUYS A. For trees, approved plastic or rubber guys shall be used between the stakes and the tree trunk. Galvanized steel guy wire shall not be used. B. Stakes shall be cut from 2" x 4" pressure treated (p.t.) stock for trees over 2" caliper. Stakes shall be 2" x 2" pressure treated (p.t.) stock for trees 2" caliper and under. A minimum of 2 stakes per tree or an optional 3 stakes per tree shall be used. C. For single trunk palms, stakes shall be cut from 2" x 4" pressure treated (p.t.) stock, with a minimum of 3 stakes per palm. Batten consisting of 5 layers of burlap and 5 - 2" x 4" by 16" wood connected with two - 3/4" steel bands shall be used around the palm trunk. D. Other tree staking systems may be acceptable if approved. 25.2.2.1.7 PLANTING SOIL A. Unless stated on the plans or in the specifications, install plant material in tilled and loosened native soil backfill. It is the responsibility of the Landscape Contractor to test, prior to planting and at no additional cost to the Contract, any soils which may be unsuitable for the vigorous growth of plants. Unsuitable conditions shall be reported to the Landscape Architect immediately in writing. B. When required, planting soil media shall be provided by the Contractor and shall consist of 1/3 peat and 2/3 sandy loam, with no lumps over 1". C. Backfill and clean fill dirt provided by the Contractor shall be in a loose, friable soil. There must be slight acid reaction to the soil (about 6.0 — 6.5 pH) with no excess of calcium or carbonate, and it shall be free from excess weeds, clay lumps, stones, stumps, roots and toxic substances or any other materials that might be harmful to plant growth or Section IV Page 43 of 128 Conformed Documents April 2013 Section IV — Technical Specifications a hindrance to grading, planting, and maintenance procedures and operations. No heavily organic soil, such as muck or peat shall be used as fill dirt. D. Bed preparation for annual beds under 1 gallon container size shall consist of 3" of Florida peat or other approved organic soil amendment spread over full length and width of planting area. Rototil organic layer 6 inches to 8 inches into native soil. 25.2.2.1.8 SOIL AMENDMENTS A. Terra -Sorb AG or approved equal, soil amendment shall be mixed with native or planting soil for all trees, shrubs, ground cover, and annuals according to manufacturer's recommended application rates and methods, if specified on the Plans. 25.2.2.1.9 TREE PROTECTION A. Wood fencing shall be 2" x 4" pressure treated (p.t.) stock with flagging on horizontal members. Space vertical members 6 feet to 8 feet on center. The barricade shall be placed so as to protect the critical protection zone area, which is the area surrounding a tree within a circle described by a radius of one foot for each inch of the tree's diameter at breast height DBH at 4 - 1/2 feet above grade. 25.2.2.1.10 ROOT BARRIER SYSTEM A. Root barrier fabric shall be installed when specified in the plans and/or specifications for protection of adjacent paved surfaces according to specific product name or equal. Install as directed by the manufacturer. 25.2.2.1.11 PACKAGED MATERIALS A. Deliver packaged materials in containers showing weight, analysis and name of manufacturer. Protect materials from deterioration during delivery and while stored at the site. 25.2.2.1.12 PESTICIDES A. Pesticides shall be only approved, safe brands applied according to manufacturer's directions. 25.2.3 EXECUTION 25.2.3.1 PREPARATION 25.2.3.1.1 OBSTRUCTIONS BELOW GROUND A. It shall be the responsibility of the Contractor to locate and mark all underground utilities, irrigation lines and wiring prior to commencement of the work. B. If underground construction, utilities or other obstructions are encountered in excavation of planting areas or pits, the Landscape Architect shall be immediately notified to select a relocated position for any materials necessary. 25.2.3.1.2 GRADING AND PREPARATION FOR PLANT MATERIALS A. All proposed landscape areas containing existing turf grass or weeds shall be treated with Monsanto's "Round -Up" per manufacturer's specifications. All proposed landscape areas Section IV Page 44 of 128 Conformed Documents April 2013 Section IV — Technical Specifications adjacent to water bodies shall be treated with "Rodeo" per the manufacturer's specifications. B. New plant materials will not be installed until a 98% weed/turf eradication has been achieved. More than one application may be required to produce an acceptable planting bed. C. Pre -emergent herbicides are not a substitute for spray treatment of "Round -Up" or "Rodeo", and may be used only with the written approval of the Landscape Architect. D. Should any plant material in the same, or adjacent beds be damaged by these chemicals, the same size, quantity and quality of plants shall be immediately replaced by the Contractor at no cost to the Owner. E. Any necessary corrections or repairs to the finish grades shall be accomplished by the Contractor. All planting areas shall be carefully graded and raked to smooth, even finish grade, free from depressions, lumps, stones, sticks or other debris and such that they will conform to the required finish grades and provide uniform and satisfactory surface drainage without puddling. F. The Contractor shall remove debris (sticks, stones, rubbish) over 1 - 1/2 inches in any dimension form individual tree, shrub and hedge pits and dispose of the excavated material off the site. 25.2.3.1.3 PREPARATION FOR ANNUAL BED PLANTING A. Prepare native subgrade by rototilling or loosening by hand methods. Spread 3 inches of Florida peat (1/3), sandy loam (1/3), or other approved organic soil amendment over the full length and width of planting area for annuals. Rototill organic layer 6 inches to 8 inches into the native soil. Grade the planting bed by "crowning' to insure that surface drainage, percolation, and aeration occur at rapid rates. Add Osmocote time release fertilizer according to product instructions and rate. 25.2.3.1.4 PREPARATION FOR SEEDING AND SOD AREAS A. All proposed sod areas containing existing turf grass or weeds shall be treated with Monsanto's "Round -Up" per manufacturer's specifications. All proposed sod areas adjacent to water bodies shall be treated with "Rodeo" per the Manufacturer's Specifications. B. Limit preparation to areas which will be planted promptly after preparation. Loosen sub - grade of seed and sod areas to a minimum depth of 4 inches. C. Immediately prior to any turf work, the Contractor shall finish grade the soil to a smooth, even surface assuring positive drainage away from buildings and the subsequent turf flush to the tops of adjacent curbs and sidewalks. The surface shall be sloped to existing yard drains. D. A complete fertilizer shall be applied to St. Augustine or Bahia grass at a rate of one (1) pound of nitrogen per 1000 square feet. Fertilizer shall be commercial grade, mixed granules, with 30% - 505 of the nitrogen being in slow or controlled release form. Thoroughly work fertilizer into the top 4 inches of soil. Section IV Page 45 of 128 Conformed Documents April 2013 Section IV — Technical Specifications E. Moisten prepared seed and sod areas before planting if soil is dry. Water thoroughly and allow surface moisture to dry before planting lawns. Do not create a muddy soil condition. 25.2.3.2 INSTALLATION 25.2.3.2.1 BERM CONSTRUCTION (IF SPECIFIED) A. Install berms at location and design shown on Plans and at the height and slope indicated. Height stated is for finished berm with soil at natural compaction. B. Exact location and configuration of berms may require modification to allow proper drainage; such changes will be coordinated with the Landscape Architect. C. If shown on the Plan, construct berms using clean sandy loam fill dirt which is well - drained, free of rocks, roots, or other debris, with a soil pH of an acid Nature (about 6.0 - 6.5). No heavily organic soil, such as muck or peat shall be used in berm construction. 25.2.3.2.2 LAYOUT OF PLANT MATERIALS A. Unless otherwise stipulated, plant materials shall be approximately located per the plans by scale measurements using established building, columns, curbs, screen walls, etc. as the measuring reference point. Slight shifting may be required to clear wires, prevent blockage of signage, etc. B. Shrubs and ground covers shall be located and spaced as noted on the plant material schedule (if provided), otherwise plants will be placed in the planting beds at the normally accepted spacing for each species. C. Leave an 18 inch (450 millimeters) border of mulched space between outer leaves of installed plant material and the bed line, curb, or building foundation wall for all plant sizes. D. Any necessary "minor" adjustments in the layout of planting shall be made by the Contractor with the approval of the Landscape Architect in order to conform as nearly as possible to the intent of the plans. 25.2.3.2.3 PLANTING PROCEDURES A. All shrubs, trees and ground covers or vines shall be planted in pits having vertical sides and being circular in outline. Planting pit shall be 3 to 5 times the width of the root ball. B. Plants shall be set straight or plumb, in the locations shown, at such level that after settlement normal or natural relationship of the top of the root ball with the ground surface will be established. With regards to proper nursery practices, plants under certain conditions (i.e. low and wet areas) will benefit from being planted "high" with the root ball about 1 inch higher than the surrounding grade. C. All plant materials shall be fertilized with Agriform 20-10-5 planting tablets, or approved equal, at time of installation and prior to completion of pit backfilling. Agriform planting tablets shall be placed uniformly around the root mass at a depth that is between the middle and the bottom of the root mass. Application rate: Section IV Page 46 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 1 gallon 1 - 21 gram tablet 3 gallon 2 - 21 gram tablet 5 gallon 3 - 21 gram tablet 7 gallon 4 - 21 gram tablet Trees 3 tablets each 1/2" (12 millimeters) caliper Palms 7- 21 gram tablets D. Native soil shall be used in back -filling plant pits or as specified. The Contractor shall be responsible for providing additional soil for building tree saucers. E. When balled and burlapped plants are set, undisturbed native soil shall be left under the base of the root ball to prevent voids. Backfill tilled and loosened native soil around the sides of the root ball. Remove the top 4 inches (100 millimeters) of burlap wire, and all tie -down material from the root ball. Do not remove these materials from the bottom of the root ball. Thoroughly water -in before bringing the back -fill up to the proper grade Roots of bare plants shall be properly spread out, and planting soil carefully worked in among them. Failure to comply is cause for rejection. F. Containerized plants shall be installed with undisturbed native soil left under the base of the root ball to prevent voids. Planting pit shall be 3 to 5 times the width of the root ball. Backfill tilled and loosened native soil around the sides of the root ball. Thoroughly water -in before bringing the backfill up to the proper grade. G. Plant spacing shall be "on center" and varies with the different plant species. Space each variety of plant equally in the planting areas. Shrubs and ground covers adjacent to straight or curved edges shall be triangular - spaced in rows parallel to those edges. Plant a minimum of 18 inches from the back of the curb to the outside edge of the plant. H. All azaleas shall be placed into a prepared bed of amended soil containing 50% weed -free Florida peat or approved equivalent. Root balls shall be scarified vertically at 120 degree angles in a triangular pattern. I. Sabal palms may be planted deeper than normal if conditions warrant and if approved. 25.2.3.2.4 SODDING A. During periods of drought, sod shall be watered sufficiently at its origin to moisten the soil adequately to the depth to which it is to be cut. B. An application of 6-6-6, 40% organic, slow or controlled release fertilizer shall be made to all lawn areas just prior to the laying of the sod at a rate of one (1) pound of nitrogen per 1,000 square feet. The ground shall be wet down before the sod is laid in place. C. Solid sod shall be laid tightly with closely abutting staggered joints with an even surface edge and sod edge, in a neat and clean manner to the edge of all the paving and shrub areas. Cut down soil level to 1 inch to 1-1/2 inches below top of walks prior to laying sod. D. Within 2 hours after installing sod and prior to rolling, irrigate the sod. Sufficient water shall be applied to wet the sod thoroughly and to wet the sod to a depth of 2 inches (50 millimeters). Watering shall be done in a manner that will avoid erosion due to the application of excessive quantities, and the watering equipment shall be a type that will prevent damage to the finished sod surface. Watering shall be repeated as necessary to keep sod moist until rooted to subgrade. Section IV Page 47 of 128 Conformed Documents April 2013 Section IV — Technical Specifications E. The sod shall be pressed firmly into contact with the sod bed using a turf roller or other approved equipment so as to eliminate air pockets, provide a true and even surface and insure knitting without any displacement of the sod or deformation of the surfaces of sodded areas. After the sodding operation has been completed, the edges of the area shall be smooth and shall conform to the grades indicated. F. If, in the opinion of the Landscape Architect, top dressing is necessary after rolling, clean silica sand shall be used to fill voids. Evenly apply sand over the entire surface to be leveled, filling-in dips and voids and thoroughly washing into the sod areas. G. On slopes steeper than 2:1 and as required, the sod shall be fastened in place with suitable wooden pins or by other approved method. 25.2.3.2.5 SEEDING A. Seed shall be installed per the specifications of the State of Florida Department of Transportation. See plan for type of seed. 25.2.3.2.6 TREE GUYING, BRACING AND STAKING A. Tree guying, staking and bracing shall be the responsibility of the Contractor per sound nursery practices, and shall be done per details shown on the Plans. For trees, a minimum of 2 stakes per tree or an optional 3 stakes per tree at 120 degree spacing shall be used. Stakes shall be driven in at an angle, then tightened to vertical supported by approved plastic or rubber guys. Trees shall be staked with a minimum of 4 feet height of stake above grade and a minimum of 30 inches of stake below grade. B. For single trunk palms, a minimum of 3 stakes per palm at 120 degree spacing shall be used. Toenail the stakes to batten consisting of 5 layers of burlap and 5- 2 inch x 4 inch x 16 inch wood connected with two % inch steel bands. Palms shall be staked with a minimum of 5 feet of stake above grade. C. Contractor shall remove all tree guying, staking, and bracing from trees six (6) months after the date of final acceptance of the landscape work. D. Stake only trees that require support to maintain a plumb position or are in potentially hazardous areas. 25.2.3.2.7 MULCHING A. All planting beds shall be weed -free prior to mulching. B. All curb, roadway, and bed line edges will be "trenched" to help contain the applied mulch. C. All plant beds and tree rings shall be mulched evenly with a 3 inch layer (before compaction) of 100% Grade B recycled cypress bark mulch, or other mulch as specified on the Plans or General Notes. D. Mulch shall not be placed against the trunks of plant materials or foundations of buildings. Maintain a minimum 3 inch clearance for trees and shrub trunks and a minimum 6 inch clearance for the walls of buildings. E. For beds of annual flowers, a 12 inch wide x 3 inch deep band of mulch shall be installed in front of the first row of annuals. Maintain a minimum 6 inches of non -mulched clearance from the outside edge of annuals. Section IV Page 48 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 25.2.3.2.8 PRUNING A. Pruning shall be done by an experienced certified Arborist to maintain the natural shape and form of the plant. B. Upon acceptance by the Owner, prune any broken branches, remove crossed branches, and branches hanging below the clear trunk of the tree. 25.2.3.2.9 CLEAN-UP A. During landscape work, store materials and equipment where directed by the Owner. B. The Contractor shall promptly remove any materials and equipment used on the job, keeping the area neat at all times. Upon completion of all planting, dispose of all excess soil and debris leaving pavements and work areas in safe and orderly condition. C. The clean-up of the site shall include the removal and proper disposal of the tree guying, staking, and bracing materials as described in specifications. 25.2.3.2.10 PROTECTION A. The Contractor shall provide safeguards for the protection of workmen and others on, about, or adjacent to the work, as required under the parameters of the Occupational Safety and Health Administration (O.S.H.A.) standards. B. The Contractor shall protect the Owner's and adjacent property from damage. C. the Contractor shall protect the landscape work and materials from damage due to landscape operations. Maintain protection during installation and maintenance periods. D. The Contractor shall provide protection (tree barricades) for all existing trees and palms as specified. 25.2.3.2.11 REPAIR OF DAMAGES E. The Contractor shall repair all damage caused by his operations to other materials, property, or trades to a level equal in quality to the existing condition prior to damage. F. The Contractor shall be held responsible for all damage done by his work or employees to other materials or trades' work. Patching and replacement of damaged work may be done by others, at the Owner's direction, but the cost of same shall be paid by the Contractor who is responsible for the damage. 25.2.3.3 MAINTENANCE A. The Contractor shall maintain all plant materials in a first class condition from the beginning of landscape construction until Final Acceptance. B. Operations: 1. Maintenance shall include, but not be limited to, watering of turf and planting beds, mowing, fertilizing, cultivation, weeding, pruning, disease and pest control, replacement of dead materials, straightening, turf or planter settlement corrections, replacement of rejected materials, staking and guying repair and tightening, wash-out repairs and regrading, and any other procedures consistent with the good horticultural practice necessary to insure normal, vigorous and healthy growth of all work under Section IV Page 49 of 128 Conformed Documents April 2013 Section IV — Technical Specifications the Contract. Mowing shall be consistent with the recommended height per the University of Florida Cooperative Extension Service. 2. Within the warranty period, the Contractor shall notify the Owner of any maintenance practices being followed or omitted which would be detrimental to the healthy, vigorous growth of the landscape. 3. The Contractor shall be responsible for the final watering of not less than one inch of water for all planted materials before leaving the site. 25.2.3.4 INSPECTION, REJECTION, AND ACCEPTANCE 25.2.3.4.1 INSPECTION A. Upon completion of the installation, the Contractor will notify the Owner or the Owner's Representative that the job is ready for inspection. Within 15 days of notifications, the installation will be inspected by the Landscape Architect. A written and/or graphic inspection report will be sent to the Owner and/or Landscape Contractor. 25.2.3.4.2 REJECTION AND REPLACEMENT A. The Landscape Architect shall be final judge as to the suitability and acceptability of any part of the work. Plant material will be rejected if it does not meet the requirements set forth in Plans and Specifications. B. Replace any rejected materials immediately or within 15 days and notify the Landscape Architect that the correction has been made. 25.2.3.4.3 ACCEPTANCE A. After replacement of rejected plant material (if any) have been made, and completion of all other correction items, the Owner or Project Representative will accept the project in writing. B. Upon Final Acceptance, the Owner assumes responsibility for maintenance within the terms of the Contract. Acceptance will in no way invalidate the Contractor's warranty period. C. The Contractor's warranty period will begin after final acceptance of the project by the Owner. 1. If evidence exists of any lien or claim arising out of or in connection with default in performance of this Contract, the Owner shall have the right to retain any payment sufficient to discharge such claim and all costs in connection with discharging such claim. 2. Where the Specifications call for any stipulated item or an "approved equivalent", or in words to that effect, the Contractor shall indicate the price of the type and species specified in the proposal, giving the price to be added or deducted from his Contract price. The final selection rests with the Owner or his representative. 3. Where plants installed do not meet specifications, the Owner reserves the right to request plant replacement or an appropriate deduction from the Contract amount to compensate for the value not received from the under -specified plant materials. No Section IV Page 50 of 128 Conformed Documents April 2013 • Section IV — Technical Specifications additional compensation will be made to the Contractor for plants installed that exceed specifications. 25.2.3.5 WARRANTY A. The Contractor shall warranty all palms and trees furnished under this contract for a period of one (1) year and all shrubs for a period of six (6) months. Material which is either dead or in poor health during this period or at completion will be replaced at no charge to the Owner. Should any of the plant materials show 50% or more defoliation during the warranty period, due to the Contractor's use of poor quality or improper materials or workmanship, the Contractor upon notice, shall replace without delay same with no additional cost to the Owner. Should any plant require replacing, the new plant shall be given the equal amount of warranty. 26 HDPE DEFORMED - REFORMED PIPE LINING 26.1 INTENT It is the intention of this specification to provide for the trenchless restoration of 8" to 12" sanitary sewers by the installation of a high density polyethylene, jointless, continuous, fold and form pipe liner which is watertight and chemically resistant to withstand exposure to domestic sewage including all labor, materials and equipment to provide for a complete, fully restored and functioning installation. 26.2 PRODUCT AND CONTRACTOR/INSTALLER ACCEPTABILITY • The City requires that all contractors be prequalified. See General Conditions regarding contractor prequalification. In addition, the City requires a proven extensive tract record for the fold and form liner system to be used in this project. All contractors submitting for prequalification approval for this project must exhibit extensive satisfactory experience in the installation of the proposed liner system and satisfactory evidence that the proposed liner system has been extensively and successfully installed in the Unites States and the State of Florida. The installer must be certified by the liner system manufacturer for installation of the liner system. The City reserves full and complete authority to approve the satisfactory nature of the both the liner system and the installer. • 26.3 MATERIALS Pipe shall be made from P. E. 3408 polyethylene resins complying with ASTM D 3350, cell classification: P.E. 345434 D for High Density. It shall be Type 3, Grade 4, Class D, according to ASTM D 1248. The Contractor shall provide certified test results for review by the Engineer, from the manufacturer, that the material conforms with the applicable requirements. Material shall have a minimum thickness of SDR 32.5. Pipe specimens shall comply with the minimum property values shown below with the applicable ASTM requirements: Material Property ASTM Method Value HDPE Tensile Strength D 638 3,300 psi Elasticity Modulus E=113,000 psi Section IV Page 51 of 128 Conformed Documents April 2013 Section IV — Technical Specifications HDPE Impact Strength D 256 A 3.0 ft-lb/in Flexure Modulus E=136,000 psi Expansion Coeff c=0.009 in/in/deg F At the time of manufacture, each lot of liner shall be reviewed for defects and tested in accordance with ASTM D 2837 and D 1693. At the time of delivery, the liner shall be homogeneous throughout, uniform in color, free of cracks, holes, foreign materials, blisters, or deleterious faults. The Contractor shall provide, as requested, certified test results for review by the Engineer, from the manufacturer, that the material conforms with the applicable requirements. The Engineer may at any time request the Contractor provide test results from field samples to the above requirements. Liner shall be marked at 5 -foot intervals or less with a coded number, which identifies the manufacturer, SDR, size, material, date, and shift on which the liner was extruded. Lining manufacturer shall submit to the Engineer for approval as requested, complete design calculations for the liner thickness. The criteria for liner design shall be HS -20 traffic loading, water table to the ground surface, minimum expected lifetime of 50 years, and no structural strength retained from the existing pipe. Liner materials shall meet manufactures specifications of Pipe Liners, Inc. 3421 N. Causeway, Suite 321, New Orleans, LA 70002, 1-800-344-3744 or approved equal. Any approved equal liner system must be approved by the Engineer as an equal system prior to receiving bids. Request for contractor prequalification and/or equal liner system approval must be received by the Engineer no later than 14 days prior to the date for receiving bids. 26.4 CLEANING/SURFACE PREPARATION It shall be the responsibility of the Contractor to clean and prepare the existing pipes for rehabilitation. The Contractor will thoroughly clean the interior of the sewers to produce a clean interior surface free of all coatings, sand, rock, roots, sludge, or other deleterious materials prior to liner insertion. Bypass pumping will be provided by the Contractor as part of the unit cost of restoration. Bypass operations are to be so arranged as to cause minimum disruptions to local traffic, residents and particularly to commercial facilities. During the cleaning and preparation operations all necessary precautions shall be taken to protect the public, all property and the sewer from damage. All material removed from the sewers shall be the Contractor's responsibility for prompt disposal in accordance with all regulatory agency requirements. The Contractor may be required to control the rate of sewer cleaning in the sanitary system to avoid heavy pollution loads at the City's treatment plants. 26.5 TELEVISION INSPECTION After cleaning, and again after the rehabilitation work on each section of the project is completed, all pipe sections shall be visually inspected by means of closed-circuit color television, and recorded on VHS format tapes provided to the project engineer. The television system used shall be designed for the purpose and suitably lighted to provide a clear picture of the entire periphery of the pipe. Section IV Page 52 of 128 Conformed Documents April 2013 • Section IV — Technical Specifications 26.6 LINER INSTALLATION Liner shall be sized to field measurements obtained by the Contractor to provide a tight fit to the full interior circumference of the existing sanitary sewer and shall be a continuous, jointless liner product from inside of manhole to inside of manhole. Contractor shall use installation methods approved by the liner manufacturer including liner placement, reforming to fit existing pipe, pressure and heat requirements and reconnection of laterals. The Contractor shall immediately notify the Engineer of any construction delays taking place during the insertion operation. Contractor shall maintain a reasonable backup system for bypass pumping should delays or problems with pumping systems develop. Liner entries at manholes shall be smooth, free of irregularities, and watertight. No pinholes, tears, cracks, thin spots, or other defects in the liner shall be permitted. Such defects shall be removed and replaced by the Contractor at his expense. OSHA requirements for installation procedures, in particular, confined spaces are to be met. 26.7 LATERAL RECONNECTION Sanitary laterals shall be reconnected as soon as possible to renew service. Laterals are to be reconnected by means of robotics, by internally cutting out the liner to 100% of the area of the original opening. All lateral reconnections are to be grouted to prevent leakage. Grouting method and material is to be approved by the Engineer. Any reconnections to laterals and connections to manholes which are observed to leak shall be resealed by the Contractor. All laterals discovered during the lining process are to be reconnected unless specifically directed otherwise by the City. The Contractor will be requested to reconnect any laterals discovered to not be reconnected at a later date. Contractor shall notify all local system users when the sanitary system will not be available for normal usage by the delivery of door hangers with appropriate information regarding the construction project. 26.8 TIME OF CONSTRUCTION Construction schedules will be submitted by the Contractor and approved by the Engineer. At no time will any sanitary sewer service connection remain inoperative for more than a eight hour period without a service bypass being operated by the Contractor. In the event that sewage backup occurs and enters buildings, the Contractor shall be responsible for cleanup, repair and property damage costs and claims. 26.9 PAYMENT Payment for sanitary sewer restoration shall be made per lineal foot including all preparation, bypass pumping, equipment, labor, materials, operations, restoration, etc, to provide a fully completed and operational sewer. Payment shall be measured from center of manhole to center of manhole for the sanitary systems and from end of pipe to end of pipe for storm systems. 27 PLANT MIX DRIVEWAYS New driveways or existing black top driveways that must be broken back in widening the pavement (remove only enough to allow adequate grade for access to the street) shall be constructed or replaced in accordance with the specifications for paving the street with the exception that the base shall be six (6) inches. Use Section 23 G Asphaltic Concrete as specified for the street paving. Section IV Page 53 of 128 Conformed Documents April 2013 Section IV — Technical Specifications When finished surface of existing drive is gravel, replacement shall be of like material. Payment shall be the same as Plant Mix Driveways. 27.1 BASIS OF MEASUREMENT Measurement shall be the number of square yard of Plant Mix Driveways in place and accepted. 27.2 BASIS OF PAYMENT Payment shall be the unit price per square yard for Plant Mix Driveways as measured above, which price shall be full compensation for all work described in this section of the specifications and shall include all materials, equipment, tools, labor and incidentals necessary to complete the work. 28 REPORTING OF TONNAGE OF RECYCLED MATERIALS This Article deleted. 29 CONCRETE CURBS Concrete Curbs shall be constructed to the line, grade and dimensions as shown on the plans. Unless otherwise noted, all concrete curbs shall have fiber mesh reinforcement and have a minimum strength of 3000 p.s.i. at 28 days. Expansion joints shall be placed at intervals not to exceed 100 feet, and scored joints shall be placed at intervals not to exceed 10 feet. In addition, all the requirements of City Articles 6, 7, and 8 shall also apply. The Contractor shall notify the Project Inspector a minimum of 24 hours in advance of the placement of all concrete curbs. 29.1 BASIS OF MEASUREMENT The basis of measurement shall be lineal feet of curb in place and accepted. 29.2 BASIS OF PAYMENT Payment shall be the unit price per lineal foot of curb, which price shall be full compensation for all work described in this and other applicable parts of the specifications and shall include all materials, equipment, tools, labor and incidentals necessary to complete the work. 30 CONCRETE SIDEWALKS AND DRIVEWAYS 30.1 CONCRETE SIDEWALKS Concrete sidewalks shall be constructed to the line, grade and dimensions as shown on the plans or herein specified. Unless otherwise noted, all concrete sidewalks shall have fiber mesh reinforcement and have a minimum strength of 3000 p.s.i. at 28 days. Unless otherwise specified, all concrete sidewalks shall have a minimum width of four feet (4'). Concrete sidewalks shall have a minimum thickness of four inches (4"), except at driveway crossings where a minimum thickness of six inches (6") is required. Also, 6/6 X 10/10 welded wire mesh reinforcement is required for all sidewalk that crosses driveways. The welded wire mesh shall be positioned in the middle to upper third of the placement. No compensation shall be given if the welded wire mesh is not properly placed. Expansion joints shall be placed at intervals of not Section IV Page 54 of 128 Conformed Documents April 2013 • Section IV — Technical Specifications more than 100 hundred feet, and scoring marks shall be made every 5 feet. Concrete shall be poured only on compacted subgrade. In addition, all the requirements of City Articles 6, 7, and 8 shall also apply. 30.2 CONCRETE DRIVEWAYS Concrete driveways, whether new construction or replacement, shall be a minimum of six (6) inches in thickness with 6/6 x 10/10 welded wire mesh reinforcement and a minimum horizontal distance between expansion joints of no less than four (4) feet measured in any direction. The welded wire mesh shall be positioned in the middle to upper third of the placement. No compensation shall be given if the welded wire mesh is not properly placed. Concrete shall be poured only on compacted subgrade. In addition, all the requirements of City Articles 6, 7, and 8 shall also apply. The Contractor shall notify the Project Inspector a minimum of 24 hours in advance of the placement of all concrete sidewalks and driveways. 30.3 BASIS OF MEASUREMENT The basis of measurement shall be the number of square feet of 4" concrete sidewalk, 6" concrete sidewalk, and 6" concrete driveways in place and accepted. 30.4 BASIS OF PAYMENT Payment shall be the unit price per square foot for each item as measured above, which price shall be full compensation for all work described in this section and other applicable parts of the specifications and shall include all materials, equipment, tools, welded wire mesh where required, labor and incidentals necessary to complete the work. 31 SODDING Unless otherwise noted herein, the contractor shall place all sod, either shown on the plans or at the direction of the Engineer, in conformance with Sections 575, 981, 982 and 983 of FDOT's Standard Specifications (latest edition). The area for sod application shall be loosened and excavated to a suitable depth and finished to a grade compatible with existing grass and structures. Sod shall be placed with edges in close contact and shall be compacted to uniform finished grade with a sod roller immediately after placement. In sloped areas, the sod shall be graded and placed so as to prohibit erosion and undermining of the adjacent sidewalk. No sod that has been cut for more than 72 hours can be used unless authorized by the Engineer in advance. The sod shall be thoroughly watered immediately after placement. The Contractor shall continue to water sod as needed and/or directed by the Engineer as indicated by sun exposure, soil, heat and rain conditions, to establish and assure growth, until termination of the contract. Dead sod, or sod not acceptable to the Engineer, shall be removed and replaced by the Contractor at no additional compensation. Any questions concerning the type of existing sod shall be determined by the Engineer. Unless otherwise noted on the plans, payment for sod (including labor, equipment, materials, placement, rolling, watering, etc.) shall be included in other bid items. Payment for these • associated bid items may be withheld until the Contractor provides the City a healthy, properly placed stand of grass. When this work is given as a separate bid item, it shall cover all labor, equipment and materials, (including water) required for this work and shall be paid for on the Section IV Page 55 of 128 Conformed Documents April 2013 Section IV — Technical Specifications basis of each square foot in place and accepted. No payment for sod shall be made until the Contractor provides the City a healthy, properly placed stand of grass. 32 SEEDING Seed, or seed and mulch, shall only be used when specified for certain demolition projects. The seed and/or mulch shall be placed as called for on the plans in the following manner. The area to be seeded shall be brought to the required line and grade, fertilized and seeded in basic conformance with the latest edition of FDOT's Standard Specifications Sections 570, 981, 982 and 983. However, no wildflower seed shall be used, and Argentine Bahia Seed shall be used instead of Pensacola Bahia. No sprigging will be required. Also, the addition of 20 lb. of Rye Seed (to total 601b. of seed per acre) will be required during the stated periods. It is also required that the Contractor maintain said seed until growth is assured. When this work is given as a bid item, the item shall cover all labor, material, equipment (including water), required for this work, and shall be paid for on the basis of each square yard in place and accepted. If called for on the plans, but not shown as a bid item, then the cost of such work as stated above shall be included in the cost of other work. 33 STORM MANHOLES, INLETS, CATCH BASINS OR OTHER STORM STRUCTURES For details on specific design of a type of storm structure refer to Part B Index Numbers 200 to 235. When required, inlets, catch basins or other structures shall be constructed according to the plans and applicable parts of the specifications, Section Numbers 7, 8, & 9, and as approved by the Engineer. Said structures shall be protected and saved from damage by the elements or other causes until acceptance of the work. 33.1 BUILT UP TYPE STRUCTURES Manholes shall be constructed of brick with cast iron frames and covers as shown on the Index Numbers 201 and 202. Invert channels shall be constructed smooth and semi circular in shape conforming to inside of adjacent sewer section. Changes in direction of flow shall be made in a smooth curve of as large a radius as possible. Changes in size and grade of channels shall be made gradually and evenly. Invert channels shall be built up with brick and mortar on top of concrete base. The storm structure floor outside of channels shall be made smooth and sloped toward channels. Manhole steps shall not be provided. Joints shall be completely filled and the mortar shall be smoothed from inside of the manholes. The entire exterior of brick manholes shall be plastered with one half inch of mortar. Brick shall be laid radially with every sixth course being a stretcher course. In cases where a storm pipe extends inside a structure, the excess pipe will be cut off with a concrete saw and shall not be removed with a sledge hammer. Section IV Page 56 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 33.2 PRECAST TYPE • The manhole base shall be set on a pad of dry native sand approximately five inches thick to secure proper seating and bearing. Precast Manholes and Junction Boxes: The Contractor may substitute precast manholes and junction boxes in lieu of cast in place units unless otherwise shown on the plans. Precast Inlets will not be acceptable. When precast units are substituted, the construction of such units must be in accordance with ASTM C 478, or the standard specifications at the manufacturers option. Precast structures must also meet the requirement that on the lateral faces, either inside or outside, the distance between precast openings for pipe or precast opening and top edge of precast structure be no less than wall thickness. A minimum of four courses of brick will be provided under manhole ring so that future adjustment of manhole lid can be accommodated. Manhole steps shall not be provided. Manhole using 0 ring between precast sections will not be acceptable for storm structures. 33.3 BASIS OF PAYMENT Payment for Junction Boxes, Manholes or other structures shall be on a unit basis. 34 MATERIAL USED This article deleted. See SECTION III, ARTICLE 19 — MATERIAL USED. 35 CONFLICT BETWEEN PLANS AND SPECIFICATIONS This article deleted. See SECTION III, ARTICLE 20 — CONFLICT BETWEEN PLANS AND SPECIFICATIONS. 36 STREET SIGNS The removal, covering or relocation of street signs by the Contractor is PROHIBITED. All street signs shall be removed, covered or relocated by the City's Traffic Engineering Division in accordance with Sections 700, 994, 995, and 996 of FDOT's Standard Specifications (latest edition). The Contractor shall notify the City's Traffic Engineering Division a minimum of 24 hours in advance of the proposed sign relocation, covering or removal. 37 AUDIO/VIDEO RECORDING OF WORK AREAS 37.1 CONTRACTOR TO PREPARE AUDIONIDEO RECORDING Prior to commencing work, the Contractor shall have a continuous color audio/video recording taken along the entire length of the Project including all affected project areas. Streets, easements, rights-of-way, lots or construction sites within the Project must be recorded to serve as a record of a pre -construction conditions. 37.2 SCHEDULING OF AUDIONIDEO RECORDING The video recordings shall not be made more than twenty-one (21) days prior to construction in any area. Section IV Page 57 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 37.3 PROFESSIONAL VIDEOGRAPHERS The Contractor shall engage the services of a professional videographer. The color audio videotapes shall be prepared by a responsible commercial firm known to be skilled and regularly engaged in the business of pre -construction color audio -video recording documentation. 37.4 EQUIPMENT All equipment, accessories, materials and labor to perform this service shall be furnished by the Contractor. The total audio video system shall reproduce bright, sharp, clear pictures with accurate colors and shall be free from distortion, tearing, rolls or any other form of imperfection. The audio portion of the recording shall reproduce the commentary of the camera operator with proper volume, clarity and be free from distortion and interruptions. In some instances, audio video coverage may be required in areas not accessible by conventional wheeled vehicles. Such coverage shall be obtained by walking. 37.5 RECORDED INFORMATION, AUDIO Each recording shall begin with the current date, project name and be followed by the general location, i.e., viewing side and direction of progress. Accompanying the video recording of each video shall be a corresponding and simultaneously recorded audio recording. This audio recording, exclusively containing the commentary of the camera operator or aide, shall assist in viewer orientation and in any needed identification, differentiation, clarification, or objective description of the features being shown in the video portion of the recording. The audio recording shall also be free from any conversations. 37.6 RECORDED INFORMATION VIDEO All video recordings must continuously display transparent digital information to include the date and time of recording. The date information shall contain the month, day and year. The time information shall contain the hour, minutes and seconds. Additional information shall be displayed periodically. Such information shall include, but not be limited to, project name, contract number, direction of travel and the viewing side. This transparent information shall appear on the extreme upper left hand third of the screen. Camera pan, tilt, zoom -in and zoom out rates shall be sufficiently controlled such that recorded objects will be clearly viewed during videotape playback. In addition, all other camera and recording system controls, such as lens focus and aperture, video level, pedestal, chrome, white balance, and electrical focus shall be properly controlled or adjusted to maximize picture quality. The construction documentation shall be recorded in SP mode. 37.7 VIEWER ORIENTATION The audio and video portions of the recording shall maintain viewer orientation. To this end, overall establishing views of all visible house and business addresses shall be utilized. In areas where the proposed construction location will not be readily apparent to the videotape viewer, highly visible yellow flags shall be placed, by the Contractor, in such a fashion as to clearly indicate the proposed centerline of construction. When conventional wheeled vehicles are used as conveyances for the recording system, the vertical distance between the camera lens and the ground shall not exceed 10 feet. The camera shall be firmly mounted such that transport of the camera during the recording process will not cause an unsteady picture. Section IV Page 58 of 128 Conformed Documents April 2013 • Section IV — Technical Specifications 37.8 LIGHTING All recording shall be done during time of good visibility. No taping shall be done during precipitation, mist or fog. The recording shall only be done when sufficient sunlight is present to properly illuminate the subjects of recording and to produce bright, sharp video recordings of those subjects. 37.9 SPEED OF TRAVEL The average rate of travel during a particular segment of coverage shall be directly proportional to the number, size and value of the surface features within that construction areas zone of influence. The rate of speed in the general direction of travel of the vehicle used during taping shall not exceed forty-four (44) feet per minute. 37.10 VIDEO LOG/INDEX All videotapes shall be permanently labeled and shall be properly identified by videotape number and project title. Each videotape shall have a log of that videotape's contents. The log shall describe the various segments of coverage contained on the video tape in terms of the names of the streets or location of easements, coverage beginning and end, directions of coverage, video unit counter numbers, engineering survey or coordinate values (if reasonably available) and the date. 37.11 AREA OF COVERAGE Tape coverage shall include all surface features located within the zone of influence of construction supported by appropriate audio coverage. Such coverage shall include, but not be limited to, existing driveways, sidewalks, curbs, pavements, drainage system features, mailboxes, landscaping, culverts, fences, signs, Contractor staging areas, adjacent structures, etc. within the area covered by the project. Of particular concern shall be the existence of any faults, fractures, or defects. Taped coverage shall be limited to one side of the Site, street, easement or right of way at any one time. 37.12 COSTS OF VIDEO SERVICES The cost to complete the requirements under this section shall be included in the contract items provided in the proposal sheet. There is no separate pay item for this work. 38 EROSION AND SILTATION CONTROL 38.1 STABILIZATION OF DENUDED AREAS No disturbed area may be denuded for more than thirty (30) calendar days unless otherwise authorized by the City Engineer. During construction, denuded areas shall be covered by mulches such as straw, hay, filter fabric, seed and mulch, sod, or some other permanent vegetation. Within sixty (60) calendar days after final grade is established on any portion of a project site, that portion of the site shall be provided with established permanent soil stabilization measures per the original site plan, whether by impervious surface or landscaping. Section IV Page 59 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 38.2 PROTECTION AND STABILIZATION OF SOIL STOCKPILES Fill material stockpiles shall be protected at all times by on-site drainage controls which prevent erosion of the stockpiled material. Control of dust from such stockpiles may be required, depending upon their location and the expected length of time the stockpiles will be present. In no case shall an unstabilized stockpile remain after thirty (30) calendar days. 38.3 PROTECTION OF EXISTING STORM SEWER SYSTEMS During construction, all storm sewer inlets in the vicinity of the project shall be protected by sediment traps such as secured hay bales, sod, stone, etc., which shall be maintained and modified as required by construction progress, and which must be approved by the City Engineer before installation. 38.4 SEDIMENT TRAPPING MEASURES Sediment basins and traps, perimeter berms, filter fences, berms, sediment barriers, vegetative buffers and other measures intended to trap sediment and/or prevent the transport of sediment onto adjacent properties, or into existing water bodies; must be installed, constructed, or, in the case of vegetative buffers, protected from disturbance, as a first step in the land alteration process. Such systems shall be fully operative and inspected by the City before any other disturbance of the site begins. Earthen structures including but not limited to berms, earth filters, dams or dikes shall be stabilized and protected from drainage damage or erosion within one week of installation. 38.5 SEDIMENTATION BASINS Areas of 3 acres or more shall be required to have temporary sedimentation basins as a positive remedy against downstream siltation and will be shown and detailed on construction plans. During development, permanent detention areas may be used in place of silt basins, provided they are maintained to the satisfaction of the City. The Contractor will be required to prohibit discharge of silt through the outfall structure during construction of any detention area and will be required to clean out the detention area before installing any permanent subdrain pipe. In addition, permanent detention areas must be totally cleaned out and operating properly at final inspection and at the end of the one year warranty period. When temporary sedimentation basins are used, they shall be capable at all times of containing at least one (1) cubic foot of sediment for each one hundred (100) square feet of area tributary to the basin. Such capacity shall be maintained throughout the project by regular removal of sediment from the basin. 38.6 WORKING IN OR CROSSING WATERWAYS OR WATERBODIES Land alteration and construction shall be minimized in both permanent and intermittent waterways and the immediately adjacent buffer of 25 feet from top of bank of the waterways and the buffer area whenever possible, and barriers shall be used to prevent access. Where in channel work cannot be avoided, precautions must be taken to stabilize the work area during land alteration, development and/or construction to minimize erosion. If the channel and buffer area are disturbed during land alteration, they must be stabilized within three (3) calendar days after the in channel work is completed. Section IV Page 60 of 128 Conformed Documents April 2013 Section IV — Technical Specifications Silt curtains or other filter/siltation reduction devices must be installed on the downstream side of the in channel alteration activity to eliminate impacts due to increased turbidity. Wherever stream crossings are required, properly sized temporary culverts shall be provided by the contractor and removed when construction is completed. The area of the crossing shall be restored to a condition as nearly as possible equal to that which existed prior to any construction activity. 38.7 SWALES, DITCHES AND CHANNELS All swales, ditches and channels leading from the site shall be sodded within three (3) days of excavation. All other interior swales, etc., including detention areas will be sodded prior to issuance of a Certificate of Occupancy. 38.8 UNDERGROUND UTILITY CONSTRUCTION The construction of underground utility lines and other structures shall be done in accordance with the following standards: a. No more than 400 lineal feet of trench shall be open at any one time; b. Wherever consistent with safety and space consideration, excavated material shall be cast to the uphill side of trenches. Trench material shall not be cast into or onto the slope of any stream, channel, road ditch or waterway. 38.9 MAINTENANCE All erosion and siltation control devices shall be checked regularly, especially after each rainfall and will be cleaned out and/or repaired as required. 38.10 COMPLIANCE Failure to comply with the aforementioned requirements may result in a fine and/or more stringent enforcement procedures such as (but not limited to) issuance of a "Stop Work Order". City of Clearwater Standard Detail Drawings No. 601 and 607 are examples of accepted methods that may be used or required to control erosion and siltation. Section IV Page 61 of 128 Conformed Documents April 2013 Section IV — Technical Specifications City of Clearwater - Erosion Control This notice is to inform the prime contractor that the City of Clearwater holds them responsible for soil erosion control on their site. The City of Clearwater Engineering Department has the responsibility to minimize the amount of soil erosion into the City's streets, storm sewers and waterways. The construction of a new residence or commercial site and major remodeling of an existing site creates a potential for soil erosion. These instances are usually the result of contractors and subcontractors accessing the property with equipment or construction materials. Then rain storms redistribute the eroded soil into the adjacent streets, storm systems and waterways. When erosion takes place, a City Inspector will place a correction notice at the site. The procedure will be as follows: 1st occurrence Warning 2nd occurrence $32 Re -inspection Fee 3rd occurrence $80 Re -inspection Fee 4th occurrence Stop Work Order Dependent on the severity of the erosion, the City's Engineering Department may elect to rectify the erosion problem and charge the contractor accordingly. The attached drawings and details are recommendations for the contractor to use as means to support the site from eroding. The contractor may elect to shovel and sweep the street daily or on an as needed basis. However, erosion must be held in check. If the contractor would like to meet with a City inspector on any particular site, please contact Construction Services at 562-4750 or Planning & Development Services at 562-4741. Erosion Control Required - City of Clearwater's Code of Ordinances requires erosion control on all land development projects. Erosion control must be in place and maintained throughout the job. Failure to do so may result in additional costs and time delays to the permit holder. Contact Engineering Department with specific questions at 562-4750. Section IV Page 62 of 128 Conformed Documents April 2013 • • • • Section IV — Technical Specifications CITY OF CLEARWATER NOTICE OF EROSION VIOLATION UNDER SECTION 3-701 (DIVISION 7 — EROSION AND SILTATION CONTROL) OF THE CITY OF CLEARWATER CODE OF ORDINANCES, THIS SITE HAS BEEN FOUND IN VIOLATION. THIS SITE MUST BE RESTORED TO AN EROSION CONTROLLED SITE PRIOR TO ANY FURTHER DEVELOPMENT TO CONTINUE. Warning $32.00 Re -inspection Fee $80.00 Re -inspection Fee Stop Work Order DATE POSTED: CITY OF CLEARWATER PLANNING & DEVELOPMENT SERVICES 727 562-4741 ENGINEERING/CONSTRUCTION 727 562-4750 Inspector's Name: Received by: Inspector's Signature: (Signature indicates only a copy of this notice has been received and does not in any way indicate admission of guilt or concurrence with findings of the inspector.) IT IS A VIOLATION TO REMOVE THIS NOTICE ANY UNAUTHORIZED PERSON REMOVING THIS SIGN WILL BE PROSECUTED Section IV Page 63 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 39 UTILITY TIE IN LOCATION MARKING The tie in locations for utility laterals of water, sanitary sewer, and gas shall be plainly marked on the back of the curb. Marking placed on the curb shall be perpendicular with respect to the curb of the tie in location on the utility lateral. Marks shall not be placed on the curb where laterals cross diagonally under the curb. The tie in location shall be the end of the utility lateral prior to service connection. Markings shall be uniform in size and shape and colors in conformance with the code adopted by the American Public Works Association as follows: SAFETY RED Electric power, distribution & transmission Municipal Electric Systems HIGH VISIBILITY SAFETY YELLOW Gas Distribution and Transmission Oil Distribution and Transmission Dangerous Materials, Produce Lines, Steam Lines SAFETY ALERT ORANGE Telephone and Telegraph Systems Police and Fire Communications Cable Television SAFETY PRECAUTION BLUE Water Systems Slurry Pipe Lines SAFETY GREEN Sewer Systems LAVENDER RECLAIMED WATER WHITE PROPOSED EXCAVATION Marks placed on curbs shall be rectangular in shape and placed with the long dimension perpendicular to the flow line of the curb. Marks placed on valley gutter and modified curb shall be 6 -inch x 3 -inch and placed at the back of the curb. Marks placed on State Road and vertical curb shall be 4 -inch X 2 -inch and be placed on the curb face. 40 AWARD OF CONTRACT, WORK SCHEDULE AND GUARANTEE This article not used. See SECTION III, ARTICLE 24 — AWARD OF CONTRACT, WORK SCHEDULE AND GUARANTEE. 41 POTABLE WATERMAINS, RECLAIMED WATERMAINS AND APPURTENANCES 41.1 SCOPE The Contractor shall furnish all plant, labor, materials and equipment to perform all operations in connection with the construction of potable water mains, reclaimed water mains and appurtenances including clearing, excavation, trenching, backfilling and clean up. Section IV Page 64 of 128 Conformed Documents April 2013 • Section IV — Technical Specifications 41.2 MATERIALS 41.2.1 GENERAL Materials, equipment and supplies furnished and permanently incorporated into the project shall be of first quality in every respect and shall be constructed and finished to high standards of workmanship. Materials shall be suitable for service intended, shall reflect modern design and engineering and shall be fabricated in a first class workmanlike manner. All materials, equipment and supplies shall be new and shall have not been in service at any time previous to installation, except as required in tests or incident to installation. Machined metal surfaces, exposed bearings and glands shall be protected against grit, dirt, chemical corrosion and other damaging effects during shipment and construction. 41.2.2 PIPE MATERIALS AND FITTINGS 41.2.2.1 DUCTILE IRON PIPE Ductile Iron Pipe shall be in accordance with ANSI/AWWA C151/A21.51 81 or latest revision. Pipe thickness class, wall thickness and working pressure shall conform to the following table: Size Class Thickness (In.) Rated Water Working Pressure (PSI) 4" 51 0.26 350 6" 50 0.25 350 8" 50 0.27 350 12" 50 0.31 350 The trench laying condition shall be Type 2, Flat bottom trench backfill lightly consolidated to centerline of pipe. Pipe shall be manufactured in accordance with ANSI/AWWA C1511A21.51 81 or latest revision. Pipe shall be asphalt coated on the outside and standard cement lined and sealed coated with approved bituminous seal coat in accordance with ANSI/AWWA C 104/A21.4 80 or latest revision. 41.2.2.2 POLYVINYL CHLORIDE (PVC) PIPE Polyvinyl Chloride (PVC) Pipe 4 -inch through 8 -inch shall be in accordance with ANSI/AWWA C900 or latest revision and the American Society for Testing Materials (ASTM) Standard D 2241 and PVC Resin Compound conforming to ASTM Specification D 1784. Polyvinyl Chloride Pipe shall have the same O.D. as Cast and Ductile Iron Pipe and be compatible for use without special adapters with Cast Iron Fittings. Pipe dimension ratio, working pressure and laying length shall conform to the following table: Section IV Page 65 of 128 Conformed Documents April 2013 Section IV — Technical Specifications Size Dimension Ratio (OD/Thick.) Rated Water Working Pressure (PSI) Laying Length (Ft) 4 18 150 20 6 18 150 20 8 18 150 20 Pipe larger than 8 -inch shall be ductile iron. The City Engineer reserves the right to require the use of ductile iron in sizes 4 -inch through 8 -inch when needed due to laying conditions or usage. The bell of 4 -inch and larger PVC pipe shall consist of an integral wall section with a solid cross section elastomeric ring which meets the requirements of ASTM D 1869. Each length of pipe shall bear identification that will remain legible during normal handling, storage and installation and so designate the testing agency that verified the suitability of the pipe material for potable water service. All polyvinyl chloride pipe shall be laid with two (2) strands of insulated 12 gauge A.W.G solid strand copper wire taped to the top of each joint of pipe with about 18 -inches between each piece of tape. It is to be installed at every valve box through a 2 -inch PVC pipe to 12 -inches minimum above the top of the concrete slab. The 2 -inch PVC pipe shall be the same length as the adjustable valve box, and the 2 -inch PVC pipe shall be plugged with a 2 -inch removable brass plug with recessed nut. This wire is to be continuous with splices made only by direct bury 3M brand splice kit approved by the Engineer. This wire is to be secured to all valves, tees and elbows. 41.2.2.3 FITTINGS AND JOINTS Fitting from 4 -inch through 16 -inch in size will be compact ductile iron cast in accordance with ANSI/AWWA C153/A 21.53 with mechanical joint bells. Bolts, nuts and gaskets shall be in accordance with requirements of ANSI/AWWA C 153/A 21.53. The working pressure rating shall be 350 P.S.I. Ductile iron fittings shall be coated and lined in accordance with require requirements of ANSI/AWWA C104/A21.4. Mechanical joint glands shall be ductile iron in accordance with ANSI/AWWA C111/A 21.11. When reference is made to ANSI/AWWA Standards, the latest revisions apply. Only those fittings and accessories that are of domestic (USA) manufacture will be acceptable. 41.2.2.4 RESTRAINT Restraint of plugs, caps, tees, bends, etc., shall be accomplished by the use of approved mechanical restraining rings or glands installed per manufacturers recommendations. Hydrants shall be restrained by the use of swivel connecting joints. Restraining mechanical joint glands on hydrants shall be used only where hydrant runout length precludes the use of swivel joint connectors. 41.2.2.5 PIPE WITHIN CASING All pipe placed within casings shall be slip joint ductile iron restrained by the use of restraining gaskets designed for use with the particular joint being installed and have properly sized casing spacers (Cascade Series) installed on the pipe so that the pipe will be centered within the casing. Section IV Page 66 of 128 Conformed Documents April 2013 1 Section IV — Technical Specifications Each end of the casing shall be properly sealed to prevent the intrusion of soil, water, or debris within the casing itself. It shall be sealed by brick and mortar, cement or any approved method by the Engineer. 41.2.3 GATE VALVES Discs of valves shall be operated by methods which will allow operation in any position with respect to the vertical. Gate valves for interior piping or exposed above grade outside structures, shall be handwheel operated with rising stems. Valves 4 -inches and larger, buried in earth shall be equipped with 2 -inch square operating nuts, valve boxes and covers. Valves shall be fitted with joints suitable for the pipe with which they are to be used. The direction of opening for all valves shall be to the left (counter clockwise). Pressure Rating: Unless otherwise shown or specified, valves for high pressure service shall be rated at not less than 150 psi cold water, nonshock. The manufacturer's name and pressure rating shall be cast in raised letters on the valve body. Installation: Installation shall be in accordance with good standard practice. Exposed pipelines shall be so supported that their weight is not carried through valves. Two Inch Diameter and smaller: Not allowed. These should be approved ball valves. Three Inch Diameter: Not allowed. Four Inch to Sixteen Inch Diameter: Gate Valves, 4 to 16 -inch diameter, inclusive, shall be resilient seated gate valves encapsulated with EPDM Rubber in conformance with • ANSI/A.W.W.A. Standard Specification C509-515 latest revision. These valves shall include the following features consistent with C509-515, full opening unobstructed waterway, zero leakage at 200 p.s.i. differential pressure, all internal parts removable from bonnet without removing body from pressure main, corrosion resistant bronze or stainless steel nonrising stem with 0 ring bonnet seal with epoxy coated inside and outside cast iron or ductile iron valve body.. Larger than Sixteen Inch Diameter: Gate valves larger than 16 -inch shall be suitable for the service intended and shall be resilient seated gate valves encapsulated with EPDM rubber in conformance with ANSI/AWWA. These valves shall include the following features consistent with C509-80, full opening unobstructed waterway, zero leakage at 200 psi differential pressure. All valves shall be equipped with steel cut bevel gears, extended type gear case and rollers, bronze or babbitt tracks and scrapers and valved by-pass. • 41.2.4 VALVE BOXES Valve boxes shall be of standard extension design and manufacture and shall be made of cast iron. No PVC Risers or Derisers are allowed as part of a valve box assembly. They are to be 3 - piece valve box assembles. The lower part of the assembly can be ordered in various heights to accommodate different depths. Suitable sizes of valve boxes and extension pieces shall be provided where shown. The valve box cover shall be of cast iron. Valve boxes and their installation shall be included in the bid price for valves. Refer to City Index No. 402; Sheet 1 of 5 & Sheet 2 of 5 for potable water valve pad detail, and City Index No. 502; Sheet 1 of 2 & Sheet 2 of 2 for reclaimed water valve boxes and pad detail. Section IV Page 67 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 41.2.5 HYDRANTS No other hydrants, other than those listed below, may be used in extension to or replacement of the City of Clearwater potable water system: • Kennedy Guardian #K 81D Fire Hydrant, • Mueller Super Centurion 25 Fire Hydrant • AVK Nostalgic 2780. • American Darling B -84-B. No substitutions shall be allowed without the approval of the City of Clearwater. Above hydrants shall be in accordance with the latest revision of the AWWA Specification C 502 and include the following modifications: 1. All shipments to be palletized and tailgate delivery. 2. Hydrants shall conform to A.W.W.A. Standard C-502 latest revision and must be UL/FM listed. 3. Hydrants shall be of the compression type, closing with line pressure. 4. The operating threads will be contained in an operating chamber sealed at the top and bottom with an 0 -ring seal. The chamber will contain a lubricating grease or oil. 5. Hydrants shall be of the traffic model breakaway type, with the barrel made in two sections with the break flange located approximately 2 -inch above the ground line. Breakaway bolts not allowed. 6. Operating nut shall be of one-piece bronze or ductile iron construction. 7. A dirt shield shall be provided to protect the operating mechanism from grit buildup and corrosion due to moisture. 8. A thrust washer shall be supplied between the operating nut and stem lock nut to facilitate operation. 9. Operating nut shall be a #7 (1 -1/2 -inch) pentagon nut. 10. Nozzles shall be of the tamper resistant, 1/4 turn type with 0 -ring seals or threaded into upper barrel. Nozzles shall be retained with a stainless steel locking device. 11. The main valve shall be of EPDM solid rubber. 12. The seat shall be of a bronze ring threaded to a bronze insert in the hydrant shoe, with 0 - rings to seal the barrel from leakage of water in the shoe. 13. The main valve stem will be 304 or higher grade stainless steel and made in two sections with a breakable coupling. 14. Hydrant shall have a 6 -inch Mechanical Joint epoxy lined elbow, less accessories. 15. Hydrant shall have a 5 -1/4 -inch valve opening, and shall be a left hand operation to open. 16. Hydrant shall be without drains. 17. Hydrant shall have two (2) 2 -1/2 -inch hose nozzles and one (1) 4 -1/2 -inch pumper nozzle. Threads shall be in accordance with the National Standard Hose Coupling Thread Specifications. Section IV Page 68 of 128 Conformed Documents April 2013 • Section IV — Technical Specifications 18. Hydrant body shall have a factory finish of yellow paint. All paints shall comply with AWWA standard C-502-85 or latest revision. All hydrants will be shop tested in accordance with the latest AWWA Specification C 502. Constrained joint assemblies shall be used which have bolted mechanical and swivel joints from the hydrant tee through to the hydrant. Constrained joints shall absorb all thrust and prevent movement of the hydrant. All hydrants shall be provided with an auxiliary gate valve so that the water to the hydrant may be shut off without the necessity of closing any other valve in the distribution system. No hydrants shall be installed on the reclaimed water system unless approved by the City of Clearwater's Engineering Department. 41.2.6 SERVICE SADDLES Service saddles shall be used on all service taps to 4 -inch P.V.C. water main. The largest service connection allowable on 4 -inch main shall be 1 -1/2 -inch. Service saddles shall be used on all 2 - inch service connections to 6 -inch and larger mains. Service saddles (JCM 406 series or Ford FC 202 series) shall be wide bodied ductile iron with epoxy or nylon coating and shall have stainless steel straps. 41.2.7 TESTS, INSPECTION AND REPAIRS 1. All materials shall be tested in accordance with the applicable Federal, ASTM or AWWA Specification and basis of rejection shall be as specified therein. Certified copies of the tests shall be submitted with each shipment of materials. 2. All materials will be subject to inspection and approved by the Engineer after delivery; and no broken, cracked, misshapen, imperfectly coated or otherwise damaged or unsatisfactory material shall be used. 3. All material found during the progress of the work to have cracks, flaws, or other defects shall be rejected and promptly removed from the site. 4. If damage occurs to any pipe, fittings, valves, hydrants or water main accessories in handling, the damage shall be immediately brought to the Engineer's attention. The Engineer shall prescribe corrective repairs or rejection of the damaged items. 41.2.8 BACKFLOW PREVENTERS The City of Clearwater owns and maintains all backflow prevention devices that are installed within their system. Therefore, any and all devices must be purchased from the City and installed by City work forces. Backflow prevention devices installed on customer's service lines at the point of delivery (service connection) shall be of a type in accordance with AWWA specification C506 or latest revision. Two (2) different types of backflow prevention devices are allowed. Type of device, when required, is determined by the degree of hazard presented to the municipal water system from possible backflow of water within the customers private system. The types of devices allowed are: Section IV Page 69 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 1. Double Check Valve Assembly a device composed of two single, independently acting, approved check valves, including tightly closing shutoff valves located at each end of the assembly and suitable connections for testing the watertightness of each check valve. 2. Reduced pressure principle backflow prevention device a device containing a minimum of two independently acting, approved check valves, together with an automatically operated pressure differential relief valve located between the two check valves. The unit must include tightly closing shutoff valves located at each end of the device, and each device shall be fitted with properly located test cocks. 41.2.9 TAPPING SLEEVES Steel body tapping sleeves shall be JCM Industries Inc., JCM 412 or Smith -Blair 622. All steel body tapping sleeves shall have heavy welded ASTM A 285, Grade C steel body, stainless steel bolts, manufacturer's epoxy coated body, and 3/4 -inch bronze test plug. 41.2.10 BLOW OFF HYDRANTS Blow offs are not allowed. 41.3 CONSTRUCTION 41.3.1 MATERIAL HANDLING 1. Pipe, fittings, valves, hydrants and accessories shall be loaded and unloaded by lifting with hoists or skidding so as to avoid shock or damage. Under no circumstances shall such materials be dropped. Pipe handled on skidways shall not be skidded rolled against pipe already on the ground. 2. Pipe shall be so handled that the coating and lining will not be damaged. If, however, any part of the coating or lining is damaged, the repair shall be made by the Contractor at his expense in a manner satisfactory to the Engineer. 3. In distributing the material at the site of the work, each piece shall be unloaded opposite or near the place where it is to be laid in the trench. 41.3.2 PIPE LAYING 41.3.2.1 ALIGNMENT AND GRADE The pipe shall be laid and maintained to the required lines and grades with fittings, valves and hydrants at the required locations, spigots centered in bells; and all valves and hydrant stems plumb. All pipe installed shall be pigged and properly blown off before any pressure testing and sterilization of the pipe can be completed. The depth of cover over the water main shall be a minimum of 30 -inches and a maximum of 42 - inches below finished grade, except where approved by the Engineer to avoid conflicts and obstructions. Whenever obstructions not shown on the plans are encountered during the progress of the work and interfere to such an extent that an alteration of the plans is required, the Engineer shall have the authority to change the plans and order a deviation from the line and grade or arrange with the Owners of the structures for the removal, relocation, or reconstruction of the obstructions. Section IV Page 70 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 41.3.2.2 INSTALLATION Proper implements, tools, and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and convenient performance of the work. All pipe, fittings, valves and hydrants shall be carefully lowered into the trench piece by piece by means of a derrick, ropes, or other suitable tools or equipment in such a manner as to prevent damage to materials and protective coatings and linings. Under no circumstances shall materials be dropped or dumped in the trench. If damage occurs to any pipe, fittings, valves, hydrants or accessories in handling, the damage shall be immediately brought to the Engineer's attention. The Engineer shall prescribe corrective repairs or rejection of the damaged items. All pipe and fittings shall be carefully examined for cracks and other defects while suspended above the trench immediately before installation in final position. Spigot ends shall be examined with particular care as this area is the most vulnerable to damage from handling. Defective pipe or fittings shall be laid aside for inspection by the Engineer who will prescribe corrective repairs or rejection. All lumps, blisters, and excess coating shall be removed from the bell and spigot end of each pipe, and the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry and free from oil and grease before the pipe is laid. Pipe joints shall be made up in accordance with the manufacturer's recommendations. Every precaution shall be taken to prevent foreign material from entering the pipe while it is being placed in the line. If the pipe laying crew cannot put the pipe into the trench and in place without getting earth into it, the Engineer may require that, before lowering the pipe into the trench, a heavy, woven canvas bag of suitable size shall be placed over each end and left there until the connection is to be made to the adjacent pipe. During laying operation, no debris, tools, clothing or other materials shall be placed in the pipe. As each length of pipe is placed in the trench, the spigot end shall be centered in the bell and the pipe forced home and brought to correct line and grade. The pipe shall be secured in place with approved backfill material tamped under it except at the bells. Precautions shall be taken to prevent dirt from entering the joint space. At times when pipe laying is not in progress, the open ends of pipe shall be closed by a watertight plug or other means approved by the Engineer. The cutting of pipe for inserting valves, fittings, or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe or cement lining and so as to leave a smooth end at right angles to the axis of the pipe. Pipe shall be laid with bell ends facing in the direction of laying unless directed otherwise by the Engineer. Where pipe is laid on the grade of 10 per cent or greater, the laying shall start at bottom and shall proceed upward with the bell ends of the pipe upgrade. Wherever it is necessary to deflect pipe from a straight line, either in the vertical or horizontal plane to avoid obstructions or to plumb stems; or where long radius curves are permitted, the amount of deflection allowed shall not exceed that allowed under the latest edition of ANSI/AWWA C600-82 and C900 81 or latest revisions. • No pipe shall be laid when, in the opinion of the Engineer, trench conditions are unsuitable. Section IV Page 71 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 41.3.3 SETTING OF VALVES, HYDRANTS AND FITTINGS 41.3.3.1 GENERAL Valves, hydrants, fittings, plugs and caps shall be set and joined to pipe in the manner specified above for installation of pipe. 41.3.3.2 VALVES Valves in water mains shall, where possible, be located on the street property lines extended unless shown otherwise on the plans. All valves shall be installed at the tee in all cases, not to exceed 18 -inches from the main line. The valve box shall not transmit any shock or stress to the valve and shall be centered and plumb over the wrench nut of the valve, with the box cover flush with the surface of the finished pavement or such other level as may be directed. Refer to City Index No. 402; Sheet 1 of 5 & Sheet 2 of 5 for potable water valve pad detail, and City Index No. 502; Sheet 1 of 2 & Sheet 2 of 2 for reclaimed water valve box and pad detail. 41.3.3.3 HYDRANTS Hydrants shall be located as shown or as directed so as to provide complete accessibility and minimize the possibility of damage from vehicles or injury to pedestrians. All hydrants located 10 -feet of more from the main shall have a gate valve at the main and another gate valve at the hydrant location. No valve can be located anywhere in the hydrant run to circumvent the use of two valves. Refer to City Index No. 402; Sheet 5 of 5 for potable water hydrants. No hydrants shall be installed on the reclaimed water system unless approved by the City of Clearwater's Engineering Department. All hydrants shall stand plumb and shall have their nozzles parallel with, or at right angles to, the curb, with the pumper nozzle facing the curb. Hydrants shall be set to the established grade, with nozzles as shown or as directed by the Engineer. Each hydrant shall be connected to the main with a 6 -inch ductile iron branch controlled by an independent 6 inch gate valve. 41.3.3.4 ANCHORAGE Movement of all plugs, caps, tees, bends, etc., unless otherwise specified shall be prevented by attaching approved mechanical restraining rings or glands and installed per manufacturers recommendations. Hydrants shall be held in place with restrained swivel joints. Restraining mechanical joint glands on hydrants may be used where hydrant runout length precludes the use of hydrant connecting swivel joints. Where special anchorage is required, such anchorage shall be in accordance with details shown on the plans. 41.3.4 CONNECTIONS TO EXISTING LINES Where shown on the plans or directed by the Engineer, the water lines constructed under this contract shall be connected to the existing lines now in place. No such connection shall be made until all requirements of the specifications as to tests, flushing, and sterilization have been met and the plan of the cut in to the existing line has been approved by the Engineer. Section IV Page 72 of 128 Conformed Documents April 2013 Section IV — Technical Specifications Where connections are made between new work and existing work, the connections shall be made in a thorough and workmanlike manner using proper materials and fittings to suit the actual conditions. All fittings shall be properly sterilized and pipe will be properly swabbed before connections to existing facilities. All connections to existing facilities will be completed under the supervision of the City of Clearwater Water Division. 41.4 TESTS 41.4.1 HYDROSTATIC TESTS After installation of water mains, complete with all associated appurtenances including service taps, all sections of newly laid main shall be subject to a hydrostatic pressure test of 150 pounds per square inch for a period of two (2) hours and shall conform to AWWA C600 latest revision. All mains shall be pigged and flushed to remove all sand and other foreign matter before any hydrostatic test can or will be performed. The pressure test shall be applied by means of a pump connected to the pipe in a manner satisfactory to the Engineer. The pump, pipe connection and all necessary apparatus, together with operating personnel, shall be furnished by the Contractor at his expense. The Contractor shall make all necessary taps into the pipe line. The Owner will furnish the water for the test. Before applying the test pressure, all air shall be expelled from the pipe line. 41.4.2 NOTICE OF TEST The Contractor shall give the City of Clearwater's Owner Representative 48 -hours advance notice of the time when the installation is ready for hydrostatic testing. 41.5 STERILIZATION Before the system is put into operation, all water mains and appurtenances and any item of new construction with which the water comes in contact, shall be thoroughly sterilized in accordance with AWWA C651. 41.5.1 STERILIZING AGENT The sterilizing agent shall be liquid chlorine, sodium hypochlorite solution conforming to Federal Specification 0 S 602B, Grade D, or dry hypochlorite, commonly known as "HTH" or "Perchloron". 41.5.2 FLUSHING SYSTEM Prior to the application of the sterilization agent, all mains shall be thoroughly flushed. Flushing shall continue until a clean, clear stream of water flows from the hydrants. Where hydrants are not available for flushing, such flushing shall be accomplished at the installed blow off devices generally at the ends of the lines. 41.5.3 STERILIZATION PROCEDURE All piping, valves, fittings and all other appurtenances shall be sterilized with water containing a minimum chlorine concentration of 75 ppm at any point in the system. This solution shall then remain in the distribution system for a minimum contact period of eight (8) hours and never more than 24 hours before it is flushed out. All valves in the lines being sterilized shall be opened and closed several times during the contact period. Section IV Page 73 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 41.5.4 RESIDUAL CHLORINE TESTS After the sterilization outlined above has been accomplished, flushing shall continue until free residual chlorine tests not less than 0.2 ppm nor more than 3.0 ppm. Residual chlorine test shall be in accordance with standard methods using a standard DPD test set. 41.5.5 BACTERIAL TESTS After the water system has been sterilized and thoroughly flushed as specified herein, City of Clearwater Water Division or the Owner's Representative personnel shall take samples of water from remote points of the distribution system in suitable sterilized containers. The City shall forward the samples to a laboratory certified by the Florida State Board of Health for bacterial examination in accordance with AWWA C651. If tests of such samples indicate the presence of coliform organisms, the sterilization as outlined above shall be repeated until tests indicate the absence of such pollution. The bacterial tests shall be satisfactorily completed before the system is placed in operation and it shall be the Contractor's responsibility to perform the sterilization as outlined above. If methods of sterilization differ materially from those outlined above, such methods shall be in accordance with directives of the Florida State Board of Health and all methods employed shall have the approval of that agency. Definite instructions as to the collection and shipment of samples shall be secured from the laboratory prior to sterilization and shall be followed in all respects. The City of Clearwater shall secure clearance of the water main from the Florida Department of Environmental Protection before the water distribution system is put into operation. 41.6 MEASUREMENT AND PAYMENT 41.6.1 GENERAL Bids must include all sections and items as specified herein and as listed on the Bid Form. Payment for the work of constructing the project will be made at the unit price or lump sum payment for the items of work as set forth in the Bid, which payment will constitute full compensation for all labor, equipment, and materials required to complete the work. No separate payment will be made for the following items and the cost of such work shall be included in the applicable pay items of work: • Clearing and grubbing • Excavation, including necessary pavement removal • Shoring and/or dewatering • Structural fill • Backfill • Grading • Tracer wire • Refill materials • Joints materials • Tests and sterilization • Appurtenant work as required for a complete and operable system. Section IV Page 74 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 41.6.2 FURNISH AND INSTALL WATER MAINS 41.6.2.1 MEASUREMENT The quantity for payment shall be the actual number of feet of pipe of each size and type satisfactorily furnished and laid, as measured along the centerline of the completed pipe line, including the length of valves and fittings. 41.6.2.2 PAYMENT Payment of the applicable unit price shall be full compensation for furnishing all plant, labor, materials and equipment, and constructing the water mains complete and ready for operation. 41.6.3 FURNISH AND INSTALL FITTINGS 41.6.3.1 MEASUREMENT The quantity for payment will be the number of tons, or decimal part thereof, of ductile iron fittings satisfactorily furnished and installed. Fitting weights shall be based on weights stamped on the body of the fitting, provided such weights do not exceed the theoretical weights by more than the tolerances permitted in ANSI/AWWA C110/A 21.10 82, latest revision, in which case, the weight will be based upon the theoretical weight plus the maximum tolerance. 41.6.3.2 PAYMENT Payment of the applicable unit price shall be full compensation for furnishing all plant, labor, materials, and equipment required to furnish and install ductile iron fittings. 41.6.4 FURNISH AND INSTALL GATE VALVES COMPLETE WITH BOXES AND COVERS 41.6.4.1 MEASUREMENT The quantity for payment shall be the number of gate valves of each size satisfactorily furnished and installed. 41.6.4.2 PAYMENT Payment of the applicable unit price for each size shall be full compensation for furnishing all plant, labor, material and equipment and installing the valve complete with box and cover. 41.6.5 FURNISH AND INSTALL FIRE HYDRANTS 41.6.5.1 MEASUREMENT The quantity for payment shall be the number of fire hydrants satisfactorily furnished and installed. The only hydrants allowed to be installed in the City of Clearwater utilities system are listed in Section 41.2.5. No exceptions. 41.6.5.2 PAYMENT Payment of the applicable unit price shall be full compensation for furnishing all plant, labor, material and equipment and installing the fire hydrant complete including necessary thrust Section IV Page 75 of 128 Conformed Documents April 2013 Section IV — Technical Specifications anchorage, 6 -inch pipe between the main and the hydrant and gate valve and valve box on the hydrant lead. 42 GAS SYSTEM SPECIFICATIONS This article not applicable. 43 TENNIS COURTS 43.1 PAVED TENNIS COURTS 43.1.1 SOIL TREATMENTS All soil under courts shall be treated with DSMA 184 at the rate of 2 pounds active ingredient per 1,000 square foot. Materials shall be brought to the job site in tagged containers. Tags shall be retained and turned into the Engineer's Office. 43.1.2 BASE COURSE Base Course shall be Limerock 6" thick after compaction. Specifications for the base shall be the same as those for Limerock in Section IV - Article 22 of the City of Clearwater Technical Specifications. Subgrade stabilizing will not be required. Surface shall be cut to within 1/2" of true grade in preparation of 1" leveling course. Prior to applying prime coat, surface shall be approved by the Engineer. 43.1.3 PRIME COAT The material used for prime coat shall be cut-back Asphalt Grade RC -70 or RC -250 and shall conform to Section 300 of the Florida State Department of Transportation's "Standard Specifications for Road and Bridge Construction". 43.1.4 LEVELING COURSE A.Leveling Course shall be a minimum of 1" of Type S -III Asphaltic Concrete as specified in Section 331 of FDOT's Standard Specification (latest edition). The Leveling Course shall be constructed running East and West. Finish surface of leveling course shall not vary more than 1/4" when checked with a 10 foot straight edge. If a deficiency of more than 1/4" exists, the Engineer will determine if the surface should be leveled or removed and replaced. Such remedial work shall be without compensation. 43.1.5 SURFACE COURSE Surface course shall be a minimum of 1" of Type S -III Asphaltic Concrete as specified in Section 331 of FDOT's Standard Specification (latest edition). The Surface Course shall be constructed running North and South. Finish surfaces shall not vary more than 1/4" in 10 feet. Prior to application of color coat, surface shall be checked for low areas by flooding the surface with water. Low areas shall be patched as approved by the Engineer prior to application of the color coat. No areas which retain water will Section IV Page 76 of 128 Conformed Documents April 2013 Section IV — Technical Specifications be approved. If a deficiency of more than %4" exists, the Engineer will determine if the surface should be leveled or removed and replaced. Such remedial work shall be without compensation. 43.1.6 COLOR COAT 43.1.6.1 MATERIALS Materials used in the patching and color coating of Tennis Courts shall be manufactured specifically for Tennis Court Application. All materials must be approved by the Engineer prior to the start of construction. Request for approval of coating materials may be submitted prior to the opening of bids. In requests for approval, the Contractor shall present manufacturer's literature along with the name, address, and date of three previous Tennis Court applications of the proposed material. 43.1.6.2 CONSTRUCTION 43.1.6.2.1 SURFACE PREPARATION The surface to be coated must be sound, smooth, and free from loose dirt or oily materials. Prior to the application of surfacing materials, the entire surface should be checked for minor depressions or irregularities. If it is determined that minor corrections are necessary, the Contractor shall make repairs using approved tack coat and/or patching mix in accordance with manufacturer's recommendations for use. After patching the surface shall not vary more than 1/8" in ten feet in any direction. If a deficiency of more than 1/8" exists, the Engineer will determine if the surface should be leveled or removed and replaced. Such remedial work shall be without compensation. In order to provide a smooth, dense underlayment of the finish course, one or more applications of resurfacer or patch mix shall be applied to the underlaying surface as deemed necessary by the Engineer. Asphaltic concrete Surface Course with a smooth tight mix and no ponding, will not require the resurfacing or patching mix. Asphaltic Concrete Surface Course which is course and rough or is ponding water will require the use of the resurfacer or patch mix. No applications shall be covered by a succeeding application until thoroughly cured. 43.1.6.2.2 FINISH COLOR COURSE The finish course shall be applied to a clean, dry surface in accordance with the manufacturer's directions. A minimum of two applications of color coat will be required. Texture of cured color coat is to be regulated in accordance with manufacturer's recommendations to provide a medium speed surface for tennis play. The color of application shall be dark green for the regulation double's playing area and red for all other others. The finished surface shall have a uniform appearance and be free from ridges and tool marks. 43.1.6.3 PLAYING LINES Forty-eight (48) hours minimum after completion of the resurfacing, 2 inch wide playing lines shall be accurately located, marked and painted with approved marking paint. Section IV Page 77 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 43.1.6.4 WEATHER LIMITATIONS No parts of the construction involving Tennis Court surfacing or patching products shall be conducted during rainfall, or when rainfall is imminent or unless the air temperature is at least 50 degrees, Fahrenheit and rising. NOTE: The Contractor shall notify the Project Inspector a minimum or 24 hours in advance of all base and asphalt related work. 43.2 CLAY TENNIS COURTS 43.2.1 GENERAL 43.2.1.1 SCOPE The Contractor shall furnish all labor, materials and equipment necessary for the installation of clay tennis court(s) as set forth in these specifications and /or the construction drawings. The scope of work is indicated on drawings and specified herein. Basis of design for clay courts with sub -surface irrigation system is Hydrogrid Tennis, Inc. or prior approved equal. 43.2.1.2 CONTRACTOR QUALIFICATIONS The Owner may make such investigation as he deems necessary to determine the ability of the Bidder to perform the work and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any Bid if the evidence submitted by, or investigations of such Bidders fail to satisfy the owner that such Bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated herein within the time limit agreed upon. Factors to be considered in awarding the Bid shall include the successful completion of similar sub -surface irrigation clay tennis court installations of like value, scope, size and quality as this project, with in the last five (5) years. The Owner desires to award this contract to firms that have been in business for a minimum of five (5) years. The qualifications and experience of the personnel assigned to the project will be a determining factor in the award of the Bid. 43.2.1.3 STANDARDS The Contractor shall perform all work in a thorough, workmanlike manner and conform to standards for tennis court construction as prescribed or approved by the United States (Lawn) Tennis Association and the United States Tennis Court and Tract Builders Association. The Contractor shall construct the tennis courts with laser guided equipment. 43.2.1.4 BUILDING PERMITS AND TAXES The Contractor shall secure all construction permits required by law, the City of Clearwater will waive all permit fees. 43.2.1.5 COURT LAYOUT The Owner shall establish two horizontal control points and a construction bench mark. The Contractor shall locate the four corners of each battery and shall layout the courts in conformance with the specifications and drawings. Section IV Page 78 of 128 Conformed Documents April 2013 • • Section IV — Technical Specifications 43.2.1.6 BUILDING REQUIREMENTS The Owner shall provide and maintain reasonable access to the construction site, as well as an area adjacent to the site for storage and preparation of materials. Adequate water outlets within fifty (50) feet of the site shall be provided. 43.2.1.7 SCHEDULE The Owner desires to award the contract to firms who will complete this project in a reasonable time schedule. Consideration in awarding this bid will be given to firms who may commence and complete the project within a reasonable period of time after award of the bid. The Owner, in its sole discretion, will determine the reasonable schedule standard as it relates to the "Notice to Proceed." 43.2.2 SITE PREPARATION 43.2.2.1 SUITABILITY The Contractor shall examine the site to determine its suitability for installation of the courts. 43.2.2.2 DEMOLITION The contractor shall demo the existing tennis courts, remove the existing ten (10) foot high fence surrounding the tennis courts and all underground utilities within the limits of the construction area. Utilities extending outside the construction limits shall be capped and terminated. The existing tennis courts shall be ground into millings suitable to be mixed into the sub -grade at the proposed location of the new clay tennis courts. Any sub -grade material beneath the existing tennis courts not suitable for planting beds shall be removed and also utilized as sub -grade material beneath the new courts. All demolition materials not utilized in construction of the new courts shall be removed and disposed from the project site. The Contractor shall provide documentation of any recycled materials. 43.2.2.3 SUB -GRADE The sub -grade shall be graded to a tolerance of plus or minus one (1) inch of the final sub -grade elevation. The sub -grade shall be graded level. A compaction to a density not less than 95% of the maximum standard density as determined by AASHTO T-180 is required. The Contractor shall provide documentation of testing to the Owner. 43.2.2.4 FINAL GRADE The final grades outside the tennis court areas and within the construction limits shall be graded to a tolerance of plus or minus one (1) inch of the final grade elevations with positive drainage away from tennis courts and towards drainage swales or outfall structures. A compaction to a density not less than 95% of the maximum standard density as determined by AASHTO T-180 is required. The contractor shall provide documentation of testing to the Owner. 43.2.3 SLOPE 43.2.3.1 SLOPE REQUIREMENTS • Rate and direction of slope of the finished surfaces shall be one (1) inch in forty (40) feet, all in one plane, as indicated on the drawings. Section IV Page 79 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 43.2.4 BASE CONSTRUCTION 43.2.4.1 LINER Two layers of 6 mil construction plastic shall be installed over the sub -grade surface with a minimum overlap of five (5) feet where pieces are joined. Use only materials that are resistant to deterioration when tested in accordance with ASTM E 154, as follows: a. Polyethylene sheet, Construction Grade. 43.2.4.2 BASE COURSE The base course shall consist of six (6) inches of porous base material as supplied by Quality Aggregate of Sarasota Florida. The surface of the base course shall be smooth and even, and it shall be within one-quarter (1/4) inch of the established grade. 43.2.4.3 IRRIGATION SYSTEM Perforated pipe shall be installed in trenches in the base course. These trenches shall be in on four (4) foot centers and shall be run perpendicular to the slope of the court. The pipe shall be two and one-quarter (2-1/4) inch diameter with a nylon needle punched sock surrounding the pipe. Six (6) water control canisters shall be installed per court with each canister controlling five (5) grid pipe trenches. Provide all required controls systems time clocks; float switches, control wiring and solenoids, etc. for a complete sub -surface irrigation system. 43.2.5 PERIMETER CURBING 43.2.5.1 CURB Brick curb shall be installed around the entire perimeter of the court area with an elevation of one-quarter (1/4) to one-half (1/2) inch above the finished screening course elevation. 43.2.6 SURFACE COURSE 43.2.6.1 COURT SURFACE A surface course of ISP Type II Aquablend or Lee Hyroblend tennis court material shall be installed over the screening course to a compacted depth of one (1) inch. The Aqua/Hydroblend material shall be watered to its full depth immediately after leveling and then compacted by rolling with a tandem roller weighing 600 to 1000 pounds. The finished surface shall not vary from specified grade by more than one-eighth (1/8) inch. 43.2.7 ROOT BARRIER Root barrier (geo-tech fabric) eighteen (18) inches height shall be placed in a trench on the outside edge of the perimeter curbing eighteen (18) inches in depth with herbicide coating buttons to prevent plant root systems in entering the sub -surface base course of the clay tennis courts. Section IV Page 80 of 128 Conformed Documents April 2013 • Section IV — Technical Specifications 43.2.8 FENCING 43.2.8.1 DESIGN The contractor shall provide a total color coated fencing system as indicated on drawings and described herein. All components: frames, fabric and fittings shall be black. Basis of Design Ameristar HT -25 or prior approved equal subject to strict compliance with Ameristar published specification. 43.2.8.2 POSTS All posts shall be a minimum 2-1/2" Ameristar HT -25 pipe; top rails 1-5/8" Ameristar HT -25 pipe with manufacturers standard "Permacoat" color system. 43.2.8.3 FENCE FABRIC Fence Fabric shall be 1-3/4" #6 gauge mesh throughout, manufactures standard galvanized wire with PVC coating. All fabric to be knuckled on both selvages. 43.2.8.4 GATES Provide gates at locations indicated. At service gates, provide a keeper that automatically engages gate life and holds it in the open position until manually released. Provide gate stops for double gates consisting of a mushroom -type flush plate with anchors, set in concrete, and designed to engage a center drop rod or plunger -bar. Include a locking device and padlock eyes as an integral part of the latch, permitting both gate leaves to be locked with a single padlock. Provide latch, fork type or plunger -bar type to permit operation from either side of gate, with padlock eye as an integral part of the latch. Gate Hinges — Size and material to suit gate size, non -lift-off type, and offset to permit 180 -degree gate opening. Provide one and one-half (1-1/2) pair of hinges for each leaf over six (6) foot nominal height. 43.2.9 WINDSCREENS The contractor shall provide nine (9) foot high windscreens at all ten (10) foot high fencing. Basis of design is Durashade plus by Ball Products, Inc. or equal by Putterman. Black high- density polyethylene, eight (8) oz. per square yard edges hemmed with grommets at twelve (12) inch on center. Attach to chain link fencing at the top and bottom with 50 LBS plastic ties. 43.2.10 COURT EQUIPMENT 43.2.10.1 POST FOUNDATIONS Post foundations shall be not less than thirty-six (36) inches in length, eighteen (18) inches in width and thirty (30) inches in depth. Foundations shall be placed to provide an exact distance between posts of forty-two (42) feet on a doubles court and thirty-three (33) feet on a singles court. 43.2.10.2 NET POSTS & SLEEVES Net posts shall be galvanized steel having an outside diameter of not less than two and seven- • eighths (2 7/8) inches with electrostatically applied enamel finish and shall be equipped with a reel type net tightening device. Post sleeves and posts shall be set plumb and true so as to support Section IV Page 81 of 128 Conformed Documents April 2013 Section IV — Technical Specifications the net a height of forty-two (42) inches above the court surface at the posts. Post sleeves shall be Schedule 40 PVC to be set in concrete per net post manufactures recommendation. 43.2.10.3 CENTER STRAP ANCHOR A center strap anchor shall be firmly set in accordance with the rules of the USTA. 43.2.10.4 NET A tennis net conforming to the USTA regulations shall be installed on each court. The net shall have black synthetic netting, a headband of white synthetic material in double thickness with the exterior treated for resistance to mildew and sunlight, and bottom and end tapes of back synthetic material treated to prevent deterioration from the sunlight. A vinyl coated, impregnated steel cable, having a diameter of one quarter (1/4) inch and a length five (5) feet greater than length between the net post shall hold the net in suspension. The net shall have tie strings of a synthetic material at each corner. Basis of Design — Duranet DTS by Ball Products, Inc. 43.2.10.5 CENTER STRAP Provide a center strap of white heavy duty polyester webbing with black oxide coated brass slide buckles and nickel plated double end snap. Center strap shall be placed on the net and attached to the center strap anchor. 43.2.10.6 LINE TAPES Line tapes shall be 100% nylon and shall be two (2) inches in width. The tapes shall be firmly secured by aluminum nails with aluminum length of two and one-half (2 — 1/2) inches. Positioning shall be in accordance with regulations of the USTA. 43.2.10.7 MISCELLANEOUS EQUIPMENT Deliver the following equipment to the owner: 1. Ride -on Tandem Roller - Brutus AR -I Roller, automatic forward -neutral -reverse transmission; 24 inch wide drum; 3 -horse power Briggs and Stratton engine. 2. Hand drag brooms (4 each) - 7' wide aluminum frame with 4-1/2" synthetic bristles; Proline. 3. Tow drag brooms (1 each) - 7' wide aluminum frame 4-1/2" synthetic bristles; Proline. 4. Deluxe Proline Line Sweeper (4 each) - friction -driven rubber sleeves; synthetic bristle brush; with fence hook cast aluminum. 5. Scarifier/Lutes (2 each) - 30" wide all aluminum; Proline. 6. Tennis Shoe Cleaners (2 each) - steel frame construction "Scrusher" exact installation location by Owner. 7. Tennis Two Step (2 each) - polyethylene construction with two rubber panels. 8. Court Rake (1 each) — six-foot length aluminum. Section IV Page 82 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 43.2.11 SHADE STRUCTURE Provide shade structures as indicted on drawings. Basis of design: Suntrends, Inc. "Cabana Bench 8" — 8'long x 6' wide gable design with standard canvas canopy, direct burial installation. Provide concrete footing, size and reinforcement as required by shade structure manufacture. 43.2.12 WATER SOURCE (Potable) The owner shall supply water line to within fifty (50) feet of the courts with 50 pounds per square inch running pressure at its terminus. This line shall have the capacity to supply 30 gallons of water per minute for each court. 43.2.13 CONCRETE Provide concrete consisting of portland cement per ASTM C 150, aggregates per ASTM C 33, and potable water. Mix materials to obtain concrete with a minimum 28 -day compressive strength of 3,500 psi. Use at least four sacks of cement per cu. yd., 1 -inch maximum size aggregate, 3 -inch maximum slump. 43.2.14 EXISTING SPORT TENNIS COURT LIGHTING 43.2.14.1 SHOP DRAWINGS The Contractor shall provide signed and sealed electrical shop drawings by a professional electrical engineer for approval of the relocation and re -aiming of the existing tennis court sport lighting fixtures and electrical service to water coolers. The shop drawings shall include all necessary information according to local electrical codes in providing a complete operating system from the existing electrical panel. The shop drawings shall provide data showing the maximum foot candles the existing fixtures will provide at its new locations for tournament play. Shop drawings shall be submitted to the Parks and Recreation Department for approval. 43.2.14.2 RE -LAMP The Contractor shall re -lamp and clean lens of all existing lighting fixtures after relocating the light pole and fixtures to its new location. The City will provide the new lamps. 43.2.14.3 ELECTRICAL PERMIT The Contractor shall submit electrical drawings to City of Clearwater Planning and Development Services to obtain permits for installation of the electrical works. 43.2.14.4 POLES & FIXTURES The Contractor shall install three (3) new sixty foot (60') poles and fourteen (14) new fixtures. The City will purchase and provide the new poles and fixtures for the Contractor to install, any other miscellaneous items required to provide a complete operable system shall be provided by the Contractor. Attached with this specification are the photometric lumination charts for the eight -(8) tennis courts. This information is provided by Musco Sport Lighting, 1838 East Chester Drive, Suite #104, High Point, NC 27265, phone (336) 887-0770 fax (336) 887-0771. Contact Douglas A. • Stewart. Contractor shall install the poles and fixtures based on the following information: Section IV Page 83 of 128 Conformed Documents April 2013 Section IV — Technical Specifications Pole T1 existing 5 fixture pole, remove one fixture and place on pole T5 Pole T2 existing 12 fixture pole, remove six fixtures and place on pole T5 Pole T3 existing 5 fixture pole, remove one fixture and place on pole T5 Pole T4 new pole with new seven fixtures and two circuits Pole T5 new pole w/existing sixteen fixtures (8 on one side and 8 on the other) and 2 circuits Pole T6 new pole with new seven fixtures and two circuits Pole T7 existing 5 fixture pole, remove two fixtures and place on pole T5 Pole T8 existing 12 fixture pole, remove four fixtures and place on pole T5 Pole T9 existing 5 fixture pole, remove two fixtures and place on pole T5 Light levels ended up at 58+ footcandles. Existing poles have concrete footing approximately one foot wide on all sides Contractor shall plan relocation light poles accordingly. 43.2.14.5 ELECTRICAL CONDUITS Existing electrical conduits are installed individually to the existing light pole, it is suggested the Contractor place electrical junction boxes at existing pole locations and utilize existing conduits. New conduits will be required for the three (3) new light poles and the Contractor shall include the cost for these electrical conduits in the relocating of the new light poles. 43.2.15 WATER COOLER 43.2.15.1 SHOP DRAWINGS The Contractor shall provide shop drawings for the installation of water cooler in the cabana area of the tennis courts, electrical, water and drainage submitted to the Parks and Recreation Department for approval. 43.2.15.2 WATER FOUNTAIN Basis for design: Halsey Taylor HOF Series — water cooler with sealed back panels, or equal. 43.2.16 DEMONSTRATION Instruct the Owner's personnel on proper operation and maintenance of court and equipment. 43.2.17 WARRANTY 43.2.17.1 EQUIPMENT The Contractor shall supply warranty cards and operation and maintenance manuals for all equipment to the Owner upon completion of construction of the project. 43.2.17.2 WARRANTY The Contractor shall warranty the courts, fencing, sidewalks and court accessories against defective materials and /or workmanship for a period of one (1) year from the date of completion. Section IV Page 84 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 43.2.17.3 WARRANTY SUB -SURFACE IRRIGATION SYSTEM The Contractor shall warranty the sub -surface irrigation of the clay tennis courts for a period of two years from the day of completion. 44 WORK ZONE TRAFFIC CONTROL 44.1 CONTRACTOR RESPONSIBLE FOR WORK ZONE TRAFFIC CONTROL The Contractor shall be responsible to furnish, operate, maintain and remove all work zone traffic control associated with the Project, including detours, advance warnings, channelization, hazard warnings and any other necessary features, both at the immediate work site and as may be necessary at outlying points. 44.2 WORK ZONE TRAFFIC CONTROL PLAN The Contractor shall prepare a detailed traffic control plan designed to accomplish the level of performance outlined in the Scope of the Work and/or as may be required by construction permits issued by Pinellas County and/or the Florida Department of Transportation for the Project, incorporating the methods and criteria contained in Part VI, Standards and Guides for Traffic Controls for Street and Highway Construction, Maintenance, Utility and Incident Management Operations in the Manual on Uniform Traffic Control Devices published by the U.S. Department of Transportation and adopted as amended by the Florida Department of Transportation, or most recent addition. 44.2.1 WORK ZONE SAFETY The general objectives of a program of work zone safety is to protect workers, pedestrians, bicyclists and motorists during construction and maintenance operations. This general objective may be achieved by meeting the following specific objectives: • Provide adequate advance warning and information regarding upcoming work zones. • Provide the driver clear directions to understanding the situation he will be facing as he proceeds through or around the work zone. • Reduce the consequences of an out of control vehicle. • Provide safe access and storage for equipment and material. • Promote speedy completion of projects (including thorough cleanup of the site). • Promote use of the appropriate traffic control and protection devices. • Provide safe passageways for pedestrians through, in, and/or around construction or maintenance work zones. The 2004 Design Standards (DS), Index 600 "When an existing pedestrian way or bicycle way is located within a traffic control work zone, accommodation must be maintained and provision for the disabled must be provided. Only approved temporary traffic control devices may be used to delineate a temporary traffic control zone pedestrian walkway. Advanced notification of sidewalk closures and detours marked shall be provided by appropriate signs". 2004 Standard Specifications for Road and Bridge Construction Section IV Page 85 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 102-5 Traffic Control: 102-5.1 Standards: FDOT Design Standards (DS) are the minimum standards for the use in the development of all traffic control plans 44.3 ROADWAY CLOSURE GUIDELINES Roadway types: Major Arterials, Minor Arterials, Local Collectors, and Local Following are typical requirements to be accomplished prior to closure. The number of requirements increase with traffic volume and the importance of access. Road closures affecting business or sole access routes will increase in process requirements as appropriate. For all but local streets, no road or lane closures are allowed during the Christmas holiday season and the designated "Spring Break" season with prior approval by the City Engineer. 44.3.1 ALL ROADWAYS Obtain permits for Pinellas County and Florida Department of Transportation roadways. Traffic control devises conform to national and state standards. 44.3.1.1 PUBLIC NOTIFICATION Standard property owner notification prior to start of construction for properties directly affected by the construction process. 44.3.2 MAJOR ARTERIALS, MINOR ARTERIALS, LOCAL COLLECTORS Consult with City Traffic staff for preliminary traffic control options. Develop Formal Traffic Control Plan for Permit Submittal to Regulatory Agency as necessary. 44.3.2.1 PUBLIC NOTIFICATION Message Board Display, Minimum of 7 -day notice period prior to road closure and maybe longer for larger highway. The message board is to be provided by the Contractor. 44.3.3 MAJOR ARTERIALS, MINOR ARTERIALS 44.3.3.1 PUBLIC NOTIFICATION C -View Release 44.3.4 MAJOR ARTERIALS 44.3.4.1 PUBLIC NOTIFICATION News Release The Message Board may need to be displayed for a period longer than 7 days. 44.4 APPROVAL OF WORK ZONE TRAFFIC CONTROL PLAN The Contractor is invited and encouraged to confer in advance of bidding, and is required, as a specification of the work, to confer in advance of beginning any work on the Project, with the Traffic Operations Division, Municipal Services Building, 100 South Myrtle Avenue, telephone 562-4750, for the purpose of approval of the Contractor's proposed detailed traffic control plan. Section IV Page 86 of 128 Conformed Documents April 2013 • Section IV — Technical Specifications All maintenance of traffic (MOT) plans shall be signed and sealed by a Professional Engineer or an individual who is certified in the preparation of MOT plans in the State of Florida. 44.5 INSPECTION OF WORK ZONE TRAFFIC CONTROL OPERATION The Traffic Operations Division may inspect and monitor the traffic control plan and traffic control devices of the Contractor. The City's Construction Inspector assigned to the project, may make known requirements for any alterations or adjustments to the traffic control devices. The Contractor shall take direction from the Project Engineer or Project Inspector. 44.6 PAYMENT FOR WORK ZONE TRAFFIC CONTROL Payment for work zone traffic control is a non-specific pay item to be included in the construction costs associated with other specific pay items unless specifically stated otherwise in the Scope of Work in these Technical Specifications and a bid item(s) is included for Work Zone Traffic Control in the proposal form. 44.7 CERTIFICATION OF WORK ZONE TRAFFIC CONTROL SUPERVISOR The City may require that the Supervisor or Foreman controlling the work for the Contractor on the Project have a current International Municipal Signal Association, Work Zone Traffic Control Safety Certification or Worksite Traffic Supervisor Certification from the American Traffic Safety Association with additional current Certification from the Florida Department of Transportation. This requirement for Certification will be noted in the Scope of Work and/or sections of these Technical Specifications. When the certified supervisor is required for the Project, the supervisor will be on the Project site at all times while work is being conducted. The Worksite Traffic Supervisor shall be available on a 24-hour per day basis and shall review the project on a day-to-day basis as well as being involved in all changes to traffic control. The Worksite Traffic Supervisor shall have access to all equipment and materials needed to maintain traffic control and handle traffic related situations. The Worksite Traffic Supervisor shall ensure that routine deficiencies are corrected within a 24-hour period. The Worksite Traffic Supervisor shall be available on the site within 45 minutes after notification of an emergency situation, prepared to positively respond to repair the work zone traffic control or to provide alternate traffic arrangements. Failure of the Worksite Traffic Supervisor to comply with the provisions of this Subarticle may be grounds for decertification or removal from the project or both. Failure to maintain a designated Worksite Traffic Supervisor or failure to comply with these provisions will result in temporary suspension of all activities except traffic and erosion control and such other activities deemed to be necessary for project maintenance and safety. 45 CURED -IN-PLACE PIPE LINING 45.1 INTENT It is the intention of this specification to provide for the trenchless restoration of sanitary sewer and storm pipes by the installation if a cured in place jointless, continuous, thermosetting resin impregnated polyester flexible felt liner which is watertight and chemically resistant to withstand Section IV Page 87 of 128 Conformed Documents April 2013 Section IV — Technical Specifications exposure to domestic sewage including all labor, materials and equipment to provide for a complete, fully restored and functioning installation. 45.2 PRODUCT AND CONTRACTOR/INSTALLER ACCEPTABILITY The City requires that all contractors be prequalified. See General Conditions regarding contractor prequalification. In addition, the City requires a proven extensive tract record for the liner system to be used in this project. All contractors submitting for prequalification approval for this project must exhibit extensive satisfactory experience in the installation of the proposed liner system(s) and satisfactory evidence that the proposed liner system has been extensively and successfully installed in the Unites States and the State of Florida. The installer must be certified by the liner system manufacturer for installation of the liner system. The City reserves full and complete authority to approve the satisfactory nature of the both the liner system and the installer. 45.3 MATERIALS The liner shall be polyester fiber felt tubing saturated with a resin prior to insertion. Resin type and qualities shall be as specified by the manufacturer to obtain a cured liner with the following properties: Tensile Strength Flexural Strength Flexural Modulus of Elasticity Long Term Modulus of Elasticity (50 Years) ASTM D638 ASTM D790 ASTM D790 ASTM D2290 3,000 psi 4,500 psi 300,000 psi 150,000 psi Liner shall meet strengths as shown in ASTM F1216 unless otherwise submitted and approved by the Engineer. Lining manufacturer shall submit to the Engineer for approval as requested, complete design calculations for the liner thickness. The criteria for liner design shall be HS -20 traffic loading, water table to the ground surface, minimum expected lifetime of 50 years, and no structural strength retained from the existing pipe. Liner materials shall meet manufactures specifications of Insituform of North America, Inc., 3315 Democrat Road, Post Office Box 181071, Memphis, Tennessee 38118; or InLiner USA 1900 N.W. 44th St., Pompano Beach Florida 33064, 305-979-0802, or an approved equal. Any approved equal liner system must be approved by the Engineer as an equal system prior to receiving bids. Request for contractor prequalification and/or equal liner system approval must be received by the Engineer no later than 14 days prior to the date for receiving bids. 45.4 CLEANING/SURFACE PREPARATION It shall be the responsibility of the Contractor to clean and prepare the existing pipes for rehabilitation. The Contractor will thoroughly clean the interior of the sewers to produce a clean interior surface free of all coatings, sand, rock, roots, sludge, or other deleterious materials prior to liner insertion. Bypass pumping will be provided by the Contractor as part of the unit cost of restoration. Bypass operations are to be so arranged as to cause minimum disruptions to local traffic, residents and particularly to commercial facilities. During the cleaning and preparation operations all necessary precautions shall be taken to protect the public, all property and the sewer from damage. All material removed from the sewers shall be the Contractor's responsibility for prompt disposal in accordance with all regulatory agency requirements. The Contractor may be required to control the rate of sewer cleaning in the sanitary system to avoid heavy pollution loads at the City's treatment plants. Section IV Page 88 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 45.5 TELEVISION INSPECTION • After cleaning, and again after the rehabilitation work on each section of the project is completed, all pipe sections shall be visually inspected by means of closed-circuit color television, and recorded on DVD, CD VHS format tapes provided to the project engineer. The television system used shall be designed for the purpose and suitably lighted to provide a clear picture of the entire periphery of the pipe. • 45.6 LINER INSTALLATION Liner shall be sized to field measurements obtained by the Contractor to provide for a tight fit on the interior of the existing pipe to be lined. Contractor shall use installation methods approved by the liner manufacturer including operations for inversion, heat curing and reconnection of laterals. The Contractor shall immediately notify the Engineer of any construction delays taking place during the insertion operation. Contractor shall maintain a reasonable backup system for bypass pumping should delays or problems with pumping systems develop. Liner entries at manholes shall be smooth, free of irregularities, and watertight. No pinholes, tears, cracks, thin spots, excessive wrinkling or other defects in the liner shall be permitted. Such defects shall be removed and replaced by the Contractor at his expense. 45.7 LATERAL RECONNECTION Sanitary laterals shall be reconnected as soon as possible to renew service. Laterals are to be reconnected by means of robotics, by internally cutting out the liner to 95% of the area of the original opening. All lateral reconnections are to be grouted to prevent leakage. Grouting method and material is to be approved by the Engineer. Any reconnections to laterals and connections to manholes which are observed to leak shall be resealed by the Contractor. All laterals discovered during the lining process are to be reconnected unless specifically directed otherwise by the City. The Contractor will be requested to reconnect any laterals discovered to not be reconnected at a later date. Contractor shall notify all local system users when the sanitary system will not be available for normal usage by the delivery of door hangers with appropriate information regarding the construction project. 45.8 TIME OF CONSTRUCTION Construction schedules will be submitted by the Contractor and approved by the Engineer. At no time will any sanitary sewer service connection remain inoperative for more than an eight-hour period without a service bypass being operated by the Contractor. In the event that sewage backup occurs and enters buildings, the Contractor shall be responsible for cleanup, repair and property damage costs and claims. 45.9 PAYMENT Payment for sanitary sewer restoration shall be made per lineal foot including all preparation, bypass pumping, equipment, labor, materials, operations, restoration, lateral reconnection, etc, to provide a fully completed and operational sewer. Payment shall be measured from center of manhole to center of manhole for the sanitary systems and from end of pipe to end of pipe for storm systems. Section IV Page 89 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 46 SPECIFICATIONS FOR POLYETHYLENE SLIPLINING 46.1 MATERIALS 46.1.1 PIPE AND FITTINGS The pipe supplied under this specification shall be high performance, high molecular weight, high density polyethylene pipe (Driscopipe 1000) as manufactured by Phillips Driscopipe, Inc., Dallas, Texas and shall conform to ASTM D 1248 (Type III, Class C, Category 5, Grade P34) or approved equal. Minimum cell classification values shall be 345434C as referenced in ASTM D 3350 latest edition. If fittings are required, they will be supplied under this specification and shall be molded or manufactured from a polyethylene compound having a cell classification equal to or exceeding the compound used in the pipe. To insure compatibility of polyethylene resins, all fittings supplied under this specification shall be of the same manufacture as the pipe being supplied. 46.1.2 QUALITY CONTROL The resin used for manufacturer of the pipe shall be manufactured by the pipe manufacturer, thus maintaining complete control of the pipe quality. The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same specification from the same raw material. The pipe shall be homogeneous throughout and free of visible cracks, holes, foreign inclusions, or other deleterious defects, and shall be identical in color, density, melt index, and other physical properties. The polyethylene resin used shall have all ingredients pre compound prior to extrusion of pipe, in plant blending is not acceptable. The Engineer may request, as part of the quality control records submittal, certification that the pipe produced is represented by the quality assurance testing. Additionally, test results from manufacturer's testing or random sampling by the Engineer that do not meet appropriate ASTM standards or manufacturer's representation, may be cause for rejection of pipe represented by the testing. These tests may include density and flow rate measurements from samples taken at selected locations within the pipe wall and thermal stability determinations according to ASTM D 3350, 10.1.9. 46.1.3 SAMPLES The owner or the specifying engineer may request certified lab data to verify the physical properties of the materials supplied under this specification or may take random samples and have them tested by an independent laboratory. 46.1.4 REJECTION Polyethylene pipe and fittings may be rejected for failure to meet any of the requirements of this specification. 46.2 PIPE DIMENSIONS Pipe supplied under this specification shall have a nominal IPS (Iron Pipe Size) O.D. unless otherwise specified. The SDR (Standard Dimension Ratio) of the pipe supplied shall be as specified by the Engineer, on the construction plans and/or the scope of work. Section IV Page 90 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 46.3 CONSTRUCTION PRACTICES 46.3.1 HANDLING OF PIPE Pipe shall be stored on clean, level ground to prevent undue scratching or gouging of the pipe. If the pipe must be stacked for storage, such stacking should be done in accordance with the pipe manufacturer's recommendations. The handling of the pipe should be done in such a manner that it is not damaged by dragging over sharp objects or cut by chokers or lifting equipment. 46.3.2 REPAIR OF DAMAGED SECTIONS Segments of pipe having cuts or gouges in excess of 10% of the wall thickness of the pipe should be cut out and removed. The undamaged portions of the pipe shall be rejoined using the butt fusion joining method. 46.3.3 PIPE JOINING Sections of polyethylene pipe should be joined into continuous lengths on the job site above ground. The joining method shall be the butt fusion method and shall be performed by the manufacturer's representative and in strict accordance with the pipe manufacturer's recommendations. The butt fusion equipment used in the joining procedures should be capable of meeting all conditions recommended by the pipe manufacturer, including, but not limited to, temperature requirements, alignment, and fusion pressures. 46.3.4 HANDLING OF FUSED PIPE Fused segments of pipe shall be handled so to avoid damage to the pipe. When lifting fused sections of pipe, chains or cable type chokers should be avoided. Nylon slings are preferred. Spreader bars should be used when lifting long fused sections. Care should be exercised to avoid cutting or gouging the pipe. 46.4 SLIPLINING PROCEDURE 46.4.1 PIPE REQUIREMENTS AND DIMENSIONS The liner(s) to be slip lined into the existing storm sewer shall have the following sizes: 12 -inch diameter liner (SDR 26) into 15 -inch existing sewer. 16 -inch diameter liner (SDR 26) into 18 -inch existing sewer. 18 -inch diameter liner (SDR 26) into 21 -inch existing sewer. 211/2 -inch diameter liner (SDR 32.5) into 24 -inch existing sewer. 28 -inch diameter liner (SDR 32.5) into 30 -inch existing sewer. 34 -inch diameter liner (SDR 32.5) into 36 -inch existing sewer. 42 -inch diameter liner (SDR 32.5) into 48 -inch existing sewer. 46.4.2 CLEANING AND INSPECTION The existing line shall be cleaned of debris and other obstructions prior to TV inspections or insertion of the polyethylene liner. Cleaning can be accomplished with a high velocity cleaner, a bucket and scrapper, root saws, corkscrews, and rodding or balling units. The method used will be determined by the condition of the existing line. Final cleaning may be required prior to inserting the liner. Section IV Page 91 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 46.4.3 INSERTION SHAFT AND EXCAVATIONS All excavations shall conform to OSHA requirements and any additional requirements as set by the specifying engineer or his representative. Insertion shaft excavations shall coincide with points requiring removal of obstructions or shall be determined by the engineer. An entry slope grade of 2 1/2:1 maximum shall be used to provide a safe bending radius for the polyethylene. The bottom of the entry pit should provide a straight section for ease of entry of the liner into the existing pipe. The length of the level excavation should be at least twelve times the diameter of the liner being inserted. The width of the shaft should be as narrow as possible. The required width will depend on the location, type of soil, depth of the existing sewer line and the water table. 46.4.4 INSERTION OF THE LINER After completion of the access shaft, the top half of the existing sewer shall be broken or cut and removed for the full length of the access shaft. A fabricated pulling head shall be connected to the leading end of the liner pipe. A cable shall be connected to the pulling head so that the liner pipe can be pulled into the existing sewer. Power winches used for pulling in long lengths of polyethylene liner pipe shall be rated equal to the project requirements. Once started, the pulling operation should continue to completion. Insertion is normally done at about a slow walking speed. After insertion, a minimum of 12 hours shall be allowed for the liner pipe to reach equilibrium with the sewer temperature and to allow the liner pipe to stress relieve itself. The polyethylene liner pipe should protrude at least 6 inches into the manhole where it terminates. After the 12 -hour equilibrium period, the annular space between the original pipe and the liner shall be pressure grouted. Said grouting must be from the bottom up to prevent air pockets from forming. Also the grout must be recommended for underwater application and have elastomeric properties. Products used shall be approved by the engineer. The liner shall not be displaced when the annular space is being filled. Spacers, inflatable plugs or other methods approved by the Engineer must be used to prevent displacement. The length of fused pipe that can be pulled will vary depending on field conditions, the ease of access to the area, and the working space available. 46.4.5 CONFIRMATION OF PIPE SIZES The Contractor shall be solely responsible to confirm all pipe sizes prior to ordering, fusing and installation of the liner. 46.4.6 UNDERDRAIN CONNECTIONS IF REQUIRED After the liner has been pulled into place, allowed to recover and sealed at the manholes, pipe connections okayed by the engineer shall be reconnected to the liner pipe. Section IV Page 92 of 128 Conformed Documents April 2013 • Section IV — Technical Specifications Pipe connections shall be connected by the use of a pre -fabricated polyethylene saddle. A neoprene gasket shall be installed between the saddle and the liner pipe so that a complete water seal is accomplished when the saddle is placed on the liner pipe and secured with stainless steel bands. 46.4.7 BACKFILLING All excavations shall be backfilled using on site materials or as specified by the engineer. Cost for backfilling of access shafts and underdrain connections shall be including in the unit price bid for sliplining and reconnection of service laterals. Before any excavation is done for any purpose, it will be the responsibility of the contractor to contact the various utility companies and to determine the locations of their facilities. It will be the responsibility of the contractor to provide adequate protection for utility facilities. Any temporary construction right of way and/or storage areas will be arranged for by the contractor. 46.4.8 POINT REPAIR The engineer or his representative will determine if a point repair is necessary only after it has been demonstrated that a liner pipe cannot be pulled through the existing pipe. Payment will be made for each repair. The contractor will be expected to remove the obstruction and clear the pipe. If removing the top of the existing pipe will accomplish the removal of the obstruction, the bottom of the existing pipe should remain in place to form a cradle for the liner. 4111 46.4.9 CLEAN UP OPERATIONS All materials not used in the backfilling operation shall be disposed of off site by the contractor. Finish grading shall be required. In locations other than street right-of-ways, the surface shall be graded smooth and sodded with the same kind of grass as the existing lawn. Excavation points in street right-of-ways shall be repaired as specified by the engineer. • 47 SPECIFICATIONS FOR POLYVINYL CHLORIDE RIBBED PIPE 47.1 SCOPE This specification designates general requirements for unplasticized polyvinyl chloride (PVC) plastic (spiral wound) pipe with integral wall bell and spigot joints for the conveyance of storm water. 47.2 MATERIALS All pipe and fittings shall be manufactured and tested in accordance with specification for "Poly (Vinyl Chloride) (PVC) Large Diameter Ribbed Gravity Storm Sewer Pipe and Fittings Based on Controlled Inside Diameter". The pipe and fittings shall be made of PVC plastic. 47.3 PIPE The bell shall consist of an integral wall section. The solid cross section fiber ring shall be factory assembled on the spigot. Sizes and dimensions shall be as shown in this specification. Section IV Page 93 of 128 Conformed Documents April 2013 Section IV — Technical Specifications Standard laying lengths shall be 13 ft. + 1 inch. At manufacturer's option, random lengths of not more than 15% of total footage may be shipped in lieu of standard lengths. 47.4 JOINING SYSTEM Joints shall be either an integral bell gasketed joint. When the joint is assembled according to manufactures recommendation it will prevent misalignment of adjacent pipes and form a silt tight joint. 47.5 FITTINGS All fittings and accessories shall be as manufactured and furnished by the pipe supplier or approved equal and have bell and/or spigot configurations compatible with that of the pipe. 48 GUNITE SPECIFICATIONS 48.1 PRESSURE INJECTED GROUT Pressure injected grout shall be of cement and water and shall be proportioned generally in the ratio of 1.5 (one and one half) cubic foot (one and one half bags) of cement to 1 (one) cubic foot (7.50 gal.) of water. This mix shall be varied as the grouting proceeds as is necessary to provide penetration in the operator's judgment. Cement shall be Portland Cement conforming to all of the requirements of the American Society for Testing Materials Standard Specifications, latest edition serial designation C150 for Portland Cement, Type I. Portland Cement shall weigh not less than 94 pounds per cubic foot. Water used in the grout shall be fresh, clean and free from injurious amounts of oil, alkali, vegetable, sewage and/or organic matter. Water shall be considered as weighing 8.33 pounds per gallon. Grout pump shall be of the positive displacement type and shall be capable of producing adequate pressure to penetrate the area. All pressure grouting will be at the direction of the Engineer. 48.2 REHABILITATION OF CORRUGATED METAL PIPE WITH GUNITE Guniting shall conform to all requirements of "Specifications for Materials, Proportioning, and Application of Shotcrete (ACI 506.2 77)" published by the American Concrete Institute, Detroit, Michigan, except as modified by those specifications. Steel reinforcement shall be incorporated in the Gunite as required and shall be furnished, bent, set and placed in accordance with the provisions of these specifications. The purpose of this specification is to obtain a dense and durable concrete having the specified strength. 48.3 COMPOSITION Gunite shall be composed of Portland Cement, aggregate and water so proportioned as to produce a concrete suitable for pneumatic application. Section IV Page 94 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 48.4 STRENGTH REQUIREMENTS • Concrete ingredients shall be selected, proportioned in such a manner as will produce concrete which will be extremely strong, dense and resistant to weathering, and abrasion. Concrete shall have a minimum 28 -day strength of 4,000 psi. 48.5 MATERIALS Portland Cement: Cement shall be Portland cement conforming to all of the requirements of the American Society for Testing Materials Standard Specifications, Latest Serial Designation C150 for Portland Cement, Type I. A bag of cement shall be deemed to weigh not less than 94 pounds per cubic foot. Fine Aggregate: Fine aggregate shall be natural siliceous sand consisting of hard, clean, strong, durable and uncoated particles, conforming to the requirements of American Society for Testing Materials Standard Specifications, Latest Serial Designation C33 for Concrete Aggregates. Fine aggregate shall not contain less than 3% nor more than 6% of moisture. Fine aggregate shall be evenly graded from fine to coarse and shall be within the following limits: Passing No. 3/8 Sieve 100% Passing No. 4 Sieve 95% to 100% Passing No. 8 Sieve 80% to 100% Passing No. 16 Sieve 50% to 85% Passing No. 30 Sieve 25% to 60% Passing No. 50 Sieve 10% to 30% Passing No. 100 Sieve 2% to 10% 48.6 WATER Water used in mixing, at the nozzle shall be fresh, clean, and free from injurious amounts of oil, acid, alkali, vegetable, sewage, and/or organic matter. Water shall be considered as weighing 8.33 pounds per gallon. 48.7 REINFORCEMENT Steel mesh reinforcement shall be electrically welded, cold drawn, mild steel fabric conforming to the latest requirements of ASTM Standard Specifications, Serial Designation A 185 for Welded Steel Wire Fabric for Concrete Reinforcement. Mesh can be fabricated from cold drawn steel wire conforming to the requirements of the latest ASTM Standard Specifications, Serial Designation A 82 and sized as shown on Plans Page 7 of 7. 48.8 STORAGE OF MATERIALS Cement shall be stored with adequate provisions for the prevention of absorption of moisture. It shall be stored in a manner that will permit easy access for inspection and identification of each shipment. Aggregate shall be stockpiled at points selected to provide maximum drainage and to prevent the inclusion of any foreign material during rehandling. Section IV Page 95 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 48.9 SURFACE PREPARATION Unsound materials of construction and all coated, scaly, or unsound concrete in manholes and inlets shall be removed by chipping with pneumatic hammers and chisels to sound surface, all cracks and cavities shall be chipped to such formation that their sides form approximately a 45 degree angle to the exposed surface for at least one (1) inch in depth. All areas to receive pneumatic concrete shall be cleaned by flushing or scouring with water and compressed air jets to assure removal of all loose particles. All areas of existing surfaces that do not require chipping shall be given a wet sandblasting with the gunite equipment and the air pressure at the cement gun shall not be less than 50 psi. Surface preparation of existing metal surface of a corrugated pipe shall be lightly sandblasted to remove loose material. All sandblasted areas shall then be cleaned by an air/water blast to remove all particles from the cleaning operation. To insure perfect bond, the newly sandblasted surface shall be thoroughly moistened with water prior to application of gunite. In no instance shall gunite be applied in an area where free running water exists. 48.10 PROPORTIONING Prior to start of guniting the Contractor shall submit to the Owner the recommended mix as a ratio of cement to aggregate. Recommended mix shall be on the basis of test data from prior experience. Provided data submitted is adequate no further testing of recommended mix will be required. If required, the Contractor shall provide all equipment necessary to control the actual amounts of all materials entering into the concrete. The types of equipment and methods used for measuring materials shall be subject to approval. 48.11 MIXING Gunite shall be thoroughly mixed by machine and then passed through a sieve to remove all large particles before placing in hopper of the cement gun. The mixture shall not be permitted to become damp. Each batch should be entirely discharged before recharging is begun. The mixer should be cleaned thoroughly enough to remove all adherent materials from the mixing vanes and from the drum at regular intervals. Water in any amount shall not be added to the mix before it enters the cement gun. Quantities of water shall be controlled by a valve at the nozzle of the gun. Water content shall be adjusted as required for proper placement, but shall in no case exceed four gallons of water per sack of cement, including the water contained in the aggregate. Remixing or tempering shall not be permitted. Mixed material that has stood 45 minutes without being used shall be discarded. Rebound materials shall not be reused. 48.12 APPLICATION Gunite shall not be placed on a frozen surface nor during freezing weather. Gunite shall not be placed when it is anticipated that the temperature during the following 24 hours will drop below 32 degrees, Fahrenheit. Sequence of application may be from bottom to top or vice versa if rebound is properly removed. Corners shall be filled first. "Shooting" shall be from an angle as near perpendicular to the Section IV Page 96 of 128 Conformed Documents April 2013 Section IV — Technical Specifications surface as practicable, with the nozzle held approximately 3 feet from the work (except in confined control). If the flow of material at the nozzle is not uniform and slugs, sand spots, or wet sloughs result, the nozzleman shall direct the nozzle away from the work until the faulty conditions are corrected. Such defects shall be replaced as the work progresses. Guniting shall be suspended if: 1. Air velocity separates the cement from the sand at the nozzle. 2. Temperature approaches freezing and the newly placed gunite cannot be protected. Gunite shall be applied in one or more layers to such total thickness as required to restore the area as detailed over the original lines of the adjoining surface, unless otherwise specified. All cavities, depressions, washouts and similar failures shall be rebuilt to original lines by use of gunite reinforced with wire mesh. Where the cavity exceeds 4 inches in depth a layer of mesh shall be used for each 3 inches of depth of gunite. In no case shall wire mesh be placed behind existing reinforcement. The time interval between successive layers in sloping vertical or overhanging work must be sufficient to allow initial but not final set to develop. At the time the initial set is developing, the surface shall be cleaned to remove the thin film of laitance in order to provide a perfect bond with succeeding applications. 48.13 CONSTRUCTION JOINTS Construction joints or day's work joints shall be sloped off to a thin, clean, regular edge, preferably at a 45 -degree slope. Before placing the adjoining work, the slope portion and adjacent gunite shall be thoroughly cleaned as necessary, then moistened and scoured with an air jet. 48.14 SURFACE FINISH Nozzleman shall bring the gunite to an even plane and to well formed corners by working up to ground wires or other guides, using lower placing velocity than normal. After the body coat has been placed, the surface shall be trued with a thin edge screed to remove high areas and expose low areas. Low areas shall be properly filled with concrete to insure a true, flat surface. After the concrete surface has been trued, the entire surface shall be given a flashcoat finish except where a special type finish is specified on the drawings. 48.15 CURING Curing shall be in accordance with either paragraph 3.7.1(d) or paragraph 3.7.5. of ACI 506.2 77 depending upon atmospheric condition. 48.16 ADJACENT SURFACE PROTECTION During progress of the work, where appearance is important, adjacent areas or grounds which may be permanently discolored, stained, or otherwise damaged by dust and rebound, shall be adequately protected sensitive areas, when contacted, shall be cleaned by early scraping, brushing or washing, as the surroundings permit. Section IV Page 97 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 48.17 INSPECTION Because of the importance of workmanship affecting the quality of the gunite, continual inspection during placing shall be maintained. Any imperfections discovered shall be cut out and replaced with sound material. 48.18 EQUIPMENT Cement Gun: The mixing and delivering equipment shall be either the vertical double chamber type or rotary type. The upper chamber of the double chamber type shall receive and pressurize the dry mix and deliver it to the lower chamber. The lower chamber shall force the pressurized mix into the delivery hose by means of a feed wheel. The type of feeder utilized should be of sufficient capacity that the lower chamber may continuously furnish all required material to the delivery hose while the upper chamber receives the recharge. The rotary type cement gun shall have an enlarged hopper to feed material into a rotating multiported cylinder. Material shall fall by gravity into a port which shall then be rotated to a position in which the material is expelled by air into a moving stream of air. All equipment must be kept in good repair. The interior of drums, feed gearing and valves shall be cleaned as often as necessary (at least once every 8 hour shift) to prevent material from caking on critical parts. Nozzle: Nozzle shall be the premixing type with perforated water feed ring inside the nozzle. The maximum length of material hose for the application of gunite shall be approximately 150 feet although it shall be permissible to use as much as 800 feet of material hose if the supply air pressure measured at the cement gun is increased to maintain proper velocity. The following table gives requirements for compressor size, hose size and air pressure using 150 feet of material hose: Comp. Cap (cfm) Max. Hose Dia. (In.) Max. Size Nozzle (In.) Min. Air Press. (psi) 365 1 5/8 1 5/8 60 600 2 2 80 750 2 1/2 2 1/2 90 For each 25 feet of material hose used in excess of 150 feet, the required air pressure shall be increased by 5 psi. Air Compressor: Any standard type of compressor shall be satisfactory if it is of sufficient capacity to provide, without interruption, the pressures and volume of air necessary for the longest hose delivery. The air compressor capacity determinations shall include allowances made for the air consumed in blowing rebound, cleaning, reinforcing and for incidental uses. Compressor equipment shall be of such capacity so as to insure air pressures at the special mixer capable of producing the required material velocities. Water Supply: The water pressure at the discharge nozzle should be sufficiently greater than the operating air pressure to assure the water is intimately mixed with the other materials. If the line water pressure is inadequate, a water pump or pressurized tank shall be introduced into the line. The water pressure shall be uniformly steady (nonpulsating). Section IV Page 98 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 49 SANITARY AND STORM MANHOLE LINER RESTORATION 49.1 SCOPE AND INTENT It is the intent of this portion of the specification to provide for the structural rehabilitation of manhole walls and bases with solid preformed liners and made -in-place liner systems used in accordance with the manufacturer's recommendations and these specifications. In addition to these specifications, the Contractor shall comply with manufacturer's instructions and recommendations for work. Purpose of work is to eliminate infiltration, provide corrosion protection, repair voids and to restore the structural integrity of the manhole. For any particular system the Contractor will submit manufacturer's technical data and application instructions. All OSHA regulations shall be met. 49.2 PAYMENT Payment for liners shall be per vertical foot of liner installed from the base to the top of the installed liner. Liners will generally be installed to the top of existing or new corbels. No separate payment will be made for the following items and the cost of such work shall be included in the pay item per linear foot of liner: Bypass pumping; Traffic Control; Debris Disposal; Excavation, including necessary pavement removal; Shoring and/or dewatering; Structural fill; Backfill and compaction; Grout and mortar; Brick; Resetting of the manhole ring and cover; Pipe extensions and connectors necessary to the installation; Replacement of unpaved roadway and grass or shrubbery plot; Replacement of roadway base and asphalt surface; and Appurtenant work as required for a complete and operable system. 49.3 FIBERGLASS LINER PRODUCTS 49.3.1 MATERIALS 49.3.1.1 LINERS Liners shall be fiberglass engineered to meet or exceed AASHTO H 20 loading of 16,000 pound vertical wheel load. Manhole liners are to be of the integral corbel design unless otherwise stipulated. Manhole liners are to be as large in diameter as will fit into the existing manhole. The contractor shall measure the existing manhole immediately prior to ordering materials and is solely responsible for the fitting of the liner. Contractor will be required to submit factory certification for fiberglass liners. The manhole liner shall meet all requirements of ASTM D 3753. 49.3.1.2 MORTAR Mortar shall be composed of one part Portland Cement Type I and between two and three parts clean, well graded sand, 100% of which shall pass a No. 8 sieve. 49.3.1.3 GROUTING Grouting shall be a concrete slurry of four bags of Portland Cement Type II per cubic yard of clean, well graded sand. Section IV Page 99 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 49.3.2 INSTALLATION AND EXECUTION Excavate an area around the top of the existing manhole sufficiently wide and deep for the removal of the manhole ring and corbel section. Remove the frame and cover and corbel section without damaging the existing manhole walls. Care is to be taken not to allow brick or soil to fall into the existing manhole. Remove or reinsert loose brick which protrude more than one inch from the interior wall of the manhole and which could interfere with the insertion of the fiberglass liner. If the shelf of the manhole invert is not level around the perimeter, form a flat shelf with mortar. Cut the liner to the proper length. Cutouts in the manhole shall be made to accommodate existing inlet and outlet pipes, drops and cleanouts. Lower the liner into the existing manhole and set the bottom of the liner into quick setting grout. Obtain a good bottom seal to prevent the loss of grout from the annular space between the outside of the liner and the inside wall of the existing manhole. Set the liner as nearly vertically as possible. Pour six inches of quick setting grout above the initial bottom seal in the annular void to insure an adequate bottom seal. Bridge the gap from drops, laterals, force mains, cleanouts and all existing piping between the existing manhole wall and the new manhole liner with P.V.C. pipe. Use quick setting mortar to seal the area around the manhole liner and piping. Fill the annular space between the manhole liner and the existing manhole interior walls with grout. Care must be taken not to deflect the manhole liner due to head pressure. Set the existing manhole ring and cover using brick to make elevation adjustments as needed. Observe watertightness and repair any visible leakage. Backfill around the new liner and compact the backfill. Sod the disturbed area. Match existing sod. Where manholes fall in paved areas, disturbed base shall be replaced twice the original thickness and compacted in 8" layers. Asphalt shall be replaced with 1 1/2" of Pinellas County Type II surface. 49.4 STRONG SEAL MS -2 LINER PRODUCT SYSTEM This specification shall govern all work to spray apply a monolithic fiber reinforced cementitious liner to the wall and bench surfaces of brick, concrete or any other construction material; Strong Seal MS 2 product. Described are procedures for manhole preparation, cleaning, application and testing. The applicator must be approved, trained and certified as having successfully completed factory training. The applicator/contractor shall furnish all labor, equipment and materials for applying the Strong Seal MS 2 product directly to the contour of the manhole to form a structural cementitious liner of a minimum 1 /2" thickness using a machine specially designed for the application. All aspects of the installation shall be in accordance with the manufacturer's recommendations and with the following specifications which includes: 1. The elimination of active infiltration prior to making the application. 2. The removal of any loose and unsound material. Section IV Page 100 of 128 Conformed Documents April 2013 • Section IV — Technical Specifications 3. The spray application of a pre blended cementitious mix to form a monolithic liner in a 2 coat application. 49.4.1 MATERIALS 49.4.1.1 PATCHING MIX Strong Seal shall be used as a patching mix according to the manufacturer's recommendations and shall have the following minimum requirements: 1. Compressive Strength (ASTM C-109) 15 min., 200 psi 6 hrs., 1,400 psi 2. Shrinkage (ASTM C-596) 28 days, 150 psi 3. Bond (ASTM C-952) 28 days, 150 psi 4. Cement Sulfate resistant 5. Density, when applied 105 +/- 5 pcf 49.5 INFILTRATION CONTROL Strong Plug shall be used to stop minor water infiltration according to the manufacture's recommendations and shall have the following minimum requirements: 1. Compressive strength (ASTM C-109) - 600 psi, 1 hr.; 1000 psi 24 hrs. 2. Bond (ASTM C-952) - 30 psi, 1 hr.; 80 psi, 24 hrs. • 49.6 GROUTING MIX • Strong -Seal Grout shall be used for stopping very active infiltration and filling voids according to the manufacture's recommendations. The grout shall be volume stable, and have a minimum 28 day compressive strength of 250 psi and a 1 day strength of 50 psi. 49.7 LINER MIX Strong Seal MS 2 shall be used to form the monolithic liner covering all interior manhole surfaces and shall have the following minimum requirements at 28 days: 1. Compressive strength (ASTM C 109) 3,000 psi 2. Tensile strength (ASTM C 496) 300 psi 3. Flexural strength (ASTM C 78) 600 psi 4. Shrinkage (ASTM C 596) 0% at 90% R.H. 5. Bond (ASTM C 952) 130 psi 6. Density, when applied 105 + pcf Product must be factory blended requiring only the addition of water at the Job site. Bag weight shall be 50 51 pounds and contents shall have dry bulk density of 54 to 56 pounds per cubic foot. Fiberglass rods which are contained in the product shall be alkaline resistant and shall be 1/2" to 5/8" long with a diameter of 635 to 640 microns. Products shall, in the un mixed state, have a lead content not greater than two percent (2%) by weight. Section IV Page 101 of 128 Conformed Documents April 2013 Section IV — Technical Specifications Strong Seal MS 2C shall be made with Calcium Aluminate Cement and shall be used according to the manufacturer's recommendations in applications where there is evidence of severe sulfide conditions. Product must be factory blended requiring only the addition of water at job site. Bag weight shall be 50-51 pounds and contents must have a dry bulk density of 50 56 pounds per cubic foot. Cement content must be 65%-75% of total weight of bag. One bag of product when mixed with correct amount of water must have a wet density of 95 108 pounds per cubic foot and must yield a minimum of .67 cubic foot of volume. Fiberglass rods must be alkaline resistant with rod lengths not less than 1/2" in length nor greater than 5/8" in height. Product shall not include any basic ingredient that exceeds maximum allowable EPA limit for any heavy metal. Manufacturer must provide MSDS sheets for product(s) to be used in reconstruction process. A two coat application of liner material will be required (no exceptions) with the first coat rough troweled to force materials into cracks and crevices to set the bond. The second coat to be spray applied to assure minimum 1/2" thickness after troweling or brush finishing to a relatively smooth finish. 49.8 WATER Shall be clean and potable. 49.9 OTHER MATERIALS No other material shall be used with the mixes previously described without prior approval or recommendation from the manufacturer. 49.10 EQUIPMENT A specially designed machine consisting of an optimized progressive cavity pump capable of producing a minimum of 250 psi pumping pressure, contra blend mixer with twin ribbon paddles with discharge, and an air system for spray application of product. Equipment must be complete with water storage and metering system. Mixer and pump is to be hydraulically powered. Equipment is to be mounted to heavy duty construction tandem axle road worthy trailer complete with electric brakes and running lights. Internal combustion engine must be included to power the hydraulic system and air compressor. 49.11 INSTALLATION AND EXECUTION 49.11.1 PREPARATION 1. Place boards over inverts to prevent extraneous material from entering the sewer lines and to prevent up stream line from flooding the manhole. 2. All foreign material shall be removed from the manhole wall and bench using a high pressure water spray (minimum 1,200 psi). Loose and protruding brick, mortar and Section IV Page 102 of 128 Conformed Documents April 2013 Section IV — Technical Specifications concrete shall be removed using a mason's hammer and chisel and/or scraper. Fill any large voids with quick setting patching mix. 3. Active leaks shall be stopped using quick setting specially formulated mixes according to the manufacturer's recommendations. Some leaks may require weep holes to localize the infiltration during the application after which the weep holes shall be plugged with the quick setting mix prior to the final liner application. When severe infiltration is present, drilling may be required in order to pressure grout using a cementitious grout. Manufacturer's recommendations shall be followed when pressure grouting is required. 4. Any bench, invert or service line repairs shall be made at this time using the quick setting mix and following the manufacturer's recommendations. 5. After all preparation has been completed, remove all loose material. 49.11.2 MIXING For each bag of product, use the amount of water specified by the manufacturer and mix using the Spray Mate Model 35C or 35D equipment for 30 seconds to a minute after all materials have been placed in the mixing hopper. Place the mix into the holding hopper and prepare another batch with timing such that the nozzleman can spray in a continuous manner without interruption until each application is complete. 49.11.3 SPRAYING The surface, prior to spraying, shall be damp without noticeable free water droplets or running water. Materials shall be sprayed, applied to a minimum uniform thickness to insure that all cracks, crevices and voids are filled and a somewhat smooth surface remains after light troweling. The light troweling is performed to compact the material into voids and to set the bond. Not before the first application has begun to take an initial set (disappearance of surface sheen which could be 15 minutes to 1 hour depending upon ambient conditions) is the second application made to assure a minimum total finished thickness of 1/2 inch. The surface is then troweled to a smooth finish being careful not to over trowel so as to bring additional water to the surface and weaken it. A brush finish may be applied to the finished coat to remove trowel marks. Manufacturer's recommendation shall be followed whenever more than 24 hours have elapsed between applications. The wooden bench covers shall be removed and the bench is sprayed such that a gradual slope is produces from the walls to the invert with the thickness at the edge of the invert being no less than 1/2 inch. The wall bench intersection shall be rounded to a uniform radius, the full circumference of the intersection. The final application shall have a minimum of four (4) hours cure time before being subjected to active flow. 49.11.4 PRODUCT TESTING At some point during the application, at least four (4) 2 inch cubes may be prepared each day or from every 50 bags of product used, identified and sent, in accordance with the Owner's or Manufacturer's directions, for compression strength testing as described in ASTM C 109. 49.11.5 CURING Ambient manhole conditions are adequate for curing so long as the manhole is covered. It is imperative that the manhole be covered as soon as possible after the application has been completed. Section IV Page 103 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 49.11.6 MANHOLE TESTING AND ACCEPTANCE Manhole may be vacuum tested from the top of manhole frame to the manhole base. All pipes entering the manhole shall be plugged, taking care to securely place the plug from being drawn into the manhole. The test head shall be placed and the seal inflated in accordance with the manufacturers' recommendations. A vacuum pump of ten (10) inches of mercury shall be drawn and the vacuum pump shut off. With the valves closed, the time shall be measured for the vacuum to drop to nine (9) inches. The manhole shall pass if the time is greater than sixty (60) seconds for forty eight (48) inch diameter, seventy five (75) seconds for sixty (60) inches, and ninety (90) seconds for seventy two (72) inch diameter manholes. If the manhole fails the initial test, necessary repairs shall be made. Retesting shall proceed until a satisfactory test is obtained. Tests shall be performed by the Contractor under the direction of the Project Engineer. 49.12 INNERLINE ENVIRONMENTAL SERVICES LINER PRODUCT SYSTEM 49.12.1 SCOPE Materials and application procedures for manhole rehabilitation for the purpose of restoring structural integrity, providing corrosion resistance, and stopping infiltration by means of: 1. Hydraulic grouting, where required, as a preliminary measure to stop high volume infiltration 2. Hydrophilic grouting (positive side waterproofing), where required, as follows: a. Hydrophilic foam -injected through wall of manhole to fill voids and/or b. Hydrophilic gel -injected through wall of manhole to stop active leaks 3. Cementitious waterproofing with crystallization (negative side waterproofing) 4. Calcium aluminate cement lining, minimum of 1/2 inch 5. Epoxy coating, minimum of 30 dry mils 49.12.2 MATERIALS 49.12.2.1 REPAIRING CEMENT A quick setting hydraulic cement compound shall be used to plug all visible minor leaks and to instantly stop major leaks, so that further waterproofing processes may proceed unhindered. The repairing cement shall be nonshrinking, nonmetallic, and noncorrosive. The compound shall have the following properties: Set Time Tensile Strength ASTM C 307 Compressive Strength ASTM -C 109 1-3 minutes 1 day 510 psi 3 days 745 psi 28 days 855 psi 1 day 3,125 psi 7 days 7,808 psi 28 days 9,543 psi Section IV Page 104 of 128 Conformed Documents April 2013 • Section IV — Technical Specifications Flexural Strength ASTM C 78 1 day 410 psi 3 days 855 psi 28 days 1,245 psi 49.12.2.2 HYDROPHILIC GROUTING Based on conditions found in and around the manhole, the applicator shall pressure inject either one or both of the following materials: 1. An expansive foam grout shall be used to stop major intrusion of water and fill cracks in and voids behind the structure's surface. Physical properties are as follows: Tensile Strength Elongation Bonding Strength 380 psi ASTM D 3574-86 400% ASTM D 3574-86 250-300 psi 2. A hydrophilic gel grout shall be used for soil stabilization behind the manhole -to prevent seepage, to provide a damming effect, and to place a hydrostatic barrier around exterior of manhole. Physical properties are as follows: Density Tensile Strength Elongation Shrinkage Toxicity 8.75-9.17 lbs/gal 150 psi 250% Less than 4% Non Toxic ASTM D-3574 ASTM D- 412 ASTM D-3574 ASTM D-1042 • 49.12.2.3 WATERPROOFING A waterproofing component based on the crystallization process shall be applied. The system combines cementitious and silicate based materials that are applied to negative side surfaces to seal and stop leakage caused by hydrostatic pressure. A combination of five coats (using three components -two powders and a special liquid) react with moisture and the constituents of the substrate to form the crystalline structure. It becomes an integral part of the structure and blocks the passage of water. With moisture present, the crystallization process will continue for approximately six months. Upon completion the color will be light grey. Physical properties are as follows: • Slant/Shear bond Strength to ASTM (to be given) Tensile Strength (7 day cure) ASTM C 190 Permeability (3 day cure) CRD 48 55 Calcium Aluminate Cement 1,200 1,800 psi 380 psi (2.62 MPa) 325 psi (2.24 MPa) 8.1x10 llcm/sec to 7.6x10 cm/sec at 100% RH at 50% RH 49.12.2.4 CEMENT LINING A self bonding calcium aluminate cement shall be applied to restore structural integrity and provide corrosion resistance qualities. The cement (before adding fibers) shall have the following properties: Calcium Aluminate Cement 12 Hrs 24 Hrs 7 Days 28 Days Section IV Page 105 of 128 Conformed Documents April 2013 Section IV — Technical Specifications Astm C 495 Compressive Strength, Psi 7000 11000 12000 13000 Astm C 293 Flexural Strength, Psi 1000 1500 1800 2000 Astm C 596 Shrinkage At 90% Humidity -- <0.04 <0.06 <0.08 Asit,I C 666 Freeze -Thaw Aft 300 Cycle No Damage Astro C 990 Pull - Out Strength 200 - 230 Psi Tensile Astm C 457 Air Void Content (7 Days) 3% Astm C 497 Porosity/Adsorption Test 4 - 5% Modules of Elasticity: 7.10 X 10 PSI after 24 Hrs moist curing at 68 F. The calcium aluminate cement shall be reinforced with inert fibers which comply with ASTM C 1116 and ASTM C 1018, added at the rate of one pound per cubic yard of concrete. The mixture shall be applied to a thickness of at least one half inch, but no greater than two inches. It will have a dark grey color. 49.12.2.5 EPDXY COATING A high build, flexible waterproofing epoxy shall be applied to a minimum of 30 dry mils. This epoxy will seal structure from moisture and provide protective qualities to the surface, including excellent resistance to chemical attack and abrasion. The epoxy shall be 100% solids, can be applied to damp surfaces, cures to a tile like finish, is easy to clean, and has no toxic fumes. Its uses include sewage treatment plants and other sewer structures. The epoxy shall have the following properties at 75 degrees F: Mixing Ratio (Parts A:B), by volume 1:1 Color (other colors available on request) Light Gray Pot Life, hrs 1 Tensile Strength, psi, min 2,000 Tensile Elongation, % 10 —20 Water Extractable Substances, mg./sq. in., max 5 Bond Strength to Cement (ASTM 882) psi 1,800 49.12.2.6 CHEMICAL RESISTANCE Alcohols, Trichloroethylene, Nitric Acid (3%), Jet Fuels, Water, Sulfuric Acid (3% 10%), MEK, Wine, Butyl Acetate, Beer, Lactic Acid (3%), Gasoline, Corn Oil, Aluminum Sulfate, Paraffin Oil, Vegetable Juice, Sodium Chloride, Motor Oil, Hydrochloric Acid (3%), and many others. 49.12.3 INSTALLATION AND EXECUTION 49.12.3.1 PROCEDURAL OVERVIEW Work shall proceed as follows: 1. Remove rungs (steps), if desired by client. 2. Clean manhole and remove debris. a. Plug lines and/or screen out displaced debris. b. Apply acid wash, if necessary, to clean and degrease. c. Hydroblast and/or sand blast structure. Section IV Page 106 of 128 Conformed Documents April 2013 • Section IV — Technical Specifications d. Remove debris from work area. 3. Repair minor defects in walls, benches, and inverts, as required, with repairing cement. (Note: Major structural repairs, such as rebuilding of benches, will also be made as required by client. 4. Inject hydrophilic grout through all surfaces, as needed, to eliminate infiltration. 5. Apply cementitious/crystallization waterproofing agents to all surfaces, repeating steps as needed. 6. Spray and/or hand apply calcium aluminate cement lining to all surfaces. 7. Spray apply epoxy coating to all surfaces. NOTE: Steps 1-5 shall be executed consecutively with minimal delays; calcium aluminate (Step 6) shall require a cure time of at least twenty-four hours for needed adhesion of epoxy (Step 7) to cement lining. 49.12.3.2 PREPARATION An acid wash shall be used (if needed) to clean and degrease. Then, if the client desires, the rungs shall be removed. Next, the entire structure is thoroughly water and/or sand blasted to remove any loose or deteriorated material. Care shall be taken to prevent any loose material from entering lines and other areas by either plugging the lines ( where feasible) or inserting protective screens. • 49.12.3.3 STRUCTURAL REPAIR Hand place or spray apply hydraulic cement material as necessary to prepared surface to fill cracks and voids in structure. Allow twenty (20) minutes before applying waterproofing/crystallization. • 49.12.3.4 INFILTRATION CONTROL Pressure injection of hydrophilic gel and hydrophilic foam. 1. Drill 5/8" holes through active leaking surface. 2. Install all zert fittings, as recommended by manufacturer. 3. Inject material until water flow stops. 4. Remove fittings (if necessary). 49.12.3.5 WATERPROOFING/CRYSTALLIZATION PROCESS 1. Apply a slurry coat of powder #1 to moist wall using a stiff brush, forming an undercoat. 2. Apply dry powder #2 to slurry coat by hand. 3. Brush or spray on sealing liquid during the application to penetrate and initiate the crystal forming process. 4. Repeat steps 2 and 3, until there are no visible leaks. 5. Apply powder #1 as an overcoat. 6. Allow one (1) hour to cure before applying cement lining. Section IV Page 107 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 49.12.3.6 CEMENT LINING 1. Dampen surface. 2. Mix material in mixer as recommended for spray or hand trowel application. 3. Apply cement until required build up of at least one half inch (and no more than 2 inches) has been achieved. 4. Trowel to smooth finish, restoring contours of manhole. 5. Texture brush surface to prepare for epoxy finish. 6. Allow for a 24-hour cure time prior to epoxy coating. NOTE: If conditions of heavy humidity prevail, a dry air blower shall be used to facilitate curing times. 49.12.3.7 EPDXY COATING Spray apply epoxy coating using airless spraying equipment until surface is visibly covered and a thickness of at least 30 mils has been achieved. Manhole may be safely entered after six (6) hours, as epoxy will be hardened. Full cure strength will be achieved at forty eight (48) hours. 49.12.3.8 CLEAN UP The work crew shall remove all debris and clean work area. 49.12.3.9 MANHOLE TESTING AND ACCEPTANCE Manhole may be vacuum tested from the top of manhole frame to the manhole base. All pipes entering the manhole shall be plugged, taking care to securely place the plug from being drawn into the manhole. The test head shall be placed and the seal inflated in accordance with the manufacturers' recommendations. A vacuum pump of ten (10) inches of mercury shall be drawn and the vacuum pump shut off. With the valves closed, the time shall be measured for the vacuum to drop to nine (9) inches. The manhole shall pass if the time is greater than sixty (60) seconds for forty eight (48) inch diameter, seventy five (75) seconds for sixty (60) inches, and ninety (90) seconds for seventy two (72) inch diameter manholes. If the manhole fails the initial test, necessary repairs shall be made. Retesting shall proceed until a satisfactory test is obtained. Tests shall be performed by the Contractor under the direction of the Project Engineer. 49.12.3.10 WARRANTY All materials and workmanship shall be warranted to the Owner for a period of five (5) years, provided that all the above mentioned repair steps are used. 50 PROJECT INFORMATION SIGNS This article deleted. See SECTION III, ARTICLE 23 — PROJECT INFORMATION SIGNS. 51 IN-LINE SKATING SURFACING SYSTEM 51.1 SCOPE 1. These specifications pertain to the application of the Plexiflor Color Finish System over recreational areas intended for In -Line Skating activities. The materials specified in the Section IV Page 108 of 128 Conformed Documents April 2013 • Section IV — Technical Specifications site plans shall be of colors indicated and for application over the Plexipave Acrylic Latex System. 2. The work shall consist of suitable cleaning and preparation of the surface to assure a satisfactory bond of the system to the existing surface. 3. All coverage rates are calculated prior to dilution. 4. Plexiflor In-line Skating Surfacing System • 1 Coat of Acrylic Resurfacer • 2 Coats of Fortified Plexipave • 2 Coats of Plexiflor • Plexicolor Line Paint 51.2 SURFACE PREPARATIONS 51.2.1 ASPHALT Allow new asphalt to cure a minimum of 6 months. The surface must be checked for birdbaths, cracks and other irregularities and repaired with Court Patch Binder according to California Specification Section 10.14. (Surfacing prior to six months may make the asphalt subject to indentation). 51.2.2 CONCRETE Concrete shall have a wood float or broom finish. DO NOT PROVIDE STEEL TROWEL II FINISH. DO NOT USE CURING AGENTS OR CONCRETE HARDENERS. Allow the concrete to cure a minimum of 30 days. Acid Etch the entire surface with Concrete Preparer according to California Specification Section 10.13. Check surface for birdbaths, cracks and other irregularities and repair with Court Patch Binder according to California Specification Section 10.14. • 51.2.3 COURT PATCH BINDER MIX Court Patch Binder Mix: 100 Lbs. #80-100 Mesh Silica Sand (dry) 3 gallons Couth Patch Binder 1 to 2 gallons Portland Cement. 51.3 APPLICATION OF ACRYLIC FILLER COAT 1. Application of the Acrylic Resurfacer Mix shall be applied to the clean, dry, level surfaces to receive the Plexiflor Surfacing System. The mix shall be applied according to California Specification Section 10.8 using the following mix: Acrylic Resurfacer 55 gallons Water (Clean and Potable) 20-40 gallons Sand (60-80 mesh) 600-900 pounds Liquid Yield 112-138 gallons 2. Over asphalt surfaces, apply the Acrylic Resurfacer Mix in one or two coats (depending on surface porosity) at a rate of .05 -.07 gallons per square yard per coat. 3. Non -coated concrete surfaces must be neutralized with concrete preparer and primed with California Ti -Coat according to Specification Section 10.17. The Acrylic Resurfacer Mix Section IV Page 109 of 128 Conformed Documents April 2013 Section IV — Technical Specifications must be applied within 3 hours of the TiCoat application while the primer is dry but still tacky to the touch. Apply the Acrylic Resurfacer Mix in one or two applications at a rate of .05-.07 gallons per square yard per coat. 51.4 APPLICATION OF FORTIFIED PLEXIPAVE After the filler coat application has dried, apply two coats of Fortified Plexipave at an undiluted rate of .05-.07 gallons per square yard per coat using the following mix: Plexipave Color Base 30 gallons Plexichrome 20 gallons Water 20 gallons 51.5 PLEXIFLOR APPLICATION 1. Plexiflor is factory premixed and ready to use from the container. The material may be diluted with one (1 ) part water to six (6) parts Plexiflor to improve flowability and provide uniform application. 2. Apply two coats of Plexiflor at a rate of .04-.05 gallons per square yard per coat. 3. Plexiflor is applied (in a similar manner to Plexipave) in windrows on the surface with sufficient quantity to cover as the squeegee is pulled over the surface. Apply only light pressure to the squeegee. Do not allow ridges to form between passes of the squeegee. Ridges existing after material dries should require corrective action. 4. Plexiflor and its preliminary coatings should be allowed to thoroughly dry prior to application of subsequent coats. 51.6 PLAYING LINES Four hours minimum after completion of the color resurfacing, playing lines shall be accurately located, marked and painted with Plexicolor Line Paint as specified by The National In -Line Hockey Association. 51.7 GENERAL 1. The contractor shall remove all containers, surplus materials and debris upon completion of work leaving the site in a clean, orderly condition that is acceptable to the owner. Gates shall be secured and all containers shall be disposed of in accordance with Local, State and Federal regulations. 2. Materials specified for the Plexiflor System shall tee delivered to the site in sealed, property labeled arums with California Products Corporation labels that are stenciled with the proper batch code numbers. Products packaged or labeled in any other manner will not be accepted. Mixing with clear, fresh water shall only be done at the job site. Coverage rates are based upon material prior to mixing with water as specified. 51.8 LIMITATIONS 1. Do not apply if surface temperature is less than 50°F or more than 1 40°F. 2. Do not apply when rain or high humidity is imminent. 3. Do not apply when surface is damp or has standing water. Section IV Page 110 of 128 Conformed Documents April 2013 • Section IV — Technical Specifications 4. Plexiflor will not hide surface imperfections of previous coatings. 5. Keep from freezing. Do not store in the hot sun. 6. Keep containers tightly closed when not in use. 7. Plexiflor will not prevent substrate cracks from occurring. 8. Plexiflor will mark slightly from normal use of some In-line Skates. 9. Coefficient of friction = 0.78 10. Coating Application Drying Time: 30 minutes to 1 hour at 70°F with 60% relative humidity. 11. Keep court clean. Excess dirt or foreign material can cause the surface to be slippery. In -Line hockey is a physical sport. Always wear NIHA recommended protective gear. 52 RESIDENT NOTIFICATION OF START OF CONSTRUCTION This article deleted. See SECTION III, ARTICLE 22 - RESIDENT NOTIFICATION OF START OF CONSTRUCTION. 53 GABIONS AND MATTRESSES 53.1 MATERIAL • 53.1.1 GABION AND RENO MATTRESS MATERIAL 53.1.1.1 PVC COATED WIRE MESH GABIONS & MATTRESSES Gabion & mattress basket units shall be of non -raveling construction and fabricated from a double twist by twisting each pair of wires through three half turns developing the appearance of a triple twist. The galvanized wire core shall have a diameter of 0.1063 inches (approx. US gauge 12). All wire used in the fabrication of the gabion shall comply with or exceed Federal Specifications QQ-W 461H, possess a maximum tensile strength of 70,000 p.s.i. with a Finish 5, Class 3 zinc coating in accordance with the current ASTM A-641. The weight of zinc coating shall be determined by ASTM A-90. The grade of zinc used for coating shall be High Grade or Special High Grade, as prescribed in ASTM B-6, Table 1. Uniformity of coating shall equal or exceed four 1 -minute dips by the Preece test, as determined by ASTM A-239. The PVC coating shall be extruded and adhere to the wire core prior to weaving. The PVC coated wire shall be woven into a double twisted hexagonal mesh having uniform openings of 3 1/4 inches by 4 1/2 inches. The overall diameter of the mesh wire (galvanized wire core plus PVC coating) shall be 0.146 inches. Selvedge and reinforcing wire shall be of heavily galvanized wire core, 0.1338 inches in diameter (approx. US gauge 10), coated with PVC and having an overall diameter (galvanized wire core plus PVC coating) of 0.173 inches. Lacing and connecting wire shall be of soft tensile strength (75,000 PSI max), heavily galvanized wire core, 0.087 inches in diameter (approx. US gauge 13 1/2), coated with PVC and having an overall diameter (galvanized wire core plus PVC coating) of 0.127 inches. The use of alternate wire fasteners shall be permitted in lieu of tie wire providing the alternate fastener produces a four (4) wire selvedge • joint with a strength of 1200 lbs. per linear foot while remaining in a locked and closed condition. Properly formed interlocking fasteners shall be spaced from 4 to 6 inches and have a minimum 3/4 square inch inside area to properly confine the required selvedge wires. Tiger-Tite Section IV Page 111 of 128 Conformed Documents April 2013 Section IV — Technical Specifications Interlocking Fasteners are an approved alternate joint material. The Interlocking Wire Fastener shall meet stainless steel material specification ASTM A-313, Type 302, Class 1, or equal. All of the above wire diameters are subject to tolerance limit of 0.004 inches in accordance with ASTM A-641. 53.1.1.2 PVC (POLYVINYL CHLORIDE) COATING The coating shall be gray in color and shall have a nominal thickness of 0.0216 inches but not less than 0.015 inches in thickness. The protective PVC plastic shall be suitable to resist deleterious effects from exposure to light, immersion in salt or polluted water and shall not show any material difference in its initial compound properties. The PVC compound is also resistant to attack from acids and resistant to abrasion. 1. Specific Gravity: a. According to ASTM D-2287 and ASTM D- 792; in the range of 1.30 to 1.34. 2. Tensile Strength: a. According to ASTM D-142; not less than 2980 psi. 3. Modulus of Elasticity: a. According to ASTM D-412; not less than 2700 psi at 100% strain. 4. Resistance to Abrasion: a. According to ASTM 1242; weight loss <12% (Method B). 5. Brittleness Temperature: a. According to ASTM D-746, Procedure A; shall be at least 8.3 degrees centigrade below the minimum temperature at which the gabions will be handled or placed but not lower than -9.4 degrees centigrade. 6. Hardness: a. According to ASTM D-2240; shall be between 50 and 60 Shore D when tested. 7. Creeping Corrosion: a. Maximum corrosion penetration to the wire core from a square cut end section shall not be more than 25mm when the specimen has been immersed for 2000 hours in a 50% SOLUTION HC1 (hydrochloric acid 12 Be). 53.1.1.3 ACCELERATED AGING TESTS Variation of the initial properties will be allowed, as specified below, when the specimen is submitted to the following Accelerated Aging Tests: 1. Salt Spray Test: a. According to ASTM B-117 b. Period of test = 3000 hours. 2. Exposure to ultraviolet rays: a. According to ASTM D-1499 and ASTM G-23 (Apparatus Type E). Period of test = 3000 hours at 63 degrees centigrade. Section IV Page 112 of 128 Conformed Documents April 2013 • • Section IV — Technical Specifications 3. Exposure to high temperature: a. Testing period: 240 hours at 105 degrees centigrade, when tested in accordance with ASTM D- 1203 and ASTM D-2287. 53.1.1.4 PROPERTIES AFTER AGING TESTS After the above Accelerated Aging Tests have been performed, the PVC compound shall exhibit the following properties: 1. Appearance: a. The vinyl coating shall not crack, blister or split and shall not show any remarkable change in color. 2. Specific Gravity: a. Shall not show change higher than 6% of its initial value. 3. Durometer Hardness: a. Shall not show change higher than 10% of its initial value. 4. Tensile Strength: a. Shall not show change higher than 25% of its initial value. 5. Elongation: a. Shall not show change higher than 25% of its initial value. 6. Modulus of Elasticity: a. Shall not show change higher than 25% of its initial value. 7. Resistance to Abrasion: a. Shall not show change higher than 10% of its initial value. 8. Brittleness Temperature: a. Cold Bend Temperature - Shall not be lower than -20 degrees centigrade. b. Cold Flex Temperature - Shall not be higher than +18 degrees centigrade. 53.1.2 GABION AND MATTRESS FILLER MATERIAL: The filler stone shall be limestone from a source approved by the Engineer before delivery is started. Representative preliminary samples of the stone shall be submitted by the contractor or supplier for examination and testing by the Engineer. The stone shall have a minimum specific gravity of 2.3 and be of a quality and durability sufficient to insure permanency in the structure. The individual stones shall be free of cracks, seams, and other defects that would tend to promote deterioration from natural causes, or which might reduce the stones to sizes that could not be retained in the gabion or mattress baskets. The stone shall meet the following physical requirements: • Absorption, maximum 5% • Los Angeles Abrasion (FM 10T096), maximum loss 45% • Soundness (Sodium Sulphate), (FM 1-T104), maximum loss 12% Section IV Page 113 of 128 Conformed Documents April 2013 Section IV — Technical Specifications • Flat and elongated pieces, materials with least dimension less than one third of greatest dimension shall not exceed 5% by weight. All filler material shall be uniformly graded between 4 inch and 8 inch (equivalent spherical diameter) and shall be angular in form. Rounded stones shall not exceed 10% of the stone, by weight and 70% of the stone, by weight, shall exceed the largest dimension of the mesh opening. 53.1.3 MATTRESS WIRE Mattress wire shall conform to the same specifications as gabions except as follows: 1. The nominal diameter of the wire used in the fabrication of the netting shall be 0.0866 inches minimum, subject to diameter tolerance in accordance with the current ASTM A 641, Table 3. 2. All wire shall be galvanized according to ASTM A 641, Table 1. The minimum weight of the zinc coating shall be 0.70 ozs./sq. ft. for the 0.0866 inch wire used for mesh and lacing and 0.80 ozs./sq. ft. for the 0.106 wire used for selvedge. 3. Adhesion of the zinc coating to the wire shall be capable of being wrapped in a close helix at a rate not exceeding 15 turns per minute around a cylindrical steel mandrel having a diameter 3 times the nominal wire diameter being tested. After the wrap test is completed, the wire shall not exhibit any cracking or flaking of the zinc coating to such an extent that any zinc can be removed by rubbing with bare fingers. 53.1.4 GEOTEXTILE FABRIC Fabric shall conform to FDOT Standard Index 199, Type D-2, and FDOT Standard Specifications, 1996 edition, Section 985. 53.2 PERFORMANCE Gabions and Reno Mattresses shall be installed according to the manufacturer's recommendations and as shown on the Drawings. Fabrication of gabion baskets shall be in such a manner that the sides, ends, lid and diaphragms can be assembled at the construction site into rectangular baskets of the sizes specified and shown on the Drawings. Gabions and mattresses shall be of single unit construction; the base, lid ends and sides shall be either woven into a single unit or one edge of these members connected to the base section of the gabion in such a manner that the strength and flexibility at the connecting point is at least equal to that of the mesh. Where the length of the gabion and mattress exceeds one and one-half its horizontal width, they shall be equally divided by diaphragms of the same mesh and gauge as the mattresses shall be furnished with the necessary diaphragms secured in proper position on the base so that no additional tying is required at this juncture. The wire mesh is to be fabricated so that it will not ravel. This is defined as the ability to resist pulling apart at any of the twists or connections forming the mesh when a single wire strand in a section of mesh is cut. Each gabion or mattress shall be assembled by tying all untied edges with binding wire. The binding wire shall be tightly looped around every other mesh opening along seams so that single and double loops are alternated. A line of empty gabions shall be placed into position according to the contract drawings and binding wire shall be used to securely tie each unit to the adjoining one along the vertical reinforced edges and the top selvedges. The base of the empty gabions placed on top of a filled line of gabions shall be tightly wire to the latter at front and back. Section IV Page 114 of 128 Conformed Documents April 2013 Section IV — Technical Specifications To achieve better alignment and finish in retaining walls, gabion stretching is recommended. Connecting wires shall be inserted during the filling operation in the following manner: Gabions shall be filled to one third full and one connecting wire in each direction shall be tightly tied to opposite faces of each cell at one third height. The gabion shall then be filled to two thirds full and one connecting wire in each direction shall be tightly tied to opposite face of each cell at one two third height. The cell shall then be filled to the top. Filler stone shall not be dropped more than 12" into the gabions and mattresses. Geotextile fabric shall be installed at locations shown in the Drawings. The surface to receive the cloth shall be prepared to a relatively smooth condition free of obstructions which may tear or cut the cloth. The panel shall be overlapped a minimum of 30 inches and secured against movement. Cloth damaged or displaced during installation, gabion work, or backfill shall be replaced or repaired to the satisfaction of the Engineer at the contractor's expense. The work shall be scheduled so that the fabric is not exposed to ultraviolet light more than the manufacturer's recommendations or five days, whichever is less. 54 LAWN MAINTENANCE SPECIFICATIONS 54.1 SCOPE To remove trash and debris from landscape and paved area; maintenance and fertilization of plant beds and landscape materials; maintenance, repair, and operation of irrigation systems; ornamental pest control; palm pruning; maintenance of traffic; and the cleaning of hard surfaces at designated areas. The Contractor is to work with the City in coordinating maintenance activities and reporting irregularities in the work zone. The Contractor(s) will provide the labor and materials required to maintain the landscaped street medians including: • Traffic safety and Maintenance of Traffic; • Trash and debris removal from the job site; • Removal of weeds in landscaped areas and hard surfaces; • Proper trimming and pruning of landscape plants and palms; • Proper fertilization and pest control of landscape and palms (may be subcontracted); • Irrigation service and repair; • Mulch replacement; • Cleaning of hard surfaces; and the • Reporting of irregularities at the job site. 54.2 SCHEDULING OF WORK The Contractor(s) shall accomplish all landscape maintenance required under the contract between the hours of 6:30 a.m. and 7:00 p.m. Monday through Saturday, excluding observed holidays. The City may grant, on an individual basis, permission to perform contract maintenance at other hours. All work shall be completed in a continuous manner, that is the cleanup, weeding, trimming, etc., be completed before leaving the job site. Section IV Page 115 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 54.3 WORK METHODS 54.3.1 MAINTENANCE SCHEDULING The Contractor(s) will adhere to a work schedule provided by the City (see Level of Service). Any variations to that schedule, requested by either party, must be approved, either verbally or in writing by an authorized representative of the other party. 54.3.2 DUTIES PER SERVICE VISIT The contractor(s) shall provide the following service at each scheduled visit to the designated location: 54.4 LITTER Remove trash and debris from the area to be maintained. Proper disposal of collected trash and debris is a requirement of the contractor. Extraordinary amounts of debris caused by hurricanes, tornadoes, vandalism, etc., would be the responsibility of the City to clean up. The contractor should report such accumulations of debris when they are encountered. Bids for the extraordinary cleanup from the contractor would be considered. 54.5 VISUAL CHECK The site should be checked for irregularities, such as irrigation leaks, vehicle damage, dead or damaged plant material, vandalism, etc., which should be reported to the City within 24 hours after providing the service. 54.6 PLANT TRIMMING AND PALM PRUNING All plant material should be trimmed in a manner that promotes the natural shape and mature size of the particular specie. Trimming should be performed at intervals that will maintain plants in a neat appearance. Trimming should be performed to promote fullness of the plants, while maintaining height restrictions in Clear Sight Zones as established on the landscape plans. Plants shall be kept trimmed to the back of curb. Brown foliage shall be removed from Liriope. Palm pruning to be performed at least once per year, preferably in late June or July following flower formation, according to the following specifications: 54.7 PHOENIX SPECIES (CANARY DATE, INDIA DATE, PYGMY DATE, ETC.) Remove all descending fronds, to the base of the frond; all parallel and ascending fronds are to remain in order to leave a full, rounded head; seed heads may remain, but remove old faded heads that are encountered in the pruning process; remove loose frond boots; remove vegetation; such as strangler figs, Brazilian Pepper, Asparagus fern, etc., growing in the frond boots or on the trunk. Provide the rounded, classic cut on all Medjool palm boots. No climbing spikes allowed on palms. 54.8 DEBRIS REMOVAL All debris from pruning process is to be removed from the job site and disposed of by the contractor. Work sites should be left in a clean and neat appearance upon completion. Section IV Page 116 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 54.9 TRAFFIC CONTROL • Proper and safe work zones in vehicular traffic areas are to be set up and maintained by the contractor, according to the attached Maintenance of Traffic specifications. 54.10 PEDESTRIAN SAFETY Contractor is responsible for maintaining safe work zones in areas where pedestrian and park users are present. The City reserves the right to limit the hours of operation in certain high pedestrian use areas. 54.11 PLANT FERTILIZATION All tree and plant material should be fertilized with the appropriate amount of 20-6-12 sulfur coated, slow release, ornamental fertilizer, three times per year. Applications should be made in mid-February, early June, and mid-September, for the first two years. Fertilizer types and amounts will change with requirements of maturing landscape materials. 54.12 WEED REMOVAL IN LANDSCAPED AREA Weeds should be removed on a regular basis in order to keep them from being visibly noticeable. Weed control with the use of appropriate herbicides is allowable, given they are properly applied by a certified applicator. Herbicide damage to landscape material will be remedied by contractor at his/her expense. • 54.13 MULCH CONDITION Should be maintained at a thickness that will discourage weed growth as well as help retain soil moisture, usually 3 inches. • 54.14 IRRIGATION SERVICE AND REPAIR Should be performed at each visit to assure the systems proper operation and timing. Drip tubing should be kept covered with mulch. Timer should be checked for proper time of day and operating schedule. Leaks or breaks in the system should be repaired before the next scheduled system running time. All repairs which will be charged at $20.00 or more must be approved in advance by the city. Minor repairs, less than $20.00, should be billed to the City in addition to the monthly maintenance fee. 54.15 LAWN AND ORNAMENTAL PEST CONTROL Should be performed by a properly licensed and certified applicator to keep pest populations at a less than damaging level. Landscape materials lost to or extensively damaged by pests will be replaced by the contractor at the contractor's expense. Diazinon products are not to be used on City properties. 54.16 PALM FERTILIZATION Apply three pounds of Magnesium sulfate and one pound of Potassium evenly, per tree, across the root zone (typically within the dripline), annually in early February. Section IV Page 117 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 54.17 FREEZE PROTECTION The City will provide a freeze/frost protection fabric for the Contractor to install over freeze/frost sensitive plants (Lantana and Pentas). The covering material will be stored at a City facility (yet to be determined). Contractor will remove the covering material from storage and install over the sensitive plants, securely fastening edges of the material to the ground per manufacturer's directions. The City will furnish metal pins needed for securing fabric to the ground. The City will notify the Contractor one (1) day or twenty-four (24) hours minimum prior to the need to protect plant material. After uses, the Contractor will prepare the fabric for storage and return it to the designated City facility. Protective covering shall be removed the following afternoon or remain in place as directed by the City. The City shall notify the Contractor by 11:00 a.m. about removing the cover or keeping it in place due to continued freezing temperatures. The City may cancel the freeze protection event at any time prior to the end of the scheduled installation day (5:00 p.m.) The Contractor will be compensated for the number of hours mobilization or on-site work at the contracted rate per man-hour unit price. The Contractor shall provide a unit price for the installation and removal of the covering fabric on a per event basis, as well as an hourly rate per employee required. The City and contractor will coordinate appropriate irrigation operations with weather conditions. Should freeze/frost damage occur, the Contractor shall perform remedial work as per unit basis, as directed by the City. 54.18 LEVEL OF SERVICE This location is to be serviced weekly. Repairs to damage or vandalism to be made within 7 working days of reported irregularity. Weekly visits should occur no closer than six and no further than ten calendar days apart. 54.19 COMPLETION OF WORK Within 24 hours of completing work the contractor shall notify the supervisor assigned to monitor the contract either in person or by phone of said completion. It is acceptable to leave a phone message. However, to make certain the message is received, it is advisable to call between 6:30 a.m. — 7:30 a.m. or 2:30 p.m. — 3:00 p.m. 54.20 INSPECTION AND APPROVAL Upon receiving notification from the Contractor, the City shall inspect the serviced location the following business day. If, upon inspection, the work specified has not been completed, the City shall contact the Contractor to indicate the necessary corrective measures. The Contractor will be given 48 hours from this notification to make appropriate corrections. If the work has been completed successfully then the City will pay for services billed. 54.21 SPECIAL CONDITIONS 1. This location will be newly installed and under warranty by the installer for a six month period on plants and 12 month warranty on palms. Landscape installer will coordinate irrigation operation with the Maintenance contractor to assure adequate irrigation to the landscape materials. Installer will also be responsible for the untying of palm heads/fronds as he feels appropriate. 2. All listed acreage or square footage figures are estimates. Section IV Page 118 of 128 Conformed Documents April 2013 • Section IV — Technical Specifications 3. All maintenance shall be performed in a good and workmanlike manner, consistent with trade practices and standards which prevail in the industry. 4. The Contractor shall be responsible for damage to any plant material or site feature caused by the Contractor or his/her employees. The Contractor shall be notified in writing of the specific nature of the damage and cost of repair. The City shall, at its option, invoice the Contractor for the payment, or reduce by the amount of the repairs the next regular payment to the Contractor. 5. Occasionally circumstances (standing water, prolonged inclement weather, parked vehicles, etc.) may make all or portions of a location unserviceable during the regular schedule. The Contractor shall notify the City Supervisor of such occurrences, and shall schedule to perform the required maintenance to the location as soon as the pertaining circumstances are relieved. 55 MILLING OPERATIONS 55.1 EQUIPMENT, CONSTRUCTION & MILLED SURFACE Unless otherwise noted in the specs, plans or this Article, the milling operation shall be performed in accordance with Section 327 of FDOT's Standard Specifications (latest edition). The Contractor shall notify the Project Inspector a minimum of 24 hours in advance of all milling. 55.2 ADDITIONAL MILLING REQUIREMENTS • 1. If the milling machine is equipped with preheating devices, the contractor is responsible to secure any necessary permits, and for complying with all local, state and federal environmental regulations governing operation of this type of equipment. 2. All milled surfaces must be repaved within seven days from the time it was milled, unless otherwise noted in the contract documents. 3. Prior to paving, all milled areas shall be swept with a Municipal type sweeper either of the vacuum or the mechanical type, that picks up and hauls off, dust and dirt. The sweeper must be equipped with its own water supply for pre -wetting to minimize dust. Moreover, the Contractor shall sweep debris off of sidewalks, driveways and curbs in addition to the roadways before leaving the job site. 4. In cases where concrete valley swales are present, the adjoining pavement shall be milled to allow for the new asphalt grade to be flush with the concrete surface. 5. The Contractor shall be responsible for removing any asphalt that remains in the curb line and/or median curbs after the milling operation of a street is complete. The cost of this removal shall be included in the bid item for milling. 6. All radius returns on streets to be milled shall also be milled unless otherwise directed by the Engineer, with payment to be included in the bid item for milling. 7. Any leveling or base replacement required after milling shall be applied to sections of the road as noted on the plans, or directed by the Engineer, per Section 330 of FDOT's 2000 • Standard Specifications for S -Type resurfacing projects or Section 330 (latest edition) for superpave resurfacing projects. The cost shall be included in the per ton unit cost for asphalt, unless otherwise noted in the project scope and plans. Section IV Page 119 of 128 . Conformed Documents April 2013 Section IV — Technical Specifications 8. Any roadway base material exposed as a result of the milling operation shall be primed that same day (unless otherwise directed by the Engineer) per Section 300 of FDOT's Standard Specifications (latest edition). Repairs required to said base that result from a failure to place the prime in a timely manner shall be done to the City's satisfaction, and at the Contractor's expense. No paving of the exposed base can commence until the City approves the repaired base. The cost of said prime shall be included in the bid item for milling. 9. Prior to the placement of asphalt, the face of all curbs and driveways shall be tacked after the milling operation is complete. 55.3 SALVAGEABLE MATERIALS All surplus existing materials resulting from milling operations shall remain the property of the City. The transporting and stockpiling of salvageable materials shall be performed by the Contractor. The Contractor shall contact the Public Services Division at (727) 562-4950 to schedule delivery of material. 55.4 DISPOSABLE MATERIALS All surplus materials not claimed by the City shall become the property of the Contractor. The Contractor shall dispose of the material in a timely manner and in accordance with all regulatory requirements in areas provided by the Contractor at no additional expense to the City. 55.5 ADJUSTMENT AND LOCATION OF UNDERGROUND UTILITIES All utilities and related structures requiring adjustment shall be located and adjusted by their owners at the owner's expense. The Contractor shall arrange his schedule to allow utility owners the time required for such adjustments (minimum 48 hours notice per State Statute). All utility adjustments shall be completed prior to the commencement of milling and resurfacing operations. 55.6 ADJUSTMENT OF UTILITY MANHOLES The necessary adjustments of sanitary sewer and stormwater utility manholes and appurtenances shall be accomplished by the Contractor in accordance with Section IV, Article 23.7 of the City's Technical Specifications. 55.7 TYPES OF MILLING There are two types of milling used by the City: A. Wedge — This will consist of milling a six foot wide strip along the curb line of the pavement adjacent to the curb so the new asphalt will align with the original curb height and pavement cross section. B. Full Width — This will consist of milling the entire roadway (i.e. curb line/edge of pavement to curb line/edge of pavement). All existing horizontal and vertical geometry shall remain unless otherwise indicated or approved by the Engineer. Section IV Page 120 of 128 Conformed Documents April 2013 • Section IV — Technical Specifications 55.8 MILLING OF INTERSECTIONS Intersections, as well as other areas (including radius returns) are to be milled and repaved to restore and/or improve the original drainage characteristics. Said work should extend approximately 50 to 100 feet in both directions from the low point of the existing swale. 55.9 BASIS OF MEASUREMENT The quantity to be paid for will be the area milled, in square yards, completed and accepted. 55.10 BASIS OF PAYMENT The unit price for milling shall include: all materials, preparation, hauling, transporting and stockpiling of salvageable materials, disposal of all surplus material, any required milling of radius returns and intersections, prime and/or tack coat either required or placed at Engineer's discretion, removal of asphalt from curbs, sweeping, labor, equipment, and all incidentals necessary to complete the milling in accordance with the plans and specifications. 56 CLEARING AND GRUBBING The work included in this specification includes the removal and disposal of all structures, appurtenances, asphalt, concrete, curbs, walls, trees, roots, vegetation, boulders, conduits, poles, posts, pipes, inlets, brush, stumps, debris and other obstructions resting on or protruding through the ground surface necessary to prepare the area for construction. Clearing and grubbing shall be performed in accordance with Section 110 of FDOT's Standard Specifications (latest edition). Unless otherwise specified in the contract documents, the Contractor shall take ownership of all removed material and dispose of them off-site in accordance with all Local, State and Federal Requirements. 56.1 BASIS OF MEASUREMENT The basis of measurement shall be either a lump sum quantity or the number of acres cleared and grubbed as specified on the plans or directed by the Engineer. 56.2 BASIS OF PAYMENT The pay item for clearing and grubbing shall include: all removal and disposal of materials and structures as well as all materials, hauling, equipment, tools, labor, leveling of terrain, landscape trimming and all incidentals necessary to complete the work. 57 RIPRAP The work included in this specification includes the construction of either sand -cement or rubble riprap as shown on the plans. The riprap shall be constructed per Section 530 of FDOT's Standard Specifications (latest edition). 57.1 BASIS OF MEASUREMENT The basis of measurement for riprap shall be the volume of sand used in cubic yards for sand - cement, or the dry weight in tons for rubble. Section IV Page 121 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 57.2 BASIS OF PAYMENT The pay item for sand -cement riprap shall include: all materials, testing, labor, grout, hauling, equipment, excavation, backfill, dressing and shaping for placement of sand -cement and all incidentals necessary to complete the work. The pay item for rubble riprap shall include: all materials, required bedding stone, dressing and shaping for placement of bedding stone, filter fabric, testing, hauling, excavating, backfill, dressing and shaping for placement of rubble, and all incidentals necessary to complete the work. No payment will be granted if concrete or stone that exists on-site is used as rubble riprap. 58 TREATMENT PLANT SAFETY This article applies to all City projects located at one of the City's Wastewater Treatment Plants (WWTP) or Potable Water Reservoirs. 58.1 HAZARD POTENTIAL The Contractor shall be aware that hazardous materials are used at the WWTP's and the water reservoirs. These may include sodium hypochlorite, gaseous chlorine, sulfur dioxide and ammonia. Potential safety hazards associated with these substances include: • An accidental spill or release can impair respiratory functions and result in severe burns to the skin and eyes. At the pre -construction conference, the contractor will be provided with a copy of the City of Clearwater Public Utilities Department Emergency Response Plan, and a copy of the applicable Material Safety Data Sheets. All employees of the contractor and sub -contractor assigned to this job shall be familiar with the content of these documents. 58.2 REQUIRED CONTRACTOR TRAINING Prior to issuance of a notice to proceed, the contractor must submit documentation regarding employee safety training relating to the items in Section A above. The documentation must include: • Verification that all employees assigned to this job have received and understood training in the proper work practices necessary to safely perform the job while working around gaseous chlorine and sulfur dioxide gas. • The date of the training, and • The means used to verify that the employee understood the training. 59 TRAFFIC SIGNAL EQUIPMENT AND MATERIALS All traffic signal work shall be performed per the latest edition of FDOT's Standard Specifications (Sections 603 through 699), unless otherwise specified in the contract documents and plans. This specification includes, but is not limited to, the following items: all necessary equipment, materials, guaranties, acceptance procedures, signal timings, field tests, grounding, conduit, signal and interconnect cable, span wire assemblies, pull and junction boxes, electrical power service assemblies, poles, signal assemblies, pedestrian assemblies, inductive loop detectors, Section IV Page 122 of 128 Conformed Documents April 2013 Section IV — Technical Specifications pedestrian detectors, traffic controller assemblies, controller cabinets and accessories, removal of existing traffic signal equipment, and internally illuminated signs. All traffic signal installations shall be mast arms and conform to the requirements of FDOT's Mast Arm Assembly standard, and shall be signed and sealed by a professional engineer registered in the state of Florida. All mast arm calculations, as well as the geotechnical report, shall also be signed and sealed by a professional engineer registered in the state of Florida. All mast arm colors shall be determined and approved by the City prior to ordering from the manufacturer. All traffic signal indicators for vehicles and pedestrians shall be LED's and, approved by both the City and FDOT. In addition to this, all pedestrian signal indicators shall utilize countdown features. Contractor changes to the operation of an existing signal is PROHIBITED unless directed by the City's Traffic Engineering Division. 59.1 BASIS OF MEASUREMENT AND PAYMENT The basis of measurement and payment shall be specified in the contract documents and/or plans and shall include all equipment, preparation, materials, testing and incidentals required to complete the work per the plans. 60 SIGNING AND MARKING All signing and marking work shall be performed per the latest edition of FDOT's Standard Specifications, unless otherwise specified in the contract documents and plans. This specification includes the following work: RPM's (Section 706), painted traffic stripes and markings (Section 710), thermoplastic stripes and markings (Section 711) and tubular delineators/flex posts (Sections 705 and 972). The Contractor is responsible to ensure that striping is correctly placed. Errors in striping or markings shall be "blacked -out" with paint, unless otherwise directed by the Engineer. No payment will be made for these incorrect or "blacked -out" areas. Omissions in striping or markings shall be corrected to the City's satisfaction prior to any payment being made. 60.1 BASIS OF MEASUREMENT AND PAYMENT The basis of measurement and payment shall be specified in the contract documents and/or plans and shall include all equipment, preparation, materials and incidentals required to complete the work per the plans. 61 ROADWAY LIGHTING All roadway lighting shall be constructed per Sections 715 and 992 of FDOT's Standard Specifications (latest edition), unless otherwise specified in the contract documents and plans. 61.1 BASIS OF MEASUREMENT AND PAYMENT The basis of measurement and payment shall be specified in the contract documents and/or plans and shall include all equipment, materials, testing and incidentals required to complete the work per the plans. Section IV Page 123 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 62 TREE PROTECTION 62.1 TREE BARRICADES A. A protective barrier shall be placed around all protected trees and palms prior to land preparation or construction activities within or adjacent to the work zone, including all staging and/or lay down areas. Protective barriers shall be installed as follows: 1. At or greater than the full dripline of all species of Mangroves and Cabbage Palms. 2. At or greater than the full dripline or all protected native pine trees and other conifer species. 3. At or greater than two-thirds of the dripline of all other protected species 4. At or greater than the full dripline of trees within a specimen tree stand. B. Protective barriers are to be constructed using no less than two-inch lumber for upright posts. Upright posts are to be at least four feet in length with a minimum of one foot anchored in the ground. Upright posts are to be placed at a maximum distance of eight feet apart. Horizontal rails are to be constructed using no less than one inch by four -inch lumber and shall be securely attached to the top of the upright post. The project City's representative must approve any variation from the above requirements. C. Whenever a protective barrier is required, it shall be in place until all construction activity is terminated. The area within the barrier limits shall remain undisturbed by any activity during construction. Native ground cover and understory vegetation existing within the barriers shall remain throughout construction. Exotic plant species may only be removed by manual labor utilizing hand tools or by other means if authorized in writing by the City's representative. D. Prior to the erection of any required protective barrier, all surface foreign material, trash or debris shall be removed from the area enclosed by the barrier, and after erection of the barrier no such material or litter shall be permitted to remain within the protected area. No equipment, chemicals, soil deposits or construction materials shall be placed within such protective barriers. E. No signs, building permits, wires, or other attachments of any kind shall be attached to any protected tree or palm. F. At all times, due care shall be taken to protect the critical root zone of trees protected by this section, and root pruning requirements shall apply to such trees. 62.2 ROOT PRUNING A. Where proposed construction improvements involve excavation and/or impacts to the critical root zone of protected trees, the Contractor shall be required to have an International Society of Arboriculture (ISA) certified arborist perform, or directly supervise root pruning to reduce the impacts of construction. The critical root zone is equivalent to the tree's dripline. Prior to any clearing, grubbing or excavation activities, the affected roots must be severed by clean pruning cuts at the point where grubbing or excavation impacts the root system. Roots can be pruned utilizing specified root pruning equipment designed for that purpose or by hand digging a trench and pruning roots with a pruning saw, chain saw or other equipment designed for tree pruning. Root pruning by trenching equipment or excavation equipment is strictly prohibited. Roots located in the critical root zone that will be impacted by Section IV Page 124 of 128 Conformed Documents April 2013 Section IV — Technical Specifications construction activities shall be pruned to a minimum depth of 18 inches below existing grade or to the depth of the proposed impact if less than 18 inches from existing grade. Tim Kurtz, Senior Landscape Architect is the City's Representative on Engineering Department projects for root Pruning issues and can be reached at (727) 562-4737, or through the construction inspector assigned to the project. B. Root pruning shall only be performed by or under the direct supervision of an International Society of Arboriculture (ISA) certified arborist. C. Any proposed root pruning trenches shall be identified on site (i.e. staked or painted) inspected and approved by the City's representative prior to actual root pruning. D. Root pruning shall be performed as far in advance of other construction activities as is feasible, but at a minimum shall be performed prior to ANY impacts to the soil. Associated tree protection measures should be implemented upon completion of said root pruning. E. If there is a likelihood of excessive wind and/or rain exceptional care shall be taken on any root pruning activities. F. Root pruning shall be limited to a minimum of ten inches per one inch of the trunk diameter from the tree base. Any exception must be approved by the City's representative prior to said root pruning. G. Roots shall be cut cleanly, as far from the trunk of the tree as possible. Root pruning shall be done to a minimum depth of 18" from existing grade, or to the depth of the disturbance if less than 18". H. Root pruning shall be performed using a Doscocil Root Cutting Machine or equivalent. Alternate equipment or techniques must be approved by the City's representative, prior to any work adjacent to trees to be preserved. I. Root pruning shall be completed, inspected and accepted prior to the commencement of any excavation or other impacts to the critical root zones of trees to be protected. J. Excavations in an area where root are present shall not cause the tearing or ripping of tree roots. Roots must first be cleanly severed prior to continuing with the excavation, or tunneled around to prevent damage to the root. K. Tree roots shall not be exposed to drying out. Root ends shall be covered with native soil or burlap and kept moist until final backfill or final grades has been established. L. When deemed appropriate (e.g., during periods of drought) the City representative may require a temporary irrigation system be utilized in the remaining critical root zones of root pruned trees. M. When underground utility lines are to be installed within the critical root zone, the root pruning requirement may be waived if the lines are installed via tunneling or directional boring as opposed to open trenching. 62.3 PROPER TREE PRUNING A. All tree pruning and/or root pruning on existing trees to remain shall only be performed by or under the direct supervision of an International Society of Arboriculture (ISA) certified arborist. Furthermore, all tree work shall conform to the American National Standards Institute (ANSI) 2001, American National Standard for tree care operations — Tree, Shrub and other Woody Plant Maintenance — Standard practices (pruning) ANSI A-300. Section IV Page 125 of 128 Conformed Documents April 2013 Section IV — Technical Specifications B. Proper pruning techniques for all lateral branches of protected trees are required. Flush cuts (pruning cuts that remove the branch collar) and stub cuts (cuts that leave a stub on the tree) are improper techniques. Any protected tree that has been improperly pruned will not be recognized as a tree left on the project in a healthy growing condition, and will require replacement consistent with the current City Codes and Ordinances. C. No protected tree shall have more than 30 percent of its foliage removed. D. No protected tree shall be topped, hat racked or lion -tailed. Any protected tree that has been improperly pruned will not be recognized as a tree left on the project in a healthy growing condition, and will require replacement consistent with the current City Codes and Ordinances. E. Tree Trunks and limbs shall be protected. The use of tree spikes or other devices that damage trunk and bark tissue on protected trees shall be prohibited. Any protected tree that has been damaged in such a manner will not be recognized as a tree left on the project in a healthy growing condition, and will require replacement consistent with the current City Codes and Ordinances. 63 PROJECT WEB PAGES 63.1 WEB PAGES DESIGN If requested by the City, Engineer shall design the Project Web Site in accordance with the current City Web Site standards and styles. Project Web Site should include general project information as: Project Name & Number, Scope description, Location, Schedule, and Project Contacts. Note: Occasionally City modifies the general design of the City's Web Site, and the Engineer shall consult the City Webmaster for the current requirements, before designing or updating the Project Web Pages. 63.2 WEB ACCESSIBILITY GUIDELINES Project Web Pages should conform to the W3C Web Accessibility Guidelines and US Section 508 guidelines whenever possible: http://www.w3 .org/TR/ 1999/WAI-WEBCONTENT 19990505/ http://wvvw.section508.gov/ In particular, use of variable -width tables, user-adjustable/relative font sizes, ALT text for images, CSS whenever possible, etc. Accessibility should be a priority over design/aesthetics. 63.3 THE SUN AND WAVES LOGO AND ITS USE The City's Sun and Waves logo should be used for everyday business, on all print and electronic material. It should be used on all internal correspondence, brochures, advertising, vehicles, apparel and signage. It should be used only in the manner presented here, in the proportion shown here, with no alterations. It should not be condensed, lengthened, or otherwise distorted to fit a space. The logo is approved for use by city departments, and is not to be used by outside vendors without the permission of the City Manager, Assistant City Manager or Public Communications office. Electronic versions of the logo should be obtained from the Public Communications. This is for internal use only. Section IV Page 126 of 128 Conformed Documents April 2013 Section IV — Technical Specifications 63.4 MAPS AND GRAPHICS • Use of maps and graphics is recommended to illustrate the project; only approved graphics should be posted to the Project Web Pages. 63.5 INTERACTIVE FORMS The site should also include an interactive form or other options to allow Public's input sent back to the City regarding the Project. 63.6 POSTING The site should be presented to the City's Webmaster for review and posting to the City's Web Server. Posting of the Project Web Pages to a different than City's Web server, if approved, should be coordinated with the City's Webmaster for resolving all accessibility and conformity issues. 63.7 WEB PAGES UPDATES Unless otherwise specified and agreed Engineer is responsible for keeping the posted Web Pages up-to-date, by sending revisions and updates through the City Project Manager to the City's Webmaster for posting. 64 OVERHEAD ELECTRIC LINE CLEARANCE • 64.1 CLEARANCE OPTIONS When working in the vicinity of overhead power lines the Contractor shall utilize one of the following options: Option 1 - Having the power lines de -energized and visibly grounded. Option 2 - Maintaining a minimum distance of 20 feet of clearance for voltages up to 350 kV an 50 feet of clearance for voltages more than 350 kV. Option 3 - Determine the line voltage and provide clearance in accordance with the table included in Section 64.2. • 64.2 REQUIRED MINIMUM CLEARANCE DISTANCES VOLTAGE (nominal, kV, alternating current) MINIMUM CLEARANCE DISTANCE (feet) Up to 50 10 Over 50 to 200 15 Over 20 to 350 20 Over 350 to 500 25 Over 500 to 750 35 Section IV Page 127 of 128 Conformed Documents April 2013 Section IV — Technical Specifications Over 750 to 1,000 45 Over 1000 (as established by the utility owner/operator or registered professional engineer who is a qualified person with respect to electric power transmission and distribution) Note: The value that follows "to" is up to and includes that value. For example, over 50 to 200 means up to and including 200kV. Section IV Page 128 of 128 Conformed Documents April 2013 SECTION IVa • SUPPLEMENTARY TECHNICAL SPECIFICATIONS The Technical Specifications of the Construction Contract; Articles 1 through 64 inclusive; are a part of this contract. The following supplements modify, change, delete from or add to the Technical Specifications of the Construction Contract, Section II Instruction to Bidders, Section III General Conditions, and Section IV Technical Specification. Where any article of the Instruction to Bidders, General Conditions, and Technical Specifications is modified or any paragraph, subparagraph or clause thereof is modified or deleted by these supplements, the unaltered provisions of that article, paragraph, subparagraph or clause shall remain in effect. The stricter requirement shall be required unless otherwise stated within Section IVa — Supplementary Technical Specification. MODIFICATIONS TO TECHNICAL SPECIFICATIONS ARTICLE 2 — LINE AND GRADE SHALL BE PERFROMED BY THE CONTRACTOR Article 2 Subsection 2.2 shall be superseded by Section 01 20 00 in Section IVa Supplemental Technical Specifications in the event of cost and payment specifications. ARTICLE 6- CONCRETE • Article 6 shall be superseded by Division 03 in Section IVa Supplemental Technical • Specifications. ARTICLE 7 — EXCAVATION AND FORMS FOR CONCRETE WORK Article 7 shall be superseded by Division 03 in Section IVa Supplemental Technical Specifications. ARTICLE 8 — REINFORCEMENT Article 8 shall be superseded by Section 03 21 00 in Section IVa Supplemental Technical Specifications. Subsection 8.1 shall be superseded by Section 01 20 00 in Section IVa Supplemental Technical Specifications. ARTICLE 12 — DEWATERING Paragraph four regarding cost within Article 12 subsection 12.1, shall be superseded by Section 01 20 00 in Section IVa Supplemental Technical Specifications. Add the following statements: A. Groundwater Dewatering: 1. Where groundwater is, or is expected to be, encountered during excavation, install a dewatering system to prevent softening and disturbance of subgrade to Section IVa Conformed Documents April 2013 allow subgrade stabilization, pipe bedding and backfill material to be placed in the dry, and to maintain a stable trench wall or side slope. 2. Groundwater shall be drawn down and maintained at least 2 FT below the bottom of any trench or manhole excavation prior to excavation. 3. Review soils investigation before beginning excavation and determine where groundwater is likely to be encountered during excavation. a. Employ dewatering specialist for selecting and operating dewatering system. 4. Keep dewatering system in operation until dead load of pipe, structure and backfill exceeds possible buoyant uplift force on pipe or structure. 5. Dispose of groundwater to an area which will not interfere with construction operations or damage existing construction and in accordance with current permits and regulatory requirements. 6. Install groundwater monitoring wells as necessary. 7. Shut off dewatering system at such a rate to prevent a quick upsurge of water that might weaken the subgrade. 8. Cost of groundwater dewatering shall be included in the lineal foot unit price of the pipe installation ARTICLE 13 — SANITARY MANHOLES Section 26 05 38 and Section 33 05 16 in IVa Supplemental Technical Specifications shall supersede Article 13. ARTICLE 14 — BACKFILL Article 14 shall be superseded by Section 31 21 33 in Section IVa Supplemental Technical Specifications. Paragraph five regarding cost within Article 14 shall be superseded by Section 01 20 00 in Section IVa Supplemental Technical Specifications. ARTICLE 19 — STORM SEWERS Article 19 subsection 19.3 shall be superseded by Section 33 40 00 in Section IVa Supplemental Technical Specifications. Article subsection 19.3 shall be superseded by Section 01 20 00 in Section IVa Supplemental Technical Specifications. ARTICLE 20— SANITARY SEWERS AND FORCE MAINS Article 20 subsection 20.1-20.4 shall be superseded by Division 33 in Section IVa Supplemental Technical Specifications. Article subsection 20.5 shall be superseded by Section 01 20 00 in Section IVa Supplemental Technical Specifications. ARTICLE 22 — ROADWAY BASE AND SUBGRADE Article 22 subsection 22.1-22.2 shall be superseded by Division 32 in Section IVa Supplemental Technical Specifications. Article 22 subsection 22.2.1-22.2.2 shall be superseded by Section 01 20 00 in Section IVa Supplemental Technical Specifications. ARTICLE 23 — ASPHALTIC CONCRETE MATERIALS ii Section IVa Conformed Documents April 2013 • Article 23 subsection 23.1 through 23.9 shall be superseded by Division 32 in Section IVa Supplemental Technical Specifications. Article 23 subsection 23.10 through 23.11 shall be superseded by Section 01 20 00 in Section IVa Supplemental Technical Specifications. ARTICLE 27 — PLANT MIX DRIVEWAYS Add the following statement, "Job -mix certification - Submit plant mix certification that mix equals or exceeds the FDOT Specification". Article 27 subsection 27.10 through 27.2 shall be superseded by Section 01 20 00 in Section IVa Supplemental Technical Specifications. ARTICLE 29 — CONCRETE CURBS Article 29 subsections 29.1 and 29.2 shall be superseded by Section 01 20 00 in Section IVa Supplemental Technical Specifications. ARTICLE 30 — CONCRETE SIDEWALKS AND DRIVEWAYS Article 30 subsections 30.3 and 30.4 shall be superseded by Section 01 20 00 in Section IVa Supplemental Technical Specifications. ARTICLE 31— SODDING Add the following statement, "Damage to other improvements: Contractor shall replace or repair damage to grading, soil preparation, seeding, sodding, or planting done under other Specification Sections during work associated with installation of irrigation system at no additional cost to Owner." Paragraph two within Article 31 shall be superseded by Section 01 20 00 in Section IVa • Supplemental Technical Specifications. • ARTICLE 33 — STORM MANHOLES, INLETS, CATCH BASINS OR OTHER STORM STRUCTURES Article 33 subsection 33.3 shall be superseded by Section 01 20 00 in section IVa Supplemental Technical Specifications. Add the following statements: TESTING OF STORM SEWERS: Gravity Sewers (Select one of the following): Air Test: Plastic Pipes conform to ASTM F1417, all other pipe material conform to ASTM C828 or C924, after consulting with pipe manufacturer. Testing of individual joints shall conform to ASTM C1103. Exfiltration Test: Subject pipe to hydrostatic pressure produced by head of water at depth of 3 feet above invert of sewer at upper manhole under test. In areas where ground water exists, head of water shall be 3 feet above existing water table. Maintain head of water for 2 - hour testing period. Allow 1 hour for full absorption by pipe body before testing. During 1 hour test period, measured maximum allowable rate of exfiltration for any section of sewer shall be 3.0 gallons per hour per 100 feet. Section IVa Conformed Documents April 2013 If measurements indicate exfiltration is greater than maximum allowable leakage, take additional measurements until leaks are located. Repair and retest. Infiltration Test: If at any time prior to expiration of the correction or warranty period infiltration exceeds 200 GAL/IN of nominal DIA/mile/day, locate the leaks and make repairs. In case of conflict, do not relocate piping without prior approval from the Engineer. ARTICLE 37 — AUDIO/VIDEO RECORDINGS OF WORK AREAS Article 37 subsection 37.12 shall be superseded by Section 01 20 00 in Section IVa Supplemental Technical Specifications. ARTICLE 38 — EROSION AND SILTATION CONTROL Add the following statements: 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. Erosion control standards: State of Florida Erosion and Sediment Control Manual — FDOT/FDEP - 2007 ARTICLE 41— POTABLE WATER MAINS, RECLAIMED WATER MAINS AND APPURTENANCES Article 41 subsection 41.6 shall be superseded by Section 01 20 00 in Section IVa Supplemental Technical Specifications. ARTICLE 44 — WORK ZONE TRAFFIC CONTROL Article 44 subsection 44.6 shall be superseded by Section 01 20 00 in Section IVa Supplemental Technical Specification. ARTICLE 56 — CLEARING AND GRUBBING Article 56 shall be superseded by Section 31 10 00 in Section IVa Supplemental Technical Specifications. Subsections 56.1-56.2 shall be superseded by Section 01 20 00 in Section IVa Supplemental Technical Specifications. ARTICLE 60 — SIGNS AND MARKING Article 61 subsection 61.1 shall be superseded by Section 01 20 00 in Section IVa Supplemental Technical Specifications. iv Section IVa Conformed Documents April 2013 • • The following divisions are included as part of supplemental technical specifications. PART ONE DIVISION 01— GENERAL REQUIREMENTS - REI Section Title 01 11 00 Summary of Work - REI 01 14 00 Sequence of Construction - REI 01 20 00 Measurement and Payment - REI 01 29 00 Payment Procedure - REI 01 31 13 Project Coordination - REI 01 31 19 Project Meetings - REI 01 32 00 Construction Progress Documentation - REI 01 32 33 Construction Photographs - REI 01 32 34 Color Audiovisual Construction Record - REI 01 33 00 Submittals — REI 01 35 44 Indoor Environmental Requirements - URS 01 42 13 Abbreviations - REI 01 43 33 Manufacturers' Field Services - REI 01 45 16.13 Contractor Quality Control - REI 01 50 00 Construction Facilities and Temporary Controls - REI 01 57 13 Temporary Erosion and Sediment Control - REI 01 60 00 Material and Equipment - REI 01 61 00 Common Product Requirements - REI u,L 01 70 40 Warranties and Bonds - REI 01 74 10 Cleaning During Construction and Final Cleaning - REI 01 74 16 Surface Restoration Special Provisions - REI 01 77 00 Contract Closeout - REI 01 78 23 Operation and Maintenance Data - REI 01 78 39 Project Record Documents - REI 01 79 23 Instruction of Operations & Maintenance Personnel - REI 01 91 14 Equipment Testing and Facility Startup - REI DIVISION 02 — EXISTING CONDITIONS - REI Section Title 02 41 00 Demolition DIVISION 03 — CONCRETE — HDR Section Title 03 01 00 Modifications and Repair to Concrete - REI 03 11 00 Concrete Formwork - HDR 03 15 00 Concrete Accessories - HDR 03 20 00 Concrete Reinforcement - HDR 1111 03 30 00 Cast -in -Place Concrete — HDR 03 36 60 Concrete Densifier/Sealer/Hardener- URS 03 40 00 Precast and Prestressed Concrete Building — HDR v Section IVa Conformed Documents April 2013 03 60 00 03 90 01 Grout - HDR Leakage Testing of Hydraulic Structures - REI DIVISION 04 — MASONRY - URS Section Title 04 22 00 Concrete Unit Masonry - URS DIVISION 05 — METALS - URS Section Title 05 12 00 05 13 00 05 21 00 05 31 23 05 40 00 05 50 00 05 50 00.01 05 51 19 05 52 13 Structural Steel - HDR Structural Aluminum - HDR Steel Joist - HDR Metal Deck - HDR Cold -Formed Metal Framing - URS Metal Fabrications - URS Metal Fabrications - HDR Metal Stairs - URS Railings - URS DIVISION 06 — WOODS, PLASTICS, AND COMPOSITES - URS Section Title 06 10 53 06 22 00 Rough Carpentry - URS Finish Carpentry - URS DIVISION 07 — THERMAL AND MOISTURE PROTECTION - URS Section Title 07 13 10 07 21 00 0721 16 07 26 17 07 54 19 07 62 00 07 72 00 0781 16 07 84 00 07 92 00 Self -Adhering Sheet Waterproofing - URS Sprayed Insulation - URS Blanket Insulation - USR Underslab Vapor Barrier - URS Polyvinyl - Chloride (PVC) Membrane Roofing and Rigid Insulation — URS Flashing and Sheet Metal - URS Roof Accessories — URS Cementitious Fireproofing —URS Fire Stopping — URS Joint Sealants - URS DIVISION 08 — OPENINGS - URS Section Title 08 11 13 08 11 16 08 14 00 08 31 13 08 33 23 08 42 00 Hollow Metal Doors and Frames - URS Aluminum Door and Frames - URS Wood Doors - URS Access Doors and Panels - URS Overhead Coiling Doors - URS Aluminum Entrances and Storefronts - URS vi Section IVa Conformed Documents April 2013 0851 13 08 71 00 08 80 00 0891 19 Aluminum Windows - URS Door Hardware - URS Glass and Glazing - URS Fixed Louvers - URS DIVISION 09 — FINISHES - URS Section Title 09 29 00 09 30 13 09 51 00 09 65 00 09 68 00 09 90 01 09 91 00 09 91 05 09 92 00 Gypsum Wallboard - URS Tile Work - URS Acoustical Ceilings - URS Resilient Flooring - URS Carpeting - URS Painting and Coating of Process Equipment - REI Painting of Architectural Components — URS Piping, Valve, and Equipment Identification System — REI Painting of Exterior Concrete Panels - URS DIVISION 10 — SPECIALTIES - URS Section Title 10 11 00 10 14 00 10 21 13 10 28 13 10 44 16 10 51 13 Visual Display Boards - URS Signage - URS Toilet Compartments - URS Toilet Accessories - URS Fire Extinguishers - URS Metal Lockers - URS DIVISION 11— EQUIPMENT - URS Section Title 11 05 13 Common Motor Requirements for Equipment - EMI DIVISION 12 — FURNISHINGS - URS Section Title 12 21 13 Horizontal Louver Blinds — URS DIVISION 13 — SPECIAL CONSTRUCTION - URS Section Title 13 34 19 13 34 21 Pre -Engineered Metal Building System — URS Pre -Engineered Aluminum Canopy Structures — URS DIVISION 14 — CONVEYING SYSTEMS - URS Section Title 14 24 00 Hydraulic Elevator - URS vii Section IVa Conformed Documents April 2013 DIVISION 22 — PLUMBING — EMI Section Title 22 05 00 22 05 19 22 05 23 22 05 29 22 05 53 22 07 00 22 11 16 22 11 19 22 13 16 22 13 19 22 33 00 22 40 00 22 45 00 22 47 00 Common Work Results for Plumbing - EMI Meters and Gages for Plumbing Piping - EMI General -Duty Valves for Plumbing Piping - EMI Hangers and Supports for Plumbing Piping and Equipment - EMI Identification for Plumbing Piping and Equipment - EMI Plumbing Insulation - EMI Domestic Water Piping - EMI Domestic Water Piping Specialties - EMI Sanitary Waste and Vent Piping - EMI Sanitary Waste Piping Specialties - EMI Electric Domestic Water Heaters - EMI Plumbing Fixtures - EMI Emergency Plumbing Fixtures - EMI Drinking Fountains and Water Coolers - EMI DIVISION 23 — HEATING, VENTILATING, AND AIR CONDITIONING (HVAC) — EMUHDR Section Title 23 05 93 23 05 93.01 23 09 00 23 31 00 23 34 23 23 74 36 23 80 00 23 91 00 HVAC Systems: Balancing and Testing - HDR Testing, Adjusting, and Balancing for Ozone HVAC - EMI Instrumentation and Control for HVAC Systems - HDR HVAC: Ductwork - HDR HVAC Power Ventilators - EMI Refrigerant Piping System - HDR HAVC: Equipment - HDR Bypass Variable Air Volume Control System - HDR DIVISION 26 — ELECTRICAL - EMI Section Title 26 01 26 26 05 00 26 05 19 26 05 23 26 05 26 26 05 33 26 05 34 26 05 35 26 05 36 26 05 37 26 05 38 26 05 43 26 05 73 26 09 16 26 09 19 Acceptance Tests and Performance Verification - EMI General Electrical Provisions - EMI 600 Volt Cable - EMI Instrumentation Cable - EMI Grounding Systems - EMI Rigid Conduit - EMI Flexible Conduit - EMI Expansion/Deflection Fittings - EMI Pull and Junction Boxes - EMI Outlet Boxes - EMI Manholes and Handholes - EMI Underground Ductbanks - EMI Power Distribution System Coordination Study - EMI Control Stations - EMI Contactors - EMI viii Section IVa Conformed Documents April 2013 26 09 23 Snap Switches - EMI 26 22 13 General Purpose Transformers - EMI 26 24 16 Lighting and Distribution Panelboards - EMI • 26 24 19 480 Volt Motor Control Centers - EMI 26 27 26 Wiring Devices - EMI 26 28 16 Disconnect Switches - EMI 26 29 23 Enclosed Variable Frequency Drives (1-500 HP) - EMI 26 32 13 480 Volt Standby Power Generator System - EMI 26 33 00 Uninterruptible Power System — EMI 26 36 23 Automatic Transfer Switch - EMI 26 41 00 Lightning Protection System - EMI 26 41 23 Transient Voltage Surge Suppression - EMI 26 50 00 Lighting Fixtures and Controls - EMI DIVISION 28 — ELECTRONIC SAFETY AND SECURITY - HDR Section Title 28 05 30 Security Rough -In — HDR PART TWO DIVISION 31— EARTH WORK - HDR 411 Section Title 31 10 00 Site Clearing - HDR • 31 21 33 Trenching, Backfilling, and Compacting for Utilities - HDR 31 23 00 Earthwork - HDR 31 25 00 Soil Erosion and Sediment Control - HDR 31 31 16 Termite Treatment - URS 31 38 25 Geotextiles - HDR DIVISION 32 — EXTERIOR IMPROVEMENTS - HDR Section Title 32 12 16 32 16 13 32 20 10 32 31 13 32 31 19 32 35 16 32 84 00 32 90 00 32 91 05 Asphaltic Concrete Vehicular Paving - HDR Concrete Curb and Gutter - HDR Concrete Sidewalk and Steps - HDR Chain Link Fences and Gates - HDR Pre -Fabricated Ornamental Steel Fence - HDR Sound Barriers - REI Irrigation System - HDR Seeding, Sodding and Landscaping - HDR Topsoiling and Finished Grading - HDR DIVISION 33 — UTILITIES — REI/HDR Section Title 33 05 16 Precast Concrete Manhole Structures - HDR ix Section IVa Conformed Documents April 2013 33 11 10 33 11 13 33 11 16 33 12 13 33 12 16 33 12 19 33 13 00 33 13 01 33 40 00 33 56 13 High Density Polyethylene Pipe and Fittings - REI Water Main Construction - HDR Underground Piping and Fittings - REI Pressure Connection - REI Underground Valves and Piping Appurtenances - REI Fire Hydrant - HDR Disinfection of Water Storage Facilities and Process Piping - REI Disinfection of Hydraulic Structures - REI Storm Drainage System - HDR Aboveground Fuel -Storage Tank - REI DIVISION 40 — PROCESS INTEGRATION — REI/HDR Section Title 40 01 20 40 05 13.33 40 05 16 40 05 23 40 05 23.01 40 12 16 40 23 20 40 23 20.01 40 23 21 40 24 26 40 90 00 40 90 OOA 40 90 OOB 40 90 OOC 40 90 OOD 40 90 OOE 40 90 OOF 40 90 05 4091 10 40 94 40 40 94 43 40 94 43A 40 94 43B 40 96 50 40 96 52 40 97 00 40 98 00 40 99 00 General Requirements for Systems Integration- REI Copper Pipe and Tube - REI Pipe Hangers and Supports - REI Stainless Steel Pipe for Ozone - REI Stainless Steel Pipe and Fittings - REI Low Pressure Compressed Air Piping (Non -Breathing Air Type) - REI Above Ground Piping and Fittings — REI Pressure Testing of Piping - REI Above Ground Valves and Piping Appurtenances - REI Double Wall Containment Piping - REI Instrumentation for Process Control: Basic Requirements - HDR Loop Check-out Sheet Example - HDR Loop Check-out Sheet - HDR Instrument Certification Sheet Example - HDR Instrument Certification Sheet - HDR Final Control Element Cert Sheet Example - HDR Final Control Element Cert Sheet - HDR Control Loop Descriptions - HDR Primary Elements and Transmitters - HDR Telemetry Systems - HDR Programmable Logic Controller (PLC) Control System - HDR I/O List - HDR Existing SCADA Signals - HDR Computer Network and Human Machine Interface (HMI) System - HDR Configuration Requirements: Human Machine Interface (HMI) and Reports - HDR Control Auxiliaries - HDR Control Panels and Enclosures - HDR Surge Protection Devices (SPD) for Instrumentation and Control Equipment - HDR x Section IVa Conformed Documents April 2013 • DIVISION 43 — PROCESS LIQUID HANDLING, PURIFICATION AND STORAGE EQUIPMENT - REI Section Title 43 12 51 4321 13 43 21 14 43 32 56 43 32 56.01 43 32 56.02 43 32 69 4341 16 43 41 43 Compressed Air System - REI Horizontal Axially Split Centrifugal Pumps - REI Vertical Turbine Pumps - REI Reverse Osmosis System - REI Reverse Osmosis Clean In Place Pump - REI Reverse Osmosis Clean In Place System - REI Chemical Feed System - REI Prestressed Circular Concrete Tanks - REI Polyethylene Chemical Storage Tanks - REI DIVISION 44 — POLLUTION CONTROL EQUIPMENT - REI Section Title 44 42 53 Sump Pumps - REI DIVISION 46 — WATER AND WASTEWATER EQUIPMENT - REI Section Title 46 31 53 Ozone Generation and Feed System - REI 46 31 56 Liquid Oxygen Storage and Feed System - REI 46 31 59 Cleaning Requirements for Oxygen Service - REI • 46 41 17 46 61 21 Inline Static Mixer - REI Iron Treatment System - REI 46 61 53 Cartridge Filters - REI • xi Section IVa Conformed Documents April 2013 xii Section IVa Conformed Documents April 2013 • SECTION 01 1100 SUMMARY OF WORK PART 1 - GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. The completed Work will provide the Owner with the improved Water Treatment Plant #2 Reverse Osmosis Expansion. B. The Work shall include the following: 1. Constructing all site improvements and demolishing selected structures. Work includes landscaping, yard piping, storm drainage system work, miscellaneous concrete pads, roadway overlay, one main building (housing the RO process and clean -in-place (CIP) system, chemical, electrical and mechanical rooms, air compressors, bulk chemical storage, high service pumps) and administration office areas. The ozone system includes one ozone building. The Work also includes: a transfer pumping system; the iron treatment system with filter backwash pumping station; one finished water ground storage tank; one concentrate ground storage tank with mixing system; deep injection well pumping system; emergency generator and fuel tank; one dumpster enclosure, sidewalk, and miscellaneous parking areas. 2. Construct a reverse osmosis (RO) treatment system. Work includes cartridge filters, pressure pumps, treatment skids, 3. Construct a clean in place (CIP) system to include: CIP tanks with access platform, CIP transfer pumps, CIP cartridge filter, process piping, valves and flow meters. 4. Construct an ozone treatment system. Work includes ozone generators, power supply units, cooling water system, nitrogen boost system, sidestream injection with booster pumps and degasification, ozone dissipation chamber, ozone destruct skids, liquid oxygen (LOX) storage area, LOX storage tank, LOX vaporizers, piping and valves, . 5. Construct a transfer pump system. Work includes three transfer pumps, pump discharge header, suction piping into the ozone dissipation chamber wet well, flow meter, and static mixer. 6. Construct the iron treatment system. Work includes one aeration system, three vertical filter vessels, one detention vessel, feed and discharge piping, control valves, sample taps, air release valves, backwash system, backwash air blower, associated air piping, backwash disposal wet well and backwash disposal pumps. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 011100-1 RE S EN INEERING 7. Construct five chemical feed systems. Work includes bulk storage tanks with associated piping and appurtenances, day tanks injection pump skids, dual contained injection piping, and pipe injection assemblies. 8. Construct one new finished water ground storage tank and existing finished water ground storage piping modifications. Work includes recoating the exterior of the existing tank, yard piping and valves necessary to operate ground storage tanks in parallel, and ground storage tank inlet standpipes with associated supports. 9. Construct one new concentrate ground storage tank. Work includes piping and valves, ground storage tank inlet standpipes with associated supports. 10. Construct three new high service pumps, motors, and VFD's. 11. Construct deep injection work including yard piping and valves and flow meter necessary to operate. Provide early substantial completion of deep well facilities. 12. Construct electrical, HVAC, and plumbing systems. Work includes proposed standby power generation system, power generator fuel storage tank, and uninterruptable power supply system. 13. Construct control and alarm system additions and modifications. Work includes all controls and alarms necessary to operate the RO, ozone, transfer pump, pressure filters, pressure filters backwash supply, ground storage tank level, concentrate storage tank level, high service pump, and chemical feed systems. SCADA system shall be provided for communication within the expanded plant and with other City locations. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 011100-2 • CD REISS E !NEER NG SECTION 01 14 00 SEQUENCE OF CONSTRUCTION PART 1- GENERAL 1.01 SUMMARY A. This section includes work sequence requirements necessary for maintaining all operation of all existing facility during construction, including, but not necessarily limited to, the following: 1.02 GENERAL CONSTRUCTION SEQUENCE REQUIREMENTS A. The Contractor shall provide total site security and fencing through -out the project period. B. The Contractor shall schedule project in recognition that Contractor shall obtain all building department permit(s), which includes the below Item C activities, prior to receipt of Building Department permit(s). C. The Contractor shall obtain Building Department permit(s) as required, including the submission of necessary Miami -Dade Notice of Acceptance for building envelope components, window schedules with tempered glass and fire ratings, Contractor licenses (Local, state and business tax receipts) and notarized letter of authority for individuals authorized to pull permits) on behalf of Contractor, should someone other than Contractor pull permit(s). Provide Tie in Survey (City D&NSD Policy Memo #02.2) prior to commencing any further work after the building foundation is completed. D. The Contractor shall obtain City approval of metal building supplier prior to Contractor obtaining all required building permits for the metal building E. All work shall be performed in a manner that allows the City's continuous operation of the existing facilities (including wells, Pinellas Interconnect connection, deep well and all storage/pumping facilities) and shall be closely coordinated with City personnel. Do not close lines, open or close valves, or take other action which would affect the operation of existing systems, except as specifically required by the Contract Documents and after authorization by Owner. Such authorization will be considered within 48 hours after receipt of Contractor's written request. Do not proceed with Work affecting a facility's operation without obtaining Owner's and Engineer's advance approval of the need for and duration of such Work. (Reference item J below for termination of City's operation.) F. Owner is anticipating engaging a Well Drilling contractor for installation of the deep well and monitoring wells. A well work site area shall be established by the Contractor to allow construction (by Others) of a deep injection well and two monitoring wells. The Contractor shall provide continuous heavy vehicular access to the well site work area. 1. The first stage of well construction requires a working site with rectangular dimensions to the outer boundary of the work site area 15 feet due north and City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 011400-1 Et ENGINEERING 80 feet due south of the deep injection well and 80 feet due west and 180 feet due east of the deep injection well. Well diked work area shall not be entered during the Well Miller's contract term. The initial deep well work can be expected to start on or about May 1, 2013 and be completed in 90 calendar days. Contractor shall provide coordination and accommodation for concurrent use of the site with Well Drilling contractor. 2. The second and final well working site has rectangular dimensions to the outer boundary of the work site area 15 feet due north and 80 feet due south of the deep injection well and starting 44 feet due east and extending further east 180 feet due east of the deep injection well. This area will allow for monitoring well construction, but does not include the deep injection well. The deep inject well shall have a work site area 10 feet clear of the pad on the north side and 20 feet clear on the east and west sides of the pad to allow miscellaneous work on the deep well during the second phase. Well diked work areas shall not be entered during the Well Driller's contract term. The initial monitoring well work can be expected to start on or about Aug 1, 2013 and be completed in 90 calendar days. Contractor shall provide coordination and accommodation for concurrent use of the site with Well Drilling contractor. G. Contractor shall substantially complete deep well injection above grade facilities to allow Owner use of the deep well for disposal of WTP #1 concentrate flow within 60 calendar days of Item F (above) work completed by Others; or 10 days from availability of WTP #1 concentrate flow being available on the WTP #2 site, which ever date is the later. Contractor shall provide all necessary piping to connect piping coming from WTP #1 carrying concentrate flow to be terminated by Others at the East boundary of the site. Contractor shall provide any required temporary piping, power or other facilities and work necessary for continuous deep well operations (By City) following substantial completion of the deep well facilities. Contractor shall conduct such testing of the wellhead facilities and equipment as required to obtain FDEP partial clearance for use of the substantially completed deep well facilities. H. Construction work by Others will be conducted concurrent on the on-site wells with the anticipated plant construction period. Contractor shall coordinate and accommodate access to the construction work that will rehabilitate the two on-site freshwater well and associated above ground facilities. Contractor shall coordinate and accommodate access work done by Others for installation of security facilities(GSA Security Inc., Matt Wurthner, 813.569.1000,Mobile: 813.431.5394, mwurthne@gsasecurityinc.com and Qualified Systems Contracting Inc., Carl Stark, 813.838.6767,cstark@qualifiedsystems.net), telephone installation, City SCADA system and all others working directly for the Owner. REPLACE ENTIRE SECTION: Substantial completion of all the brackish wells, freshwater wells and Pinellas Interconnection instrumentation and controls work shall be substantial completion within 60 calendar days after substantial completion of mechanical/electrical work done by Others. J. REPLACE ENTIRE SECTION: The ability to receive/produce freshwater and continuously operate existing facilities on-site , and to direct County Interconnection Flow to the existing ground storage tank, shall be continuously provided until on or City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 01 14 00 - 2 April 2013 ISS ENGINEERING • • about January 1, 2014, at which time all operations of the existing equipment and County Interconnect will be terminated by the City. However, deep well operation by the City is scheduled to start on or about January 1, 2014 for continuous disposal of concentrate flow from WTP No.1. Use of the injection well by Contractor during start-up and testing shall be limited to the design flow rate for concentrate generated by WTP No.2 and WTP No. 1 design flow rates. Contractor shall provide temporary means and method for disposal of the all other testing and start-up flows generated during start-up and testing periods. Contractor shall obtain all necessary permits for water discharged during testing and start-up; release of water to the distribution system will not be allowed until after substantial completion is achieved. K. Temporary tanks, valve, piping and other equipment shall be provided as required by the approved sequence of construction, to allow for yard piping additions and conversion of existing piping to accommodate new facilities construction and start-up / testing. L. N/A M. N/A N. Substantial completion may be obtained after all operating contractual conditions are satisfied and the facilities can continuous produce flow approved with all necessary regulatory approvals. Final completion of the project shall only be achieved after all project work, including those items allowed after substantial completion, is accepted by the Owner and all work approved as final. O. Contractor shall prepare detailed sequence of work and it shall be included as a part of the Progress Schedule required under Section 01 32 00, Construction Progress Documentation. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 01 1400-3 REI S a EN G NENFUN THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 011400-4 to REISS ENNEERINt • SECTION 0120 00 MEASUREMENT AND PAYMENT PART 1- GENERAL 1.01 DESCRIPTION A. The total Bid Price shall cover all Work required by the Contract Documents. All costs in connection with the proper and successful completion of the Work, including furnishing all materials, equipment, supplies, and appurtenances; providing all construction equipment and tools; and performing all necessary labor and supervision to fully complete the Work, shall be included in the lump sum and unit prices bid. All Work not specifically set forth as a pay item in the Bid Form shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the prices bid. B. The Contractor shall receive and accept the compensation provided in the Proposal and the Contract as full payment for furnishing all materials, labor, tools and equipment, for performing all operations necessary to complete the work under the Contract, and also in full payment for all loss or damages arising from the nature of the work, or from any discrepancy between the actual quantities of work and quantities herein estimated by the Engineer, or form the action of the elements of from any unforeseen difficulties which may be encountered during the prosecution of the work until the final acceptance by the Owner. C. The prices stated in the proposal include all costs and expenses for taxes, labor, equipment, materials, commissions, transportation charges and expenses, patent fees, software licenses and royalties, labor for handling materials during inspection, together with any and all other costs and expenses for performing and completing the work as shown on the Drawings and specified herein. The basis of payment for an item at the unit price shown in the proposal shall be in accordance with the description of that item in this Section. D. The Contractor's attention is again called to the fact that the quotations for the various items of work are intended to establish a total price for completing the work in its entirety. Should the Contractor feel that the cost for any item of work has not been established by the Bid Form or Payment Items, he shall include the cost for that work in some other applicable bid item, so that his proposal for the project does reflect his total price for completing the work in its entirety. 1.02 MEASUREMENT A. The quantities for payment under this Contract shall be determined by actual • measurement of the completed items, in place, ready for service and accepted by the Owner, in accordance with the applicable method of payment. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) REISS ENGINEERING Conformed Documents 01 20 00 - 1 April 2013 1.03 PAYMENT A. Payment will be made at the unit price or the lump sum price for each of the items shown in the Bid Proposal, installed and accepted, which price and payment shall constitute full compensation for furnishing all materials and performing all Work in connection therewith and incidental thereto. 1.04 ESTIMATED QUANTITIES FOR UNIT PRICE ITEMS A. All estimated quantities stipulated in the Bid Form or other Contract Documents are approximate and are to be used only (a) as a basis for estimating the probable cost of the Work and (b) for the purpose of comparing the bids submitted for the Work. The actual amounts of work done and materials furnished under unit price items may differ from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and materials furnished. Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated amounts thereof, as described in the supplementary conditions. 1.05 EXCAVATION A. The bid price for each item of Work, which involves excavation or trenching, shall include all costs for such Work. No direct payment shall be made for excavation or trenching. All excavation is unclassified and there shall be no separate payment for excavation of rock or for backfill where rock is excavated below subgrade. 1.06 TAXES AND PERMITS A. The Bidder's attention is directed to the fact that the tax laws of the State of Florida, including but not limited to Chapter 212, Florida Statutes, apply to this bid matter and that all applicable taxes and fees shall be deemed to have been included in Bidder's Proposal. The Contractor shall be responsible for all permits and permit fees necessary for construction, including those beyond what were previously obtained by the Owner. 1.07 MEASUREMENT AND PAYMENT A. Description of Bid Items for the Water Treatment Plant No. 2 — Contract 4: Reverse Osmosis Plant Site Expansion Project (10 -0039 -UT -(D)): City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 012000-2 1 REISS ENGINEERING • BASE BID: GENERAL CONDITIONS 1. Bid Item No. 1— Mobilization/Demobilization (5% Max.) a. Basis of Measurement. The lump sum Bid Price for mobilization/demobilization shall include costs associated with general requirements, including building department requirements, bonds, etc., preparatory work and operations necessary to begin constructing the water treatment facilities, process/office building, ozone building, ground storage tanks, driveways, parking areas, equipment pads, yard piping, including but not limited to, those operations necessary for the movement of personnel, equipment, supplies, and incidentals to the project site, pre -construction video and construction photography, and for the establishment of temporary offices for the Contractor, security of project site, Project Information sign per City of Clearwater Article 50, safety equipment and first aid supplies, sanitary and other facilities as required by the Plans and Specifications and all applicable federal, state, and local laws and regulations, notification of residents per City of Clearwater Article 52.2, all Contractor obtained permits as required for the proper performance and completion of the work. b. Basis of Payment. The pay item for mobilization/demobilization will be made on an incremental basis in accordance with the following: Percent of Original Allowable Percent Contract Amount of the Lump Sum Earned Price for the Item 10 30 25 50 50 80 75 90 100 100 c. The quantities, as determined above, shall be paid for at the contract lump sum price set out in the Proposal, which price and payment constitutes full compensation for all the work described herein. d. Pay item shall include the cost of bonds and any other required insurance, consideration for indemnification to the City and the Engineer's Consultant, and any other pre -construction expenses necessary for the start of the Work, excluding the cost of construction materials, shall also be included in this Pay Item. e. Bid price for mobilization/demobilization shall not exceed 5% of the subtotal amount for the project. f. Payment shall be made under: i. Item No. 1— Mobilization/Demobilization (5% Max) City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 012000-3 J REISS ENGINEERIN. 2. Bid Item No. 2 — Work Zone Traffic Control (MOT) Basis of Measurement. The work specified in this Bid Item consists of maintaining traffic within the limits of the project for the duration of the construction period including any temporary suspensions of the work. It shall include the construction and maintenance of any necessary detour facilities; the furnishing, installing and maintaining of traffic control and safety devices during construction, the control of dust, and any other special requirements for safe and expeditious movement of traffic as may be called for on the Contract Drawings, including any required MOT permitting efforts. The quantity of MOT to be paid for under this Item shall be measured as one lump sum quantity. Partial payments will be pro -rated throughout the duration of construction of this Project. a. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary control traffic around the work zone, including all materials and work as necessary to accomplish the work as shown on the drawings and specified Contract Documents. b. Payment shall be made under: i. Item No. 2 — Work Zone Traffic Control (MOT) 3. Bid Item No. 3 — Erosion Control a. Basis of Measurement. The lump sum amount shall be for furnishing and installing erosion control at the project site where shown on the drawings or as directed by the Project Representative and shall include artificial coverings, sandbagging, slope drains, sediment basins, cleanouts, staked silt barrier, staked silt fence, etc. The lump sum price includes furnishing and installing material, routine maintenance and removal of temporary erosion control features upon completion of construction as shown on the drawings and specified. The quantity to be paid for under this item is lump sum for installation of erosion control items as required for the project or as directed by the Owner or Owner's authorized Project Representative. b. Basis of Payment. Payment for erosion control will be made on an incremental basis in accordance with the following: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 012000-4 • RE SS ENGINEERING Allowable Percent of Percent of Original the Lump Sum Price Contract Amount Earned for the Item 10 10 20 20 30 30 40 40 50 50 60 60 70 70 80 80 90 90 100 100 c. Payment shall be made under: i. Item No. 3 — Erosion Control 4. Bid Item No. 4 — Tree Barricades Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to install tree barricades for all trees and palms at the project site within or adjacent to the work zone, including staging or lay down areas as required by the City Code and Specification Section IV. The lump sum price includes furnishing and installing barricade material, routine maintenance, and removal of tree barricades upon completion of construction as directed by the Owner's Project Representative. The quantity of tree barricades to be paid for under this Item shall be measured as a lump sum quantity. a. Basis of Payment. The quantities, as determined above, shall be paid for at the contract lump sum price set out in the Proposal, which price and payment constitutes full compensation for all the work described herein. No payment will be made if tree barricades are not utilized throughout the project as deemed necessary by the Owner or the Owner's authorized Project Representative. Payment for tree barricades will be made on an incremental basis in accordance with the following: Percent of Original Contract Amount Earned 10 20 30 40 50 60 70 80 90 100 City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 012000-5 Allowable Percent of the Lump Sum Price for the Item 10 20 30 40 50 60 70 80 90 100 CD REBS ENGINEERING b. Payment shall be made under: i. Item No. 4 — Tree Barricades 5. Bid Item No. 5 — Tree Removal a. Basis of Measurement. This bid item includes cutting trees down, stump removal, disposal of all tree materials off-site, and any necessary permits at the project site. The quantity of trees removed to be paid for under this Item shall be measured for each tree completely removed. Measurement shall be as shown on the drawings or where directed by the Owner's Representative. b. Basis of Payment. Payment will be for each tree removed, as set forth in the Proposal. The unit bid price includes furnishing and installing all material and permits necessary for a complete and successful tree removal. No payment will be made if trees are not removed throughout the project as deemed necessary by the Owner or the Owner's authorized Project Representative. c. Coordination with City personnel prior to tree removal at the project site is required and shall be included in the Bid Price. d. Payment shall be made under: i. Item No. 5 — Tree Removal SITE CIVIL 6. Bid Item No. 6 — Clearing and Grubbing a. Basis of Measurement. Contractor shall be responsible for clearing and grubbing necessary to remove and dispose of all vegetation and debris (including earthen materials incidentally removed with vegetation and debris), and removing structures and obstructions located within the limits of the construction area as shown on the drawings or designated by the Engineer, except such objects as are designated to remain in place or are to be removed in accordance with other sections of these Contract Documents. The Work shall also include the preservation from injury or defacement of all vegetation and objects designated to remain. The quantity of clearing and grubbing to be paid for under this Item shall be the number of acres cleared and grubbed as specified on the plans or directed by the Engineer. b. Basis of Payment. The pay item for clearing and grubbing shall be lump sum and shall include all removal and disposal of materials and structures as well as all materials, hauling, equipment, tools, labor, leveling of terrain, landscape trimming and all incidentals necessary to complete the work. c. Payment shall be made under: i. Item No. 6 — Clearing and Grubbing City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) ! ENGINEERING Conformed Documents 01 20 00 - 6 April 2013 s • 7. Bid Item No. 7 — Earthwork a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to cut, fill, move, place, compact, and as needed, supply earthen material on the project site as shown on the drawings or as directed by the Project Representative. The quantity of earthwork to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to successfully cut, fill, move, place, compact, and as needed, supply earthen material as necessary to accomplish the work as shown on the drawings and specified Contract Documents. Excess soils and debris shall be removed and disposed of by the Contractor. The supply of acceptable earthen material fill is available from both the on-site project source and an off-site City -owned location. If additional earthen material is required beyond the quantity available at the previously -described locations, the Contractor shall supply and delivery from an Engineer - approved off-site source. Excess soils and debris shall be removed and disposed of by the Contractor. c. Payment shall be made under: i. Item No. 7 — Earthwork 8. Bid Item No. 8 —Unsuitable Material Excavation Below Grade as Directed by Owner a. Basis of Measurement. The measurement for this bid item will be for the excavation, ordered by the Owner's Representative in writing, to remove and dispose of earth unsuitable for bedding and support of pipelines, manholes, structures, or pavement. Measurement shall be the volume, in cubic yards, or unsuitable earth actually removed by the Contractor as determined by field dimension or survey. b. Basis of Payment. Payment will be according to the unit bid price set forth in the Proposal. The unit bid price includes all labor, equipment, hauling, disposal, dewatering, and incidental items necessary to accomplish the work. c. Payment shall be made under: i. Item No. 8 — Unsuitable Material Excavation Below Grade as Directed by Owner 9. Bid Item No. 9 — Stormwater Pond a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to excavate, form, reinforce, and sod the stormwater pond and plant the littoral zone as shown on the drawings or as directed by the Project City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 012000-7 RE S ENGINEERING RIN Representative. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to successfully cut, fill, move, reinforce the stormwater pond, and sodding and planting as necessary to accomplish the work as shown on the drawings and specified Contract Documents. Excess soils and debris shall be removed and disposed of by the Contractor. c. Payment shall be made under: i. Item No. 9 — Stormwater Pond 10. Bid Item No. 10 — FDOT Index 272 Stormwater Mitered End Section a. Basis of Measurement. The measurement for this bid item will be for the installation of FDOT Index 272 stormwater mitered end sections (MES). Measurement shall be the number of stormwater mitered end sections actually installed by the Contractor and accepted. Measurement shall be per FDOT Index 272 for the pipe size requiring an MES, at the locations shown on the drawings or where directed by the Owner's Representative. b. Basis of Payment. Price and payment will be full compensation for all labor, material, and equipment necessary, including grates when required, fasteners, reinforcing, connectors, anchors, concrete, sealants, jackets and coupling bands, and all work required. The quantity to be paid for will be the number completed and accepted. c. Payment shall be made under: i. Item No. 10 — FDOT Index 272 Stormwater Mitered End Section 11. Bid Item No. 11— FDOT Type C Stormwater Ditch Bottom Inlet a. Basis of Measurement. The measurement for this bid item will be for the installation of FDOT Type C stormwater ditch bottom inlet structures per FDOT Index No. 232. Measurement shall be the number of stormwater drainage inlet structures actually installed by the Contractor and accepted. Measurement shall be as shown on the drawings or where directed by the Owner's Representative. b. Basis of Payment. Prices and payments will be full compensation for all labor, material, and equipment necessary, including grates, fasteners, reinforcing, connectors, anchors, concrete, sealants, jackets and coupling bands, and all work required. The quantity to be paid for will be the number of structures completed and accepted. c. Payment shall be made under: i. Item No. 11— FDOT Type C Stormwater Ditch Bottom Drainage Inlet 12. Bid Item No. 12 — Stormwater Control Structure City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 012000-8 • REISS ENGINEERING a. Basis of Measurement. The measurement for this bid item will be for the installation of the stormwater control structure. Measurement shall be for the stormwater control structure actually installed by the Contractor complete with skimmer attachments, grates, wall and control weir openings, and accepted. Measurement shall be as shown on the drawings or where directed by the Owner's Representative. b. Basis of Payment. Prices and payments will be full compensation for all labor, material, and equipment necessary, including, grates, skimmer, fasteners, reinforcing, connectors, anchors, concrete, sealants, jackets and coupling bands, and all work required. The quantity to be paid for will be the number completed and accepted. c. Payment shall be made under: i. Item No. 12 — Stormwater Control Structure 13. Bid Item No. 13 — FDOT Type J -7T Stormwater Manhole a. Basis of Measurement. The measurement for this bid item will be for the installation of the off-site stormwater manhole. Measurement shall be for the FDOT off-site stormwater manhole actually installed by the Contractor and accepted. Measurement shall be as shown on the drawings or where directed by the Owner's Representative. b. Basis of Payment. Prices and payments will be full compensation for all labor, material, and equipment necessary, including maintenance of traffic, excavation, backfill, compaction, manhole covers, anchors, fasteners, reinforcing, connectors, concrete, risers, pipe openings, grout, filter fabric, sealants, joint material, jackets and coupling bands, restoration of right-of-way surface treatment, curb and gutter, sod, landscaping, and all work required. The quantity to be paid for will be the number completed and accepted. c. Payment shall be made under: i. Item No. 13 — FDOT Type J -7T Storm Manhole 14. Bid Item Nos. 14,15,16 — 24 -inch, 18 -inch, 15 -inch RCP Stormwater Pipe a. Basis of Measurement. These Bid Items describe measurement and payment for reinforced concrete pipe (RCP) pipe installed for the stormwater system as shown on the drawings or where directed by the Owner's Representative. The pay quantities for the work specified under this Section shall be the number of linear feet of the types and sizes of pipe specified in the applicable pay items, actually constructed and accepted. Measurement will be horizontally, above the centerline of the pipe, and includes the length of any valves or fittings. The limits of measurement shall be as shown on the plans or as directed by the Project Representative. b. Basis of Payment. Payment will be according to the diameter, pressure class, lining material, coating, and type of joint, as set forth in the Technical Specifications. The unit bid price includes furnishing and City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 012000-9 (,) REISS ENGINEERING installing all pipe by open cut, excavation, backfill, compaction, connections/ reconnections, couplings, materials above or below ground along the pipeline alignment, joints and jointing materials, bracing, shoring and sheeting; exploratory excavation; bedding and backfill, compaction, constructing the specified protection and adjusting of existing above ground and underground utilities and service connections; adjusting/relocating, supporting, protecting, or replacement of existing underground or aboveground utilities including associated utility coordination; traffic control, flowable fill grout, replacement of asphalt pavement, driveway, concrete sidewalk, concrete curb replacement; bollard removal and replacement; signage removal and replacement; sod replacement, disposal of spoil or other materials; underdrain restoration and all other related and necessary materials, work and equipment required to construct a complete operable pipeline. All roadway, concrete curb, concrete sidewalk and sod restoration shall be included in this bid item. c. Payment shall be made under: i. Item No. 14 — 24 -inch RCP Stormwater Pipe ii. Item No. 15 — 18 -inch RCP Stormwater Pipe iii. Item No. 16 — 15 -inch RCP Stormwater Pipe 15. Bid Item Nos. 17,18,19 — 10 -inch, 8 -inch, 6 -inch PVC Stormwater Pipe a. Basis of Measurement. These Bid Items describe measurement and payment for PVC pipe installed for the stormwater system as shown on the drawings or where directed by the Owner' s Representative. The pay quantities for the work specified under this Section shall be the number of linear feet of the types and sizes of pipe specified in the applicable pay items, actually constructed and accepted. Measurement will be horizontally, above the centerline of the pipe, and includes the length of any fittings. The limits of measurement shall be as shown on the plans or as directed by the Project Representative. b. Basis of Payment. Payment will be according to the diameter and type of joint, as set forth in the Technical Specifications. The unit bid price includes furnishing and installing all pipe and required fittings by open cut, excavation, backfill, compaction, connections/ reconnections, compatible couplings and transition size fittings, cleanout fittings at all changes in direction, materials above or below ground along the pipeline alignment, joints and jointing materials, bracing, shoring and sheeting; exploratory excavation; bedding and backfill, compaction, constructing the specified protection and adjusting of existing above ground and underground utilities and service connections; adjusting/relocating, supporting, protecting, or replacement of existing underground or aboveground utilities including associated utility coordination; disposal of spoil or other materials; and all other related and necessary materials, work and equipment required to construct a complete operable pipeline. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00 - 10 • • • REISS Eig1 E1NG c. Payment shall be made under: i. Item No. 17 — 10 -inch PVC Stormwater Pipe ii. Item No. 18 — 8 -inch PVC Stormwater Pipe iii. Item No. 19 — 6 -inch PVC Stormwater Pipe 16. Bid Item No. 20 — Retaining Walls a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to construct the retaining wall as shown on the drawings or as directed by the Project Representative. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to successfully construct the retaining walls as necessary to accomplish the work as shown on the drawings and specified Contract Documents. Excess soils and debris shall be removed and disposed of by the Contractor. c. Payment shall be made under: i. Item No. 20 — Retaining Walls 17. Bid Item Nos. 21, 22 — 20"x6" Tapping Sleeve w/Valve; 6 -inch Gate Valve & Valve Box a. Basis of Measurement. This Bid Item describes measurement and payment for connecting a new potable water main and fire hydrant services to existing potable water mains or to reconnect existing potable water mains at the locations shown on the Contract Drawings. Measurement and payment will be lump sum for the tapping sleeve with valve successfully installed and accepted and per unit basis for each gate valve and valve box successfully installed and accepted. b. Basis of Payment. Payment will be lump sum and per unit basis for the respective connections within the respective limits of the pay items shown on the Contract Drawings and shall include furnishing and installing all pipe and fittings as shown on the Contract Drawings or as directed by the Project Representative. It shall include full compensation for all labor, materials, equipment for wet tapping operation and associated valves and fittings, ductile iron sleeves or spool pieces at tie-in locations between fittings and valves, restraint couplings, excavation (unclassified), dewatering, joints and jointing materials, cutting of piping, pipe cuttings removal, restrained joint pipe, sheeting and shoring, constructing the specified protection and adjusting of existing above ground and underground utilities and service connections; adjusting/relocating, bracing, supporting, protecting, or replacement of existing underground utilities including associated utility coordination; flowable fill grout, machinery, backfilling and compaction, disposal of spoil or other materials, City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00-11 i iiss EN INE IN hydrostatic testing; flushing and disinfection of all potable water lines and all other items necessary to complete this Bid Item. c. Payment shall be made under: i. Item No. 21— 20"x6" Tapping Sleeve w/Valve ii. Item No. 22 — 6 -inch Gate Valve w/Valve Box 18. Bid Item Nos. 23, 24 — 6 -inch PVC Water Line; 6 -inch DIP Water Line a. Basis of Measurement. These Bid Items describe measurement and payment for both 6 -inch PVC pipe and DIP installed by open cut. The pay quantities for the work specified under this Section shall be the number of linear feet of the types and sizes of pipe specified in the applicable pay items, actually constructed and accepted. Measurement will be horizontally, above the centerline of the pipe, and includes the length of any valves or fittings. b. Basis of Payment. Payment will be according to the diameter, pressure class, lining material, coating, and type of joint, as set forth on the Proposal. The unit bid price includes furnishing and installing all pipe by open cut, excavation, backfill, compaction, ductile iron sleeve or spool pieces at tie-in locations between fittings and valves, if required, connecting/tying into existing stubbed out pipes, connections/reconnections, couplings, materials above or below ground along the pipeline alignment, joints and jointing materials, bracing, shoring and sheeting; exploratory excavation; bedding and backfill, compaction, constructing the specified protection and adjusting of existing above ground and underground utilities and service connections; adjusting/relocating, supporting, protecting, or replacement of existing underground or aboveground utilities including associated utility coordination; disposal of spoil or other materials; hydrostatic testing; line stops, pigging, flushing and disinfection of all potable water lines; and all other related and necessary materials, work and equipment required to construct a complete operable pipeline. c. Payment shall be made under: i. Item No. 23 — 6 -inch PVC Water Line ii. Item No. 24 — 6 -inch DIP Water Line 19. Bid Item No. 25 — Fire Hydrant Assembly a. Basis of Measurement. The measurement for this bid item will be for the installation of the fire hydrant assemblies. Measurement shall be the number of fire hydrant assemblies actually installed by the Contractor and accepted. Measurement shall be as shown on the drawings or where directed by the Owner's Representative. b. Basis of Payment. Prices and payments will be full compensation for all pipe, material, coupling bands, hydrant valves, appurtenances, hydrant assemblies, and all work required. The quantity to be paid for will be the number completed and accepted. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00 - 12 • 4-1-0) RE SS EtGINEEtNta c. Payment shall be made under: i. Item No. 25 — Fire Hydrant Assembly 20. Bid Item No. 26 — 2 -inch PE Water Service Pipe a. Basis of Measurement. This Bid Item describes measurement and payment for PE pipe installed by open cut for providing water service to the project building. The pay quantities for the work specified under this Section shall be the number of linear feet of the types and size of pipe specified in the applicable pay items, actually constructed and accepted. Measurement will be horizontally, above the centerline of the pipe, and includes the length of any valves or fittings. b. Basis of Payment. Payment will be according to the diameter, thickness class and type of joint, as set forth on the Proposal. The unit bid price includes furnishing and installing all pipe by open cut, 2 -inch tapping saddle w/ corporation stop, excavation, backfill, compaction, connecting/tying into existing stubbed out pipes, connections/reconnections, fittings and couplings, materials above or below ground along the pipeline alignment, meter box, backflow prevention device, joints and jointing materials, bracing, shoring and sheeting; exploratory excavation; bedding and backfill, compaction, constructing the specified protection and adjusting of existing above ground and underground utilities and service connections; adjusting/relocating, supporting, protecting, or replacement of existing underground or aboveground utilities including associated utility coordination; disposal of spoil or other materials; hydrostatic testing; flushing and disinfection of all potable water service; and all other related and necessary materials, work and equipment required to construct a complete operable pipeline. c. Payment shall be made under: i. Item No. 26 — 2 -inch PE Water Service Pipe 21. Bid Item No. 27 — 6" PVC SDR 35 Sewer a. Basis of Measurement. This Bid Item describes measurement and payment for PVC sewer pipe installed by open cut. The pay quantities for the work specified under this Section shall be the number of linear feet of the types and size of pipe specified in the applicable pay items, actually constructed and accepted. Measurement will be horizontally, above the centerline of the pipe, and includes the length of any fittings. b. Basis of Payment. Payment will be according to the diameter and type of joint, as set forth on the Proposal. The unit bid price includes furnishing and installing all pipe by open cut, excavation, backfill, compaction, connecting/tie-ing into existing stubbed out pipes, connections/reconnections, couplings, materials above or below ground along the pipeline alignment, joints and jointing materials, bracing, shoring and sheeting; exploratory excavation; bedding and City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00- 13 CDREISS ENGINEERING backfill, compaction, constructing the specified protection and adjusting of existing above ground and underground utilities and service connections; adjusting/relocating, supporting, protecting, or replacement of existing underground or aboveground utilities including associated utility coordination; flowable fill grout, replacement of asphalt pavement, driveway, concrete sidewalk, concrete curb replacement; bollard removal and replacement; signage removal and replacement; sod replacement, disposal of spoil or other materials; concrete encasement; underdrain restoration and all other related and necessary materials, work and equipment required to construct a complete operable pipeline. All roadway, concrete curb, concrete sidewalk and sod restoration shall be included in this bid item. c. Payment shall be made under: i. Item No. 27 — 6" PVC SDR 35 Sewer 22. Bid Item No. 28 — Sanitary Lift Station a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to construct a sanitary lift station as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to successfully construct a sanitary lift station, including trenching, bracings, excavation, compaction, testing, lined wet well, grouting, submersible pumps, motors, control panel, motor starters, float switches, man -way, piping, valves, fittings, valve box, wiring, conduit and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 28 — Sanitary Lift Station 23. Bid Item No. 29 — Asphalt Driveways and Parking Areas a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to construct the asphalt driveways and parking areas as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to successfully construct the asphalt driveways and parking areas, including grading, compaction, testing, stabilized subgrade, limerock base , asphalt surface treatment, all site concrete curb and concrete valley gutter, reinforcement and formwork placement and removal, signing, City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00 - 14 RE ENGINEERING pavement markings, wheel stops, etc., as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 29 — Asphalt Driveways and Parking Areas 24. Bid Item No. 30 — Concrete Driveway and Delivery Aprons a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to construct the concrete driveway and delivery aprons as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to successfully construct the concrete driveway and delivery aprons, including grading, compaction, testing, stabilized subgrade, limerock base, steel reinforcement, concrete, concrete construction and expansion joints, signing, pavement markings, etc., as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 30 — Concrete Driveway and Delivery Aprons 25. Bid Item No. 31— Concrete Sidewalk a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to construct the concrete sidewalk as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to successfully construct the concrete sidewalk, including grading, compaction, testing, stabilized subgrade, steel reinforcement, formwork placement and removal, edge fill, concrete construction and expansion joints, and concrete as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 31— Concrete Sidewalk 26. Bid Item No. 32 — Bollards a. Basis of Measurement. The measurement for this bid item will be for the installation of the bollards. Measurement shall be the number of bollards actually installed by the Contractor and accepted. Measurement shall be as shown on the drawings or where directed by the Owner's Representative. b. Basis of Payment. Prices and payments will be full compensation for concrete, material, painting, coating, reinforcement, and all work required. The quantity to be paid for will be the number completed and accepted. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00- 15 EISS ENClNEERINC c. Payment shall be made under: i. Item No. 32 — Bollards 27. Bid Item No. 33 — Dumpster Enclosure a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to construct the dumpster enclosure as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to successfully construct the dumpster enclosure, including grading, compaction, testing, stabilized subgrade, concrete, steel reinforcement, concrete blocks, masonry, posts, gates, and hardware as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 33 — Dumpster Enclosure 28. Bid Item No. 34 — Landscaping a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, design, materials and equipment necessary to construct the landscaping as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, design, materials and equipment necessary to successfully construct the landscaping, including plants, sod, earthwork, and mulch as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 34 — Landscaping 29. Bid Item No. 35 — Irrigation a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, design, permitting, materials and equipment necessary to construct the landscape irrigation system as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, design, permitting, materials and equipment necessary to successfully construct the landscape irrigation system, including the design, piping, nozzles, fittings, couplings, testing, and permitting as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00 - 16 CD REt GTN ERING i. Item No. 35 — Irrigation • 30. Bid Item No. 36 — Fencing — 7 ft. Tall Chain Link • a. Basis of Measurement. This Bid Item shall be for furnishing all labor, materials and equipment necessary to construct the chain link fencing as shown on the drawings. The pay quantities for the work specified under this Section shall be the number of linear feet of the size of chain link specified in the applicable pay items, actually constructed and accepted. Measurement will be horizontally, above the centerline of the fence, and includes the length of any gates or posts. b. Basis of Payment. Prices and payments will be full compensation for all material, equipment, posts, gates, concrete, and all work required. The quantity to be paid for will be the number of linear feet completed and accepted. c. Payment shall be made under: i. Item No. 36 — Fencing — 7 ft. Tall Chain Link 31. Bid Item No. 37 — Fencing —11 ft. Tall Chain Link a. Basis of Measurement. This Bid Item shall be for furnishing all labor, materials and equipment necessary to construct the chain link fencing as shown on the drawings. The pay quantities for the work specified under this Section shall be the number of linear feet of the size of chain link specified in the applicable pay items, actually constructed and accepted. Measurement will be horizontally, above the centerline of the fence, and includes the length of any gates or posts. b. Basis of Payment. Prices and payments will be full compensation for all material, equipment, posts, gates, concrete, and all work required. The quantity to be paid for will be the number of linear feet completed and accepted. c. Payment shall be made under: i. Item No. 37 — Fencing —11 ft. Tall Chain Link 32. Bid Item No. 38 — Fencing — 7 ft. Tall Ornamental Steel a. Basis of Measurement. This Bid Item shall be for furnishing all labor, materials and equipment necessary to construct the ornamental steel fencing as shown on the drawings. The pay quantities for the work specified under this Section shall be the number of linear feet of the size of ornamental steel fencing specified in the applicable pay items, actually constructed and accepted. Measurement will be horizontally, above the centerline of the fence, and includes the length of any gates or posts. b. Basis of Payment. Prices and payments will be full compensation for all material, equipment, posts, gates, concrete, and all work required. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00- 17 C-) REI SS ENGINEER1NG The quantity to be paid for will be the number of linear feet completed and accepted. c. Payment shall be made under: i. Item No. 38 — Fencing — 7 ft. Tall Ornamental Steel 33. Bid Item No. 39 — Misc. Equipment Pads a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to construct the equipment pads not included in other bid items as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to successfully construct the equipment pad, including the grading, compaction, testing, sub -base stabilization, support material, concrete, and reinforcement as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 39 — Misc. Equipment Pads 34. Bid Item No. 40 — Demo Existing HSP Facilities a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to demolish the existing high service pump facilities as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to successfully demolish the existing high service pump facilities, including decommissioning of equipment, hauling, and disposal of debris and refuse as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 40 — Demo Existing HSP Facilities 35. Bid Item No. 41— Demo Existing Generator Building a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to demolish the existing generator building as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to successfully demolish the existing generator building, including decommissioning City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00-18 REIS ENGINEERING • of equipment, hauling, and disposal of debris and refuse as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 41— Demo Existing Generator Building 36. Bid Item No. 42 — Demo Existing Chemical Feed Facilities a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to demolish the existing chemical feed facilities as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials and equipment necessary to successfully demolish the existing chemical feed facilities, including decommissioning of equipment, hauling, and disposal of debris and refuse as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: BUILDINGS i. Item No. 42 — Demo Existing Chemical Feed Facilities • 37. Bid Item No. 43 — Main Building • a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, permitting, and equipment necessary to construct the office and process building as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, permitting, and equipment necessary to successful construct of the office and process building, including sub- base preparation, foundation, structural components, architectural details, HVAC, plumbing, fire alarm system, roofing, lighting, roof drains, elevator, flooring, and permitting as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 43 — Main Building 38. Bid Item No. 44 — Ozone Generator Building a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, design, permitting, and equipment necessary to construct the ozone generator building as shown on the City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00- 19 C") ! ► s ENGINEERING drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. • b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, design, permitting, and equipment necessary to successfully construct the ozone generator building, including sub -base preparation, foundation, structural components, architectural details, HVAC, roofing, lighting, and permitting as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 44 — Ozone Generator Building PROCESS EQUIPMENT 39. Bid Item No. 45A — Furnish & Deliver RO Cartridge Filters — ODP Item a. Basis of Measurement. The lump sum amount for this item shall be for furnishing and delivering to the site the equipment necessary as required in the Owner Direct Purchase (ODP) documents included in the Appendix Section to deliver the reverse osmosis cartridge filters system as included in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, design, and equipment necessary to successfully furnish and deliver the reverse osmosis cartridge filters, including design, filters, and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. At the completion of the project, this item will be deducted from the final contract amount. d. Payment shall be made under: i. Item No. 45A — Furnish & Deliver RO Cartridge Filters — ODP Item 40. Bid Item No. 45C — Installation, Testing, Warranty a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to unload and properly store prior to installation, install, test, startup, and warranty the reverse osmosis cartridge filters as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing unloading and properly store prior to installation, all labor, materials, and equipment necessary to successfully install the reverse osmosis cartridge filters, including storage, filters, and appurtenances City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00 - 20 S ENGNEER as necessary to test, startup, and warranty and accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 45C — Installation, Testing, Warranty 41. Bid Item No. 46A — Furnish & Deliver RO HP Feed Pumps — ODP Item a. Basis of Measurement. The lump sum amount for this item shall be for furnishing and delivering to the site the equipment necessary as required in the Owner Direct Purchase (ODP) documents included in the Appendix Section to deliver the reverse osmosis high pressure feed pumps as included in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, design, and equipment necessary to successfully furnish and deliver the reverse osmosis high pressure feed pumps, including design, motors, pumps, VFDs, and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. At the completion of the project, this item will be deducted from the final contract amount. d. Payment shall be made under: i. Item No. 46A — Furnish & Deliver RO HP Feed Pumps — ODP Item 42. Bid Item No. 46C — Installation, Testing, Warranty a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to unload and properly store prior to installation, install, test, startup, and warranty the reverse osmosis high pressure feed pumps as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing unloading and properly store prior to installation, all labor, materials, and equipment necessary to successfully install the reverse osmosis high pressure feed pumps, including storage, motors, pumps, VFDs, and appurtenances as necessary to test, startup, and warranty and accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 46C — Installation, Testing, Warranty 43. Bid Item No. 47A — Furnish & Deliver RO Skids — ODP Item a. Basis of Measurement. The lump sum amount for this item shall be for furnishing and delivering to the site the equipment necessary as City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00-21 REI S ENGINEERING required in the Owner Direct Purchase (ODP) documents included in the Appendix Section to deliver the reverse osmosis membrane skids as included in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, design, and equipment necessary to successfully furnish and deliver the reverse osmosis membrane skids, including design, vessels, on -skid piping, sample ports, controls, instrumentation, membranes, valves, actuators, and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. At the completion of the project, this item will be deducted from the final contract amount. d. Payment shall be made under: i. Item No. 47A — Furnish & Deliver RO Skids — ODP Item 44. Bid Item No. 47C — Installation, Testing, Warranty a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to unload and properly store prior to installation, install, test, startup, and warranty the reverse osmosis membrane skids as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing unloading and properly store prior to installation, all labor, materials, and equipment necessary to successfully install the reverse osmosis membrane skids, including storage, vessels, on -skid piping, sample ports, controls, instrumentation, membranes, valves, actuators, and appurtenances as necessary to test, startup, and warranty and accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 47C — Installation, Testing, Warranty 45. Bid Item No. 48 — RO System Piping and Valves a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to construct the reverse osmosis piping and valves as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to successfully construct the reverse osmosis system piping and valves, including pipe, fittings, pressure testing, cleaning, disinfection, City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00 - 22 C) El ENGINEERING restraints, mounting, and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 48 — RO System Piping and Valves 46. Bid Item No. 49 — RO Clean -in -Place System a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to construct the reverse osmosis clean -in-place system as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to successfully construct the reverse osmosis clean -in-place system, including pipe, fittings, valves, pressure testing, cleaning, disinfection, restraints, mounting, tanks, pump, tank heaters (with control panel), and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 49 — RO Clean -in -Place System 47. Bid Item No. 50A — Furnish & Deliver Ozone Generators and System — ODP Item a. Basis of Measurement. The lump sum amount for this item shall be for furnishing and delivering to the site the equipment necessary as required in the Owner Direct Purchase (ODP) documents included in the Appendix Section to deliver the ozone generators, sidestream injection, and LOX storage systems as included in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, design, and equipment necessary to successfully furnish and deliver the ozone generators, sidestream injection, and LOX storage systems, including piping, valves, actuators, injectors, degasifiers, generators, tanks, vaporizers, compressors, flash reactor, destruct units, control panels, instrumentation and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. At the completion of the project, this item will be deducted from the final contract amount. d. Payment shall be made under: i. Item No. 50A — Furnish & Deliver Ozone Generators and System — ODP Item City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) REISENGINEERING Conformed Documents 01 20 00 - 23 April 2013 48. Bid Item No. 50C — Installation, Testing, Warranty a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to unload and properly store prior to installation, install, test, startup, and warranty the ozone generators, sidestream injection, and LOX storage systems as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing unloading and properly store prior to installation, all labor, materials, and equipment necessary to successfully install the ozone generators, sidestream injection, and LOX storage systems, including piping, valves, actuators, injectors, degasifiers, generators, tanks, vaporizers, compressors, flash reactor, destruct units, control panels, instrumentation and appurtenances as necessary to test, startup, and warranty and accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 50C — Installation, Testing, Warranty 49. Bid Item No. 51 — Ozone Dissipation Chamber and Transfer Pump Wet Well a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to construct the ozone dissipation chamber and transfer pump wet well as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to successfully construct the ozone dissipation chamber and transfer pump wet well, including pipe, fittings, valves, pressure testing, cleaning, disinfection, restraints, mounting, grading, foundation, concrete, reinforcement, stainless steel man -ways, and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 51 — Ozone Dissipation Chamber and Transfer Pump Wet Well 50. Bid Item No. 52 — Ozone Piping, Valves, and Appurtenances a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to construct the ozone piping, valves, and appurtenances as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00 - 24 • RE, E GINEERING b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to successfully construct the ozone piping, valves, and appurtenances not covered under the ozone generators and system bid item, including pipe, fittings, valves, pressure testing, cleaning, disinfection, restraints, mounting, and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 52 — Ozone Piping, Valves, and Appurtenances 51. Bid Item No. 53A — Furnish & Deliver Transfer Pumps — ODP Item a. Basis of Measurement. The lump sum amount for this item shall be for furnishing and delivering to the site the equipment necessary as required in the Owner Direct Purchase (ODP) documents included in the Appendix Section to deliver the transfer pumps as included in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, design, and equipment necessary to successfully furnish and deliver the transfer pumps, including motors, pumps, VFDs, and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. At the completion of the project, this item will be deducted from the final contract amount. d. Payment shall be made under: i. Item No. 53A — Furnish & Deliver Transfer Pumps — ODP Item 52. Bid Item No. 53C — Installation, Testing, Warranty a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to unload and properly store prior to installation, install, test, startup, and warranty the transfer pumps as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing unloading and properly store prior to installation, all labor, materials, and equipment necessary to successfully install the transfer pumps, including motors, pumps, VFDs, and appurtenances as necessary to test, startup, and warranty and accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 53C — Installation, Testing, Warranty 53. Bid Item No. 54 — Transfer Pump Piping, Valves, and Appurtenances City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 01 20 00 - 25 April 2013 RISS ENGINEERING a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to construct the transfer pump piping, valves, and appurtenances as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to successfully construct the transfer pump piping, valves, and appurtenances, including pipe, fittings, valves, pressure testing, cleaning, disinfection, restraints, mounting, and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 54 — Transfer Pump Piping, Valves, and Appurtenances 54. Bid Item No. 55 — Iron Treatment Filter Package a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all design, labor, materials, and equipment necessary to construct the iron treatment filter package as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all design, labor, materials, and equipment necessary to successfully construct the iron treatment filter package, including pipe, fittings, valves, pressure testing, cleaning, disinfection, restraints, mounting, tanks, pressure aerator, filter media, instrumentation, control panels, blowers, wiring, conduit and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 55 — Iron Treatment Filter Package 55. Bid Item No. 56 — Backwash Pump Station a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to construct the backwash pump station as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to successfully construct the backwash pump station, including pipe, fittings, valves, restraints, mounting, pumps, motors, VFDs, float switches, wiring, conduit, lined wet wells, concrete, grout, man -ways, and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00-26 REI GIN • • ERING • c. Payment shall be made under: i. Item No. 56 — Backwash Pump Station 56. Bid Item No. 57 — Antiscalant Chemical Equipment, Day Tanks, and Piping a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all design, labor, materials, and equipment necessary to construct the antiscalant chemical equipment, day tanks, and piping as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to successfully construct the antiscalant chemical equipment, day tanks, and piping, including pipe, fittings, valves, pressure testing, cleaning, disinfection, restraints, mounting, tanks, transfer pump, pumps, solenoids, pump skids, control panels, and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 57 — Antiscalant Chemical Equipment, Day Tanks, and Piping • 57. Bid Item No. 58 — Sodium Hypochlorite Chemical Equipment, Day Tanks, and Piping a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to construct the sodium hypochlorite chemical equipment, day tanks, and piping as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to successfully construct the sodium hypochlorite chemical equipment, day tanks, and piping, including pipe, fittings, valves, pressure testing, cleaning, disinfection, restraints, mounting, tanks, transfer pump, pumps, motors, VFDs, pump skids, control panels, and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 58 — Sodium Hypochlorite Chemical Equipment, Day Tanks, and Piping • 58. Bid Item No. 59 — Ammonia Chemical Equipment, Day Tanks, and Piping City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00-27 1RBS ENGINEERING a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to construct the ammonia chemical equipment, day tanks, and piping as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to successfully construct the ammonia chemical equipment, day tanks, and piping, including pipe, fittings, valves, pressure testing, cleaning, disinfection, restraints, mounting, tanks, transfer pump, pumps, solenoids, pump skids, control panels, and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 59 — Ammonia Chemical Equipment, Day Tanks, and Piping 59. Bid Item No. 60 — Caustic Chemical Equipment, Day Tanks, and Piping a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to construct the caustic chemical equipment, day tanks, and piping as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to successfully construct the caustic chemical equipment, day tanks, and piping, including pipe, fittings, valves, pressure testing, cleaning, disinfection, restraints, mounting, tanks, bulk tank heaters, transfer pump, pumps, solenoids, pump skids, control panels, and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 60 — Caustic Chemical Equipment, Day Tanks, and Piping 60. Bid Item No. 61 — Corrosion Inhibitor Chemical Equipment, Day Tanks, and Piping a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to construct the corrosion inhibitor chemical equipment, day tanks, and piping as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to successfully construct the corrosion inhibitor chemical equipment, day City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00 - 28 REISS ENGINEERING • • tanks, and piping, including pipe, fittings, valves, pressure testing, cleaning, disinfection, restraints, mounting, tanks, pumps, solenoids, pump skids, control panels, tank mixer, and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 61 — Corrosion Inhibitor Chemical Equipment, Day Tanks, and Piping 61. Bid Item No. 62 — Bulk Chemical Storage Tanks a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to construct the bulk chemical storage tanks as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to successfully construct the bulk chemical storage tanks, including tanks, level indicators, fittings, tie downs, and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 62 — Bulk Chemical Storage Tanks 62. Bid Item No. 63 — Yard Piping, Valves, Fittings, and Appurtenances a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to construct the yard piping, valves, and appurtenances as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to successfully construct the yard piping, valves, and appurtenances, including furnishing and installing all pipe by open cut, valves, valve boxes, backflow preventer assemblies, excavation, backfill, compaction, connecting/tie-ing into existing stubbed out pipes, connections/reconnections, couplings, polyethylene encasement for DI pipe, materials above or below ground along the pipeline alignment, joints and jointing materials, bracing, shoring and sheeting; exploratory excavation; bedding and backfill, compaction, constructing the specified protection and adjusting of existing above ground and underground utilities and service connections; adjusting/relocating, supporting, protecting, or replacement of existing underground or aboveground utilities including associated utility coordination; disposal of spoil or other materials; hydrostatic testing; City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00 - 29 IC.) 1 E ENGINEEFUNG EE line stops, pigging and disinfection of all raw and potable water lines; erosion control; concrete encasement; underdrain restoration and all other related and necessary materials, work and equipment required to construct a complete operable pipeline. c. Payment shall be made under: i. Item No. 63 — Yard Piping, Valves, Fittings, and Appurtenances 63. Bid Item No. 64A — Furnish & Deliver High Service Pumps — ODP Item a. Basis of Measurement. The lump sum amount for this item shall be for furnishing and delivering to the site the equipment necessary as required in the Owner Direct Purchase (ODP) documents included in the Appendix Section to deliver the high service pumps as included in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, design, and equipment necessary to successfully furnish and deliver the high service pumps, including motors, pumps, VFDs, and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. At the completion of the project, this item will be deducted from the final contract amount. d. Payment shall be made under: i. Item No. 64A — Furnish & Deliver High Service Pumps — ODP Item 64. Bid Item No. 64C — Installation, Testing, Warranty a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to unload and properly store prior to installation, install, test, startup, and warranty the high service pumps as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing unloading and properly store prior to installation, all labor, materials, and equipment necessary to successfully install the high service pumps, including motors, pumps, VFDs, and appurtenances as necessary to test, startup, and warranty and accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 64C — Installation, Testing, Warranty 65. Bid Item No. 65 — High Service Pump Piping, Valves, and Appurtenances a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to construct City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00-30 • REISS ENGINEERING • the high service pump piping, valves, and appurtenances as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to successfully construct the high service pump piping, valves, and appurtenances, including pipe, fittings, valves, pressure testing, cleaning, disinfection, restraints, mounting, and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 65 — High Service Pump Piping, Valves, and Appurtenances 66. Bid Item No. 66 — Finished Water GST (2.5 MG) a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all design, labor, materials, and equipment necessary to construct the finished water ground storage tank as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, design, and equipment necessary to successfully construct the finished water ground storage tank, including grading, concrete, grout, reinforcement, fittings, piping, painting, and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 66 — Finished Water GST (2.5 MG) 67. Bid Item No. 67 — Recoat Existing Finished Water GST (5.0 MG) a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to recoat the existing finished water ground storage tank as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to successfully recoat the existing finished water ground storage tank, including surface preparation, paint, and finishing as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 67 — Recoat Existing Finished Water GST (5.0 • MG) City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 01 20 00 - 31 April 2013 EIS ENGINEERING ELECTRICAL 68. Bid Item No. 68A — Furnish & Deliver ATS — ODP Item a. Basis of Measurement. The lump sum amount for this item shall be for furnishing and delivering to the site the equipment necessary as required in the Owner Direct Purchase (ODP) documents included in the Appendix Section to deliver the ATS as included in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, design, and equipment necessary to successfully furnish and deliver the ATS, including all material as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. At the completion of the project, this item will be deducted from the final contract amount. d. Payment shall be made under: i. Item No. 68A — Furnish & Deliver ATS — ODP Item 69. Bid Item No. 68C — Installation, Testing, Warranty a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to unload and properly store prior to installation, install, test, startup, and warranty the ATS as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing unloading and properly store prior to installation, all labor, materials, and equipment necessary to successfully install the ATS, including all material and work as necessary to test, startup, and warranty and accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 68C — Installation, Testing, Warranty 70. Bid Item No. 69 — Wiring and Conduit, Pull Boxes, Wiring Devices a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all design, labor, materials, and equipment necessary to construct/install the wiring, conduit, pull boxes, and wiring devices as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, design, and equipment necessary to successfully construct/install the wiring, conduit, pull boxes, and wiring devices, including wire, conduit, pull boxes, connections, City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00 - 32 R NGIN • RING terminals, and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 69 — Wiring and Conduit, Pull Boxes, Wiring Devices 71. Bid Item No. 70 — MDP PNLs, MCC's a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to install the MDP PNLs and MCCs as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to successfully install the MDP PNLs and MCCs, including all materials as necessary to accomplish the work as shown on the drawings and specified Contract Documents. i. Item No. 70 — MDP PNLs, MCC's 72. Bid Item No. 71— VFDs a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to install the VFDs as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to successfully install the VFDs, including installation of VFDs included with other bid items and all materials as necessary to accomplish the work as shown on the drawings and specified Contract Documents. i. Item No. 71— VFDs 73. Bid Item No. 72A — Furnish & Deliver Emergency Generator — ODP Item a. Basis of Measurement. The lump sum amount for this item shall be for furnishing and delivering to the site the equipment necessary as required in the Owner Direct Purchase (ODP) documents included in the Appendix Section to deliver the emergency generator as included in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, design, and equipment necessary to successfully furnish and deliver the emergency generator, including generator, enclosure, controls, and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00-33 C.--) EISS ENG lNEER1N.. c. At the completion of the project, this item will be deducted from the final contract amount. i. Item No. 72A — Furnish & Deliver Emergency Generator — ODP Item 74. Bid Item No. 72C — Installation, Testing, Warranty a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to unload and properly store prior to installation, install, test, startup, and warranty the emergency generator as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing unloading and properly store prior to installation, all labor, materials, and equipment necessary to successfully install the emergency generator, including generator, enclosure, controls, appurtenances, all material, and work as necessary to test, startup, and warranty and accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 72C — Installation, Testing, Warranty 75. Bid Item No. 73A — Furnish & Deliver Fuel Storage Tank — ODP Item a. Basis of Measurement. The lump sum amount for this item shall be for furnishing and delivering to the site the equipment necessary as required in the Owner Direct Purchase (ODP) documents included in the Appendix Section to deliver the emergency generator fuel storage tank as included in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, design, and equipment necessary to successfully furnish and deliver the emergency generator fuel storage tank, including the fuel tank and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. At the completion of the project, this item will be deducted from the final contract amount. i. Item No. 73A — Furnish & Deliver Fuel Storage Tank — ODP Item 76. Bid Item No. 73C — Installation, Testing, Warranty a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to unload and properly store prior to installation, install, test, startup, and warranty the emergency generator fuel storage tank as shown on the drawings. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00 - 34 • (WI RE SS ENS N+l EFUNG The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing unloading and properly store prior to installation, all labor, materials, and equipment necessary to successfully install the emergency generator fuel storage tank, including the fuel tank, appurtenances, concrete slab, all material, and work as necessary to test, startup, and warranty and accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 73C — Installation, Testing, Warranty 77. Bid Item No. 74 — Lighting and Power Panels and UPS a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all design, labor, materials, and equipment necessary to construct/install the lighting, power panels, and UPS as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all design, labor, materials, and equipment necessary to successfully construct/install the lighting, power panels, and UPS, including fixtures, panels, all materials, and work as necessary to accomplish the work as shown on the drawings and specified Contract Documents. i. Item No. 74 — Lighting and Power Panels and UPS 78. Bid Item No. 75 — Lightning Protection a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to construct the lightning protection as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to successfully construct the lightning protection, including all materials and work as necessary to accomplish the work as shown on the drawings and specified Contract Documents. i. Item No. 75 — Lightning Protection 79. Bid Item No. 76 — Site Lighting a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to install the site lighting as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00-35 tEISS ENGINEERING b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to successfully install the site lighting, including fixtures, bulbs, elements, connection, all materials and work as necessary to accomplish the work as shown on the drawings and specified Contract Documents. i. Item No. 76 — Site Lighting 80. Bid Item No. 77 — Permitting, Testing, Studies a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to conduct the electrical system permitting, testing, and studies as shown on the drawings and specified in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to successfully conduct the electrical system permitting, testing, and studies, including all materials and work as necessary to accomplish the work as shown on the drawings and specified Contract Documents. i. Item No. 77 — Permitting, Testing, Studies INSTRUMENTION, CONTROLS, AND SCADA 81. Bid Item No. 78A — Furnish & Deliver Magmeters — ODP Item a. Basis of Measurement. The lump sum amount for this item shall be for furnishing and delivering to the site the equipment necessary as required in the Owner Direct Purchase (ODP) documents included in the Appendix Section to deliver the magmeters as included in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, design, and equipment necessary to successfully furnish and deliver the magmeters as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. At the completion of the project, this item will be deducted from the final contract amount. i. Item No. 78A — Furnish & Deliver Magmeters — ODP Item 82. Bid Item No. 78C — Installation, Testing, Warranty a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to unload and properly store prior to installation, install, test, startup, and warranty City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00 - 36 • CD REISS ENGINEERING the magmeters as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing unloading and properly store prior to installation, all labor, materials, and equipment necessary to successfully install the magmeters, including all material and work as necessary as necessary to test, startup, and warranty and accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 78C — Installation, Testing, Warranty 83. Bid Item No. 79 — Pressure transmitters/switches/gages/ultrasonic level sensors and transmitters a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to install the pressure transmitters, switches, gages, ultrasonic level sensors and transmitters as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to successfully install the pressure transmitters, switches, gages, ultrasonic level sensors and transmitters, including all materials and work as necessary to accomplish the work as shown on the drawings and specified Contract Documents. i. Item No 79 — Pressure transmitters/switches/gages/ ultrasonic level sensors and transmitters 84. Bid Item No. 80A — Furnish & Deliver Controllers & Analyzers — ODP Item a. Basis of Measurement. The lump sum amount for this item shall be for furnishing and delivering to the site the equipment necessary as required in the Owner Direct Purchase (ODP) documents included in the Appendix Section to deliver the controllers and analyzers as included in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, design, and equipment necessary to successfully furnish and deliver the controllers and analyzers, including analyzers for chlorine, turbidity, ammonia, monochloramine, conductivity, and pH, and all materials as necessary to accomplish the work as shown on the drawings and specified Contract Documents. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00-37 t E1 SS ENGINEERING c. At the completion of the project, this item will be deducted from the final contract amount. i. Item No. 80A — Furnish & Deliver Controllers & Analyzers — ODP Item 85. Bid Item No. 80C — Installation, Testing, Warranty a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to unload and properly store prior to installation, install, test, startup, and warranty the controllers and analyzers as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing unloading and properly store prior to installation, all labor, materials, and equipment necessary to successfully install the controllers and analyzers, including analyzers for chlorine, turbidity, ammonia, monochloramine, conductivity, and pH, all materials and work as necessary to test, startup, and warranty and accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 80C — Installation, Testing, Warranty 86. Bid Item No. 81— Programming, Integration and Start-up a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to program, integrate, and start-up all instrumentation and communication equipment as shown on the drawings and specified in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to successfully program, integrate, and start-up all instrumentation and communication equipment, including plant, wells, and external integration, all materials and work as necessary to accomplish the work as shown on the drawings and specified Contract Documents. i. Item No. 81— Programming, Integration and Start-up 87. Bid Item No. 82A — Furnish & Deliver Citect SCADA and Historian Software — ODP Item a. Basis of Measurement. The lump sum amount for this item shall be for furnishing and delivering to the site the equipment necessary as required in the Owner Direct Purchase (ODP) documents included in the Appendix Section to deliver the Citect SCADA and historian City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00 - 38 E SS ENGINEERING software as included in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, design, and equipment necessary to successfully furnish and deliver the Citect SCADA and historian software as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. At the completion of the project, this item will be deducted from the final contract amount. i. Item No. 82A — Furnish & Deliver Citect SCADA and Historian Software — ODP Item 88. Bid Item No. 82C — Installation, Testing, Warranty a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to unload and properly store prior to installation, install, test, startup, and warranty the Citect SCADA and historian software as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing unloading and properly store prior to installation, all labor, materials, and equipment necessary to successfully install the Citect SCADA and historian software, including all material and work as necessary to test, startup, and warranty and accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 82C — Installation, Testing, Warranty 89. Bid Item No. 83 — Servers and Racks a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to install the servers and racks as shown on the drawings and specified in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to install the servers and racks, including all materials and work as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Bid Item No. 83 — Servers and Racks 90. Bid Item No. 84A — Furnish & Deliver Ethernet Switches/Autodialer/ Printers — ODP Item City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00-39 REISS ENGINEERING a. Basis of Measurement. The lump sum amount for this item shall be for furnishing and delivering to the site the equipment necessary as required in the Owner Direct Purchase (ODP) documents included in the Appendix Section to deliver the ethernet switches, autodialer, and printers as included in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, design, and equipment necessary to successfully furnish and deliver the ethernet switches, autodialer, and printers as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. At the completion of the project, this item will be deducted from the final contract amount. i. Item No. 84A — Furnish & Deliver Ethernet Switches/ Autodialer/Printers — ODP Item 91. Bid Item No. 84C — Installation, Testing, Warranty a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to unload and properly store prior to installation, install, test, startup, and warranty the ethernet switches, autodialer, and printers as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing unloading and properly store prior to installation, all labor, materials, and equipment necessary to successfully install the ethernet switches, autodialer, and printers, including all material and work as necessary to test, startup, and warranty and accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 84C — Installation, Testing, Warranty 92. Bid Item No. 85 — Fiber Patch Panels/Cabinets/Terminations a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to install the fiber patch panels, cabinets, and terminations as shown on the drawings and specified in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to install the fiber patch panels, cabinets, and terminations, including all materials and work as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) REIS ENGINEERING Conformed Documents 01 20 00 - 40 April 2013 i. Bid Item No. 85 — Fiber Patch Panels/Cabinets/ Terminations 93. Bid Item No. 86 — SCADA workstations a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to install the SCADA workstations as shown on the drawings and specified in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to install the SCADA workstations, including all materials, less computers that will be purchased by Owner, and work as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Bid Item No. 86 — SCADA workstations 94. Bid Item No. 87A — Furnish & Deliver Plant MCP, CIP Control Panel, and Radio Panel — ODP Item a. Basis of Measurement. The lump sum amount for this item shall be for furnishing and delivering to the site the equipment necessary as required in the Owner Direct Purchase (ODP) documents included in the Appendix Section to deliver the plant MCP, CIP control panel, and radio panel as included in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, design, and equipment necessary to successfully furnish and deliver the plant MCP, CIP control panel, and radio panel as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. At the completion of the project, this item will be deducted from the final contract amount. i. Item No. 87A — Furnish & Deliver Plant MCP, CIP Control Panel, and Radio Panel — ODP Item 95. Bid Item No. 87C — Installation, Testing, Warranty a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to unload and properly store prior to installation, install, test, startup, and warranty the plant MCP, CIP control panel, and radio panel as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00-41 EISS NSINEERING b. Basis of Payment. The lump sum amount for this item shall be for furnishing unloading and properly store prior to installation, all labor, materials, and equipment necessary to successfully install the plant MCP, CIP control panel, and radio panel, including all material and work as necessary to test, startup, and warranty and accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 87C — Installation, Testing, Warranty 96. Bid Item No. 88A — Furnish & Deliver Plant LCP No. 1 PLC Equip — ODP Item a. Basis of Measurement. The lump sum amount for this item shall be for furnishing and delivering to the site the equipment necessary as required in the Owner Direct Purchase (ODP) documents included in the Appendix Section to deliver the Plant LCP No. 1 equipment as included in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, design, and equipment necessary to successfully furnish and deliver the Plant LCP No. 1 equipment as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. At the completion of the project, this item will be deducted from the final contract amount. i. Item No. 88A — Furnish & Deliver Plant LCP No. 1 PLC Equip — ODP Item 97. Bid Item No. 88C — Installation, Testing, Warranty a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to unload and properly store prior to installation, install, test, startup, and warranty the Plant LCP No. 1 equipment as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing unloading and properly store prior to installation, all labor, materials, and equipment necessary to successfully install the Plant LCP No. 1 equipment, including all material and work as necessary to test, startup, and warranty and accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 88C — Installation, Testing, Warranty City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00-42 • (,) RE1BS ENGINEERING 98. Bid Item No. 89A — Furnish & Deliver Plant LCP No. 2 PLC Equip — ODP Item a. Basis of Measurement. The lump sum amount for this item shall be for furnishing and delivering to the site the equipment necessary as required in the Owner Direct Purchase (ODP) documents included in the Appendix Section to deliver Plant LCP No. 2 equipment as included in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, design, and equipment necessary to successfully furnish and deliver the Plant LCP No. 2 equipment as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. At the completion of the project, this item will be deducted from the final contract amount. i. Item No. 89A — Furnish & Deliver Plant LCP No. 2 PLC Equip — ODP Item 99. Bid Item No. 89C — Installation, Testing, Warranty a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to unload and properly store prior to installation, install, test, startup, and warranty the Plant LCP No. 2 equipment as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing unloading and properly store prior to installation, all labor, materials, and equipment necessary to successfully install the Plant LCP No. 2 equipment, including all material and work as necessary to test, startup, and warranty and accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 89C — Installation, Testing, Warranty 100. Bid Item No. 90A — Furnish & Deliver Remote Wells and Interconnect PLC Equip and Radio Panels — ODP Item a. Basis of Measurement. The lump sum amount for this item shall be for furnishing and delivering to the site the equipment necessary as required in the Owner Direct Purchase (ODP) documents included in the Appendix Section to deliver the remote wells and interconnect PLC equipment and radio panels as included in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00 - 43 REiSS ENG NEERI b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, design, and equipment necessary to successfully furnish and deliver the remote wells and interconnect PLC equipment and radio panels as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. At the completion of the project, this item will be deducted from the final contract amount. i. Item No. 90A — Furnish & Deliver Remote Wells and Interconnect PLC Equip and Radio Panels — ODP Item 101. Bid Item No. 90C — Installation, Testing, Warranty a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to unload and properly store prior to installation, install, test, startup, and warranty the remote wells and interconnect PLC equipment and radio panels as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing unloading and properly store prior to installation, all labor, materials, and equipment necessary to successfully install the remote wells and interconnect PLC equipment and radio panels, including all material and work as necessary to test, startup, and warranty and accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Item No. 90C — Installation, Testing, Warranty 102. Bid Item Nos. 45B, 46B, 47B, 50B, 53B, 64B, 68B, 72B, 73B, 78B, 80B, 82B, 84B, 87B, 88B, 89B, 90B — Sales Tax Savings a. This item is for the sales taxes associated with the purchasing of the ODP item. At the completion of the project, this item will be deducted from the final contract amount. i. Bid Item No. 45B — Sales Tax Savings ii. Bid Item No. 46B — Sales Tax Savings iii. Bid Item No. 47B — Sales Tax Savings iv. Bid Item No. 50B — Sales Tax Savings v. Bid Item No. 53B — Sales Tax Savings vi. Bid Item No. 64B — Sales Tax Savings vii. Bid Item No. 68B — Sales Tax Savings viii. Bid Item No. 72B — Sales Tax Savings ix. Bid Item No. 73B — Sales Tax Savings x. Bid Item No. 78B — Sales Tax Savings xi. Bid Item No. 80B — Sales Tax Savings xii. Bid Item No. 82B — Sales Tax Savings City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00 - 44 • 1€*)REISS ENGINEERING xiii. Bid Item No. 84B — Sales Tax Savings xiv. Bid Item No. 87B — Sales Tax Savings xv. Bid Item No. 88B — Sales Tax Savings xvi. Bid Item No. 89B — Sales Tax Savings xvii. Bid Item No. 90B — Sales Tax Savings 103. Bid Item No. 91— Radios/antennas a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to construct/install the radios and antennas as shown on the drawings and specified in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to construct/install the radios and antennas, including all materials and work as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Bid Item No. 91— Radio/antennas 104. Bid Item No. 92 — Yagi & Omni Antenna/cables a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to install the Yagi and Omni radios and antennas as shown on the drawings and specified in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to install the Yagi and Omni radios and antennas, including all materials and work as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Bid Item No. 92 — Yagi & Omni Antenna/cables SECURITY 105. Bid Item No. 93 — Furnish and Install Security Poles and Conduit/Wire a. Basis of Measurement. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to construct/install the security poles and security conduit and wire as shown on the drawings and specified in the Contract Documents. The quantity to be paid for under this Item shall be measured as a lump sum quantity. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00 - 45 4* REI S s ENGINEERING b. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, and equipment necessary to construct/install the security poles and security conduit and wire s, including all materials and work as necessary to accomplish the work as shown on the drawings and specified Contract Documents. c. Payment shall be made under: i. Bid Item No. 93 — Furnish and Install Security Poles and Conduit/Wire ALLOWANCES 106. Bid Item No. 94 — Controls Console Unit(s) a. Description. This allowance is to be used for payment to the controls console unit manufacturer/vendor for providing the new controls console unit for the new water treatment plant. Contractor shall be responsible for coordination of work with TBC Consoles for furnishing, delivery and setup of the controls console unit. Receipt of payment by Contractor will be required for reimbursement by the City. No contractor markup will be paid for under this bid item. b. Payment shall be made under: i. Bid Item No. 94 — Controls Console Unit(s) 107. Bid Item No. 95 — Greenfield Environmental Asbestos Removal a. Description. This allowance is to be used for payment to Greenfield Environmental, Inc. for designing, managing and removal of asbestos during the demolition of the existing water treatment plant. Contractor shall be responsible for coordination of work with Greenfield Environmental, who will design, manage and monitor the asbestos removal for the existing Water Treatment Plant. The Contractor shall complete all necessary work not included in Greenfield Environmental's cost proposal to assist in the removal of any asbestos items. Receipt of payment by Contractor will be required for reimbursement by the City. No contractor markup will be paid for under this bid item. b. Payment shall be made under: i. Bid Item No. 95 — Greenfield Environmental Asbestos Removal 108. Bid Item No. 96 — Owner's 2.5% Contingency a. All contingency work covered by this item includes furnishing all labor, materials, equipment and services required consisting of unforeseen items of work not included in other bid items but necessary for accomplishing the work and shall apply only to extra work as approved by the Owner, or additional items over and above those specified in the Contract Documents. The cost of this additional City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 20 00 - 46 CD REISS ENGINEERING work shall be agreed upon in writing and approved by the Owner's Project Representative prior to starting this additional work. The lump sum bid for contingency shall equal two and a half percent (2.5%) of the subtotal of the Bid Items 1 through 94 rounded up to the nearest cent. In case of mathematical error on the bidder's part, the Contingency Bid Item will be adjusted up or down to equate to 2.5% of this subtotal. b. Payment shall be made under: i. Item No. 95 — Owner's 2.5% Contingency BID ALTERNATE: 109. Bid Item No. Al — Concentrate GST (1.5 MG) a. This additive bid alternate includes the construction of the 1.5 MG Concentrate Ground Storage Tank, electrical works, instrumentation and controls mounted on the tank. If Alternate Bid Item Al is not selected by the Owner, the Contractor process piping to and from the tank shall be termination and capped for future connect to feed/discharge piping at the Concentrate Blending Assemble. Electrical and control conduit and pull string shall be provided and terminated in pull box within 3 feet of future connections. The alternate shall include revised site grading, drainage, and sodding in lieu of a concrete pad and tank sidewalks as approved by the Engineer. b. Basis of Measurement. The lump sum amount for this item shall be for furnishing all design, labor, materials, and equipment necessary for mobilization/demobilization to construct the concentrate ground storage tank as shown on the drawings. The quantity to be paid for under this Item shall be measured as a lump sum quantity. c. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, design, and equipment necessary to successfully construct the concentrate ground storage tank, including grading, concrete, grout, reinforcement, fittings, piping, painting, and appurtenances as necessary to accomplish the work as shown on the drawings and specified Contract Documents. d. Payment shall be made under: i. Item No. Al — Concentrate GST (1.5 MG) 110. Bid Item No. D1 — Additional Ninety (90) Day Contract Period a. This deductive bid alternate includes adding ninety (90) additional calendar days to the Contract Period in an effort to allow construction to be completed in a more efficient manner thereby reducing the over- all project cost. If Alternate Bid Item D1 is selected by the Owner, the Contract Period would be extended an additional ninety (90) calendar days. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) CD REISS G6 EE1 G Conformed Documents 01 20 00 - 47 April 2013 b. Basis of Measurement. The lump sum amount for this item shall be the dollar amount to be reduced from the Bidder's Grand Total. The quantity to be paid for under this Item shall be measured as a lump sum quantity. c. Basis of Payment. The lump sum amount for this item shall be for furnishing all labor, materials, design, and equipment necessary to successfully accomplish all work as shown on the drawings and specified Contract Documents over an extended period of time. d. Payment shall be made under: i. Item No. A2 — Additional Ninety (90) Day Contract Period PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 01 20 00-48 REISS ENGINEERING • • SECTION 0129 00 PAYMENT PROCEDURE PART 1 - GENERAL 1.01 GENERAL A. Payment will be based on Lump Sum (including Schedule of Values) and Unit Items and accepted in accordance with the Contract documents. A schedule of Value shall be provided for any Lump Sum items, as requested. Materials, equipment, skills, tools, and labor which is reasonably and properly inferable and necessary for the proper completion of the Work in a substantial manner and in compliance with the requirements state or implied by the Drawings and Specifications shall be furnished and installed by Contractor without additional compensation, whether specifically indicated in the Contract Documents or not. These items are considered incidental to the bid items shown in the Bid Form. The described items apply for all applicable parts in the Bid Form. B. Payment will be based on the percentage complete of work performed in strict accordance with the Drawings and Specifications, based on Lump Sum (including Schedule of Values) and Unit Items. A Schedule of Value shall be provided for any Lump Sum items, as requested. Contractor shall use the City Application for Payment form including attachments. C. The City reserves the right to alter the Drawings, modify incidental work as may be necessary, including deduction or cancellation of any one or more of the bid items. Changes in the Work shall not be considered as a waiver of any condition of the Contract nor invalidate any provisions thereof. 1.02 SUBMITTALS A. Informational Submittals: 1. Schedule of Values: Submit on form approved by Owner. 2. Application for Payment. 3. Final Application for Payment. 1.03 SCHEDULE OF VALUES A. Prepare a separate Schedule of Values for each schedule of the Work under the Agreement. B. Upon request of Engineer, provide documentation to support the accuracy of the Schedule of Values. C. Lump Sum Work: 1. List bonds and insurance premiums, mobilization, demobilization, preliminary and detailed progress schedule preparation, equipment testing, facility startup, and contract closeout separately. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 29 00 - 1 REISS ENGINEERING 2. Break down by Division 02 through 46 with appropriate subdivision of each Specification. D. An unbalanced or front-end loaded schedule will not be acceptable. E. Summation of the complete Schedule of Values plus the Unit Price bid items representing all the Work shall equal the Contract Price. F. Submit Schedule of Values on a Compact Disc (CD), in a spreadsheet format compatible with latest version of Excel. 1.04 APPLICATION FOR PAYMENT A. Process in accordance with the Application for Payment of the General Conditions. B. Contractor shall use the City Application for Payment form including required attachments. C. Payment will be made at the lump sum price or as Unit Price for each of the items shown in the Bid Proposal, installed and accepted, which price and payment shall constitute full compensation for furnishing all materials and performing all Work in connection therewith and incidental thereto. 1.05 NONPAYMENT FOR REJECTED OF UNUSED PRODUCTS 1.06 PAYMENT FOR STORED MATERIALS AND EQUIPMENT A. Payment: 1. Proper storage requires that materials are stored in a bonded warehouse and proof of the bonding insurance shall be provided to the City. Contractor shall be wholly responsible to replace items that are lost or stolen whether stored on Site or in a bonded warehouse. This replacement shall be done by Contractor at no additional cost to the City. The City will not be responsible for materials and equipment that become damaged or stolen if Contractor chooses to store said materials and equipment on Site. 2. Payment: Will be made only for products incorporated in Work. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 012900-2 REI ENGINEER NG • SECTION 0131 13 PROJECT COORDINATION PART 1 - GENERAL 1.01 SUBMITTALS A. Review, approve, and submit submittals required by Contract Documents with reasonable promptness and in such sequence as to cause no delay in the Work. 1.02 REFERENCE STANDARDS A. Except as otherwise required, products and workmanship shall conform to best quality materials and practices recognized by agencies, associations, councils, etc., specified in individual sections. 1.03 PROJECT PERMITS A. Copies of permits that have been issued by regulatory agencies, if any, are included in the construction documents. B. Review and become familiar with permits for the Project, complete with conditions, attachments, exhibits and permit modifications. Maintain a copy of permits for the Project at the Site, and they shall be available for review upon request. C. Contractor shall be fully responsible to abide by provisions of permits. Contractor is • responsible for the selection; implementation and operation of measure required by the permits, including the maintenance of said measures as necessary during construction. No additional compensation will be allowed for any work associated with the permit requirements. • 1.04 RELATED WORK AT SITE A. General: 1. Other work that either directly or indirectly related to performance of the Work under these Contract Documents is anticipated to be performed on Site by Others. Contractor to accommodate and coordinate work of Others directly contracted to the City to include: well drilling, security, phone and cable contractors installation. 2. Coordinate the Work of these Contract Documents with work of others as specified in General Conditions. 3. Include sequencing constraints specified herein as a part of Progress Schedule. 1.05 UTILITY NOTIFICATION AND COORDINATION A. Provide for the coordination of the Work with the required work of public agencies and utilities. Contact Sunshine State One Call of Florida prior to any work in areas of existing utilities. Notify applicable utilities prior to commencing Work, if damage occurs, or if conflicts or emergencies arise during Work. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 013113-1 REISS ENGINEER N 1.06 PROJECT MILESTONES A. General: Include the Milestones specified herein as a part of the Progress Schedule required under Section 01 32 00, Construction Progress Documentation. B. Project Milestones: Generally described in the Agreement Form. Following is a detailed description of each: 1. Substantial Completion a. The work may not be considered substantially complete unless the punch list items that remain, as identified by the Engineer and Owner, can be completed within thirty (30) days. All painting, finishes, fencing, cleanup, final grading, grassing and landscape planting shall have been completed and ready for inspection before substantial completion is given. Also, all building occupancy certificates will need to have been obtained. After (or concurrent with) the Demonstration Tests, with any minor deficiencies noted, the Contractor wishing to consider the Work substantially complete, shall have work completed as follows and submit to the Engineer: i. A written notice that the Work is substantially complete. ii. A list of items to be completed or corrected and explanations thereof. iii. All Operations and Maintenance manuals have been submitted and approved in accordance with the contract documents. iv. All equipment has been checked -out by the equipment manufacturer and Certificates of Manufacturer's Check -Out have been submitted in accordance with the Contract documents. v. All start-up and demonstration testing completed and Certificates of Completed Demonstration submitted are in accordance with the Contract documents. vi. Project Record Documents are complete and have been submitted and reviewed in accordance with the Contract documents. vii. The treatment facility is fully -operational and is able to pump finished water at acceptable water quality requirements for a period of 48 hours and the plant can be started up and operated in automatic mode. viii. All training of Owner's personnel is completed. ix. All areas to be used and occupied are safe, operable in automatic and complete. x. All deficiencies noted on inspection reports or non - conformances are corrected or the correction plan is approved. xi. All building inspections shall have been performed and passed by the local code officials. b. Within a reasonable time after receipt of such notice, the Engineer will make an inspection, if necessary, to determine the status of completion. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 013113-2 REISS EN E #him c. Should Engineer determine that the Work is not substantially complete: i. The Engineer will promptly notify Contractor in writing, giving the reasons therefore. ii. Contractor shall remedy the deficiencies in the Work and send a second written notice of substantial completion to Engineer. iii. Engineer will re -inspect the Work. d. When Engineer finds that the Work is substantially complete, he will: i. Prepare a tentative Certificate of Substantial Completion, with a tentative list of items to be completed or corrected before final inspection. ii. After consideration of any objections made by the Owner as provided in the General Conditions of the Contract, the Engineer will execute the Certificate of Substantial Completion with a revised tentative list of items to be completed or corrected. 2. Final Completion a. When Contractor considers the Work is complete with all minor deficiencies completed or corrected, he shall submit written certification that: i. Contract Document requirements have been met. ii. Work has been inspected for compliance with Contract Documents. iii. Work has been completed in accordance with Contract Documents. iv. Equipment and systems have been tested in the presence of Owner's representative and are operational. v. All minor deficiencies have been corrected or completed and the Work is ready for final inspection. vi. All operation and maintenance manuals have been submitted. vii. Project record documents are complete and submitted. viii. Transfer of all spares and expendables has been made to the Owner with a full accounting of the quantities and amounts due. b. Engineer will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification. c. Should Engineer consider that the Work is incomplete or defective: i. Engineer will promptly notify the Contractor in writing, listing the incomplete or defective work. ii. Contractor shall take immediate steps to remedy the stated deficiencies, and send a second written certification to Engineer that the Work is complete. iii. Engineer will reinspect the Work. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 013113-3 1 EN 1 3 1N d. When the Engineer finds that the Work is acceptable under the Contract Documents, he shall request the Contractor to make closeout submittals. 1.07 FACILITY OPERATIONS A. Continuous operation of Owner's facilities is of critical importance. Schedule and conduct activities to enable existing facilities to operate continuously, unless otherwise specified. B. Provide Owner's vehicular access to the existing facilities at all times. C. Perform Work continuously during critical connections and changeovers, and as required to prevent interruption of Owner's operations. D. When necessary, plan, design, and provide various temporary services, utilities, connections, temporary piping and heating, access, and similar items to maintain continuous operations of Owner's facility. E. Do not close lines, open or close valves, or take other action which would affect the operation of existing systems, except as specifically required by the Contract Documents and after authorization by Owner and Engineer. Such authorization will be considered within 48 hours after receipt of Contractor's written request. F. Do not proceed with Work affecting a facility's operation without obtaining Owner's and Engineer's advance approval of the need for and duration of such Work. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 COORDINATION OF WORK A. Coordinate the Work of all trades so that each will have sufficient space and time within which to work properly and efficiently. B. Changes in the intended design of the Project as a result of improperly coordinated construction Work will not be tolerated. Delays in the Work caused by rejections of installed materials due to improper coordination, and as otherwise specified, will not be considered valid justification for extensions of Contract Time. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 01 31 13 - 4 C") REISS ENGINEERING • SECTION 0131 19 PROJECT MEETINGS PART 1- GENERAL 1.01 GENERAL A. Contractor will provide on-site physical arrangements for meetings throughout progress of the Work. Contractor shall regularly participant and provide requested input. Engineer will distribute written notice of each meeting, preside at meetings, record minutes to include significant proceedings and decisions, and reproduce and distribute copies of minutes within 15 days after each meeting to participants and parties affected by meeting decisions. B. See additional information within the City's General Conditions. 1.02 PRECONSTRUCTION CONFERENCE A. Contractor shall be prepared to discuss the following subjects, as a minimum: 1. Required schedules. 2. Sequencing of critical path work items. 3. Progress payment procedures. 4. Project changes and clarification procedures. 5. Use of Site, access, office and storage areas, security and temporary facilities. 6. Major product delivery and priorities. 7. Contractor's safety plan and representative. B. Attendees may include: 1. Owner' s representatives. 2. Contractor's office representative. 3. Contractor's resident superintendent. 4. Contractor's quality control and safety officer representative. 5. Subcontractors' representatives whom Contractor may desire or Engineer may request to attend. 6. Engineer' s representatives. 7. Others as appropriate. (Utilities, FDOT, etc.) 1.03 PRELIMINARY SCHEDULES REVIEW MEETING A. As set forth in General Conditions and Section 01 32 00, Construction Progress Documentation. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 013119-1 C_) RE S EN INEERIN 1.04 PROGRESS MEETINGS A. Engineer will schedule regular progress meetings (— monthly) at Site, conducted periodically to review the Work progress, Progress Schedule, Schedule of Submittals, Application for Payment, contract modifications, and other matters needing discussion and resolution. B. Attendees may include: 1. Owner's representative(s), as appropriate. 2. Contractor, Subcontractors, and Suppliers, as appropriate. 3. Engineer's representative(s). 4. Others as appropriate. 1.05 QUALITY CONTROL MEETINGS A. In accordance with Section 01 45 16.13, Contractor Quality Control. 1.06 PREINSTALLATION MEETINGS A. When required in individual specification sections, convene at Site prior to commencing the Work of that section. B. Require attendance of entities directly affecting, or affected by, the Work of that section. • C. Notify Engineer 7 days in advance of meeting date. D. Provide suggested agenda to Engineer to include reviewing conditions of installation, • preparation and installation or application procedures, and coordination with related Work and work of others. 1.07 FACILITY STARTUP MEETINGS A. Schedule and attend a minimum of two facility startup meetings. The first of such meetings shall be held prior to submitting Facility Startup Plan, as specified in individual Specification sections, and shall include preliminary discussions regarding such plan. B. Agenda items shall include, but not be limited to, content of Facility Startup Plan, coordination needed between various parties in attendance, and potential problems associated with startup. C. Attendees may include: 1. Contractor. 2. Contractor's designated quality control representative. 3. Subcontractors and equipment manufacturer's representatives as specified herein or whom Contractor deems to be directly involved in facility startup. 4. Engineer's representatives. 5. Owner's operations and maintenance personnel. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 31 19 - 2 EIS•SE G • EERING 6. Others as required by Contract Documents or as deemed necessary by Contractor. 1.08 OTHER MEETINGS A. In accordance with Contract Documents and as may be required by Owner and Engineer. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 01 31 19 - 3 REISS ENGINEERING THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 31 19 - 4 • • REIS EN iN .. R1N SECTION 0132 00 CONSTRUCTION PROGRESS DOCUMENTATION PART 1 - GENERAL 1.01 SUBMITTALS A. Informational Submittals: 1. Preliminary Progress Schedule: Submit within time specified in the General Conditions. 2. Detailed Progress Schedule: a. Submit initial Detailed Progress Schedule within 30 days following the Notice to Proceed date or 10 days before submission of the first Application for Payment, whichever shall first occur. b. Submit an Updated Progress Schedule in accordance with Article Detailed Progress Schedule. 3. Submit with Each Progress Schedule Submission: Contractor's certification that Progress Schedule submission is actual schedule being utilized for execution of the Work. a. Disk file compatible with latest version of Project Planner (P3) by Primavera Systems, Inc. unless otherwise approved by Engineer. b. Progress Schedule: Five legible copies. c. Narrative Progress Report: Same number of copies as specified for Progress Schedule. 4. Prior to final payment, submit a final Updated Progress Schedule. 1.02 PRELIMINARY PROGRESS SCHEDULE A. In addition to basic requirements outlined in the City's General Conditions, show a detailed schedule, beginning with Notice to Proceed and a summary of balance of Project through Final Completion. B. Show activities including, but not limited to the following: 1. Notice to Proceed. 2. Permits. 3. Submittals, with review time. Contractor may use Schedule of Submittals specified in Section 01 33 00, Submittals. 4. Early procurement activities for long lead equipment and materials. 5. Initial Site work. 6. Earthwork. 7. Specified Work sequences and construction constraints. 8. Contract Milestone and Completion Dates. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 013200-1 C) RISS ENGINEERING 9. Owner -furnished products delivery dates or ranges of dates. 10. Major structural, mechanical, equipment, electrical, architectural, and instrumentation and control Work. 11. System startup summary. 12. Project close-out summary. 13. Demobilization summary. C. Update Preliminary Progress Schedule monthly as part of progress payment process. Failure to do so may result in the Owner withholding all or part of the monthly progress payment until the Preliminary Progress Schedule is updated in a manner acceptable to Engineer. D. Format: In accordance with Article Progress Schedule—Critical Path Network. 1.03 DETAILED PROGRESS SCHEDULE A. In addition to requirements of General Conditions, submit Detailed Progress Schedule beginning with Notice to Proceed and continuing through Final Completion. B. Show the duration and sequences of activities required for complete performance of the Work reflecting means and methods chosen by Contractor. C. When accepted by Engineer, Detailed Progress Schedule will replace Preliminary Progress Schedule and become Baseline Schedule. Subsequent revisions will be considered as Updated Progress Schedules. D. Format: In accordance with Article Progress Schedule—Critical Path Network. E. Update monthly to reflect actual progress and occurrences to date, including weather delays. 1.04 PROGRESS SCHEDULE -CRITICAL PATH NETWORK A. General: Comprehensive computer-generated schedule using CPM, generally as outlined in Associated General Contractors of America (AGC) 580, "Construction Project Planning and Scheduling Guidelines." If a conflict occurs between the AGC publication and this Specification, this Specification shall govern. B. Contents: 1. Schedule shall begin with the date of Notice to Proceed and conclude with the date of Final Completion. 2. Identify Work calendar basis using days as a unit of measure. 3. Show complete interdependence and sequence of construction and Project - related activities reasonably required to complete the Work. 4. Identify the Work of separate stages and other logically grouped activities, and clearly identify critical path of activities. 5. Reflect sequences of the Work, restraints, delivery windows, review times, Contract Times and Project Milestones set forth in the Agreement and Section 01 31 13, Project Coordination. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 013200-2 • REISENSlNEERING 6. Include as applicable, at a minimum: a. Obtaining permits, submittals for early product procurement, and long lead time items. b. Mobilization and other preliminary activities. c. Initial Site work. d. Specified Work sequences, constraints, and Milestones, including Substantial Completion date(s) Subcontract Work. e. Major equipment design, fabrication, factory testing, and delivery dates. f. Delivery dates for Owner -furnished products, as specified in Section 01 11 00, Summary of Work. g. Site Work. h. Concrete Work. i. Structural steel Work. j. Architectural features Work. k. Conveying systems Work. 1. Equipment Work. m. Mechanical Work. n. Electrical Work. o. Instrumentation and control Work. p. Interfaces with Owner -furnished equipment. q. Other important Work for each major facility. r. Equipment and system startup and test activities. s. Project closeout and cleanup. t. Demobilization. 7. No activity duration, exclusive of those for Submittals review and product fabrication/delivery, shall be less than 1 day or more than 30 days, unless otherwise approved. 8. Activity duration for Submittal review shall not be less than review time specified unless clearly identified and prior written acceptance has been obtained from Engineer. 9. Contractor shall include a mandatory 30 days, minimum float time for utility relocation work. City will not consider Contract Time extensions related to utility coordination matters unless the utility related delays exceed the 30 days float time and extend the critical path of the Project Schedule. C. Network Graphical Display: 1. Plot or print on paper not greater than 30 inches by 42 inches or smaller than 22 inches by 34 inches, unless otherwise approved. 2. Title Block: Show name of Project, Owner, date submitted, revision or update number, and the name of the scheduler. Updated schedules shall indicate data date. 3. Identify horizontally across top of schedule the time frame by year, month, and day. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 013200-3 CD REISS ENGINEERIt 4. Identify each activity with a unique number and a brief description of the Work associated with that activity. 5. Indicate the critical path. 6. Show, at a minimum, the controlling relationships between activities. 7. Plot activities on a time -scaled basis, with the length of each activity proportional to the current estimate of the duration. 8. Plot activities on an early start basis unless otherwise requested by Engineer. 9. Provide a legend to describe standard and special symbols used. D. Schedule Report: 1. On 8 -1/2 -inch by 11 -inch white paper, unless otherwise approved. 2. List information for each activity in tabular format, including, at a minimum: a. Activity Identification Number. b. Activity Description. c. Original Duration. d. Remaining Duration. e. Early Start Date (Actual start on Updated Progress Schedules). f. Early Finish Date (Actual finish on Updated Progress Schedules). g. Late Start Date. h. Late Finish Date. i. Total Float. 3. Sort reports, in ascending order, as listed below: a. Activity number sequence with predecessor and successor activity. b. Early -start. c. Total float. 1.05 PROGRESS OF THE WORK A. Updated Progress Schedule shall reflect: 1. Progress of Work to within 5 working days prior to submission. 2. Approved changes in Work scope and activities modified since submission. 3. Delays in Submittals or resubmittals, deliveries, or Work. 4. Adjusted or modified sequences of Work. 5. Other identifiable changes. 6. Revised projections of progress and completion. 7. Report of changed logic. B. Produce detailed subschedules during Project, upon request of Owner or Engineer, to further define critical portions of the Work such as facility shutdowns. C. If Contractor fails to complete activity by its latest scheduled completion date and this Failure is anticipated to extend Contract Times (or Milestones), Contractor shall, City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 013200-4 • REISS ENGINEERING within 7 days of such failure, submit a written statement as to how Contractor intends to correct nonperformance and return to acceptable current Progress Schedule. Actions by Contractor to complete the Work within Contract Times (or Milestones) will not be justification for adjustment to Contract Price or Contract Times. D. Owner may order Contractor to increase plant, equipment, labor force or working hours if Contractor fails to: 1. Complete a Milestone activity by its completion date. 2. Satisfactorily execute Work as necessary to prevent delay to overall completion of Project, at no additional cost to Owner. 1.06 NARRATIVE PROGRESS REPORT A. Format: 1. Organize same as Progress Schedule. 2. Identify, on a cover letter, reporting period, date submitted, and name of author of report. B. Contents: 1. Number of days worked over the period, work force on hand, construction equipment on hand (including utility vehicles such as pickup trucks, maintenance vehicles, stake trucks). 2. General progress of Work, including a listing of activities started and completed over the reporting period, mobilization/demobilization of subcontractors, and major milestones achieved. 3. Contractor's plan for management of Site (for example, lay down and staging areas, construction traffic), utilization of construction equipment, buildup of trade labor, and identification of potential Contract changes. 4. Identification of new activities and sequences as a result of executed Contract changes. 5. Documentation of weather conditions over the reporting period, and any resulting impacts to the work. 6. Description of actual or potential delays, including related causes, and the steps taken or anticipated to mitigate their impact. 7. Changes to activity logic. 8. Changes to the critical path. 9. Identification of, and accompanying reason for, any activities added or deleted since the last report. 10. Steps taken to recover the schedule from Contractor -caused delays. 1.07 SCHEDULE ACCEPTANCE A. Engineer's acceptance will demonstrate agreement that: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 013200-5 REISS ENGINEER tNG 1. Proposed schedule is accepted with respect to: a. Contract Times, including Final Completion and all intermediate Milestones are within the specified times. b. Specified Work sequences and constraints are shown as specified. c. Specified Owner -furnished Equipment or Material arrival dates, or range of dates, are included. d. Access restrictions are accurately reflected. e. Startup and testing times are as specified. f. Submittal review times are as specified. g. Startup testing duration is as specified and timing is acceptable. 2. In all other respects, Engineer's acceptance of Contractor's schedule indicates that, in Engineer's judgement, schedule represents reasonable plan for constructing Project in accordance with the Contract Documents. Engineer's review will not make any change in Contract requirements. Lack of comment on any aspect of schedule that is not in accordance with the Contract Documents will not thereby indicate acceptance of that change, unless Contractor has explicitly called the nonconformance to Engineer's attention in submittal. Schedule remains Contractor's responsibility and Contractor retains responsibility for performing all activities, for activity durations, and for activity sequences required to construct Project in accordance with the Contract Documents. B. Unacceptable Preliminary Progress Schedule: 1. Make requested corrections; resubmit within 10 days. 2. Until acceptable to Engineer as Baseline Progress Schedule, continue review and revision process, during which time Contractor shall update schedule on a monthly basis to reflect actual progress and occurrences to date. C. Unacceptable Detailed Progress Schedule: 1. Make requested corrections; resubmit within 10 days. 2. Until acceptable to Engineer as Baseline Progress Schedule, continue review and revision process. D. Narrative Report: All changes to activity duration and sequences, including addition or deletion of activities subsequent to Engineer's acceptance of Baseline Progress Schedule, shall be delineated in Narrative Report current with proposed Updated Progress Schedule. 1.08 ADJUSTMENT OF CONTRACT TIMES A. Reference General Conditions and Section 01 26 00, Contract Modification Procedures. B. Evaluation and reconciliation of Adjustments of Contract Times shall be based on the Updated Progress Schedule at the time of proposed adjustment or claimed delay. C. Schedule Contingency: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 013200-6 1SS E" 1 EE 1 C 1. Contingency, when used in the context of the Progress Schedule, is time between Contractor's proposed Completion Time and Contract Completion Time. 2. Contingency included in Progress Schedule is a Project resource available to both Contractor and Owner to meet Contract Milestones and Contract Times. Use of Schedule contingency shall be shared to the proportionate benefit of both parties. 3. Use of schedule contingency suppression techniques such as preferential sequencing and extended activity times is prohibited. 4. Pursuant to Contingency sharing provisions of this Specification, no time extensions will be granted, nor will delay damages be paid until a delay occurs which (i) consumes all available contingency time, and (ii) extends Work beyond the Contract Completion date. D. Float: 1. In accordance with the General Conditions. E. Claims Based on Contract Times: 1. Where Engineer has not yet rendered formal decision on Contractor's Claim for adjustment of Contract Times, and parties are unable to agree as to amount of adjustment to be reflected in Progress Schedule, Contractor shall reflect an interim adjustment in the Progress Schedule as acceptable to Engineer. 2. It is understood and agreed that such interim acceptance will not be binding on either Contractor or Owner, and will be made only for the purpose of continuing to schedule Work until such time as formal decision has been rendered as to an adjustment, if any, of the Contract Times. 3. Contractor shall revise Progress Schedule prepared thereafter in accordance with Engineer's formal decision. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 013200-7 E .. ENGINEERING THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 013200-8 • • REISS EN INEERING SECTION 0132 33 CONSTRUCTION PHOTOGRAPHS PART 1- GENERAL 1.01 DESCRIPTION A. Pursuant to the General Conditions, the Contractor shall submit photographs of the existing conditions prior to construction and monthly thereafter throughout progress of the work prior to requisition job meeting for application of payment. 1.02 QUALITY ASSURANCE 1. Photographer: Qualified as a commercial photographer, engaged as a professional in business for a period of not less than three years. Electronic ground level photos do not require a professional photographer. 2. Employ photographer only after review of his qualifications by Engineer. 1.03 SUBMITTALS 1. Submit qualifications and experience of record photographer. 2. Submit examples of photographer's work, similar to that required. PART 2 - PRODUCTS 2.01 PRINTS A. Full color. B. Finish: Smooth surface, glossy. C. Minimum Size: 4 in x 6 in for all views except aerials to be 15 in x 21 in. D. Paper Weight: Single weight, neutral, image tone, white base. E. Mounting: In plastic sheets in loose leaf, three ring binders. F. Provide a CD with electronic photo files. Furnish a file index that lists photo no. or file name and description of view. 2.02 IDENTIFICATION A. Identify each print on back. 1. Name of project. 2. Phase. 3. Name of contractor. 4. Description of view/orientation. 5. Time and date of exposure. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 01 32 33 - 1 April 2013 REISS . INEERING 6. Name and address of photographer. 7. Photographer's numbered identification of exposure. PART 3 - EXECUTION 3.01 TECHNIQUE A. Factual presentation. B. Correct exposure and focus. 1. 1080 dpi resolution and sharpness. 2. Maximum depth -of -field. 3. Minimum distortion. 3.02 VIEWS REQUIRED A. Photograph from locations to adequately illustrate state of project, or condition of construction. B. Take photographs from as close to the same position each time as practical. C. Take a series of ground level photographs from each of the corners of the construction areas prior to starting construction and on the first day of each month. D. Take a series of photographs showing the progress of the work on each process on the first day of each month and at the beginning of construction prior to any activity. E. In addition, provide photographs prior to, at critical stages of, and at the end of construction, when they do not coincide with scheduled times. 3.03 DELIVERY OF PRINTS A. Deliver CDs monthly to accompany each request for progress payment. B. If the submitted photographs do not meet the requirements of this section, submit another series within one week. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 01 32 33 - 2 EI S ENGINEERING • SECTION 0132 34 COLOR AUDIOVISUAL CONSTRUCTION RECORD PART 1 - GENERAL 1.01 DESCRIPTION A. Provide all material, equipment, transportation, labor and incidentals to prepare a continuous, color audio-visual recording of the proposed project to serve as a record of pre -construction conditions. B. All recordings and written records shall become the property of Owner. C. Recordings shall be submitted in DVD format. 1.02 SCHEDULING A. Make recordings within 21 days prior to commencement of construction. No construction shall begin prior to review by the Owner's Representative of the recording covering the construction area. B. The Owner's Representative shall have the authority to reject all or any portion of a recording not conforming to specifications and order that it be redone at no additional charge. The Contractor shall reschedule unacceptable coverage within five (5) days after being notified. • 1.03 SUBMITTALS A. Submit shop drawings in accordance with Division 01 General Requirements, Section 01 33 00, and the General Conditions. B. Qualifications and references of the professional. • PART 2 - PRODUCTS 2.01 GENERAL A. The total recording system and the procedures employed in its use shall be such as to produce a finished product that will be admissible as evidence in a legal or administrative proceeding involving the project. The video portion of the recording shall produce bright, sharp, clear pictures with accurate colors and shall be free of distortion or any other form of picture imperfection. The audio portion of the recording shall clearly produce the commentary of the camera operator and be free of distortion. B. All video recordings shall, by electronic means, display on the screen the time of day, the month, day and year of the recording and the horizontal location of the recording in relation to the project stationing (when applicable). This time and date information must be continuously and simultaneously generated with the actual recording. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 32 34 - 1 1 S ENGINEERING PART 3 - EXECUTION 3.01 COVERAGE A. The recordings shall contain coverage of all surface features within the construction zone of influence. These features shall include, but not be limited to, all road- ways, pavement, retention ponds, railroad tracks, curbs, driveways, sidewalks, culverts, headwalls, retaining walls, landscaping, trees, poles, signs, overhead projections and fences. Of particular concern shall be the existence or non- existence of any faults, fractures or defects. Significant detail of any pre-existing damages to physical features and improvements shall be provided. B. Panning, zoom -in and zoom -out rates shall be controlled to maintain a clear view of the object. The following features and improvements shall be clear and visible: 1. Cracks in wall. 2. Condition of fencing. 3. Condition of planted areas and type of vegetation. 4. Condition of sodded areas. 5. Conditions of sprinkler systems and associated controls and wiring. 6. Condition of signs. 7. Conditions of lighting and associated wires. 3.02 AUDIO CONTENT A. Accompanying the video recording of each DVD shall be a corresponding and simultaneously recorded audio recording. This audio recording, exclusively containing the commentary of the camera operator, shall assist in viewer orientation and in the identification, or objective description of the features being shown in the video portion of the recording. B. The audio recording shall be free from any conversation between the camera operator and any other production technicians that is not pertinent to the project. 3.03 DVD INDEXING A. DVD shall be permanently labeled and shall be properly identified by number and project title. B. Each DVD shall have a written log of that DVD's contents. The log shall describe the various segments of coverage contained on that DVD in terms of the names of the streets or easements, coverage beginning and end, directions of coverage, DVD unit counter numbers when possible, and the date of the recording. • 3.04 CONDITIONS OF RECORDING A. All recording shall be performed during times of good visibility. No recording shall be done during periods of significant precipitation, mist or fog. The recording shall only be done when sufficient sunlight is present to properly illuminate the subjects • and to produce sharp, bright recordings of those subjects. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) ) REIS ENN Conformed Documents 01 32 34 - 2 April 2013 3.05 CONTINUITY OF COVERAGE • A. The recording shall be a single, continuous, unedited recording which begins at one end of a particular construction area. B. However, where coverage is required in areas not accessible by conventional wheeled vehicles and smooth transport of the recording system is not possible, such coverage shall consist of an organized interrelated sequence of recordings at various positions along that proposed construction area, i.e., wooded easement area. Such coverage shall be obtained by walking or by a special conveyance. 3.06 COVERAGE RATES A. The average rate of travel during a particular segment of coverage shall be directly proportional to the number, size and significance of the surface features within that construction areas' zone of influence. 3.07 CAMERA OPERATION A. When conventional wheeled vehicles are used as conveyances for the recording system, the vertical distance between the camera lens and the ground shall not exceed 10 feet. The camera shall be mounted such that transport of the camera during the recording process will not cause an unsteady picture. B. Control camera functional controls, such as camera pan, tilt, zoom -in and zoom -out rates, such that recorded objects shall be clearly viewed during playback. In addition, all other camera and recording system controls, such as lens focus and aperture, video level, pedestal, chroma, white balance and electrical focus shall be controlled or adjusted to maximize picture quality. C. Maintain viewer orientation of the physical location of the audio and video portions of the recording. To this end, overall views of all visible house and business addresses shall be utilized. D. In areas where the proposed construction location will not be readily apparent to the video viewer, highly visible yellow flags shall be placed, by the Contractor, in such a fashion as to clearly indicate the proposed center line of construction. E. The horizontal location of the recording shall be documented by linear measurement, utilizing a "fifth wheel" measuring device, relating the recording to project stationing (when applicable). 3.08 TESTS A. Submit the completed recordings to the Owner's Representative for review. B. If any recording or parts of any recording are illegible or inaudible, they shall be re- recorded and edited into the sequence prior to commencement of construction. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 013234-3 El SS ENGIN EE ING THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 013234-4 • REI ENGINEERING SECTION 0133 00 SUBMITTALS PART 1- GENERAL 1.01 DEFINITIONS A. Substitution Submittal: Written and graphic information submitted by Contractor that requires Engineer's approval for substituted materials or equipment. B. Action Submittal: Written and graphic information submitted by Contractor that requires Engineer's approval. C. Informational Submittal: Information submitted by Contractor that does not require Engineer's approval. 1.02 PROCEDURES A. Direct submittals to Engineer at the address identified at the Preconstruction Conference. B. Contractor shall furnish all required submittals with complete detailed information and accuracy necessary to achieve required Engineer Approval of an item within the initial submittal and one (1) resubmittal. Notwithstanding other provisions of the contract documents, all costs of the Engineer involved with subsequent submittals (the second resubmittal and consequent submittals of an item for approval) reviews of Shop Drawings, Samples or other items requiring approval, will be backcharged to Contractor, at the hourly billing rate for individuals working on reviewing the submittal as set forth in their respective firm's contract with the City, by the City deducting such costs from payment due Contractor for Work completed. C. Transmittal of Submittal: 1. Contractor shall: a. Review each submittal and check for compliance with Contract Documents. b. Stamp each submittal with approval stamp before submitting to Engineer. i. Stamp to include Project name, Contract number, submittal number, Specification section number, Contractor' s reviewer name, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with Contract Documents. ii. Engineer will not review submittals that do not bear Contractor's approval stamp and will return them without action. 2. Complete, sign, and transmit with each submittal package, one Transmittal of Contractor's Submittal form in format approved by Engineer. 3. Identify each submittal with the following: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 013300-1 40) REISS INEERING a. Numbering and Tracking System: i. Sequentially number each submittal. ii. Resubmission of submittal shall have original number with sequential alphabetic suffix. b. Specification section and paragraph to which submittal applies. c. City's Project title and number, and Engineer's project number. d. Date of transmittal. e. Names of Contractor, Subcontractor or Supplier, and manufacturer as appropriate. 4. Identify and describe each deviation or variation from Contract Documents. D. Format: 1. Do not base Shop Drawings on reproductions of Contract Documents. 2. Package submittal information by individual Specification section. Do not combine different Specification sections together in submittal package, unless otherwise directed in Specification. 3. Present in a clear and thorough manner and in sufficient detail to show kind, size, arrangement, and function of components, materials, and devices, and compliance with Contract Documents. 4. Index with labeled tab dividers in orderly manner. E. Timeliness: Schedule and submit in accordance Schedule of Submittals, and requirements of individual Specification sections. F. Processing Time: 1. Time for review shall commence on Engineer's receipt of submittal. 2. Engineer will act upon Contractor's submittal and transmit response to Contractor not later than 21 days after receipt, unless otherwise specified. 3. Resubmittals will be subject to same review time. 4. No adjustment of Contract Times or Price will be allowed due to delays in progress of Work caused by rejection and subsequent resubmittals. G. Resubmittals: Clearly identify each correction or change made. H. Incomplete Submittals: 1. Engineer will return entire submittal for Contractor's revision if preliminary review deems it incomplete. 2. When any of the following are missing, submittal will be deemed incomplete: a. Contractor's review stamp, completed and signed. b. Transmittal of Contractor's Submittal, completed and signed. c. Insufficient number of copies. Submittals not required by Contract Documents: 1. Will not be reviewed and will be returned stamped "Not Subject to Review." City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 01 33 00 - 2 April 2013 EIS ENGINEERING • 2. Engineer will keep one copy and return all remaining copies to Contractor. 1.03 SUBMITTALS A. Substitution Requests 1. If a substitution request occurs, substitution may be reviewed at discretion of Owner and Engineer; and costs of such review and initiation of a change document shall be borne by Contractor and deducted from Contract Sum. 2. All cost including Engineer cost will be responsibility of Contractor for substitutions or revisions made necessary by the acts or omissions of Contractor, requested due to product submittal or product not being ordered in a timely manner, requested due to ease of construction progress or Work, or requests which are in interest of or for convenience of supplier, subcontractor or Contractor. B. Action Submittals: 1. Prepare and submit Action Submittals required by individual Specification sections. 2. Shop Drawings: a. Copies: Six copies and one electronic copy for use by City and Engineer, plus additional copies as required by Contractor. b. Identify and indicate: i. Applicable Contract Drawing and Detail number, products, units and assemblies, and system or equipment identification or tag numbers. ii. Equipment and Component Title: Identical to title shown on Drawings. iii. Critical field dimensions and relationships to other critical features of Work. Note dimensions established by field measurement. iv. Project -specific information drawn accurately to scale. c. Manufacturer's standard schematic drawings and diagrams as follows: i. Modify or delete information that is not applicable to the Work. ii. Supplement standard information to provide information specifically applicable to the Work. d. Product Data: Provide as specified in individual Specifications. 3. Samples: a. Copies: Three, unless otherwise specified in individual Specifications. b. Preparation: Mount, display, or package Samples in manner specified to facilitate review of quality. Attach label on unexposed side that includes the following: i. Manufacturer name. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 013300-3 REISS ENGINEERING ii. Model number. iii. Material. iv. Sample source. c. Manufacturer's Color Chart: Units or sections of units showing full range of colors, textures, and patterns available. d. Full-size Samples: i. Size as indicated in individual specification section. ii. Prepared from same materials to be used for the Work. iii. Cured and finished in manner specified. iv. Physically identical with product proposed for use. 4. Action Submittal Dispositions: Engineer will review, mark, and stamp as appropriate, and distribute marked -up copies as noted: a. No Exceptions Taken (Approved): i. Contractor may incorporate product(s) or implement Work covered by submittal. ii. Distribution: I. Two (2) copies to Owner. II. Two (2) copies to Engineer. III. One (1) copy returned to Contractor appropriately annotated. i b. Note Comments (Approved as Noted): i. Contractor may incorporate product(s) or implement Work S covered by submittal, in accordance with Engineer's notations. ii. Distribution: I. Two (2) copies to Owner. II. Two (2) copies to Engineer. III. One (1) copy returned to Contractor appropriately annotated. c. Resubmit (Not Approved): i. Contractor may not incorporate product(s) or implement Work covered by submittal. ii. Distribution: I. Two (2) copies to Owner. II. Two (2) copies to Engineer. III. One (1) copy returned to Contractor appropriately annotated. d. Rejected (Not Approved): i. Contractor may not incorporate product(s) or implement Work covered by submittal. Product is unacceptable. Submit new product. ii. Distribution: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 33 00 - 4 CDREISS ENGINEERING I. Two (2) copies to Owner. II. Two (2) copies to Engineer. III. One (1) copy returned to Contractor appropriately annotated. C. Informational Submittals: 1. General: a. Copies: Submit five copies, unless otherwise indicated in individual Specification section. b. Refer to individual Specification sections for specific submittal requirements. c. Engineer will review each submittal. If submittal meets conditions of the Contract, Engineer will forward copies to appropriate parties. If Engineer determines submittal does not meet conditions of the Contract and is therefore considered unacceptable, Engineer will retain one copy and return remaining copies with review comments to Contractor, and require that submittal be corrected and resubmitted. 2. Application for Payment: In accordance with Section 01 29 00, Payment Procedures. 3. Certificates: a. General: i. Provide notarized statement that includes signature of entity responsible for preparing certification. ii. Signed by officer or other individual authorized to sign documents on behalf of that entity. b. Installer: Prepare written statements on manufacturer's letterhead certifying that installer complies with requirements as specified in individual Specification sections. c. Material Test: Prepared by qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements. d. Certificates of Successful Testing or Inspection: Submit when testing or inspection is required by Laws and Regulations or governing agency or specified in individual Specification sections. e. Manufacturer's Certificate of Compliance: In accordance with Section 01 43 33, Manufacturers' Field Services. f. Manufacturer's Certificate of Proper Installation: In accordance with Section 01 43 33, Manufacturers' Field Services. 4. Contract Closeout Submittals: In accordance with Section 01 77 00, Contract Closeout. 5. Contractor -Design Data: a. Written and graphic information. b. List of assumptions. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 013300-5 c---) REISS ENGINEERING c. List of performance and design criteria. d. Summary of loads or load diagram, if applicable. e. Calculations. f. List of applicable codes and regulations. g. Name and version of software. h. Information requested in individual Specification section. 6. Manufacturer's Instructions: Written or published information that documents manufacturer's recommendations, guidelines, and procedures in accordance with individual Specification sections. 7. Operation and Maintenance Data: As specified in individual Specification sections. 8. Schedules: a. Schedule of Submittals: Prepare separately or in combination with Progress Schedule as specified in Section 01 32 00, Construction Progress Documentation. i. Show for each, at a minimum, the following: I. Specification section number. II. Identification by numbering and tracking system as specified under Paragraph Transmittal of Submittal. III. Estimated date of submission to Engineer, including reviewing and processing time. ii. On a monthly basis, submit updated schedule to Engineer if changes have occurred or resubmittals are required. b. Schedule of Values: In accordance with Section 01 29 00, Payment Procedures. c. Progress Schedules: In accordance with Section 01 32 00, Construction Progress Documentation. 9. Special Guarantee: Supplier's written guarantee as required in individual Specification sections. 10. Statement of Qualification: Evidence of qualification, certification, or registration as required in Contract Documents to verify qualifications of professional land surveyor, engineer, materials testing laboratory, specialty Subcontractor, trade, Specialist, consultant, installer, and other professionals. 11. Submittals Required by Laws, Regulations, and Governing Agencies: a. Submit promptly notifications, reports, certifications, payrolls, and otherwise as may be required, directly to the applicable federal, state, or local governing agency or their representative. b. Transmit to Engineer for Owner's records one copy of correspondence and transmittals (to include enclosures and attachments) between Contractor and governing agency. 12. Test and Inspection Reports: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 013300-6 • REISS ENNEERING a. General: Shall contain signature of person responsible for test or report. b. Factory: i. Identification of product and Specification section, type of inspection or test with referenced standard or code. ii. Date of test, Project title and number, and name and signature of authorized person. iii. Test results. iv. If test or inspection deems material or equipment not in compliance with Contract Documents, identify corrective action necessary to bring into compliance. v. Provide interpretation of test results, when requested by Engineer. vi. Other items as identified in individual Specification sections. c. Field: As a minimum, include the following: i. Project title and number. ii. Date and time. iii. Record of temperature and weather conditions. iv. Identification of product and Specification section. v. Type and location of test, Sample, or inspection, including referenced standard or code. vi. Date issued, testing laboratory name, address, and telephone number, and name and signature of laboratory inspector. vii. If test or inspection deems material or equipment not in compliance with Contract Documents, identify corrective action necessary to bring into compliance. viii. Provide interpretation of test results, when requested by Engineer. ix. Other items as identified in individual Specification sections. 13. Onsite Records: Contractor shall have at least one set of complete, approved submittals and shop drawings on the Site at all times when Work is in progress. 14. Testing and Startup Data: As specified in individual Specification sections. 15. Training Data: In accordance with Section 01 43 33, Manufacturers' Field Services. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 013300-7 REISS ENG NEtNG THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 013300-8 • ISS ENGINEERING SECTION 0135 44 • INDOOR ENVIRONMENTAL REQUIREMENTS • PART 1— GENERAL 1.01 SUMMARY A. In accordance with the sustainable design principals described in the City of Clearwater Greenprint program, the requirements herein specified shall be met regarding interior finishes. B. The listed requirements apply to all sections of the specifications as applicable to their intended use. 1.02 QUALITY ASSURANCE A. Adhesives and Sealants: 1. All adhesives, sealants and sealant primers shall comply with South Coast Air Quality Management District (SCAQMD) Rule #1168. Volatile organic compound (VOC) limits listed in this Rule correspond to an effective date of July 1, 2005 and Rule amendment date of January 7, 2005. 2. Aerosol adhesives shall comply with Green Seal Standard for Commercial Adhesives GS -36 requirements in effect on October 19, 2000. B. Paint and Coatings: 1. Architectural paints and coatings applied to interior walls and ceilings shall not exceed the volatile organic compound (VOC) content limits established in Green Seal Standard GS -11, Paints, 1st Edition, May 20, 1993. 2. Anti -corrosive and anti -rust paints applied to interior ferrous metal substrates shall not exceed the VOC content limit of 250 g/L established in Green Seal Standard GC -03, Anti -Corrosive Paints, 2nd Edition, January 7, 1997. 3. Clear wood finishes, floor coatings, stains, primers, and shellacs applied to interior elements shall not exceed the VOC content limits established in South Coast Air Quality Management District (SCAQMD) Rule 1113, Architectural Coatings, rules in effect on January 1, 2004. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 013544-1 C. Carpet: 1. All carpet installed in the building interior shall meet the testing and product requirements of the Carpet and Rug Institute Green Label Plus 1 program. 2. All carpet cushion installed in the building interior shall meet the requirements of the Carpet and Rug Institute Green Label program. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 013544-2 • • • SECTION 0142 13 ABBREVIATIONS PART 1 - GENERAL 1.01 REFERENCE TO STANDARDS AND SPECIFICATIONS OF TECHNICAL SOCIETIES A. Reference to standards and specifications of technical societies and reporting and resolving discrepancies associated therewith shall be as provided in the General Conditions, and as may otherwise be required herein and in the individual Specification sections. B. Work specified by reference to published standard or specification of government agency, technical association, trade association, professional society or institute, testing agency, or other organization shall meet requirements or surpass minimum standards of quality for materials and workmanship established by designated standard or specification. C. Where so specified, products or workmanship shall also meet or exceed additional prescriptive or performance requirements included within Contract Documents to establish a higher or more stringent standard of quality than required by referenced standard. D. Where two or more standards are specified to establish quality, product and workmanship shall meet or exceed requirements of most stringent. E. Where both a standard and a brand name are specified for a product in Contract Documents, proprietary product named shall meet or exceed requirements of specified reference standard. F. Copies of standards and specifications of technical societies: 1. Copies of applicable referenced standards have not been bound in these Contract Documents. 2. Where copies of standards are needed by Contractor, obtain a copy or copies directly from publication source and maintain in an orderly manner at the Site as Work Site records, available to Contractor's personnel, Subcontractors, Owner, and Engineer. 1.02 ABBREVIATIONS A. Abbreviations for trade organizations and government agencies: Following is a list of construction industry organizations and government agencies to which references may be made in the Contract Documents, with abbreviations used. 1. AA Aluminum Association 2. AABC Associated Air Balance Council 3. AAMA American Architectural Manufacturers Association City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 014213-1 REISSENGINEER 4. AASHTO American Association of State Highway and Transportation Officials 5. ABMA American Bearing Manufacturers' Association 6. ACI American Concrete Institute 7. AEIC Association of Edison Illuminating Companies 8. AGA American Gas Association 9. AGMA American Gear Manufacturers' Association 10. AI Asphalt Institute 11. AISC American Institute of Steel Construction 12. AISI American Iron and Steel Institute 13. AITC American Institute of Timber Construction 14. ALS American Lumber Standards 15. AMCA Air Movement and Control Association 16. ANSI American National Standards Institute 17. APA APA - The Engineered Wood Association 18. API American Petroleum Institute 19. APWA American Public Works Association 20. ARI Air -Conditioning and Refrigeration Institute 21. ASAE American Society of Agricultural Engineers 22. ASCE American Society of Civil Engineers 23. ASHRAE American Society of Heating, Refrigerating and Air -Conditioning Engineers, Inc. 24. ASME American Society of Mechanical Engineers 25. ASNT 26. ASTM 27. AWI 28. AWPA 29. AWPI 30. AWS 31. AWWA 32. BHMA 33. CBM 34. CDA 35. CGA City of Clearwater WTP No. 2 - Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 American Society for Nondestructive Testing ASTM International Architectural Woodwork Institute American Wood Preservers' Association American Wood Preservers' Institute American Welding Society American Water Works Association Builders Hardware Manufacturers' Association Certified Ballast Manufacturer Copper Development Association Compressed Gas Association 014213-2 • REISS ENGINEERING 36. CISPI Cast Iron Soil Pipe Institute 37. CMAA Crane Manufacturers' Association of America 38. CRSI Concrete Reinforcing Steel Institute 39. CS Commercial Standard 40. CSA Canadian Standards Association 41. CSI Construction Specifications Institute 42. DIN Deutsches Institut fiir Normung e.V. 43. DIPRA Ductile Iron Pipe Research Association 44. EIA Electronic Industries Alliance 45. EJCDC Engineers Joint Contract Documents' Committee 46. ETL Electrical Test Laboratories 47. FAA Federal Aviation Administration 48. FAC Florida Administrative Code 49. FCC Federal Communications Commission 50. FDA Food and Drug Administration 51. FDEP Florida Department of Environmental Protection 52. FDOT Florida Department of Transportation 53. FEMA Federal Emergency Management Agency 54. FIPS Federal Information Processing Standards 55. FM FM Global 56. Fed. Spec. Federal Specifications (FAA Specifications) 57. FS Federal Specifications and Standards (Technical Specifications) 58. GA Gypsum Association 59. GANA Glass Association of North America 60. HI Hydraulic Institute 61. HMI Hoist Manufacturers' Institute 62. IBC International Building Code 63. ICBG International Conference of Building Officials 64. ICC International Code Council 65. ICEA Insulated Cable Engineers' Association 66. IFC International Fire Code 67. IEEE Institute of Electrical and Electronics Engineers, Inc. 68. IESNA Illuminating Engineering Society of North America City of Clearwater WTP No. 2 - Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 014213-3 RE1 S EN NEER1NG 69. IFI Industrial Fasteners Institute 70. IGMA Insulating Glass Manufacturer's Alliance 71. IMC International Mechanical Code 72. INDA Association of the Nonwoven Fabrics Industry 73. IPC International Plumbing Code 74. IRI Industrial Risk Insurers 75. ISA Instrumentation, Systems, and Automation Society 76. ISO International Organization for Standardization 77. ITL Independent Testing Laboratory 78. JIC Joint Industry Conferences of Hydraulic Manufacturers 79. MIA Marble Institute of America 80. MIL Military Specifications 81. MMA Monorail Manufacturers' Association 82. NAAMM National Association of Architectural Metal Manufacturers 83. NACE NACE International 84. NEBB National Environmental Balancing Bureau 85. NEC National Electrical Code 86. NECA National Electrical Contractor's Association 87. NEMA National Electrical Manufacturers' Association 88. NESC National Electrical Safety Code 89. NETA InterNational Electrical Testing Association 90. NFPA National Fire Protection Association 91. NHLA National Hardwood Lumber Association 92. NICET National Institute for Certification in Engines Engineering Technologies 93. NIST National Institute of Standards and Technology 94. NRCA National Roofing Contractors Association 95. NRTL Nationally Recognized Testing Laboratories 96. NSF NSF International 97. NSPE National Society of Professional Engineers 98. NTMA National Terra77o and Mosaic Association 99. NWWDA National Wood Window and Door Association 100. OSHA City of Clearwater WTP No. 2 - Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 Occupational Safety and Health Act Federal and State) 014213-4 (both HISS ENG il' EERING 101. PCI Precast/Prestressed Concrete Institute 102. PEI Porcelain Enamel Institute 103. PPI Plastic Pipe Institute 104. PS Product Standards Section -U.S. Department of Commerce 105. RMA Rubber Manufacturers' Association 106. RUS Rural Utilities Service 107. SAE Society of Automotive Engineers 108. SDI Steel Deck Institute 109. SDI Steel Door Institute 110. SJI Steel Joist Institute 111. SMACNA Sheet Metal and Air Conditioning Contractors National Association 112. SPI Society of the Plastics Industry 113. SSPC The Society for Protective Coatings 114. SWFWMD Southwest Florida Water Management District 115. SWI Steel Window Institute 116. TEMA Tubular Exchanger Manufacturers' Association 117. TCA Tile Council of North America 118. TIA Telecommunications Industry Association 119. UBC Uniform Building Code 120. UFC Uniform Fire Code 121. UL Underwriters Laboratories Inc. 122. UMC Uniform Mechanical Code 123. USBR U.S. Bureau of Reclamation 124. WCLIB West Coast Lumber Inspection Bureau 125. WWPA Western Wood Products Association PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 014213-5 REISS ENGINEERING THIS PAGE LEFT INTENTIONALLY BLANK City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 014213-6 • • REISS EN NEERING • SECTION 01 43 33 MANUFACTURERS' FIELD SERVICES PART 1- GENERAL 1.01 DEFINITIONS A. Person -Day: One person for 8 hours within regular Contractor working hours. 1.02 SUBMITTALS A. Informational Submittals: 1. Training Schedule: Submit not less than 21 days prior to start of equipment installation and revise as necessary for acceptance. 2. Lesson Plan: Submit proposed lesson plan not less than 21 days prior to scheduled training and revise as necessary for acceptance. 1.03 QUALIFICATION OF MANUFACTURER'S REPRESENTATIVE A. Authorized representative of the manufacturer, factory trained, and experienced in the technical applications, installation, operation, and maintenance of respective equipment, subsystem, or system, with full authority by the equipment manufacturer to issue the certifications required of the manufacturer. Additional qualifications may be specified elsewhere. • B. Representative subject to acceptance by Owner and Engineer. No substitute representatives will be allowed unless prior written approval by such has been given. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 FULFILLMENT OF SPECIFIED MINIMUM SERVICES A. Furnish manufacturers' services when required by an individual specification section, to meet the requirements of this section. B. Where time is necessary in excess of that stated in the Specifications for manufacturers' services, or when a minimum time is not specified, the time required to perform the specified services shall be considered incidental. C. Schedule manufacturer' services to avoid conflict with other onsite testing or other manufacturers' onsite services. D. Determine, before scheduling services, that all conditions necessary to allow successful testing have been met. E. Only those days of service approved by Engineer will be credited to fulfill the specified minimum services. F. When specified in individual specification sections, manufacturer's onsite services • shall include: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 014333-1 FIEISS EN NEERING 1. Assistance during product (system, subsystem, or component) installation to include observation, guidance, instruction of Contractor's assembly, erection, installation or application procedures. 2. Inspection, checking, and adjustment as required for product (system, subsystem, or component) to function as warranted by manufacturer and necessary to furnish Manufacturer's Certificate of Proper Installation. 3. Providing, on a daily basis, copies of all manufacturers' representatives' field notes and data to Engineer. 4. Revisiting the Site as required to correct problems and until installation and operation are acceptable to Engineer. 5. Resolution of assembly or installation problems attributable to, or associated with, respective manufacturer's products and systems. 6. Assistance during functional and performance testing, and facility startup and evaluation. 7. Training of Owner's personnel in the operation and maintenance of respective product as required. 8. Additional requirements may be specified elsewhere. 3.02 MANUFACTURER'S CERTIFICATE OF COMPLIANCE A. When so specified, a Manufacturer' s Certificate of Compliance, a copy of which is attached to this section, shall be completed in full, signed by the entity supplying the product, material, or service, and submitted prior to shipment of product or material or the execution of the services. B. Engineer may permit use of certain materials or assemblies prior to sampling and testing if accompanied by accepted certification of compliance. C. Such form shall certify that the proposed product, material, or service complies with that specified. Attach supporting reference data, affidavits, and certifications as appropriate. D. May reflect recent or previous test results on material or product, if acceptable to Engineer. 3.03 MANUFACTURER'S CERTIFICATE OF PROPER INSTALLATION A. When so specified, a Manufacturer's Certificate of Proper Installation form, a copy of which is attached to this section, shall be completed and signed by the equipment manufacturer' s representative. B. Such form shall certify that the signing party is a duly authorized representative of the manufacturer, is empowered by the manufacturer to inspect, approve, and operate their equipment and is authorized to make recommendations required to assure that the equipment is complete and operational. 3.04 TRAINING A. General: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 014333-2 • REISS ENGINEERING 1. Furnish manufacturers' representatives for detailed classroom and hands-on training to Owner's personnel on operation and maintenance of specified product (system, subsystem, or component) and as may be required in applicable Specifications. 2. Furnish trained, articulate personnel to coordinate and expedite training, to be present during training coordination meetings with Owner, and familiar with operation and maintenance manual information. 3. Manufacturer' s representative shall be familiar with facility operation and maintenance requirements as well as with specified equipment. 4. Furnish complete training materials, to include operation and maintenance data, to be retained by each trainee. B. Training Schedule: 1. List specified equipment and systems that require training services and show: a. Respective manufacturer. b. Estimated dates for installation completion. c. Estimated training dates. 2. Allow for multiple sessions when several shifts are involved. 3. Adjust schedule to ensure training of appropriate personnel as deemed necessary by Owner, and to allow full participation by manufacturers' representatives. Adjust schedule for interruptions in operability of equipment. 4. Coordinate with Section 01 32 00, Construction Progress Documentation. C. Lesson Plan: When manufacturer or vendor training of Owner personnel is specified, prepare for each required course, containing the following minimum information: 1. Title and objectives. 2. Recommended types of attendees (for example, managers, engineers, operators, maintenance). 3. Course description and outline of course content. 4. Format (for example, lecture, self -study, demonstration, hands-on). 5. Instruction materials and equipment requirements. 6. Resumes of instructors providing the training. D. Pre -startup Training: 1. Coordinate training sessions with Owner's operating personnel and manufacturers' representatives. 2. Complete at least 14 days prior to beginning of facility startup. E. Post -startup Training: If required in Specifications, furnish and coordinate training of Owner's operating personnel by respective manufacturer's representatives. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 014333-3 REIS ENGINEER I G 3.05 SUPPLEMENTS A. The supplements listed below" are part of this Specification. 1. Form: Manufacturer's Certificate of Compliance. 2. Form: Manufacturer's Certificate of Proper Installation. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 014333-4 • REIS ENGINEERING • • OWNER: PROJECT NAME: PROJECT NO: MANUFACTURER'S CERTIFICATE OF COMPLIANCE PRODUCT, MATERIAL, OR SERVICE SUBMITTED: Comments: 1 hereby cert that the above -referenced product, material, or service called for by the contract for the named project will be furnished in accordance with all applicable requirements. I further cert5 that the product, material, or service are of the quality specified and conform in all respects with the contract requirements, and are in the quantity shown. Date of Execution: , 20 Manufacturer: Manufacturer's Authorized Representative (print): (Authorized Signature) City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 014333-5 REIS ENGINEERING MANUFACTURER'S CERTIFICATE OF PROPER INSTALLATION OWNER EQPT SERIAL NO: EQPT TAG NO: EQPT/SYSTEM: I/ PROJECT NO: SPEC. SECTION: I hereby certifil that the above -referenced equipment/system has been: (Check Applicable) ❑ Installed in accordance with Manufacturer's recommendations. ❑ Inspected, checked, and adjusted ❑ Serviced with proper initial lubricants. ❑ Electrical and mechanical connections meet quality and safety standards. ElAll applicable safety equipment has been properly installed ❑ Functional tests. ❑ System has been performance tested, and meets or exceeds specified performance requirements. (When complete system of one manufacturer) Note: Attach any performance test documentation from manufacturer. Comments: I, the undersigned Manufacturer's Representative, hereby certibi that I am (i) a duly authorized representative of the manufacturer, (ii) empowered by the manufacturer to inspect, approve, and operate his equipment and (111) authorized to make recommendations required to assure that the equipment furnished by the manufacturer is complete and operational, except as may be otherwise indicated herein. I further certify that all information contained herein is true and accurate. Date: , 20 Manufacturer: By Manufacturer's Authorized Representative: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 014333-6 EISS E/NEERING • SECTION 01 45 16.13 CONTRACTOR QUALITY CONTROL PART 1- GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. ASTM International (ASTM): a. D3740, Evaluation of Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. b. E329, Use in the Evaluation of Testing and Inspection Agencies as Used in Construction. 1.02 DEFINITIONS A. Contractor Quality Control (CQC): The means by which Contractor ensures that the construction, to include that performed by subcontractors and suppliers, complies with the requirements of the Contract. 1.03 SUBMITTALS A. Informational Submittals: • 1. CQC Plan: Submit, no later than 30 days after receipt of Notice to Proceed. 2. CQC Report: Submit, weekly, an original and one copy in report form. 1.04 OWNER'S QUALITY ASSURANCE A. All Work is subject to Owner's quality assurance inspection and testing at all locations and at all reasonable times before acceptance to ensure strict compliance with the terms of the Contract Documents. B. Owner's quality assurance inspections and tests are for the sole benefit of Owner and do not: 1. Relieve Contractor of responsibility for providing adequate quality control measures; 2. Relieve Contractor of responsibility for damage to or loss of the material before acceptance; 3. Constitute or imply acceptance; or 4. Affect the continuing rights of Owner after acceptance of the completed Work. C. The presence or absence of a quality assurance inspector does not relieve Contractor from any Contract requirement. D. Promptly furnish all facilities, labor, and material reasonably needed for performing such safe and convenient inspections and tests as may be required by Engineer. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) REISS ENG NEIN Conformed Documents 01 45 16.13 - 1 April 2013 E. City may deduct from the Contract Price, by issuing a Change Order, any additional cost of inspection or test when Work is not ready at the time specified by Contractor for inspection or test, or when prior rejection makes re -inspection or retest necessary. All quality assurance inspections and tests will be performed in a manner that will not unnecessarily delay the Work. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 GENERAL A. Maintain an adequate inspection system and perform such inspections as will ensure that the Work conforms to the Contract Documents. B. Maintain complete inspection records and make them available at all times to Owner and Engineer. C. The quality control system shall consist of plans, procedures, and organization necessary to produce an end product that complies with the Contract Documents. The system shall cover construction and demolition operations, both onsite and offsite, including Work by subcontractors, fabricators, suppliers and purchasing agents, and shall be keyed to the proposed construction sequence. 3.02 COORDINATION MEETING A. After the Preconstruction Conference, but before start of construction, and prior to acceptance of the CQC Plan, schedule a meeting with Engineer and Owner to discuss the quality control system. B. Develop a mutual understanding of the system details, including the forms for recording the CQC operations, control activities, testing, administration of the system for both onsite and offsite Work, and the interrelationship of Contractor's management and control with the Owner's Quality Assurance. C. There may be occasions when subsequent conferences may be called by either party to reconfirm mutual understandings or address deficiencies in the CQC system or procedures that may require corrective action by Contractor. 3.03 QUALITY CONTROL ORGANIZATION A. CQC System Manager: 1. Designate an individual within the Contractor's organization who will be responsible for overall management of CQC and have the authority to act in all CQC matters for the Contractor. 2. CQC System Manager may perform other duties on the Project. 3. CQC System Manager shall be an experienced construction person, with a minimum of 3 years construction experience on similar type Work. 4. CQC System Manager shall report to the Contractor's project manager or someone higher in the organization. Project manager in this context shall City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 45 16.13 - 2 • • • REISS ENGINEER! G mean the individual with responsibility for the overall quality and production management of the Project. 5. The CQC System Manager shall be onsite during construction; periods of absence may not exceed 2 weeks at any one time. 6. Identify an alternate for the CQC System Manager to serve with full authority during the System Manager's absence. The requirements for the alternate will be the same as for the designated CQC System Manager. B. CQC Staff: 1. Designate a CQC staff, available at the Site at all times during progress, with complete authority to take any action necessary to ensure compliance with the Contract. All CQC staff members shall be subject to acceptance by Engineer. 2. CQC staff shall take direction from CQC System Manager in matters pertaining to QC. 3. CQC staff must be of sufficient size to ensure adequate QC coverage of all Work phases, work shifts, and work crews involved in the construction. These personnel may perform other duties, but must be fully qualified by experience and technical training to perform their assigned QC responsibilities and must be allowed sufficient time to carry out these responsibilities. 4. The actual strength of the CQC staff may vary during any specific Work period to cover the needs of the Project. Add additional staff when necessary for a proper CQC organization. C. Organizational Changes: Obtain Engineer's acceptance before replacing any member of the CQC staff. Requests for changes shall include name, qualifications, duties, and responsibilities of the proposed replacement. 3.04 CONTRACTOR QUALITY CONTROL PLAN A. General: 1. Plan shall identify personnel, procedures, control, instructions, test, records, and forms to be used. 2. An interim plan for the first 30 days of operation will be considered. 3. Construction will be permitted to begin only after acceptance of the CQC Plan or acceptance of an interim plan applicable to the particular feature of Work to be started. 4. Work outside of the features of Work included in an accepted interim plan will not be permitted to begin until acceptance of a CQC Plan or another interim plan containing the additional features of Work to be started. B. Content: 1. Plan shall cover the intended CQC organization for the entire Contract and shall include the following, as a minimum: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 45 16.13 - 3 EISS ENG EER NG a. Organization: Description of the quality control organization, including a chart showing lines of authority for all aspects of the Work specified. b. CQC Staff: The name, qualifications (in resume format), duties, responsibilities, and authorities of each person assigned a QC function. c. Letters of Authority: A copy of a letter to the CQC System Manager signed by an authorized official of the firm, describing the responsibilities and delegating sufficient authorities to adequately perform the functions of the CQC System Manager, including authority to stop Work which is not in compliance with the Contract. The CQC System Manager shall issue letters of direction to all other various quality control representatives outlining duties, authorities and responsibilities. Copies of these letters will also be furnished to Owner. d. Submittals: Procedures for scheduling, reviewing, certifying, and managing submittals, including those of subcontractors, offsite fabricators, suppliers and purchasing agents. e. Testing: Control, verification and acceptance testing procedures for each specific test to include the test name, frequency, specification paragraph containing the test requirements, the personnel and laboratory responsible for each type of test, and an estimate of the number of tests required. f. Procedures for tracking preparatory, initial, and follow-up control phases and control, verification, and acceptance tests, including documentation. g. Procedures for tracking deficiencies from identification through acceptable corrective action. These procedures will establish verification that identified deficiencies have been corrected. h. Reporting procedures, including proposed reporting formats; include a copy of the CQC report form. C. Acceptance of Plans: Acceptance of the Contractor's basic and addendum CQC plans is required prior to the start of construction. Acceptance is conditional and will be predicated on satisfactory performance during the construction. Owner reserves the right to require Contractor to make changes in the CQC plan and operations including removal of personnel, as necessary, to obtain the quality specified. D. Notification of Changes: After acceptance of the CQC plan, Contractor shall notify Engineer, in writing, a minimum of 7 calendar days prior to any proposed change. Proposed changes are subject to acceptance by the Engineer. • 3.05 CONTRACTOR QUALITY CONTROL REPORT A. As a minimum, prepare a CQC report for every 7 calendar days. Account for all days throughout the life of the Contract. Reports shall be signed and dated by the CQC System Manager. Include copies of test reports and copies of reports prepared by all QC staff. B. Maintain current records of quality control operations, activities, and tests performed, including the Work of subcontractors and suppliers. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) C ---)ISS ENGINEERING Conformed Documents 01 45 16.13 - 4 April 2013 C. Records shall be on an acceptable form and shall be a complete description of • inspections, the results of inspections, daily activities, tests, and other items, including but not limited to the following: 1. Contractor/subcontractor and their areas of responsibility. 2. Operating plant/equipment with hours worked, idle, or down for repair. 3. Work performed today, giving location, description, and by whom. When a network schedule is used, identify each phase of Work performed each day by activity number. 4. Test and/or control activities performed with results and references to specifications/plan requirements. The control phase should be identified (Preparatory, Initial, Follow-up). List deficiencies noted along with corrective action. • 5. Material received with statement as to its acceptability and storage. 6. Identify submittals reviewed, with Contract reference, by whom, and action taken. 7. Offsite surveillance activities, including actions taken. 8. Job safety evaluations stating what was checked, results, and instructions or corrective actions. 9. List instructions given/received and conflicts in Drawings and/or Specifications. 10. Contractor's verification statement. 11. Indicate a description of trades working on the Project; the number of personnel working; weather conditions encountered; and any delays encountered. 12. These records shall cover both conforming and deficient features and shall include a statement that equipment and materials incorporated in file work and workmanship comply with the Contract. 3.06 SUBMITTAL QUALITY CONTROL A. Submittals shall be as specified in Section 01 33 00, Submittals. The CQC organization shall be responsible for certifying that all submittals are in compliance with the Contract requirements. Owner will furnish copies of test report forms upon request by Contractor. Contractor may use other forms as approved. 3.07 TESTING QUALITY CONTROL A. Testing Procedure: 1. Perform tests specified or required to verify that control measures are adequate to provide a product which conforms to Contract requirements. Perform the following activities and record the following data: a. Verify testing procedures comply with contract requirements. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 45 16.13 - 5 CD REENGINEERING b. Verify facilities and testing equipment are available and comply with testing standards. c. Check test instrument calibration data against certified standards. d. Verify recording forms and test identification control number system, including all of the test documentation requirements, have been prepared. e. Documentation: i. Record results of all tests taken, both passing and failing, on the CQC report for the date taken. ii. Include specification paragraph reference, location where tests were taken, and the sequential control number identifying the test. iii. Actual test reports may be submitted later, if approved by Engineer, with a reference to the test number and date taken. iv. Provide directly to Engineer an information copy of tests performed by an offsite or commercial test facility. Test results shall be signed by an engineer registered in the state where the tests are performed. v. Failure to submit timely test reports, as stated, may result in nonpayment for related Work performed and disapproval of the test facility for this Contract. B. Testing Laboratories: Laboratory facilities, including personnel and equipment, utilized for testing soils, concrete, asphalt and steel shall meet criteria detailed in ASTM D3740 and ASTM E329, and be accredited by the American Association of Laboratory Accreditation (AALA), National Institute of Standards and Technology (NIST), National Voluntary Laboratory Accreditation Program (NVLAP), the American Association of State Highway and Transportation Officials (AASHTO), or other approved national accreditation authority. All personnel performing concrete testing shall be certified by the American Concrete Institute (ACI). 3.08 COMPLETION INSPECTION A. CQC System Manager shall conduct an inspection of the Work at the completion of all Work or any milestone established by a completion time stated in the Contract. B. Punchlist: 1. CQC System Manager shall develop a punchlist of items which do not conform to the Contract requirements. 2. Include punchlist in the CQC report, indicating the estimated date by which the deficiencies will be corrected. 3. The CQC System Manager or staff shall make a second inspection to ascertain that all deficiencies have been corrected and so notify the Owner. 4. These inspections and any deficiency corrections required will be accomplished within the time stated for completion of the entire Work or any particular increment thereof if the Project is divided into increments by separate completion dates. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 45 16.13 - 6 • EIS ENGIN ERING • City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 01 45 16.13 - 7 REISS EN G# ERING THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 45 16.13 - 8 • RE SS ENG1NEERING SECTION 0150 00 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 - GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. American Association of Nurserymen: American Standards for Nursery Stock. 2. American Association of State Highway and Transportation Officials: Manual on Uniform Traffic Control Devices. 3. Federal Emergency Management Agency (FEMA). 4. Florida Department of Transportation (FDOT): Roadway and Traffic Design Standards. 5. International Municipal Signal Association (IMSA). 6. National Fire Prevention Association (NFPA): 241, Standard for Safeguarding Construction, Alteration, and Demolition Operations. 7. Telecommunications Industry Association (TIA); Electronic Industries Alliance (EIA): 568B, Commercial Building Telecommunications Cabling Standard. 8. U.S. Department of Agriculture: Urban Hydrology for Small Watersheds. 9. U.S. Weather Bureau: Rainfall -Frequency Atlas of the U.S. for Durations from 30 Minutes to 24 Hours and Return Periods from 1 to 100 Years. 1.02 GENERAL REQUIREMENTS A. The Contractor shall provide all temporary facilities as outlined herein. 1.03 SUBMITTALS A. Informational Submittals: 1. Copies of permits and approvals for construction as required by Laws and Regulations and governing agencies. 2. Qualifications: IMSA Work Zone Traffic Control Safety Certification of person responsible for traffic control safety. 3. Temporary Utility Submittals: a. Electric power supply and distribution plans. b. Water supply and distribution plans. c. Drainage plans. d. Dewatering well locations. e. Sanitary. 4. Temporary Construction Submittals: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 01 50 00 - 1 April 2013 REISS ENGINEERING a. Parking area plans. b. Contractor's field office, storage yard, and storage building plans, including gravel surfaced area. c. Engineer's field office plan. d. Fencing and protective barrier locations and details. e. Staging area location plan. f. Traffic control plan. 5. Temporary Control Submittals: a. Noise control plan. b. Plan for disposal of waste materials including wastewater from dewatering operations and intended haul routes. 1.04 MOBILIZATION A. Mobilization shall include, but not be limited to, these principal items: 1. Obtaining required permits. 2. Moving Contractor's field office and equipment required for first month operations onto Site. 3. Installing temporary construction power, wiring, and lighting facilities. 4. Providing onsite communication facilities, including telephones. 5. Providing onsite sanitary facilities and potable water facilities as specified and as required by Laws and Regulations, and governing agencies. 6. Arranging for and erection of Contractor's work and storage yard. 7. Posting OSHA required notices and establishing safety programs and procedures. 8. Contractor's superintendent at Site full time. 9. Setup and acceptance or required erosion and sedimentation control. 1.05 PROTECTION OF WORK AND PROPERTY A. Comply with Owner's safety rules while on Owner's property. B. Keep Owner informed of serious onsite accidents and related claims. C. Use of Explosives: No blasting or use of explosives will be allowed onsite. 1.06 VEHICULAR TRAFFIC A. Traffic Control Plan: Adhere to traffic control plan reviewed and accepted by Owner. Changes to this plan shall be made only by written approval of appropriate public authority and acceptance by Owner. Secure approvals for necessary changes so as not to delay progress of the Work. B. Traffic Routing Plan: Show sequences of construction affecting use of roadways, time required for each phase of the Work, provisions for decking over excavations and City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 015000-2 EISS ENGINEERING phasing of operations to provide necessary access, and plans for signing, barricading, flagging, and striping to provide passages for pedestrians and vehicles. 1.07 QUALITY ASSURANCE A. Provide at least one employee in the field, superintendent or foreman, who holds an IMSA Work Zone Traffic Control Safety Certification. This certified employee should be on the Site when traffic control measures are installed and when work is occurring within the traffic zones. PART 2 - PRODUCTS 2.01 ENGINEER'S FIELD OFFICES A. Furnish equipment specified for exclusive use of Engineer and its representatives. B. Ownership of equipment furnished under this article will remain, unless otherwise specified, that of Contractor. C. Equipment furnished shall be new or like new in appearance and function. D. Minimum Features: 1. 110 -volt lighting and wall plugs. 2. Fluorescent ceiling lights. 3. Electric heating and self-contained air conditioning unit, properly sized for Project locale and conditions. Provide ample electric power to operate installed systems. 4. Railed stairways and landings at entrances. 5. Exterior Door(s): a. Number: Two. b. Type: Solid core. c. Lock(s): Cylindrical. 6. Number of Windows: Six, min.. 7. Minimum Interior Height: 8 feet. E. Floor Space: Minimum 1000 square feet. F. Rooms: One bathroom minimum 40 square feet; Three private offices, with minimum private office floor space of 120 square feet, each; one file room with 4 -5 drawer file cabinets; one meeting room of 180 square feet minimum; and remainder configured for open meeting or storage space. G. Plan table; plan rack; double desk with desk surface located 29 inches from floor; six 2 -drawer, steel file cabinets; and overhead shelf. H. Office Equipment—General: 1. One standard size refrigerator 2. Paper Cup Dispenser with Cups: One. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 015000-3 RETS.._: ENGINEERING 3. Paper Towel Dispenser with Towels: One. 4. Desk: Three, steel, 30 inches by 60 inches with desk surface located 29 inches from floor. 5. Desk Chair: Twelve with the following characteristics: a. Five castor base. b. Adjustable height. c. Swivels. d. Locking Back. e. Adjustable seat back for height and angle. f. Adjustable arms. 6. Folding Table: One, 36 inches by 72 inches. 7. Drafting Stool: One. 8. Four -Drawer Steel File with Lock: One, legal width. 9. Drawing Rack with Drawing Hangers: Two. 10. Bookcase: Six, 36 inches wide by 84 inches high. 11. Wastepaper Basket: Four. 12. Clothes Rack: One. 13. First -Aid Kit: One. 14. Carbon Dioxide (10 -Pound) Fire Extinguisher: Two. 15. Telephone: Five, with one intercom line and two incoming/outgoing lines, Touch -Tone, with conference speaker, and 12 -foot coiled handset cord. 16. Four cell phones with Sprint Everything Plan or equal. 17. Digital Answering Machine. 18. Facsimile (Fax) Machine. 19. Copy machine, dry type, self-feeding, capable of providing 11 -inch by 17 -inch, 8 -1/2 -inch by 11 -inch, and 8 -1/2 -inch by 14 -inch copies and collating multiple copies to 10, and reduction and enlargement capabilities; include maintenance service agreement for duration of contract. 20. High speed (Min. 2 Mbps download and 4 Mbps download) internet access and wall plugs in each room 2.02 PROJECT SIGN A. Provide and maintain one project sign as sized and of materials prescribed by the Owner. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 015000-4 • E SS ENG NEERING PART 3 - EXECUTION • 3.01 ENGINEER'S FIELD OFFICE • A. Make available for Engineer's use prior to start of the Work at Site and to remain on the Site for minimum of 30 days after final acceptance of the Work. B. Locate where directed by Engineer; level, block, tie down, skirt, provide stairways, and relocate when necessary and approved. Construct on proper foundations, and provide proper surface drainage and connections for utility services. C. Provide minimum 100 square feet of gravel or crushed rock base, minimum depth of 4 inches, at each entrance. D. Raise grade under field office, as necessary, to elevation adequate to avoid flooding. E. Provide toilet, sink and urinal outfitted bathroom facilities in compliance with state and local health authorities. F. Exterior Door Keys: Furnish two sets of keys. G. Telephone: 1. Provide number of incoming lines equal to that specified for telephone type. 2. Provide separate analog fax line. 3. Provide appropriate jacks; locate as directed by Engineer. 4. Provide wiring necessary for a completed telephone system. H. Telecommunications: 1. Provide 1.54Mb (T1) DSL internet connection with minimum of five live portable computer (PC) ports. 2. Provide all appropriate jacks, CAT -5 patch cords, wiring, and equipment required for a complete telecommunications system. 3. Arrange and provide for telecommunication service for use during construction. Pay costs of installation, maintenance, and monthly service of internet connection. Maintain in good repair and appearance, and provide weekly cleaning service and replenishment, as required, of paper towels, paper cups, hand soap, toilet paper and first-aid kit supplies. 3.02 TEMPORARY UTILITIES A. Power: 1. Electric power will be available at or near Site. Contractor shall determine type and amount available and make arrangements for obtaining temporary electric power service, metering equipment, and pay all costs for electric power used during contract period, except for portions of the Work designated in writing by Engineer as substantially complete. 2. Cost of electric power shall be borne by Contractor. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 015000-5 EISS ENGINEERING B. Lighting: Provide temporary lighting to meet applicable safety requirements to allow erection, application, or installation of materials and equipment, and observation or inspection of the Work. C. Heating, Cooling, and Ventilating: 1. Provide as required to maintain adequate environmental conditions to facilitate progress of the Work, to meet specified minimum conditions for installation of materials, and to protect materials, equipment, and finishes from damage due to temperature or humidity. 2. Provide adequate forced air ventilation of enclosed areas to cure installed materials, to dispense humidity, and to prevent hazardous accumulations of dust, fumes, vapors, or gases. 3. Pay costs of installation, maintenance, operation, removal, and fuel consumed. 4. Provide portable unit heaters, complete with controls, oil- or gas-fired, and suitably vented to outside as required for protection of health and property. 5. If permanent natural gas piping is used for temporary heating units, do not modify or reroute gas piping without approval of utility company. Provide separate gas metering as required by utility. D. Sanitary and Personnel Facilities: 1. Provide and maintain facilities for Contractor's employees, Subcontractors, and all other onsite employers' employees. Service, clean, and maintain facilities and enclosures. 2. Use of Owner's existing sanitary facilities by construction personnel will not be allowed. E. Telephone Service: Arrange and provide onsite telephone service for use during construction. Pay costs of installation and monthly bills. F. Fire Protection: Furnish and maintain on Site adequate firefighting equipment capable of extinguishing incipient fires. Comply with applicable parts of NFPA 241. 3.03 PROTECTION OF WORK AND PROPERTY A. General: 1. Perform Work within right-of-way and easements in a systematic manner that minimizes inconvenience to property owners and the public. 2. No residence or business shall be cut off from vehicular traffic for a period exceeding 4 hours, unless special arrangements have been made. Any agreements shall be in writing and provided to the Engineer prior to work. 3. Maintain in continuous service existing oil and gas pipelines, underground power, telephone or communication cable, water mains, irrigation lines, sewers, poles and overhead power, and all other utilities encountered along line of the Work, unless other arrangements satisfactory to owners of said utilities have been made. Any agreement shall be in writing and provided to the Engineer prior to work. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 015000-6 E1SSENG#NEERI • 4. Where completion of the Work requires temporary or permanent removal or relocation of existing utility, coordinate activities with owner of said utility and perform all work to their satisfaction. 5. Protect, shore, brace, support, and maintain underground pipes, conduits, drains, and other underground utility construction uncovered or otherwise affected by construction operations. 6. Keep fire hydrants and water control valves free from obstruction and available for use at all times. 7. In areas where Contractor's operations are adjacent to or near a utility, such as gas, telephone, television, electric power, water, sewer, or irrigation system, and such operations may cause damage or inconvenience, suspend operations until arrangements necessary for protection have been made by Contractor. 8. Notify property owners and utility offices that may be affected by construction operation at least 2 days in advance. a. Before exposing a utility, obtain utility owner's permission. b. Should service of utility be interrupted due to Contractor's operation, notify proper authority immediately. Cooperate with said authority in restoring service as promptly as possible and bear costs incurred. 9. Do not impair operation of existing sewer system. Prevent construction material, pavement, concrete, earth, volatile and corrosive wastes, and other debris from entering sewers, pump stations, or other sewer structures. • 10. Maintain original Site drainage wherever possible. B. Trees and Plantings: 1. Protect from damage and preserve trees, shrubs, and other plants outside limits of the Work and within limits of the Work, which are designated on the Drawings to remain undisturbed. a. Where practical, tunnel beneath trees when on or near line of trench. b. Employ hand excavation as necessary to prevent tree injury. c. Do not stockpile materials or permit traffic within drip lines of trees. d. Provide and maintain temporary barricades around trees. e. Water vegetation as necessary to maintain health. f. Cover temporarily exposed roots with wet burlap, and keep burlap moist until burlap can be removed and soil is replaced around roots. g. No trees, except those specifically shown on Drawings to be removed, shall be removed without written approval of Engineer. h. Dispose of removed trees in a legal manner off the Site. 2. Balling and burlapping of trees indicated for replacement shall conform to recommended specifications set forth in the American Standards for Nursery Stock, published by American Association of Nurserymen. All balls shall be firm and intact and made -balls will not be accepted. Handle ball and burlap trees by ball and not by top. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 015000-7 REISS EN NEERING 3. In event of damage to bark, trunks, limbs, or roots of plants that are not designated for removal, treat damage by corrective pruning, bark tracing, application of a heavy coating of tree paint, and other accepted horticultural and tree surgery practices. 4. Replace each plant that dies as a result of construction activities with plants in quantity and quality acceptable to the Owner. Maintain plants in accordance with the requirements for permanent seeding in Section 01 57 13, Temporary Erosion and Sediment Control. C. Finished Construction: Protect finished floors and concrete floors exposed as well as those covered with composition tile or other applied surfacing. D. Waterways: Keep ditches, culverts, and natural drainages continuously free of construction materials and debris. E. Dewatering: Construct, maintain, and operate cofferdams, channels, flume drains, sumps, pumps, or other temporary diversion and protection works. Furnish materials required, install, maintain, and operate necessary pumping and other equipment for the environmentally safe removal and disposal of water from the various parts of the Work. Maintain foundations and parts of the Work free from water. F. Archaeological Finds: 1. General: Should finds of an archaeological or paleontological nature be made within the limits of the Site, immediately notify Owner and Engineer and proceed in accordance with the General Conditions. Continue the Work in other areas without interruption. 2. Archaeological Finds: Evidence of human occupation or use of an area within the contract limits prior to the Year 1840. Evidence may consist of skeletons, stone, or other utensils, or evidence of habitations or structures. 3. Paleontological Finds: Evidence of prehistoric plant or animal life, such as skeletons, bones, fossils, or casts and other indications such as pictographs. 4. Owner may order the Work stopped in other areas if, in Owner's opinion, the find is more extensive than may appear from uncovered material. 5. Protection of Finds: a. Cover, fence, or otherwise protect finds until notice to resume the Work is given. b. Cover finds with plastic film held in place by earth, rocks, or other weights placed outside the find. Should additional backfilling be necessary for safety or to prevent caving, place backfill material loosely over the plastic film. c. Sheet or shore as necessary to protect excavations underway. Place temporary fence to prevent unauthorized access. d. Dewater finds made below water table as necessary to protect construction Work underway. Divert groundwater or surface runoff away from find by ditching or other acceptable means. 6. Removal of Finds: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 015000-8 • • ltE SS ENSNEERING a. All finds are property of Owner. Do not remove or disturb finds without Owner's written authorization. b. Should Owner elect to have a find removed, provide equipment, labor, and material to permit safe removal of find without damage. Provide transportation for delivery to individuals, institutions, or other places as Owner may find desirable, expedient, or required by law. G. Endangered Species: 1. Take precautions necessary and prudent to protect native endangered flora and fauna as shown on the Drawings or otherwise identified. a. Notify Engineer of construction activities that might threaten endangered species or their habitats. 2. Engineer will mark areas known as habitats of endangered species prior to commencement of onsite activities. 3. Additional areas will be marked by Engineer as other habitats of endangered species become known during construction. 3.04 TEMPORARY CONTROLS A. Air Pollution Control: 1. Minimize air pollution from construction operations. 2. Burning: a. Of waste materials, rubbish, or other debris will not be permitted on or adjacent to Site. 3. Conduct operations of dumping material (soil, rock, etc.) and of carrying material (soil, rock, etc.) away in trucks to cause a minimum of dust. Give unpaved streets, roads, detours, or haul roads used in construction area a dust - preventive treatment or periodically water to prevent dust. Strictly adhere to applicable environmental regulations for dust prevention. 4. Provide and maintain temporary dust -tight partitions, bulkheads, or other protective devices during construction to permit normal operation of existing facilities. Construct partitions of plywood, insulating board, plastic sheets, or similar material. Construct partitions in such a manner that dust and dirt from demolition and cutting will not enter other parts of existing building or facilities. Remove temporary partitions as soon as need no longer exists. B. Noise Control: 1. Noise Control Plan: Propose plan to mitigate construction noise and to comply with noise control ordinances, including method of construction, equipment to be used, and acoustical treatments. C. Water Pollution Control: 1. Disposal of waste into streams or waterways is prohibited. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 015000-9 C) REISS ENGINEERING 2. Divert sanitary sewage and non -storm waste flow interfering with construction and requiring diversion to sanitary sewers. Do not cause or permit action to occur which would cause an overflow. 3. Prior to commencing excavation and construction, obtain Engineer's agreement with detailed plans showing procedures intended to handle and dispose of sewage, groundwater, and stormwater flow, including dewatering pump discharges. 4. Comply with procedures outlined in U.S. Environmental Protection Agency manuals entitled, "Guidelines for Erosion and Sedimentation Control Planning" and "Implementation, Processes, Procedures, and Methods to Control Pollution Resulting from All Construction Activity," and "Erosion and Sediment Control -Surface Mining in Eastern United States." 5. Do not dispose of volatile wastes such as mineral spirits, oil, chemicals, or paint thinner in storm or sanitary drains. 6. Provide acceptable containers for collection and disposal of waste materials, debris, and rubbish. D. Erosion, Sediment, and Flood Control: 1. Provide, maintain, and operate temporary facilities to control erosion and sediment releases, and to protect the Work and existing facilities from flooding during construction period. 2. Design erosion and sediment controls to handle peak runoff resulting from 25 -year, 24-hour storm event based on U.S. Weather Bureau, "Rainfall - Frequency Atlas of the United States for Durations from 30 Minutes to 24 Hours and Return Periods from 1 to 100 Years," Technical Paper No. 40, 1981. 3. Size temporary stormwater conveyances based on procedures presented in U.S. Department of Agriculture, "Urban Hydrology for Small Watersheds," Soil Conservation Service Engineering Technical Release No. 55, 1986. 4. Design temporary flood control facilities for design flood with minimum of 3 feet of freeboard. Design flood shall be as published by FEMA for 100 -year recurrence interval. 3.05 STORAGE YARDS AND BUILDINGS A. Coordinate requirements with Section 01 61 00, Common Pro B. Temporary Storage Yards: Construct temporary storage yards that are not subject to damage by weather conditions. C. Temporary Storage Buildings: 1. Provide environmental control systems that meet manufacturers of equipment and materials stored. 2. Arrange or partition to provide security of contents inspection and inventory. Prod City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 50 00- 10 Requirements. for storage of products recommendations of and ready access for CD REISS EN • INEERING • 3. Store combustible materials (paints, solvents, fuels) in a well -ventilated and remote building meeting safety standards. 3.06 ACCESS ROADS AND DETOURS A. Construct access roads as shown and within easements, rights-of-way, or Project limits. Utilize existing roads where shown. Alignments for new routes shall be approved by Engineer. B. Maintain drainage ways. Install and maintain culverts to allow water to flow beneath access roads. Provide corrosion -resistant culvert pipe of adequate strength and diameter to resist construction loads and convert anticipated flow. C. Provide gravel, crushed rock, or other stabilization material to permit access by all motor vehicles at all times. D. Maintain road grade and crown to eliminate potholes, rutting, and other irregularities that restrict access. E. Coordinate with Engineer detours and other operations affecting traffic and access. Provide at least 72 hours' notice to Engineer of operations that will alter access to the Site. 3.07 PARKING AREAS A. Control vehicular parking to preclude interference with public traffic or parking, access by emergency vehicles, Owner's operations, or construction operations. • B. Provide parking facilities for personnel working on the Project. No employee or equipment parking will be permitted on Owner's existing paved areas. • 3.08 VEHICULAR TRAFFIC A. Comply with Laws and Regulations regarding closing or restricting use of public streets or highways. No public or private road shall be closed, except by written permission of proper authority. Assure the least possible obstruction to traffic and normal commercial pursuits. B. Conduct the Work to interfere as little as possible with public travel, whether vehicular or pedestrian. C. Unless permission to close a street is received in writing from the proper authority (County, City, FDOT), place excavated material so vehicular and pedestrian traffic may be maintained at all times. If Contractor's operations cause traffic hazards, it shall repair road surface, provide temporary ways, erect wheel guards or fences, or take other measures for safety satisfactory to Owner. D. Whenever it is necessary to cross, close, or obstruct roads, driveways, and walks, whether public or private, provide and maintain suitable and safe bridges, detours, or other temporary expedients for accommodation of public and private travel. E. Road Closures: Maintain satisfactory means of exit for persons residing or having occasion to transact business along route of the Work. If it is necessary to close off roadway or alley providing sole vehicular access to property for periods greater than City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 50 00-11 REISS ENNEER1NG 2 hours, provide written notice to each owner so affected 3 days prior to such closure. In such cases, closings of up to 4 hours may be allowed. Closures of up to 10 hours may be allowed if a week's written notice is given and undue hardship does not result. Any road closures shall be approved by Engineer prior to implementation. F. Maintenance of traffic is not required if Contractor obtains written permission from Owner and tenant of private property, or from authority having jurisdiction over public property involved, to obstruct traffic at designated point. G. In making street crossings, do not block more than one-half the street at a time. Whenever possible, widen shoulder on opposite side to facilitate traffic flow. Provide temporary surfacing on shoulders as necessary. H. Maintain top of backfilled trenches before they are paved, to allow normal vehicular traffic to pass over. Provide temporary access driveways where required. Cleanup operations shall follow immediately behind backfilling. When flaggers and guards are required by regulation or when deemed necessary for safety, furnish them with approved orange wearing apparel and other regulation traffic control devices. J. Notify fire department and police department before closing street or portion thereof. Notify said departments when streets are again passable for emergency vehicles. Do not block off emergency vehicle access to consecutive arterial crossings or dead-end streets, in excess of 300 linear feet, without written permission from fire department. Conduct operations with the least interference to fire equipment access, and at no time prevent such access. Furnish Contractor's night emergency telephone numbers to police department. 3.09 CLEANING DURING CONSTRUCTION A. In accordance with General Conditions, as may be specified in other Specification sections, and as required herein. B. Wet down exterior surfaces prior to sweeping to prevent blowing of dust and debris. At least weekly, sweep all floors (basins, tunnels, platforms, walkways, roof surfaces), and pick up all debris and dispose. C. Provide approved containers for collection and disposal of waste materials, debris, and rubbish. At least at weekly intervals, dispose of such waste materials, debris, and rubbish offsite. D. At least weekly, brush sweep entry drive and roadways, and all other streets and walkways affected by the Work and where adjacent to the Work. 3.10 TEMPORARY POTABLE WATER SERVICE A. During construction the Contractor shall provide temporary piping and other related services to maintain the City's ability to distribute potable water from the site. This includes temporary piping, pumping, chemical addition and other related facilities needed during construction, start-up and testing of the new plant that will be required to maintain potable water distribution for the site. Said facilities shall be proposed by the Contractor for approval of the Owner and Engineer. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 01 50 00 - 12 April 2013 • MOEISA ENGINEERING • City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 01 50 00- 13 CDREISS ENGINEERING THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 50 00- 14 s REISS ENGINEERING SECTION 01 57 13 TEMPORARY EROSION AND SEDIMENT CONTROL PART 1 - GENERAL 1.01 WORK OF THIS SECTION A. This section covers Work necessary for stabilization of soil to prevent erosion during and after construction and land disturbing activities. The Work shall include the furnishing of all labor, materials, tools, and equipment to perform the Work and services necessary as herein specified and as indicated on the Drawings. This shall include installation, maintenance, and final removal of all temporary soil erosion and sediment control measures. B. The minimum areas requiring soil erosion and sediment control measures are indicated on the Drawings. The right is reserved to modify the use, location, and quantities of soil erosion and sediment control measures based on activities of Contractor and as Engineer considers to be in the best interest of Owner. C. See additional information noted on the Drawings and within Section IV (Technical Specifications) Article 38 "Erosion and Siltation Control". 1.02 GENERAL A. See the General Conditions which contain information and requirements that apply to the Work specified herein and are mandatory for this Project. B. All activities shall conform to the State of Florida Department of Environmental Protection Stormwater, Erosion, and Sedimentation Control Inspector's Manual, latest version; the city Site Plan Permit; and the Drawings. In the event of a conflict, the more stringent requirement shall apply. C. Soil erosion stabilization and sedimentation control consist of the following elements: 1. Maintenance of existing permanent or temporary storm drainage piping and channel systems, as necessary. 2. Construction of new permanent and temporary storm drainage piping and channel systems, as necessary. 3. Construction of temporary erosion control facilities such as silt fences, check dams, etc. 4. Protection of curb inlets, grate inlets and storm drain pipe inlets in accordance with the FDEP Stormwater, Erosion, and Sedimentation Control Inspector's Manual best practices. 5. Seeding: a. Placement and maintenance of temporary seeding on areas disturbed by construction. 6. Soil Stabilization Seeding: Placement of fertilizer and seed, etc., in areas as specified hereinafter. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 015713-1 \D REtS ENGINEER NG 7. Prevention of Offsite Tracking of Sediment: a. The project and surrounding roadways shall be kept free from materials that may enter the drainage system. Any sediment tracked onto roadways shall be cleaned immediately by means other than flushing with water. b. Tracking pads at ingress and egress points shall be used to control tracking of sediment onto offsite roadway surfaces. The pads shall be constructed of 2 -inch size stone and sized to prevent sediment from the site being carried offsite by vehicles. 1.03 SUBMITTALS A. Action Submittals: Product data. B. Informational Submittals: Hydroseeding plan. PART 2 - PRODUCTS 2.01 SOIL STABILIZATION AND TEMPORARY SEED A. Summer seed mix shall be 50 percent by weight Pensacola Bahia, 30 percent by weight Sericea Lespedeza, and 20 percent by weight German Millet. B. Winter seed mix shall be 50 percent by weight Tall Fescue, 30 percent by weight Sericea Lespedeza, 15 percent by weight Annual Ryegrass, and 5 percent by weight Redtop. 2.02 FERTILIZER A. Fertilizer shall be commercial, chemical type, uniform in composition, free-flowing, conforming to state and federal laws, and suitable for application with equipment designed for that purpose. B. Fertilizer shall have a minimum percentage of plant food by weight for the following: Permanent fertilizer mix shall be 10 percent nitrogen, 10 percent phosphoric acid, and 10 percent potash. 2.03 LIME A. Ground dolomitic limestone not less than 85 percent total carbonates and magnesium, ground so that 50 percent passes through a 100 -mesh sieve and 90 percent passes a 20 -mesh sieve. Coarser material will be acceptable provided the specified rates of application are increased proportionately on the basis of quantities passing the 100 -mesh sieve. 2.04 STRAW MULCH A. Threshed straw of oats, wheat, barley, or rye, free from seed of noxious weeds, or clean salt hay. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 57 13 - 2 (Ms REISS - G l E G 2.05 SUPER SILT FENCE • A. Provide super silt fence (SSF) in accordance with FDEP Standards Manual, latest edition. PART 3 - EXECUTION 3.01 GENERAL A. The Contractor shall install erosion and sediment control measures and maintain in accordance with the Drawings for the duration of the Project. The sequence of construction shown on the Drawings is made a part of these Contract Documents. B. The Contractor shall provide and maintain temporary seeding at all times. C. The Contractor shall be responsible for phasing Work in areas allocated for its exclusive use during this Project, including any proposed stockpile areas, to restrict sediment transport. This shall include installation of temporary erosion control devices, ditches, or other facilities. D. The areas set aside for the Contractor's use during the Project may be temporarily developed to provide satisfactory working, staging, and administrative areas for its exclusive use. Preparation of these areas shall be in accordance with other requirements contained within these Specifications and shall be done in a manner to control sediment transport away from the area. E. Permanent stockpiles shall be seeded with soil stabilization seed and protected by construction of silt fences and permanent 2 -foot, minimum depth, ditches, completely surrounding stockpiles and located within 10 feet of the toes of the stockpile slopes. F. Sediment transport and erosion from working stockpiles shall be controlled and restricted from moving beyond the immediate stockpile area by construction of temporary toe -of -slope ditches and accompanying silt fences, as necessary. Contractor shall keep these temporary facilities in operational condition by regular cleaning, re -grading, and maintenance. Stockpiles remaining in place longer than 14 calendar days shall be considered permanent stockpiles for purposes of erosion and sediment control. G. Silt traps shall be cleaned of collected sediment after every storm or as determined from the biweekly inspections. Cleaning shall be done in a manner that will not direct the sediment into the storm drain piping system. Removed sediment shall be taken to an area selected by the Engineer where it can be cleaned of sticks and debris, then allowed to dry. Final sediment and debris disposal shall be onsite as designated by Engineer. H. Replacement or repair of failed or overloaded silt fences, check dams, or other temporary erosion control devices shall be accomplished by Contractor within 2 days after receiving written notice from the Engineer. Unpaved earth drainage ditches shall be re -graded as needed to maintain original grade and remove sediment buildup. If a ditch becomes difficult to maintain, Contractor shall cooperate with the Engineer and install additional erosion control City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 015713-3 CODREISS ENGINEERING devices such as check dams, temporary paving, or silt fences as directed by the Engineer. J. If Contractor has not conducted maintenance efforts to the satisfaction of Engineer within 2 working days after receiving written notification from Engineer, Owner shall have the prerogative of engaging others to perform any needed maintenance or cleanup, including removal of accumulated sediment at constructed erosion control facilities, and deduct from the Contract Price, by issuing a Change Order, the costs for such efforts plus a $500 administration fee. 3.02 SUPER SILT FENCE A. Construct super silt fence (SSF) in accordance with the FDEP Standards Manual, latest edition. 3.03 SEEDING A. General: 1. The Contractor shall give at least 3 days notice to the Engineer prior to seeding to allow the Owner to inspect the prepared areas. The Contractor shall rework any areas not approved for seeding to the Owner's satisfaction. 2. The Contractor shall keep the Engineer advised of schedule of operations. 3. Seed shall be clean, delivered in original unopened packages and bearing an analysis of the contents, guaranteed 95 percent pure with minimum germination rate of 85 percent. B. Schedules: 1. Seeding shall be performed in accordance with the following schedule: a. Summer Seeding: Between March 15 and June 15, or September 1 to November 15. b. Winter Seeding: All other times of year, except when weather conditions prohibit further construction operations as determined by the Engineer. C. Soil Stabilization and Temporary Seeding: 1. Soil stabilization seeding shall consist of the application of the following materials in quantities as further described herein for stockpiles and disturbed areas left inactive for more than 14 days. a. Lime. b. Fertilizer. c. Seed. d. Mulch. e. Maintenance. 2. Temporary Seeding is to be placed and maintained over all disturbed areas prior to Permanent Seeding. Maintain Temporary Seeding until such time as areas are approved for Permanent Seeding. As a minimum, maintenance shall include the following: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 57 13 - 4 • CD REISS ENGINEER)N a. Fix -up and reseeding of bare areas or redisturbed areas. b. Mowing for stands of grass or weeds exceeding 6 inches in height. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) REISS E G NEER1NG Conformed Documents 01 57 13 - 5 April 2013 THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 015713-6 • • • SECTION 0160 00 MATERIAL AND EQUIPMENT PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: Material and equipment incorporated into the Work: 1. Conform to applicable specifications and standards. 2. Comply with size, make, type and quality specified, or as specifically approved in writing by Engineer. 3. Manufactured and fabricated products: a. Design, fabricate and assemble in accordance with the best engineering and shop practices. b. Manufacture like parts of duplicate units to standard sizes and gauges, to be interchangeable. c. Two or more items of the same kind shall be identical, by the same manufacturer. d. Products shall be suitable for service conditions. e. Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. 4. Do not use material or equipment for any purpose other than that for which it is designed or is specified. B. Related Work Described Elsewhere: 1. General Conditions and Requirements of the Contract 2. Submittals: Section 01 33 00 1.02 APPROVAL OF MATERIALS A. Only new materials and equipment shall be incorporated in the work. All materials and equipment furnished by Contractor shall be subject to the inspection and approval of Engineer. No material shall be delivered to the site without prior approval of Engineer. B. The Contractor shall submit to Engineer, data relating to materials and equipment he proposes to furnish for the work. Such data shall be in sufficient detail to enable Engineer to identify the particular product to form an opinion as to its conformity to the specifications. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 60 00 - 1 ENGINEERING C. Facilities and labor for handling and inspection of all materials and equipment shall be furnished by Contractor. If Engineer requires, either prior to beginning or during progress of the work, Contractor shall submit samples of materials for such special tests as may be necessary to demonstrate that they conform to the specifications. Such samples shall be furnished, stored, packed and shipped as directed at Contractor's expense. Except as otherwise noted, Contractor will make arrangements for and pay for the tests. D. Contractor shall submit data and samples sufficiently early to permit consideration and approval before materials are necessary for incorporation in the work. Any delay of approval resulting from Contractor's failure to submit samples or data promptly shall not be used as a basis of claim against Owner or Engineer. E. In order to demonstrate the proficiency of workers or to facilitate the choice among several textures, types, finishes and surfaces, Contractor shall provide such samples of workmanship or finish as may be required. F. The materials and equipment used on the work shall correspond to the approved samples or other data. 1.03 SUBSTITUTIONS AND PRODUCT OPTIONS A. The substitution requirements of this Section are in addition to the requirements of the General Conditions and Special Conditions. B. The intent of these Specifications is to provide Owner with a quality facility without discouraging competitive bidding. Substitutions may be submitted and will be evaluated as specified herein. C. For products specified only by reference standards, performance and descriptive methods, without naming manufacturer's products, the Contractor may provide the products of any manufacturer complying with the Contract Documents, subject to the review of product data by Engineer as specified herein. D. For products specified by naming a manufacturer's product followed by the words "no substitution permitted", the Contractor may only provide the named products. In all other cases, the Contractor may, after the construction bid is awarded, substitute a product by another manufacturer as an equal only after review and approval by the Engineer. In all cases, any product provided must comply with all of the specified requirements. 1.04 MANUFACTURER'S INSTRUCTIONS FOR INSTALLATION A. When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, obtain and distribute copies of such instructions to parties involved in the installation, including five copies to Engineer. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 016000-2 • REISSEN 1N iR1N • 1. Maintain one set of complete instructions at the job site during installation and until completion. B. Handle, install, connect, clean, condition and adjust products in strict accord with such instructions and in conformity with specified requirements. 1. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with Engineer for further instructions. 2. Do not proceed with work without clear instructions. C. Perform work in accordance with manufacturer's instructions. Do not omit any preparatory step or installation procedure unless specifically modified or exempted by Contract Documents. 1.05 TRANSPORTATION AND HANDLING A. Arrange deliveries of products in accordance with construction schedules. Coordinate to avoid conflict with work and conditions at the site. 1. Deliver products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact and legible. 2. Immediately on delivery, inspect shipments to assure compliance with requirements of Contract Documents and approved submittals, and that products are properly protected and undamaged. • B. Provide equipment and personnel to handle products by methods to prevent soiling or • damage to products or packaging. 1.06 STORAGE AND PROTECTION A. Store products in accord with manufacturer's instructions, with seals and labels intact and legible. 1. Store products subject to damage by the elements in weather tight enclosures. 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. 3. Store fabricated products above the ground, on blocking or skids, prevent soiling or staining. Cover products which are subject to deterioration with impervious sheet coverings, provide adequate ventilation to avoid condensation. 4. Store loose granular materials in a well -drained area on solid surfaces to prevent mixing with foreign matter. B. All materials and equipment to be incorporated in the work shall be handled and stored by Contractor before, during and after shipment in a manner to prevent warping, twisting, bending, breaking, chipping, rusting, and any injury, theft or damage of any kind whatsoever to the material or equipment. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) REISS ENGINEERING Conformed Documents 01 60 00 - 3 April 2013 C. Cement, sand and lime shall be stored under a roof and off the ground and shall be kept completely dry at all times. All structural and miscellaneous steel, and reinforcing steel shall be stored off the ground or otherwise to prevent accumulations of dirt or grease, and in a position to prevent accumulations of standing water and to minimize rusting. Beams shall be stored with the webs vertical. Precast concrete beams shall be handled and stored in a manner to prevent accumulations of dirt, standing water, staining, chipping or cracking. Brick, block and similar masonry products shall be handled and stored in a manner to reduce breakage, chipping, cracking and spalling to a minimum. D. All materials which, in the opinion of Engineer, have become so damaged as to be unfit for the use intended or specified shall be promptly removed from the site of the work, and Contractor shall receive no compensation for the damaged material or its removal. E. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions, and free from damage or deterioration. F. Protection After Installation: Provide substantial coverings as necessary to protect installed products from damage from traffic and subsequent construction operations. Remove covering when no longer needed. G. The Contractor shall be responsible for all material, equipment and supplies sold and delivered to Owner under this Contract until final inspection of the work and acceptance thereof by Owner. In the event any such material, equipment and supplies are lost, stolen, damaged or destroyed prior to final inspection and acceptance, Contractor shall replace same without additional cost to Owner. H. Should Contractor fail to take proper action on storage and handling of equipment supplied under this Contract within seven days after written notice to do so has been given, Owner retains the right to correct all deficiencies noted in previously transmitted written notice and deduct the cost associated with these corrections from Contractor's Contract. These costs may be comprised of expenditures for labor, equipment usage, administrative, clerical, engineering and any other costs associated with making the necessary corrections. 1.07 STORAGE AND HANDLING OF EQUIPMENT ON SITE A. Special attention shall be given to the storage and handling of materials on site. As a minimum, the procedure outlined below shall be followed: 1. Materials shall not be shipped until approved by the Engineer. The intent of this requirement is to avoid unnecessary delivery of unapproved materials and to reduce on-site storage time prior to installation and/or operation. Under no circumstances shall materials be delivered to the site more than one month prior to installation without written authorization from the Engineer. • City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) REI ENGINE RI Conformed Documents 01 60 00 - 4 April 2013 • Materials shipped to the site shall be stored in accordance with Paragraph 1.06, herein. 2. Manufacturer's storage instructions shall be carefully studied by Contractor and reviewed with Engineer by him. These instructions shall be carefully followed and a written record of this kept by the Contractor. 1.08 WARRANTY A. For all major pieces of material, submit a warranty from the material manufacturer in accordance with the General Contractor. The manufacturer's warranty period shall be concurrent with the Contractor's for one (1) year after the Final Acceptance. 1.09 WARRANTY SUBMITTALS REQUIREMENTS A. For all material, submit a warranty from the product manufacturer. The manufacturer's warranty period shall be concurrent with Contractor's for one (1) year, unless otherwise specified, commencing at the time of final acceptance by Owner. B. The Contractor shall be responsible for obtaining certificates for material warranty for all major items which list for more than $1,000. The Engineer reserves the right to request warranties for material not classified as major. The Contractor shall still warrant material not considered to be "major" in the Contractor's one-year warranty period even though certificates of warranty may not be required. • C. In the event that the material manufacturer or supplier is unwilling to provide a one (1) year warranty commencing at the time of Owner acceptance, the Contractor shall obtain from the manufacturer a two (2) year warranty commencing at the time of equipment delivery to the job site. This two-year warranty from the manufacturer shall not relieve Contractor of the one-year warranty starting at the time of Owner acceptance of the equipment. • D. Owner shall incur no labor or equipment cost during the guarantee period. E. Guarantee shall cover all necessary labor, and materials resulting from faulty or inadequate design, improper assembly or erection, defective workmanship and materials, leakage, breakage or other failure of all equipment and components furnished by the Manufacturer. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 016000-5 C.) RE ISS ENGINEERING THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 016000-6 • 1(:* REI S ENGINEERING • SECTION 01 61 00 COMMON PRODUCT REQUIREMENTS PART 1 - GENERAL 1.01 DEFINITIONS A. Products: 1. New items for incorporation in the Work, whether purchased by Contractor or Owner for the Project, or taken from previously purchased stock, and may also include existing materials or components required for reuse. 2. Includes the terms material, equipment, machinery, components, subsystem, system, hardware, software, and terms of similar intent and is not intended to change meaning of such other terms used in Contract Documents, as those terms are self-explanatory and have well recognized meanings in construction industry. 3. Items identified by manufacturer's product name, including make or model designation, indicated in manufacturer's published product literature, that is current as of the date of the Contract Documents. 1.02 ENVIRONMENTAL REQUIREMENTS A. Altitude: Provide materials and equipment suitable for installation and operation • under rated conditions at 100 feet above sea level. B. Provide equipment and devices installed outdoors or in unheated enclosures capable of continuous operation within an ambient temperature range of 20 degrees F to 120 degrees F. • 1.03 PREPARATION FOR SHIPMENT A. When practical, factory assemble products. Mark or tag separate parts and assemblies to facilitate field assembly. Cover machined and unpainted parts that may be damaged by the elements with strippable protective coating. B. Package products to facilitate handling and protect from damage during shipping, handling, and storage. Mark or tag outside of each package or crate to indicate its purchase order number, bill of lading number, contents by name, name of Project and Contractor, equipment number, and approximate weight. Include complete packing list and bill of materials with each shipment. C. Extra Materials, Special Tools, Test Equipment, and Expendables: 1. Furnish as required by individual Specifications. 2. Schedule: a. Ensure that shipment and delivery occurs concurrent with shipment of associated equipment. b. Transfer to Owner shall occur immediately subsequent to Contractor's acceptance of equipment from Supplier. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 016100-1 REI S ENGINEERING 3. Packaging and Shipment: a. Package and ship extra materials and special tools to avoid damage during long term storage in original cartons insofar as possible, or in appropriately sized, hinged -cover, wood, plastic, or metal box. b. Prominently displayed on each package, the following: i. Manufacturer's part nomenclature and number, consistent with Operation and Maintenance Manual identification system. ii. Applicable equipment description. iii. Quantity of parts in package. iv. Equipment manufacturer. 4. Deliver materials to Site. 5. Replace extra materials and special tools found to be damaged or otherwise inoperable at time of transfer to Owner. D. Request a minimum 7 -day advance notice of shipment from manufacturer. E. Factory Test Results: Reviewed and accepted by Engineer before product shipment as required in individual Specification sections. 1.04 DELIVERY AND INSPECTION A. Deliver products in accordance with accepted current Progress Schedule and coordinate to avoid conflict with the Work and conditions at Site. Deliver anchor bolts and templates sufficiently early to permit setting prior to placement of structural concrete. B. Deliver products in undamaged condition, in manufacturer's original container or packaging, with identifying labels intact and legible. Include on label, date of manufacture and shelf life, where applicable. C. Unload products in accordance with manufacturer's instructions for unloading or as specified. Record receipt of products at Site. Promptly inspect for completeness and evidence of damage during shipment. D. Remove damaged products from Site and expedite delivery of identical new undamaged products, and remedy incomplete or lost products to provide that specified, so as not to delay progress of the Work. 1.05 HANDLING, STORAGE, AND PROTECTION A. Handle and store products in accordance with manufacturer's written instructions and in a manner to prevent damage. Store in approved storage yards or sheds provided in accordance with Section 01 50 00, Construction Facilities and Temporary Controls. Provide manufacturer's recommended maintenance during storage, installation, and until products are accepted for use by Owner. B. Manufacturer's instructions for material requiring special handling, storage, or protection shall be provided prior to delivery of material. C. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 01 61 00 - 2 April 2013 CDRETS ENGINEERING 1 conditions, and free from damage or deterioration. Keep running account of products in storage to facilitate inspection and to estimate progress payments for products delivered, but not installed in the Work. D. Store electrical, instrumentation, and control products, and equipment with bearings in weather -tight structures maintained above 60 degrees F. Protect electrical, instrumentation, and control products, and insulate against moisture, water, and dust damage. Connect and operate continuously space heaters furnished in electrical equipment. E. Store fabricated products above ground on blocking or skids, and prevent soiling or staining. Store loose granular materials in well -drained area on solid surface to prevent mixing with foreign matter. Cover products that are subject to deterioration with impervious sheet coverings; provide adequate ventilation to avoid condensation. F. Store finished products that are ready for installation in dry and well -ventilated areas. Do not subject to extreme changes in temperature or humidity. G. After installation, provide coverings to protect products from damage due to traffic and construction operations. Remove coverings when no longer needed. H. Hazardous Materials: Prevent contamination of personnel, storage area, and Site. Meet requirements of product specification, codes, and manufacturer's instructions. PART 2 - PRODUCT 2.01 GENERAL • A. Provide manufacturer's standard materials suitable for service conditions, unless otherwise specified in the individual Specifications. B. Where product specifications include a named manufacturer, with or without model number, and also include performance requirements, named manufacturer's products must meet the performance specifications. C. Like items of products furnished and installed in the Work shall be end products of one manufacturer and of the same series or family of models to achieve standardization for appearance, operation and maintenance, spare parts and replacement, manufacturer's services, and implement same or similar process instrumentation and control functions in same or similar manner. D. Equipment, Components, Systems, and Subsystems: Design and manufacture with due regard for health and safety of operation, maintenance, and accessibility, durability of parts, and shall comply with applicable OSHA, state, and local health and safety regulations. E. Regulatory Requirement: Coating materials shall meet federal, state, and local requirements limiting the emission of volatile organic compounds and for worker exposure. F. Safety Guards: Provide for all belt or chain drives, fan blades, couplings, or other moving or rotary parts. Cover rotating part on all sides. Design for easy installation • and removal. Use 16 -gauge or heavier; galvanized steel, aluminum coated steel, or galvanized or aluminum coated 1/2 -inch mesh expanded steel. Provide galvanized City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) ESS ENGINEER N Conformed Documents 01 61 00 - 3 April 2013 steel accessories and supports, including bolts. For outdoors application, prevent entrance of rain and dripping water. G. Authority Having Jurisdiction (AHJ): 1. Provide the Work in accordance with NFPA 70, National Electrical Code (NEC). Where required by the AHJ, material and equipment shall be labeled or listed by a nationally recognized testing laboratory or other organization acceptable to the AHJ in order to provide a basis for approval under NEC. 2. Materials and equipment manufactured within the scope of standards published by Underwriters Laboratories, Inc. shall conform to those standards and shall have an applied UL listing mark H. Equipment Finish: 1. Provide manufacturer's standard finish and color, except where specific color is indicated. • 2. If manufacturer has no standard color, provide equipment with gray finish as approved by Engineer. Special Tools and Accessories: Furnish to Owner, upon acceptance of equipment, all accessories required to place each item of equipment in full operation. These accessory items include, but are not limited to, adequate oil and grease (as required for first lubrication of equipment after field testing), light bulbs, fuses, hydrant wrenches, valve keys, handwheels, chain operators, special tools, and other spare parts as required for maintenance. J. Lubricant: Provide initial lubricant recommended by equipment manufacturer in • sufficient quantity to fill lubricant reservoirs and to replace consumption during testing, startup, and operation until final acceptance by Owner. 2.02 PRODUCT SELECTION A. Product selection is governed by the Contract Documents and governing regulations, not by previous project experience. Procedures governing product selection include the following: 1. Where only a single source product or manufacturer is named, provide the product indicated or submit a request for substitution for any product or manufacturer not named. 2. Where two or more sources of products or manufacturers are named, provide one of the products indicated or submit a request for substitution for any product or manufacturer not named. 3. Where Specifications describe a product or assembly, listing exact characteristics required, without use of a brand or trade name, provide any product or assembly that provides the characteristics and otherwise complies with Contract requirements. 4. Where Specifications require compliance with performance requirements, provide product that complies with the specified requirements. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 016100-4 • C--) R ISS ENGINEERING' • 5. Where the Specifications only require compliance with an imposed code, standard or regulation, select a product that complies with the standards, codes or regulations specified. 6. Where Specifications require matching an established Sample, the Engineer's decision will be final on whether a proposed product matches satisfactorily. 7. Where specified product requirements are indicated to be selected from manufacturer's standard colors, patterns, textures, or similar condition, select a product and manufacturer that complies with other specified requirements. Engineer will select the color, pattern and texture from the product line selected. 2.03 FABRICATION AND MANUFACTURE A. General: 1. Manufacture parts to U.S.A. standard sizes and gauges. 2. Two or more items of the same type shall be identical, by the same manufacturer, and interchangeable. 3. Design structural members for anticipated shock and vibratory loads. 4. Use 1/4 -inch minimum thickness for steel that will be submerged, wholly or partially, during normal operation. 5. Modify standard products as necessary to meet performance Specifications. • B. Lubrication System: • 1. Require no more than weekly attention during continuous operation. 2. Convenient and accessible. Oil drains with bronze or stainless steel valves and fill -plugs easily accessible from the normal operating area or platform. Locate drains to allow convenient collection of oil during oil changes without removing equipment from its installed position. 3. Provide constant -level oilers or oil level indicators for oil lubrication systems. 4. For grease type bearings, which are not easily accessible, provide and install stainless steel tubing; protect and extend tubing to convenient location with suitable grease fitting. 2.04 SOURCE QUALITY CONTROL A. Where Specifications call for factory testing to be witnessed by Engineer, notify Engineer not less than 14 days prior to scheduled test date, unless otherwise specified. B. Calibration Instruments: Bear the seal of a reputable laboratory certifying instrument has been calibrated within the previous 12 months to a standard endorsed by the National Institute of Standards and Technology (NIST). C. Factory Tests: Perform in accordance with accepted test procedures and document successful completion. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 016100-5 REISS ENGINEERING PART 3 - EXECUTION 3.01 INSPECTION A. Inspect materials and equipment for signs of pitting, rust decay, or other deleterious effects of storage. Do not install material or equipment showing such effects. Remove damaged material or equipment from the Site and expedite delivery of identical new material or equipment. Delays to the Work resulting from material or equipment damage that necessitates procurement of new products will be considered delays within Contractor's control. 3.02 INSTALLATION A. Equipment Drawings show general locations of equipment, devices, and raceway, unless specifically dimensioned. B. No shimming between machined surfaces is allowed. C. Install the Work in accordance with NECA Standard of Installation, unless otherwise specified. D. Repaint painted surfaces that are damaged prior to equipment acceptance. E. Do not cut or notch any structural member or building surface without specific approval of Engineer. F. Handle, install, connect, clean, condition, and adjust products in accordance with manufacturer's instructions, and as may be specified. Retain a copy of manufacturers' instruction at Site, available for review at all times. G. For material and equipment specifically indicated or specified to be reused in the Work: 1. Use special care in removal, handling, storage, and reinstallation to assure proper function in the completed Work. 2. Arrange for transportation, storage, and handling of products that require offsite storage, restoration, or renovation. Include costs for such Work in the Contract Price. 3.03 FIELD FINISHING A. In accordance with individual Specification sections. 3.04 ADJUSTMENT AND CLEANING A. Perform required adjustments, tests, operation checks, and other startup activities. 3.05 LUBRICANTS A. Fill lubricant reservoirs and replace consumption during testing, startup, and operation prior to acceptance of equipment by Owner. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 016100-6 • RE1S a ENGINEERING • • SECTION 01 70 40 WARRANTIES AND BONDS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: 1. Compile specified warranties and bonds, as in the General Conditions and as specified in these Specifications. 2. Submit to Engineer for review and transmittal to Owner. B. Related Work Described Elsewhere: Section 01 77 00 - Contract Closeout. 1.02 SUBMITTAL REQUIREMENTS A. Assemble warranties, bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers, and subcontractors. B. Number of original signed copies required: Two (2) each. C. Table of Contents: Neatly typed, in orderly sequence. Provide complete information for each item. 1. Product or work item. 2. Firm, with name of principal, address and telephone number. 3. Scope. 4. Date of beginning of warranty, bond or service and maintenance contract. 5. Duration of warranty, bond or service maintenance contract. 6. Provide information for Owner's personnel: Instances which might affect the validity or warranty or bond. 7. Contractor, name of responsible principal, address and telephone number. 1.03 FORM OF SUBMITTALS A. Prepare in duplicate packets. B. Format: 1. Size 8 1/2 -inches x 11 inches, punch sheets for standard three -post binder. Fold larger sheets to fit into binders. The Contractor shall submit warranties in a separate/stand-alone binder. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) CD REISS ENGINE N Conformed Documents 01 70 40 - 1 April 2013 2. Cover: Identify each packet with typed or printed title "WARRANTIES AND BONDS". List: a. Title of Project. b. Name of Contractor. C. Binders: Commercial quality, three (3) D -ring binder, with durable and cleanable plastic covers and maximum ring size of two inches. 1.04 WARRANTY SUBMITTALS REQUIREMENTS A. For all material, submit a warranty from the product manufacturer. The manufacturer's warranty period shall be concurrent with Contractor's for one (1) year, unless otherwise specified, commencing at the time of final acceptance by Owner. B. The Contractor shall be responsible for obtaining certificates for material warranty for all major items which list for more than $1,000. The Owner reserves the right to request warranties for material not classified as major. The Contractor shall still warrant material not considered to be "major" in the Contractor's one-year warranty period even though certificates of warranty may not be required. C. In the event that the material manufacturer or supplier is unwilling to provide a one (1) year warranty commencing at the time of Owner acceptance, the Contractor shall obtain from the manufacturer a two (2) year warranty commencing at the time of equipment delivery to the job site. This two-year warranty from the manufacturer shall not relieve Contractor of the one-year warranty starting at the time of Owner acceptance of the equipment. D. Owner shall incur no labor or equipment cost during the guarantee period. E. Guarantee shall cover all necessary labor, and materials resulting from faulty or inadequate design, improper assembly or erection, defective workmanship and materials, leakage, breakage or other failure of all equipment and components furnished by the Manufacturer. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 017040-2 • • REISS ENGINEE I SECTION 01 7410 CLEANING DURING CONSTRUCTION AND FINAL CLEANING PART 1- GENERAL A. This section includes cleaning during construction and final cleaning on completion of the work. B. At all times maintain areas covered by the contract and adjacent properties and public access roads free from accumulations of waste, debris, and rubbish caused by construction operations. C. Conduct cleaning and disposal operations to comply with local ordinances and antipollution laws. Do not burn or bury rubbish or waste materials on project site. Do not dispose of volatile wastes, such as mineral spirits, oil, or paint thinner, in storm or sanitary drains. Do not dispose of wastes into streams or waterways. D. Use only cleaning materials recommended by manufacturer on surface to be cleaned. PART 2 - CLEANING DURING CONSTRUCTION A. During execution of work, clean site, adjacent properties, and public access roads and dispose of waste materials, debris, and rubbish to assure that buildings, grounds, and public properties are maintained free from accumulations of waste materials and rubbish. B. Wet down dry materials and rubbish to lay dust and prevent blowing dust. C. Provide containers for collection and disposal of waste materials, debris, and rubbish. D. Cover or wet excavated material leaving and arriving at the site to prevent blowing dust. Clean the public access roads to the site of any material falling from the haul trucks. PART 3 - SITE CLEANING PRIOR TO LANDSCAPING A. Remove concrete, concrete wash, stucco splatter, gunite overspray, and all other wastes and debris prior to final grading and landscaping. PART 4 - FINAL CLEANING A. At the completion of work and immediately prior to final inspection, clean the entire project site as follows. B. Clean, sweep, wash, and polish all work and equipment including finishes. C. Remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materials from sight -exposed interior and exterior finished surfaces; polish surfaces. • D. Repair, patch, and touch up marred surfaces to match adjacent surfaces. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 74 10 - 1 CD tEISS ENGINEERING E. Broom clean paved surfaces; rake clean landscaped areas. F. Remove from the site temporary structures and materials, equipment, and appurtenances not required as a part of or appurtenant to, the completed work. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 01 74 10 - 2 • RE1S ENGINEERING • SECTION 01 7416 SURFACE RESTORATION SPECIAL PROVISIONS PART 1- GENERAL 1.01 SCOPE A. Contractor shall not unreasonably encumber the Work area with construction equipment or materials. Work area shall be kept clean during construction activities and promptly restored to original condition after moving to next Work area. 1.02 SCHEDULING A. Daily: Remove and dispose of waste materials, rubbish, and other debris. B. Daily: Provide and operate vehicle cleaning station for all vehicles leaving the site that otherwise could contain mud, debris and other material that could be released off- site upon the vehicles departure from the site. C. Weekly: Each Friday, at the latest, remove and dispose of debris generated by construction activities and construction personnel, restore areas to original condition (lawns, beds, sidewalks, driveways, streets) with temporary or permanent surfaces as specified in these technical Specifications. PART 2 - PRODUCTS (NOT USED) . PART 3 - EXECUTION 3.01 CLEANING A. Leave the Work and adjacent areas affected in a cleaned condition satisfactory to Engineer. 1. Remove and dispose of debris generated by construction activities and construction personnel. 2. Repair and patch adjacent surfaces to original condition. 3. Clean sidewalks, driveways, and other areas to original or better condition. 4. Rake clean all other surfaces. 5. Leave water courses, gutters, and ditches open and clean. • 3.02 INSPECTION A. Notify Engineer on a weekly basis of Work areas that construction crews have worked on during the week. B. The Engineer, with the Contractor, will make an inspection to verify the status of completion. C. Engineer will notify Contractor in writing when surface conditions do not meet the Contract Documents. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 017416-1 REISS ENGINEERING 3.03 EVALUATION A. Failure to perform, as determined by the Engineer may result in all or one of the following; 1. Owner exercising right to correct defective Work in accordance with the General Conditions. 2. Refusal of Engineer to recommend or Owner to make monthly progress payments as requested by the Contractor. City may reject the Contractor's Application for Payment and require it to be resubmitted after the condition has been corrected. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 01 74 16 - 2 EIS a ENGINEERi • SECTION 01 77 00 CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 SUBMITTALS A. Informational Submittals: 1. Submit prior to application for final payment. 2. Confirmation that Operation and Maintenance Manuals have been submitted per Section 01 78 23, Operation and Maintenance Data. 3. Extra Materials: As required by individual Specification sections. B. Closeout Documents: Contractor shall use City of Clearwater closeout documents. 1.02 RECORD DOCUMENTS A. Quality Assurance: 1. Furnish qualified and experienced person, whose duty and responsibility shall be to maintain record documents. 2. Accuracy of Records: a. Coordinate changes within record documents, making legible and accurate entries on each sheet of Drawings and other documents where such entry is required to show change. b. Purpose of Project record documents is to document factual information regarding aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive Site measurement, investigation, and examination. 3. Record Drawings: a. Ensure record drawings are field verified, certified, signed and sealed by a State of Florida registered professional land surveyor hired by Contractor who will be responsible for the accuracy of dimensions, locations and elevations in accordance with Owner's requirements and the Technical Specifications. b. Drawings shall be neat and legible. Show elevations and horizontal control of storm sewer, gravity sewer including laterals, electric cables, television cables, force mains, water mains, and reclaimed water mains which are crossed. Recording shall be for all utilities including those shown on Drawings and those exposed during construction. Record drawings are required prior to final inspection of the Project. c. Maintain record drawings as construction progresses. Contractor shall accommodate Engineer's and Owner's review and inspection of the record drawings upon request to facilitate confirmation of this requirement. Owner, at their discretion, may delay monthly progress City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 017700-1 C) RE SS ENGINEERING d. Contractor complete marked -up drawings shall be received by the Engineer one month prior to final inspection. 1.03 RELEASES FROM AGREEMENTS A. Furnish Owner written releases from property owners or public agencies where side agreements or special easements have been made, or where Contractor's operations have not been kept within the Owner's construction right-of-way. B. In the event Contractor is unable to secure written releases: 1. Inform Owner of the reasons. 2. Owner or its representatives will examine the Site, and Owner will direct Contractor to complete the Work that may be necessary to satisfy terms of the side agreement or special easement. 3. Should Contractor refuse to perform this Work, Owner reserves right to have it done by separate contract and deduct cost of same from Contract Price, or require Contractor to furnish a satisfactory bond in a sum to cover legal Claims for damages. 4. When Owner is satisfied that the Work has been completed in agreement with Contract Documents and terms of side agreement or special easement, right is reserved to waive requirement for written release if: (i) Contractor's failure to obtain such statement is due to grantor's refusal to sign, and this refusal is not based upon any legitimate Claims that Contractor has failed to fulfill terms of side agreement or special easement, or (ii) Contractor is unable to contact or has had undue hardship in contacting grantor. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 MAINTENANCE OF RECORD DOCUMENTS A. General: 1. Promptly following commencement of the Contract Time, secure from Engineer, at no cost to Contractor, one complete set of the Contract Documents. Drawings will be full size. 2. Label or stamp each record document with title, "RECORD DOCUMENTS," in neat large printed letters. 3. Record information concurrently with construction progress and within 24 hours after receipt of information that change has occurred. Do not cover or conceal Work until required information is recorded. B. Preservation: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 017700-2 • 1. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. 2. Make documents and Samples available at all times for observation by Engineer. C. Making Entries on Drawings: 1. Using an erasable colored pencil (not ink or indelible pencil), clearly describe change by graphic line and note as required. a. Color Coding: i. Green when showing information deleted from Drawings. ii. Red when showing information added to Drawings. iii. Blue and circled in blue to show notes. 2. Date entries. 3. Call attention to entry by "cloud" drawn around area or areas affected. 4. Legibly mark to record actual changes made during construction, including, but not limited to: a. Depths of various elements of foundation in relation to finished first floor data if not shown or where depth differs from that shown. b. Residential project dimensions are to be referenced from a permanent and easily recoverable physical monument (i.e., fire hydrant, property corner, street intersection, center line of road). c. Commercial projects shall be referenced from buildings and other pertinent structures. d. Horizontal location of new water mains, valves, blow offs, meters or meter boxes, manholes, force mains, lift stations and reclaimed water lines, and points of connection to existing water mains, force mains, manholes, lift stations, marker balls, and reclaimed water lines shall be referenced by distance to at least two permanent points. e. Vertical location of new and points of connection to existing gravity sewer mains, reclaimed water mains and manholes, lift stations, water mains and force mains shall be referenced by distance to at least one permanent point. f. Location of electronic marker balls installed during construction shall be noted on the record drawings by the symbol "EMB." Dimensions of the actual installed location of utility lines constructed within an easement shall be shown on the record drawings. g. Location of internal utilities and appurtenances concealed in the construction referenced to visible and accessible features of the structure. h. Locate existing facilities, piping, equipment, and items critical to the interface between existing physical conditions or construction and new construction. i. Changes made by Addenda and Field Orders, Work Change Directive, Change Order, and Engineer's written interpretation and clarification City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 017700-3 C---) REISS ENGINEERING using consistent symbols for each and showing appropriate document tracking number. 5. Dimensions on Schematic Layouts: Show on record drawings, by dimension, the centerline of each run of items such as described above. a. Clearly identify the item by accurate note such as "cast iron drain," "galv. water," and the like. b. Show, by symbol or note, vertical location of item ("under slab," "in ceiling plenum," "exposed," and the like). c. Make identification so descriptive that it may be related reliably to Specifications. 6. Water, Reclaimed Water, and Sewer Mains: Show the following field information. a. Show material used to construct mains. b. Show location of mains, tees, crosses, bends, terminal ends, valves, manholes, by distances from known above ground reference points (manholes, catch basins, ROW centerlines). c. Show location of sleeves. d. Show depth of cover over pipe every 100 ft and the location of all pipes and fitting. e. Elevation and horizontal control of gravity sewers, including laterals, pressure sewer mains, etc. which are crossed. f. Elevation and horizontal control of pressure water and sewer stub -outs including service laterals. g. Location of existing lines and utilities encountered during construction. 7. Paving: Show the following information: As constructed elevations corresponding to plan elevations. 3.02 FINAL CLEANING A. At completion of the Work or of a part thereof and immediately prior to Contractor's request for certificate of Substantial Completion; or if no certificate is issued, immediately prior to Contractor's notice of completion, clean entire Site or parts thereof, as applicable. 1. Leave the Work and adjacent areas affected in a cleaned condition satisfactory to Owner and Engineer. 2. Remove grease, dirt, dust, paint or plaster splatter, stains, labels, fingerprints, and other foreign materials from exposed surfaces. 3. Repair, patch, and touch up marred surfaces to specified finish and match adjacent surfaces. 4. Broom clean exterior paved driveways and parking areas. 5. Hose clean sidewalks, loading areas, and others contiguous with principal structures. City of Clearwater WTP No. 2 — Contract 4: IRO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 017700-4 C ) RE i SS_ENG il'dEE 1' t 6. Rake clean all other surfaces. 7. Replace air -handling filters and clean ducts, blowers, and coils of ventilation units operated during construction. 8. Leave water courses, gutters, and ditches open and clean. B. Use only cleaning materials recommended by manufacturer of surfaces to be cleaned. 3.03 SUBSTANTIAL AND FINAL COMPLETION INSPECTIONS A. Contractor shall determine that the project is substantially complete, and provide written notice thereof to City and Engineer. Engineer will perform a site inspection and may deliver to the City and Contractor a certificate of Substantial Completion with a list of items to be completed or corrected prior to Final Completion. However, if not substantially complete, Engineer will issue notification of items to be completed by the Contractor. The Contractor shall reimburse the City the engineering fees for all subsequent determinations of Substantial Completion reviews by Engineer completed as additional services. B. Contractors shall determine that the project is finally complete, and provide written notice thereof. Engineer will perform a site inspection and deliver to the City and Contractor a certificate of Final Completion; if not finally complete, Engineer will issue notification of items to be completed by the Contractor. The Contractor shall reimburse the City the engineering fees for all subsequent determinations of Final Completion reviews by Engineer completed as additional services. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 017700-5 REISS ENGINEERING THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 017700-6 • REISS INEERING • SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1- GENERAL 1.01 SECTION INCLUDES A. Detailed information for the preparation, submission, and Engineer's review of Operations and Maintenance (O&M) Data, as required by individual Specification sections. All data shall be submitted in electronic form, in addition or as part of the individual specification section requirements. In addition, copies of all PLC programs utilized in the work shall be submitted to include full licensure cost and usage fees. 1.02 DEFINITIONS A. Preliminary Data: Initial and subsequent submissions for Engineer's review. B. Final Data: Engineer -accepted data, submitted as specified herein. C. Maintenance Operation: As used on Maintenance Summary Form is defined to mean any routine operation required to ensure satisfactory performance and longevity of equipment. Examples of typical maintenance operations are lubrication, belt tensioning, adjustment of pump packing glands, and routine adjustments. 1.03 SEQUENCING AND SCHEDULING 4110 A. Equipment and System Data: 1. Preliminary Data: a. Do not submit until Shop Drawing for equipment or system has been reviewed and approved by Engineer. b. Submit prior to shipment date. 2. Final Data: Submit data not less than 30 days prior to installation of equipment or system equipment or system field functional testing. 1.04 DATA FORMAT A. Prepare preliminary data in the form of an instructional manual. Prepare final data on electronic media. B. Instructional Manual Format: 1. Binder: Commercial quality, permanent, three-ring or three -post binders with durable plastic cover. 2. Size: 8-1/2 inches by 11 inches, minimum. 3. Cover: Identify manual with typed or printed title "OPERATION AND MAINTENANCE DATA" and list: a. City's Project number and title. b. Designate applicable system, equipment, material, or finish. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 017823-1 EISS ENGINEERING c. Identity of general subject matter covered in manual. d. Identity of equipment number and Specification section. 4. Title Page: a. Contractor name, address, and telephone number. b. Subcontractor, Supplier, installer, or maintenance contractor's name, address, and telephone number, as appropriate. i. Identify area of responsibility of each. ii. Provide name and telephone number of local source of supply for parts and replacement. 5. Table of Contents: a. Neatly typewritten and arranged in systematic order with consecutive page numbers. b. Identify each product by product name and other identifying numbers or symbols as set forth in Contract Documents. 6. Paper: 20 -pound minimum, white for typed pages. 7. Text: Manufacturer's printed data, or neatly typewritten. 8. Three -hole punch data for binding and composition; arrange printing so that punched holes do not obliterate data. 9. Material shall be suitable for reproduction, with quality equal to original. Photocopying of material will be acceptable, except for material containing photographs. C. Electronic Media Format: 1. Portable Document Format (PDF): a. After all preliminary data has been found to be acceptable to Engineer, submit Operation and Maintenance data in PDF format on CD. b. Files to be exact duplicates of Engineer -accepted preliminary data. Arrange by specification number and name. c. Files to be fully functional and viewable in most recent version of Adobe Acrobat. 1.05 SUBMITTALS A. Informational: 1. Data Outline: Submit two copies of a detailed outline of proposed organization and contents of Final Data prior to preparation of Preliminary Data. 2. Preliminary Data: a. Submit three copies for Engineer's review. b. If data meets conditions of the Contract: i. One copy will be returned to Contractor. ii. One copy will be retained in Engineer's file for City use. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 78 23 - 2 4CEDIO E1SS ENGINEERING c. If data does not meet conditions of the Contract: i. All copies will be returned to Contractor with Engineer's comments (on separate document) for revision. ii. Engineer's comments will be retained in Engineer's file. iii. Resubmit three copies revised in accordance with Engineer's comments. 3. Final Data: Submit two copies in format specified herein. 1.06 DATA FOR EQUIPMENT AND SYSTEMS A. Content for Each Unit (or Common Units) and System: 1. Product Data: a. Include only those sheets that are pertinent to specific product. b. Clearly annotate each sheet to: i. Identify specific product or part installed. ii. Identify data applicable to installation. iii. Delete references to inapplicable information. c. Function, normal operating characteristics, and limiting conditions. d. Performance curves, engineering data, nameplate data, and tests. e. Complete nomenclature and commercial number of replaceable parts. f. Original manufacturer's parts list, illustrations, detailed assembly drawings showing each part with part numbers and sequentially numbered parts list, and diagrams required for maintenance. g. Spare parts ordering instructions. h. Where applicable, identify installed spares and other provisions for future work (for example, reserved panel space, unused components, wiring, terminals). 2. As -installed, color -coded piping diagrams. 3. Charts of valve tag numbers, with the location and function of each valve. 4. Drawings: Supplement product data with Drawings as necessary to clearly illustrate: a. Format: i. Provide reinforced, punched, binder tab; bind in with text. ii. Reduced to 8-1/2 inches by 11 inches, or 11 inches by 17 inches folded to 8-1/2 inches by 11 inches. iii. Where reduction is impractical, fold and place in 8 -1/2 -inch by 11 -inch envelopes bound in text. iv. Identify Specification section and product on Drawings and envelopes. b. Relations of component parts of equipment and systems. c. Control and flow diagrams. d. Coordinate drawings with Project record documents to assure correct illustration of completed installation. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 78 23 - 3 REIS ENGINEERING 5. Instructions and Procedures: Within text, as required to supplement product data. a. Format: i. Organize in consistent format under separate heading for each different procedure. ii. Provide logical sequence of instructions for each procedure. iii. Provide information sheet for Owner's personnel, including: I. Proper procedures in event of failure. II. Instances that might affect validity of guarantee or Bond. b. Installation Instructions: Including alignment, adjusting, calibrating, and checking. c. Operating Procedures: i. Startup, break-in, routine, and normal operating instructions. ii. Test procedures and results of factory tests where required. iii. Regulation, control, stopping, and emergency instructions. iv. Description of operation sequence by control manufacturer. v. Shutdown instructions for both short and extended duration. vi. Summer and winter operating instructions, as applicable. vii. Safety precautions. viii. Special operating instructions. d. Maintenance and Overhaul Procedures: i. Routine maintenance. ii. Guide to troubleshooting. iii. Disassembly, removal, repair, reinstallation, and re -assembly. 6. Guarantee, Bond, and Service Agreement: In accordance with Section 01 77 00, Contract Closeout. B. Content for Each Electric or Electronic Item or System: 1. Description of Unit and Component Parts: a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data, nameplate data, and tests. c. Complete nomenclature and commercial number of replaceable parts. d. Interconnection wiring diagrams, including control and lighting systems. 2. Circuit directories of panelboards. 3. Electrical service. 4. Control requirements and interfaces. 5. Communication requirements and interfaces. 6. List of electrical relay settings, and control and alarm contact settings. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 78 23 - 4 • (WI REISS ENGINEERING 7. Electrical interconnection wiring diagram, including as applicable, single -line, three -line, schematic and internal wiring, and external interconnection wiring. 8. As -installed control diagrams by control manufacturer. 9. Operating Procedures: a. Routine and normal operating instructions. b. Startup and shutdown sequences, normal and emergency. c. Safety precautions. d. Special operating instructions. 10. Maintenance Procedures: a. Routine maintenance. b. Guide to troubleshooting. c. Adjustment and checking. d. List of relay settings, control and alarm contact settings. 11. Manufacturer's printed operating and maintenance instructions. 12. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. C. Maintenance Summary: 1. Compile individual Maintenance Summary for each applicable equipment item, respective unit or system, and for components or sub -units. 2. Format: a. Use Maintenance Summary Form bound with this section or electronic facsimile of such. b. Each Maintenance Summary may take as many pages as required. c. Use only 8 -1/2 -inch by 11 -inch size paper. d. Complete using typewriter or electronic printing. 3. Include detailed lubrication instructions and diagrams showing points to be greased or oiled; recommend type, grade, and temperature range of lubricants and frequency of lubrication. 4. Recommended Spare Parts: a. Data to be consistent with manufacturer's Bill of Materials/Parts List furnished in O&M manuals. b. "Unit" is the unit of measure for ordering the part. c. "Quantity" is the number of units recommended. d. "Unit Cost" is the current purchase price. 1.07 SUPPLEMENTS A. The supplements listed below are part of this Specification. 1. Forms: Maintenance Summary Form. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 78 23 - 5 CDREISS ENGINEERING PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 78 23 - 6 • MAINTENANCE SUMMARY FORM PROJECT: CONTRACT NO.: 1. EQUIPMENT ITEM 2. MANUFACTURER 3. EQUIPMENT/TAG NUMBER(S) 4. WEIGHT OF INDIVIDUAL COMPONENTS (OVER 100 POUNDS) S. NAMEPLATE DATA (hp, voltage, speed, etc.) 6. MANUFACTURER'S LOCAL REPRESENTATIVE a. Name Telephone No. b. Address 7. MAINTENANCE REQUIREMENTS Maintenance Operation Comments Frequency Lubricant (If Applicable) List briefly each maintenance operation required and refer to specific information in manufacturer's standard maintenance manual, if applicable. (Reference to manufacturer's catalog or sales literature is not acceptable.) List required frequency of each maintenance operation. Refer by symbol to lubricant required. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 78 23 - 7 (WI SEI sSENG1 E Rl O 8. LUBRICANT LIST Reference Symbol Shell Exxon Mobile Chevron Texaco BP Amoco Or Equal List symbols used in No. 7 above. List equivalent lubricants, as distributed by each manufacturer for the specific use recommended. Note: Idents parts provided by this Contract with two asterisks. 9. RECOMMENDED SPARE PARTS FOR OWNER'S INVENTORY Part No. Description Unit Quantity Unit Cost Note: Idents parts provided by this Contract with two asterisks. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 017823-8 REISS E GINEERING • SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: Maintain at the site for the Owner one record copy of: 1. Drawings 2. Specifications 3. Addenda 4. Change Orders and other modifications of the contract. 5. Engineer's Field Orders or written instructions. 6. Approved Shop Drawings, Working Drawings and Samples. 7. Field Test records. 8. Construction photographs. B. Related Requirements Described Elsewhere: 1. Submittals: Section 01 33 00 2. Color Audiovisual Construction Record: Section 01 32 33 1.02 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples in Contractor's field office apart from documents used for construction. 1. Provide files and racks for storage of documents. 2. Provide locked cabinet or secure storage space for storage of samples. B. File documents and samples in accordance with CSI format with section numbers as provided herein. C. Maintain documents in a clean, dry, legible, condition and in good order. Do not use record documents for construction purposes. D. Make documents and samples available at all times for inspection by the Engineer. E. As a prerequisite for monthly progress payments, the Contractor is to exhibit the currently updated "Record Documents" for review by the Engineer and Owner. Payment may be withheld if record documents are not satisfactorily maintained. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 017839-1 RE tSS ENC[NEERING 1.03 MARKING DEVICES A. Provide marking pens for recording information in the color code designated by the Engineer. 1.04 RECORDING A. Stamp each document "PROJECT RECORD" with a rubber stamp having 1 - inch high letters. B. Record information concurrently with construction progress. Do not conceal any work until required information is recorded. C. Drawings: Legibly and clearly mark, to scale, each drawing to record actual construction: 1. Depths of various elements of foundation in relation to finish first floor datum. 2. All underground piping with elevations and dimensions; change in piping location; horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements; actual installed pipe material, class, etc. 3. Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. 4. Field changes of dimension and detail. 5. Changes made by Field Order or by Change Order. 6. Details not on original contract drawings. 7. Equipment and piping relocations. 8. Major architectural and structural changes including relocation of doors, windows, etc. 9. Architectural schedule changes according to Contractor's records and shop drawings. D. Specifications and Addenda: Legibly mark each section to record: 1. Manufacturer, trade name, catalog number and Supplier of each product and item of equipment actually installed. 2. Changes made by Field Order or by Change Order. E. Shop Drawings (after final review and approval): Provide six sets of record shop drawings within the Operation and Maintenance Manual, for each process equipment, piping, electrical system and instrumentation system. (See Section 01 78 23.) City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 78 39 - 2 • REIS ENGINESRING 1.05 SUBMITTAL 1111 A. At Contract closeout, deliver Record Documents to the Engineer for the Owner. B. Accompany submittal with transmittal letter in duplicate, containing: 1. Date 2. Project title and number 3. Contractor's name and address 4. Title and number of each Record Document 5. Signature of Contractor or his authorized representative. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 017839-3 REIS S ENGINEERING THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 78 39 - 4 • SIS a E GINEERING • • SECTION 01 79 23 INSTRUCTION OF OPERATIONS & MAINTENANCE PERSONNEL PART 1 - GENERAL 1.01 SUMMARY A. This Section includes administrative and procedural requirements for instructing the City's personnel, including the following: 1. Demonstration of operation of systems, subsystems, and equipment. 2. Training in operation and maintenance of systems, subsystems, and equipment. 3. Demonstration and training videotapes taken by a professional video - photographer. B. Related Sections include the following: 1. Section 01 78 23 — Operation and Maintenance Data. 2. Divisions 02 through 46 Sections for specific requirements for demonstration and training for products in those Sections. 1.02 SUBMITTALS A. Instruction Program: Submit two copies of outline of instructional program for demonstration and training, including a schedule of proposed dates, times, length of instruction time, and instructors' names for each training module. Include learning objective and outline for each training module. 1. At completion of training, submit one complete training manual(s) for Owner's use. 2. Provide video/audio DVD recording of each training module. B. Attendance Record: For each training module, submit list of participants and length of instruction time. C. Evaluations: For each participant and for each training module, submit results and documentation of performance-based test. 1.03 QUALITY ASSURANCE A. Pre -instruction Conference: Conduct conference at Project site to comply with requirements in Section 01 31 13 "Project Coordination." Review methods and procedures related to demonstration and training including, but not limited to, the following: 1. Inspect and discuss locations and other facilities required for instruction. City of Clearwater WTP No. 2 - Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 79 23 - 1 RE1 ENGINEERING 2. Review and finalize instruction schedule and verify availability of educational materials, instructors' personnel, audiovisual equipment, and facilities needed to avoid delays. 3. Review required content of instruction. 4. For instruction that must occur outside, review weather and forecasted weather conditions and procedures to follow if conditions are unfavorable. 1.04 COORDINATION A. Coordinate instruction schedule with Owner's operations. Adjust schedule as required to minimize disrupting Owner's operations. Training times shall be coordinated to occur within the Owner's two operational shifts with no limit to the number of trainees. B. Coordinate instructors, including providing notification of dates, times, length of instruction time, and course content. C. Coordinate content of training modules with content of approved emergency, operation, and maintenance manuals. Do not submit instruction program until operation and maintenance data has been reviewed and approved by Architect. PART 2 - PRODUCTS 2.01 INSTRUCTION PROGRAM A. Program Structure: Develop an instruction program that includes individual training modules for each system and equipment not part of a system, as required by individual Specification Sections. B. Training Modules: Develop a learning objective and teaching outline for each module. Include a description of specific skills and knowledge that participant is expected to master. For each module, include instruction for the following: 1. Basis of System Design, Operational Requirements, and Criteria: Include the following: a. System, subsystem, and equipment descriptions. b. Performance and design criteria if Contractor is delegated design responsibility. c. Operating standards. d. Regulatory requirements. e. Equipment function. f. Operating characteristics. g. Limiting conditions. h. Performance curves. 2. Documentation: Review the following items in detail: a. Emergency manuals. • b. Operations manuals. • City of Clearwater WTP No. 2 - Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 79 23 - 2 EIS. ENGINEER 1NG • c. Maintenance manuals. d. Project Record Documents. e. Identification systems. f. Warranties and bonds. g. Maintenance service agreements and similar continuing commitments. 3. Emergencies: Include the following, as applicable: a. Instructions on meaning of warnings, trouble indications, and error messages. b. Instructions on stopping. c. Shutdown instructions for each type of emergency. d. Operating instructions for conditions outside of normal operating limits. e. Sequences for electric or electronic systems. f. Special operating instructions and procedures. 4. Operations: Include the following, as applicable: a. Startup procedures. b. Equipment or system break-in procedures. c. Routine and normal operating instructions. d. Regulation and control procedures. e. Control sequences. f. Safety procedures. g. Instructions on stopping. h. Normal shutdown instructions. i. Operating procedures for emergencies. j. Operating procedures for system, subsystem, or equipment failure. k. Seasonal and weekend operating instructions. 1. Required sequences for electric or electronic systems. m. Special operating instructions and procedures. 5. Adjustments: Include the following: a. Alignments. b. Checking adjustments. c. Noise and vibration adjustments. 6. Troubleshooting: Include the following: a. Diagnostic instructions. b. Test and inspection procedures. 7. Maintenance: Include the following: a. Inspection procedures. b. Types of cleaning agents to be used and methods of cleaning. c. List of cleaning agents and methods of cleaning detrimental to product. d. Procedures for routine cleaning e. Procedures for preventive maintenance. City of Clearwater WTP No. 2 - Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 79 23 - 3 REISS ENGINEERING f. Procedures for routine maintenance. g. Instruction on use of special tools. 8. Repairs: Include the following: a. Diagnosis instructions. b. Repair instructions. c. Disassembly; component removal, repair, and replacement; and reassembly instructions. d. Instructions for identifying parts and components. e. Review of spare parts needed for operation and maintenance. PART 3 - EXECUTION 3.01 PREPARATION A. Assemble educational materials necessary for instruction, including documentation and training module. Assemble training modules into a combined training manual. B. Set up instructional equipment at instruction location. 3.02 INSTRUCTION A. Facilitator: Engage a qualified facilitator to prepare instruction program and training modules, to coordinate instructors, and to coordinate between Contractor and Owner for number of participants, instruction times, and location. B. Scheduling: Provide instruction at mutually agreed on times. For equipment that requires seasonal operation, provide similar instruction at start of each season. 1. Schedule training with Owner with at least seven days' advance notice. City of Clearwater WTP No. 2 - Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 01 79 23 - 4 • REIS ENGINEERING SECTION 0191 14 EQUIPMENT TESTING AND FACILITIES STARTUP PART 1 - GENERAL 1.01 DEFINITIONS A. Facility: Entire Project, or an agreed-upon portion, including all of its unit processes. B. Functional Test: Test or tests in presence of Engineer and Owner to demonstrate that installed equipment meets manufacturer's installation, calibration, and adjustment requirements and other requirements as specified. C. Performance Test: Test or tests performed after any required functional test in presence of Engineer and Owner to demonstrate and confirm individual equipment meets performance requirements specified in individual sections. D. Unit Process: As used in this section, a unit process is a portion of the facility that performs a specific process function, such as pump station or electrical building. E. Facility Performance Demonstration: 1. A demonstration, conducted by Contractor, with assistance of Owner, to demonstrate and document the performance of the entire operating facility, both manually and automatically (if required), based on criteria developed in conjunction with Owner and as accepted by Engineer. 2. Such demonstration is for the purposes of (i) verifying to Owner entire facility performs as a whole, and (ii) documenting performance characteristics of completed facility for Owner's records. Neither the demonstration nor the evaluation is intended in any way to make performance of a unit process or entire facility the responsibility of Contractor, unless such performance is otherwise specified. 1.02 SUBMITTALS A. Informational Submittals: 1. Facility Startup and Performance Demonstration Plan. 2. Functional and performance test results. 3. Completed Unit Process Startup Form for each unit process. 4. Completed Facility Performance Demonstration/Certification Form. 1.03 FACILITY STARTUP AND PERFORMANCE DEMONSTRATION PLAN A. Develop a written plan, in conjunction with Owner's operations personnel; to include the following: 1. Step-by-step instructions for startup of each unit process and the complete facility. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 019114-1 RE15SENGINEERING 2. Unit Process Startup Form (sample attached), to minimally include the following: a. Description of the unit process, including equipment numbers/nomenclature of each item of equipment and all included devices. b. Detailed procedure for startup of the unit process, including valves to be opened/closed, order of equipment startup, etc. c. Startup requirements for each unit process, including water, power, chemicals, etc. d. Space for evaluation comments. 3. Facility Performance Demonstration/Certification Form (sample attached), to minimally include the following: a. Description of unit processes included in the facility startup. b. Sequence of unit process startup to achieve facility startup. c. Description of computerized operations, if any, included in the facility. d. Contractor certification facility is capable of performing its intended function(s), including fully automatic operation. e. Signature spaces for Contractor and Engineer. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 GENERAL A. Facility Startup Meetings: Schedule to discuss test schedule, test methods, materials, chemicals and liquids required, facilities operations interface, and Owner involvement. B. Contractor's Testing and Startup Representative: 1. Designate and furnish one or more personnel to coordinate and expedite testing and facility startup. 2. Representative(s) shall be present during startup meetings and shall be available at all times during testing and startup. C. Provide temporary valves, gauges, piping, test equipment and other materials and equipment required for testing and startup. D. Provide Subcontractor and equipment manufacturers' staff adequate to prevent delays. Schedule ongoing work so as not to interfere with or delay testing and startup. E. Owner will: 1. Cooperate with Contractor's payment and procurement of the water, power, chemicals, and other items as required for startup, unless otherwise indicated. 2. Will provide and pay for emergency generator fuel. 3. Provide limited operations assistance for Contractors operation of the facilies prior to substantial completion. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 91 14 - 2 REISS ENGtNEER N 3.02 EQUIPMENT TESTING A. Preparation: 1. Complete installation before testing. 2. Furnish qualified manufacturers' representatives, when required by individual Specification sections. 3. Obtain and submit from equipment manufacturer's representative when required by individual Specification sections. 4. Equipment Test Report Form: Provide written test report for each item of equipment to be tested, to include the minimum information: a. Owner/Project Name. b. Equipment or item tested. c. Date and time of test. d. Type of test performed (Functional or Performance). e. Test method. f. Test conditions. g. Test results. h. Signature spaces for Contractor and Engineer as witness. 5. Cleaning and Checking: Prior to beginning functional testing: a. Calibrate testing equipment in accordance with manufacturer's instructions. b. Inspect and clean equipment, devices, connected piping, and structures to ensure they are free of foreign material. c. Lubricate equipment in accordance with manufacturer's instructions. d. Turn rotating equipment by hand when possible to confirm that equipment is not bound. e. Open and close valves by hand and operate other devices to check for binding, interference, or improper functioning. f. Check power supply to electric -powered equipment for correct voltage. g. Adjust clearances and torque. h. Test piping for leaks. 6. Ready -to -test determination will be by Engineer based at least on the following: a. Acceptable Operation and Maintenance Data. b. Notification by Contractor of equipment readiness for testing. c. Receipt of Manufacturer's Certificate of Proper Installation, if so specified. d. Adequate completion of work adjacent to, or interfacing with, equipment to be tested. e. Availability and acceptability of manufacturer's representative, when specified, to assist in testing of respective equipment. f. Satisfactory fulfillment of other specified manufacturer's responsibilities. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 019114-3 REI ENGI EERING g. Equipment and electrical tagging complete. h. Delivery of all spare parts and special tools. B. Functional Testing: 1. Conduct as specified in individual Specification sections. 2. Notify Owner and Engineer in writing at least 10 days prior to scheduled date of testing. 3. Prepare Equipment Test Report summarizing test method and results. 4. When, in Engineer's opinion, equipment meets functional requirements specified, such equipment will be accepted for purposes of advancing to performance testing phase, if so required by individual Specification sections. Such acceptance will be evidenced by Engineer/Owner's signature as witness on Equipment Test Report. C. Performance Testing: 1. Conduct as specified in individual Specification sections. 2. Notify Engineer and Owner in writing at least 10 days prior to scheduled date of test. 3. Performance testing shall not commence until equipment has been accepted by Engineer as having satisfied functional test requirements specified. 4. Type of fluid, gas, or solid for testing shall be as specified. 5. Unless otherwise indicated, furnish labor, materials, and supplies for conducting the test and taking samples and performance measurements. 6. Prepare Equipment Test Report summarizing test method and results. 7. When, in Engineer's opinion, equipment meets performance requirements specified, such equipment will be accepted as to conforming to Contract requirements. Such acceptance will be evidenced by Engineer's signature on Equipment Test Report. 3.03 STARTUP OF UNIT PROCESSES A. Prior to unit process startup, equipment within unit process shall be accepted by Engineer as having met functional and performance testing requirements specified. B. Startup sequencing of unit processes shall be as chosen by Contractor to meet schedule requirements. C. Make adjustments, repairs, and corrections necessary to complete unit process startup. D. Startup shall be considered complete when, in opinion of Engineer, unit process has operated in manner intended for 5 continuous days without significant interruption. This period is in addition to functional or performance test periods specified elsewhere. E. Significant Interruption: May include any of the following events: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 91 14 - 4 4111 REi rS ENGlNEER G 1. Failure of Contractor to provide and maintain qualified onsite startup personnel as scheduled. 2. Failure to meet specified functional operation for more than 2 consecutive hours. 3. Failure of any critical equipment or unit process that is not satisfactorily corrected within 5 hours after failure. 4. Failure of any noncritical equipment or unit process that is not satisfactorily corrected within 8 hours after failure. 5. As determined by Engineer. F. A significant interruption will require startup then in progress to be stopped. After corrections are made, startup test period to start from beginning again. 3.04 FACILITY PERFORMANCE DEMONSTRATION A. When, in the opinion of Engineer, startup of all unit processes has been achieved, sequence each unit process to the point that facility is operational. B. Demonstrate proper operation of required interfaces within and between individual unit processes. C. After facility is operating, complete performance testing of equipment and systems not previously tested. D. Document, as defined in Facility Startup and Performance Demonstration Plan, the • performance of the facility, until all unit processes are operable and under control of computer system. E. Certify, on the Facility Performance Demonstration/Certification Form, that facility is capable of performing its intended function(s), including fully automatic operation. F. Replenish chemical to full levels following Performance Demonstration. 3.05 SUPPLEMENTS A. Supplements listed below are a part of this Specification: 1 Unit Process Startup Form. 2. Facility Performance Demonstration/Certification Form. UNIT PROCESS STARTUP FORM OWNER: PROJECT: Unit Process Description: (Include description and equipment number of all equipment and devices): City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 01 91 14 - 5 EI ENGINEERING Startup Procedure (Describe procedure for sequential startup and evaluation, including valves to be opened/closed, order of equipment startup, etc.): Startup Requirements (Water, power, chemicals, etc.): Evaluation Comments: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 019114-6 E GINEERING • • FACILITY PERFORMANCE DEMONSTRATION/CERTIFICATION FORM OWNER: PROJECT: Unit Processes Description (List unit processes involved in facility startup): Unit Processes Startup Sequence (Describe sequence for startup, including computerized operations, if any): Contractor Certification that Facility is capable of performing its intended function(s), including fully automatic operation: Contractor: Date: , 20 Engineer: Date: , 20 (Authorized Signature) City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project (10 -0039 -UT) 100% Design October 2012 END OF SECTION 01 91 14 - 7 C EISS ENGINEERING THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project (10 -0039 -UT) 100% Design October 2012 019114-8 ) R 1 S ENGINEERING • • SECTION 02 4100 DEMOLITION PART 1- GENERAL 1.01 SCOPE OF WORK A. The Contractor shall furnish all labor, materials, equipment and services necessary to complete monitoring well modification and all demolition work at City of Clearwater Water Treatment Plant No. 2 Reverse Osmosis Expansion as shown on the Drawings and as specified herein. 1.02 BUILDING DEMOLITION A. As related to the major upgrades at the City of Clearwater Water Treatment Plant No. 2, unless otherwise directed in the Contract Documents, the Contractor shall: 1. Provide, erect, and maintain erosion control devices, dust control measures, temporary barriers, and security devices at locations indicated on Construction Plans and as specified in these Specifications. See City of Clearwater Technical Specification (Part IV, Article 56) for additional cleaning and grubbing requirements. 2. Verify structures are unoccupied immediately before demolition. 3. Demolish, remove and properly dispose of all structures indicated, trash, rubbish, roofs, walls, floors, foundations, sidewalks, steps and other improvements associated with the structures from the project site. 4. Demolish, remove, and properly dispose of downspouts, gutters, storm water conveyances, meter pits and transformer pads. 5. Remove the materials from the demolition site in accordance with federal, state and local regulations. 6. Remove and dispose of appliances and other items that may contain refrigerants in accordance with 40 CFR, Part 82. Appliances and other items that may contain refrigerants include central air conditioners. 7. Remove and legally dispose of mercury -containing materials including fluorescent, high-pressure sodium, mercury vapor, metal halide light bulbs and thermostats containing a liquid filled capsule. Remove and legally dispose of PCB -containing materials include capacitors, ballasts, and transformers where the component is contained within a metal jacket and does not have a specific, legible label stating no PCBs are present. 8. Disconnect and cap all utility services before demolition. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 02 41 00 - 1 CD REISS ENGINEE N 9. Perform site clearance, grading and restoration. See City of Clearwater Technical Specification (Part IV, Article 56) for additional cleaning and grubbing requirements. 10. Complete the demolition work in accordance with the plans and these technical specifications and any special provisions included in the Contract Documents. 1.03 PROCESS STRUCTURE, PIPING, AND EQUIPMENT DEMOLITION A. As related to the construction at the City of Clearwater Water Treatment Plant No. 2 Reverse Osmosis Expansion, unless otherwise directed in the Contract Documents, the Contractor shall: 1. Demolish, remove, and properly dispose of the structures/piping/equipment. 2. The Contractor shall also be responsible for providing the City with any and all paperwork associated with the cleaning, demolition, or disposal of the process structures/piping/equipment that is requested or required for City records. 3. Contractor shall coordinate with the City for the City water crews will remove any water meters or backflow units that may need to be removed during the demolition. 1.04 PROTECTION OF PROPERTIES A. Debris and Mud 1. The Contractor shall be responsible for removing any demolition debris or mud from any street, alley or right-of-way resulting from the execution of the demolition work. Any cost incurred by City in cleaning up any litter or mud shall be charged to the Contractor and be deducted from the funds due for the work. 2. Littering of the site shall not be permitted. 3. All waste materials shall be promptly removed from the site. B. Noise 1. All construction equipment used in conjunction with this project shall be in good repair and adequately muffled. The Contractor shall comply with noise pollution ordinances of the City. C. Dust Control 1. The Contractor shall take appropriate actions to minimize atmospheric pollution. To minimize atmospheric pollution, the Engineer, or his designate representative shall have the authority to require that reasonable precautions be taken to prevent particulate matter from becoming airborne. Such reasonable precautions shall include, but not limited to: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 024100-2 • C") 1 ENG1NEER1NG a. The use of water or chemical for control of dusts in the demolition of existing buildings or structures, construction operations, the grading of roads, or the clearing of land. b. Covering, at all times when in motion, open -bodied trucks transporting materials likely to give rise to airborne dusts. D. Requirements for the Reduction of Fire Hazards 1. Before demolition of any part of any building, the Contractor shall remove all volatile or flammable materials, such as gasoline, kerosene, benzene, cleaning fluids, paints or thinners in containers, and similar substances. 2. The Contractor shall be responsible for having and maintaining the correct type and class of fire extinguisher on site. When a cutting torch or other equipment that might cause a fire is being used, a fire extinguisher shall be placed close at hand for instant use. 3. No fires of any kind will be permitted in the demolition work area. 4. No material obstructions or debris shall be placed or allowed to accumulate within fifteen feet of any fire hydrants. Hydrants shall be accessible at all times. 5. Debris shall not be allowed to accumulate on roofs, floors, or in areas outside of and around any structure being demolished. Excess debris and materials shall be removed from the site as the work progresses. E. Protection of Public Utilities 1. The Contractor shall not damage existing fire hydrants, street, lights, power poles, telephone poles, fire alarm boxes, wire cables, pole guys, underground utilities or other appurtenances in the vicinity of the demolition sites. The Contractor shall pay for temporary relocation of utilities, which are relocated at the Contractor's request for his convenience. The contractor shall coordinate, and pay for if needed, any utility company to stabilize or hold utility poles while the contractor performs underground work in the immediate vicinity of the poles. F. Protection of Adjacent Property 1. The Contractor shall not damage or cause to be damaged any public right-of- way, structures, parking lots, drives, streets, sidewalks, utilities, lawns or any other property adjacent to project sites for demolition whether or not the property is scheduled for future demolition. The Contractor shall provide such sheeting, bracing, and shoring as required to protect adjacent structures during demolition. Care must also be taken to prevent the spread of dust and flying particles. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 024100-3 REISS ENGINEERING 2. Stop operations immediately if adjacent structures appear to be in danger. Notify Owner or his designated representative immediately. Do not resume operations until directed by Owner or his designated representative. 3. Obtain written permission from adjacent property owners when demolition equipment will traverse, infringe upon, or limit access to their property. G. Site Security 1. The City assumes no responsibility for loss, theft, or damage to the work, tools, equipment, and construction. In the instance of any such loss, theft, or damage, the Contractor shall be responsible to renew, restore, replace or remedy the work, tools, equipment, and construction without additional costs to City. 2. The Contractor, at his own cost, may provide watchmen services and other means of site security. 3. Site parked equipment, operable machinery, and hazardous parts of the work in progress subject to mischief and accidental operation, shall be inaccessible, locked, or otherwise made inoperable when left unattended. H. Measurements 1. Any measurements, scales and indication of volumes of materials referenced within these Specifications, plans, or pictorials are provided only as a demonstration of work to be provided by the Contractor. It is the Contractor's responsibility to field verify any and all measurements necessary for the formulation of his bid. 1.05 RISK LOSS A. The Contractor shall accept the site in its present condition and shall inspect the site for its character and the type of structures to be demolished. City assumes no responsibility for the condition of existing buildings, structures, and other property within the demolition area, or the condition of the property before or after the solicitation of proposals. No adjustment of proposal price or allowance for any change in conditions that may occur after the execution of contract will be allowed. 1.06 VACATING OF BUILDINGS/STRUCTURES A. The building demolition area shall be released to the Contractor upon completion of the operations building modifications and operations personnel have vacated the buildings. Process equipment/structures to be demolished shall be released to the Contractor at the Pre -Construction meeting. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 024100-4 • N_.. ENGINEERING • 1.07 PERMITS AND FEES A. The Contractor shall obtain all the necessary permits and pay all permit fees that may be required by City, the State of Florida, or any utility having jurisdiction in conjunction with the demolition work. 1.08 MEASUREMENT AND PAYMENT A. The Contractor shall provide and pay for all materials, labor, tools, equipment, transportation, temporary construction, charges levies, fees, permits and other expenses necessary, as may be required, to complete this work in accordance with the plans and specifications. B. The Contractor shall be paid the lump sum price for demolition of each building as established by the Schedule of Values and as approved by City and the Engineer and this payment will be full compensation for removal of buildings, building materials, contents of buildings, appliances, trash, rubbish, asphalt material, walls, foundations, electrics, sidewalks, steps, driveways, monitoring well modifications and stormwater pipes and structures from the site; finish grading of disturbed areas and placing and removing safety fencing. C. The Contractor shall be paid the lump sum price for demolition of each process equipment/structure as established by the Schedule of Values and as approved by City and the Engineer and this payment will be full compensation for removal of the equipment/structures. PART 2 - PART 2 PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 DEMOLITION SCHEDULE A. The Contractor shall be responsible for providing the Owner, or his designated representative, with a minimum of three (3) weeks advance notification prior to beginning the execution of demolition of any structure. All demolition work shall be approved by the City in writing prior to initiating work. All facilities designated as required for operation of the existing water plant may not be allowed until the new facilities are in substantial operation, as determined by the City. 3.02 SALVAGE OF DEMOLITION MATERIALS A. The Contractor shall be allowed to salvage demolition materials only from property owned by City. B. The Contractor may recycle demolition debris at a licensed or permitted recycling center; however, all other debris must be disposed of at a licensed or permitted disposal facility. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 024100-5 C..D REISS ENGINEERING C. All buildings, building materials, and equipment resulting from this demolition and salvage work shall become the property of the Contractor, and shall be removed from the premises at once. The City reserves the right to remove salvage items for use by City. These items shall be removed by the City prior to the issuance of the Notice to Proceed. 3.03 DEMOLITION AND REMOVALS A. Building Structures 1. No wall or part thereof shall be permitted to fall outwardly from any building except through chutes or by other controlled means or methods, which will ensure safety and minimize dust, noise and other insurance. 2. Any part of the building, whether structural, collateral, or accessory, which has become unstable through removal of other parts, shall be removed as soon as practicable and no such unstable part shall be left free-standing or inadequately braced against all reasonably possible causes of collapse at the end of the any day's work. 3. All masonry, wooden, or steel under -floor structures, footings, and foundations shall be completely removed from the site. The under -floor areas are to be inspected and approved by the Engineer, or his designated representative before backfilling, if required, is started. The Contractor shall ensure that no under -floor excavation will remain open and exposed for more than 24 hours. The Contractor shall contact the Engineer, or his designated representative to schedule this inspection. Failure to do so may result in re - excavation of the under -floor areas at the Contractor's expense. B. Non -Building Structures and Process Equipment 1. The Contractor shall remove all equipment, piping, electrics, mechanical equipment, concrete slabs, asphalt, surface obstructions, masonry, slabs and appurtenances. 2. Retaining walls or curbs near the perimeter of project areas shall be removed as indicated. The Contractor shall employ hand labor or other suitable tools and equipment necessary to complete the work without damage to adjacent property. Where such retaining walls or curbs are removed, the embankment shall be graded to a slope of not greater than 3:1 horizontal:vertical or as directed by the Owner, or his designated representative, or as detailed on the Construction Plans. The cost of any tree or brush removal due to building demolition or the removal and grading out of retaining walls shall be considered incidental and shall be included in the lump sum bid for demolition. 3. Fences, guardrails, signs, and similar structures shall be completely removed from the site by the Contractor. All posts and footers for support shall be pulled out or dug up so as to be entirely removed. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 024100-6 • REISS ENGlNEER NC • • 4. All fence posts reinforcing bars, anchor bolts, railings and all other partly buried items protruding from the ground shall be removed. The remaining void shall be filled with soil and compacted. 5. The Contractor shall remove only trees identified for removal to facilitate building demolition. Coordinate tree and shrubbery removal with the Engineer, or his designated representative. The Contractor shall protect all vegetation not removed from damage by the demolition operation. In the event that the Contractor damages vegetation without appropriate approvals, it shall be repaired or removed by the Contractor at his expense as directed by the Construction Manger, or his designated representative. 6. Grease Traps shall be pumped out by a licensed company and shall be demolished and removed from the site. The excavation or pit shall be backfilled and compacted in accordance with these specifications. 7. Meter pits shall be demolished and removed. The excavations shall be backfilled and compacted in accordance with these specifications. 3.04 DISPOSAL OF DEMOLITION DEBRIS AND SOLID WASTE A. All materials, rubbish, and trash shall be removed from the demolition area leaving the under -floor and demolition area free of debris. Any cost incurred by the City in cleaning up such materials and debris left behind shall be deducted from funds due the Contractor under this contract. B. All debris and solid waste shall be delivered by the Contractor to an approved disposal facility licensed in accordance with state and/or local regulations, laws, and zoning. The Contractor shall be responsible to pay all fees for waste disposal. The Contractor shall submit to the Owner, or his designated representative copies of all disposal tickets for each structure demolished, where available, which identify the specific address of the origin of the debris associated with each ticket. The cost of all fees shall be considered incidental to the demolition. C. All debris and solid waste associated with process equipment or structures shall be cleaned and disposed of in accordance with federal and FDEP regulations. D. Buildings to be demolished under this contract have been comprehensively surveyed for asbestos -containing materials and lead paint with none identified. If any material suspected of containing asbestos or lead paint is discovered on City owned property during demolition, the Contractor shall cease work and notify the City, or its designated representative, and the asbestos shall be removed by a licensed Asbestos Abatement Contractor under a separate contract executed by City. E. The handling of Freon -containing appliances is subject to all applicable state and federal mandates and regulations. The Contractor shall be responsible for the identification, removal, and disposal of the material in accordance with applicable regulations. All costs associated with said removal and disposal shall be considered incidental and shall be included in the lump sum bid for demolition. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 02 41 00 - 7 April 2013 REISS ENGINEERING F. The handling of any fluorescent lighting fixtures and ballasts containing PCB or mercury is subject to all applicable state and federal mandates and regulations. The Contractor shall be responsible for the removal and disposal of the material in accordance with applicable regulations. All costs associated with said removal and disposal shall be considered incidental and shall be included in the lump sum bid for demolition. 3.05 BACKFILL, GRADING, AND CLEAN UP A. When site conditions permit, as determined by the Owner, or his designated representative, on-site soil shall be used as backfill material. The top 9-12 inches of topsoil within the limits of construction may be stripped and stockpiled on site for use as final topsoil and grading material. If adequate topsoil, as defined by City Specifications, is not available on site, the Contractor shall bring in enough topsoil from off-site to place a minimum 8 -inch cover on the entire site. Excess excavation materials shall be removed from the site. Topsoil material shall not be permitted as deep fill materials. Any borrow or fill material shall be approved by the Owner, or his designated representative before and during the placing of the material. All depressions on the property shall be filled, compacted, and graded to uniform slope with adequate drainage. B. All excavations shall be backfilled with acceptable material in horizontal layers and compacted according to the requirements the City Specifications. C. All additional fill material shall be of equal quality to the soil adjacent to the excavation, and free of rubble and organic matter. The Contractor shall provide for a minimum depth of 8 inches of topsoil over the excavated area. There shall be no payment for additional fill material, which shall be considered incidental to the demolition bid price. Additional fill material shall be acceptable fill material that meets the requirements of the City Specifications. D. The Contractor shall employ hand labor where the use of power machinery is unsafe or unable to produce a finished job. Hand labor shall also be used to clean the site of any debris. E. The site shall be graded to conform to all surrounding areas and shall be finished to have a uniform surface that shall not permit pooling of water. The Contractor shall grade and shape the site to drain; complete fine grading and final clean up as part of the lump sum for demolition. F. Before acceptance of the demolition work, the Contractor shall remove all unused material and rubbish from the site of the work, remedy any objectionable conditions the Contractor may have created on private property, and leave the right-of-way in a neat and presentable condition. The Contractor shall not make agreements that allow salvaged or unused material to remain on private property. All ground occupied by the Contractor in connection with the work shall be restored. Restoration shall include appropriate smoothing to its original condition. Final cleaning up shall be City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 024100-8 • REISS ENGINEERING 1 subject to approval of the Owner, or his designated representative, and in accordance with applicable regulations. 3.06 SANITARY SEWER AND WATER SERVICE DISCONNECTIONS A. All water services and stubs within the demolition work shall be disconnected in conformance with City Standards, by a licensed plumber, and inspected and approved by the Engineer, or his designated representative. 3.07 ELECTRIC AND GAS UTILITY DISCONNECTIONS A. The Contractor will coordinate utility disconnections with the utility companies. 3.08 SAFETY AND FENCING A. The Contractor shall comply with all applicable current federal, state and local safety and health regulations. B. The Contractor shall furnish and place a safety fence around the site of the work adequate to secure the demolition site, including any resulting debris or excavation, and to prevent pedestrian access. The fencing, including all materials, shall be considered incidental to the demolition. The safety fence shall remain in place until the demolished materials are removed from the site and all holes or excavated areas are backfilled. The fencing material shall remain the property of the Contractor. 3.09 DAILY CLEAN-UP OF RIGHT-OF-WAY AND PRIVATE PROPERTY A. At the end of each workday, the Contractor shall clean sidewalks, streets, and the City of Clearwater Water Treatment Plant No. 2 Reverse Osmosis Expansion site of any debris caused by the demolition operation. 3.10 MONITORING WELL COVER AND CONCRETE PAD A. Upon completion of the site earthwork, the Contractor shall remove the existing 14 - inch casing at land surface and construct a six-foot by six-foot by eight -inches thick concrete pad with an eight -inch diameter steel protective casing installed around the six-inch diameter PVC casing. The protective casing shall be finished with a blind flange and flange cover with two threaded access ports (a 1 -inch and a 0.5 inch port). Verify existing grade prior to installation or fabrication.The top of the flange shall be at elevation 52.5 feet NGVD, as determined by a licensed surveyor, to provide for 3 foot above ground casing. The final well head is shown on Figure 7 below. A concrete -filled steel bollard (Adapt Drg C15 Detail 7) shall be installed at each corner of the pad. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 024100-9 E1 S EN NEERING Proposed Flange Cover LO a Post Site Construction Land Surface Legend Neat Cement 401E. Nt1T TpSCA.E Proposed Elevation 52,5 ft NVGD Existing 6" Diameter Sch 40 PVC Casing Proposed 8" Diameter Steel ,,%— Protective Casing Proposed 6' x 6' x 8" w/# 5 @12" Concrete Pad • • Existing 14" 0,0.,.375' Wall Mud Steel Surface Casing 1065' Existing Land Surface RE1RS£D ALE NAME, F'sa O7 CITY OF CLEAR WATER CLASS I INJECTION WELL TECHNICAL SPECIFICATIONS MONITORING WELL WELLHEAD SCHEMATIC City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 PREPARED 91" LEGGE I I t, BRASHEARS & GRAHAM. INC. Protna al O,ua .W ,d F.mwvic.Ll Srax Cypren Pant Office Pat 10014 Noah Dalc Mabry Ifigaay - Seise Z03 Tampa FL 33618 (61.31966.6882 END OF SECTION 02 41 00- 10 DRAW* roti MMM rrb. 20% page • • REISS ENGINEERING • PART1- SECTION 03 0100 MODIFICATIONS AND REPAIR TO CONCRETE GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and cut, remove, repair or otherwise modify parts of existing concrete structures or appurtenances as shown on the Drawings and as specified herein. Work under this Section shall also include bonding new concrete to existing concrete. 1.02 RELATED WORK A. Concrete Formwork is included in Section 03 11 00. B. Concrete Reinforcement is included in Section 03 20 00. C. Cast -in -Place Concrete is included in Section 03 30 00. D. Grout is included in Section 03 60 00. 1.03 SUBMITTALS A. Submit manufacturer's technical literature on all product brands proposed for use, to the Engineer for review. The submittal shall include the manufacturer's installation and/or application instructions. • B. When substitutions for acceptable brands of materials specified herein are proposed, submit brochures and technical data of the proposed substitutions to the Engineer for approval before delivery to the project. • 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM C881 Systems for C 2. ASTM C882 Systems Used 3. ASTM C883 - Systems Used 4. ASTM D570 - 5. ASTM D638 - 6. ASTM D695 Plastics. 7. ASTM D732 - Tool. - Standard Specification for Epoxy -Resin -Base Bonding oncrete. - Standard Test Method for Bond Strength of Epoxy -Resin with Concrete by Slant Sheer. Standard Test Method for Effective Shrinkage of Epoxy -Resin with Concrete. Standard Test Method for Water Absorption of Plastics. Standard Test Method for Tensile Properties of Plastics. - Standard Test Method for Compressive Properties of Rigid City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 Standard Test Method for Shear Strength of Plastics by Punch 030100-1 ENC NEE t G 8. ASTM D790 - Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. B. Where reference is made to one of the above standards, the latest revision as referenced in the FBC shall be used. 1.05 QUALITY ASSURANCE A. No existing structure or concrete shall be shifted, cut, removed, or otherwise altered until authorization is given by the Engineer. B. When removing materials or portions of existing structures and when making openings in existing structures, all precautions shall be taken and all necessary barriers, shoring and bracing and other protective devices shall be erected to prevent damage to the structures beyond the limits necessary for the new work, protect personnel, control dust and to prevent damage to the structures or contents by falling or flying debris. Unless otherwise permitted, shown or specified, line drilling will be required in cutting existing concrete. C. Manufacturer Qualifications: The manufacturer of the specified products shall have a minimum of 10 years experience in the manufacture of such products and shall have an ongoing program of training, certifying and technically supporting the Contractor's personnel. 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver the specified products in original, unopened containers with the manufacturer's name, labels, product identification and batch numbers. B. Store and condition the specified product as recommended by the manufacturer. PART 2 - PRODUCTS 2.01 MATERIALS A. General 1. Materials shall comply with this Section and any state or local regulations. B. Epoxy Bonding Agent 1. General a. The epoxy bonding agent shall be a two -component, solvent -free, asbestos -free moisture insensitive epoxy resin material used to bond plastic concrete to hardened concrete complying with the requirements of ASTM C881, Type II and the additional requirements specified herein. 2. Material • a. Properties of the cured material: i. Compressive Strength (ASTM D695): 8500 psi minimum at 28 days. ii. Tensile Strength (ASTM D638): 4000 psi minimum at 14 days. • City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 030100-2 R l S ENGINEER1NG iii. Flexural Strength (ASTM D790 - Modulus of Rupture): 6,300 psi minimum at 14 days. iv. Shear Strength (ASTM D732): 5000 psi minimum at 14 days. v. Water Absorption (ASTM D570 - 2 hour boil): One percent maximum at 14 days. vi. Bond Strength (ASTM C882) Hardened to Plastic: 1500 psi minimum at 14 days moist cure. vii. Effective Shrinkage (ASTM C883): Passes Test. viii. Color: Gray. 3. Manufacturers include: Sika Corporation, Lyndhurst, NJ - Sikadur 32, Hi -Mod; Master Builder's, Cleveland, OH - Concresive Liquid (LPL) C. Epoxy Paste 1. General a. Epoxy Paste shall be a two -component, solvent -free, asbestos free, moisture insensitive epoxy resin material used to bond dissimilar materials to concrete such as setting railing posts, dowels, anchor bolts and all -threads into hardened concrete and shall comply with the requirements of ASTM C881, Type I, Grade 3 and the additional requirements specified herein. It may also be used to patch existing surfaces where the glue line is 1/8 -in or less. 2. Material a. Properties of the cured material: i. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days. ii. Tensile Strength (ASTM D638): 3,000 psi minimum at 14 days. Elongation at Break - 0.3 percent minimum. iii. Flexural Strength (ASTM D790 - Modulus of Rupture): 3,700 psi minimum at 14 days. iv. Shear Strength (ASTM D732): 2,800 psi minimum at 14 days. v. Water Absorption (ASTM D570): 1.0 percent maximum at 7 days. vi. Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure. vii. Color: Concrete grey. 3. Manufacturers include: a. Overhead applications: Sika Corporation, Lyndhurst, NJ - Sikadur Hi -mod LV 31; Master Builders, Inc., Cleveland, OH - Concresive 1438. b. Sika Corporation, Lyndhurst, N.J. - Sikadur Hi -mod LV 32; Master Builders, Inc., Cleveland, OH - Concresive 1438. D. Non -Shrink Precision Cement Grout, Non -Shrink Cement Grout, Non -Shrink Epoxy Grout and Polymer Modified mortar are included in Section 03 60 00 GROUT. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 030100-3 REISS ENGINEERING E. Adhesive Capsule type anchor system shall be the HVA adhesive Anchoring System by Hilti Fastening Systems, Tulsa, OK. The capsule shall consist of a sealed glass capsule containing premeasured amounts of polyester or vinylester resin, quartz sand aggregate and a hardener contained in a separate vial within the capsule. Where the adhesive anchor is under sustained tensile loading (i.e. vertically installed anchors) the anchor system shall be Hilti HIT RE -500 SD by Hilti Fastening Systems, Tulsa, OK. F. Acrylic Latex Bonding Agents shall not be used for this project. G. Crack Repair Epoxy Adhesive 1. General a. Crack Repair Epoxy Adhesive shall be a two -component, solvent -free, moisture insensitive epoxy resin material suitable for crack grouting by injection or gravity feed. It shall be formulated for the specific size of opening or crack being injected. b. All concrete surfaces containing potable water or water to be treated for potable use that are repaired by the epoxy adhesive injection system shall be coated with an acceptable epoxy coating approved by the FDA for use in contact with potable water. 2. Material a. Properties of the cured material i. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days. ii. Tensile Strength (ASTM D638): 5,300 psi minimum at 14 days. Elongation at Break - 2 to 5 percent. iii. Flexural Strength (ASTM D790 - Modulus of Rupture): 12,000 psi minimum at 14 days (gravity); 4,600 psi minimum at 14 days (injection) iv. Shear Strength (ASTM D732): 3,700 psi minimum at 14 days. v. Water Absorption (ASTM D570 - 2 hour boil): 1.5 percent maximum at 7 days. vi. Bond Strength (ASTM C882): 2,400 psi at 2 days dry; 2,000 psi at 14 days dry plus 12 days moist. vii. Effective Shrinkage (ASTM 883): Passes Test. 3. Manufacturers include: a. For standard applications: Sika Corporation, Lyndhurst, NJ - Sikadur Hi -Mod; Master Builders Inc., Cleveland, OH - Concressive 1380. b. For very thin applications; Sika Corporation, Lyndhurst, NJ - Sikadur Hi -Mod LV; Master Builders Inc., Cleveland, OH - Concressive 1468. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 030100-4 • REISS ENt,INEER1 G PART 3 - EXECUTION 3.01 GENERAL A. Cut, repair, reuse, demolish, excavate or otherwise modify parts of the existing structures or appurtenances, as indicated on the Drawings, specified herein, or necessary to permit completion of the Work. Finishes, joints, reinforcements, sealants, etc, are specified in respective Sections. All work shall comply with other requirements of this of Section and as shown on the Drawings. B. All commercial products specified in this Section shall be stored, mixed and applied in strict compliance with the manufacturer's recommendations. C. In all cases where concrete is repaired in the vicinity of an expansion joint or control joint the repairs shall be made to preserve the isolation between components on either side of the joint. D. When drilling holes for dowels/bolts at new or existing concrete, drilling shall stop if rebar is encountered. As approved by the Engineer, the hole location shall be relocated to avoid rebar. Rebar shall not be cut without prior approval by the Engineer. Where possible, rebar locations shall be identified prior to drilling using "rebar locators" so that drilled hole locations may be adjusted to avoid rebar interference. 3.02 CONCRETE REMOVAL A. Concrete designated to be removed to specific limits as shown on the Drawings or directed by the Engineer, shall be done by line drilling at limits followed by chipping or jack -hammering as appropriate in areas where concrete is to be taken out. Remove concrete in such a manner that surrounding concrete or existing reinforcing to be left in place and existing in place equipment is not damaged. Sawcutting at limits of concrete to be removed shall only be done if indicated on the Drawings, or after obtaining written approval from the Engineer. B. Where existing reinforcing is exposed due to saw cutting/core drilling and no new material is to be placed on the sawcut surface, a coating or surface treatment of epoxy paste shall be applied to the entire cut surface to a thickness of 1/4 -in. C. In all cases where the joint between new concrete or grout and existing concrete will be exposed in the finished work, except as otherwise shown or specified, the edge of concrete removal shall be a 1 -in deep saw cut on each exposed surface of the existing concrete. D. Concrete specified to be left in place which means to the satisfaction of the Engineer. E. The Engineer may from time to time direct to existing concrete. These repairs shall methods as may be appropriate. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 030100-5 is damaged shall be repaired by approved the Contractor to make additional repairs be made as specified or by such other REISS l 3.03 CONNECTION SURFACE PREPARATION A. Connection surfaces shall be prepared as specified below for concrete areas requiring patching, repairs or modifications as shown on the Drawings, specified herein, or as directed by the Engineer. B. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting materials from the surface by dry mechanical means, i.e. - sandblasting, grinding, etc, as approved by the Engineer. Be sure the areas are not less than 1/2 -in in depth. Irregular voids or surface stones need not be removed if they are sound, free of laitance, and firmly embedded into parent concrete, subject to the Engineer's final inspection. C. If reinforcing steel is exposed, it must be mechanically cleaned to remove all contaminants, rust, etc, as approved by the Engineer. If half of the diameter of the reinforcing steel is exposed, chip out behind the steel. The distance chipped behind the steel shall be a minimum of 1/2 -in. Reinforcing to be saved shall not be damaged during the demolition operation. D. Reinforcing from existing demolished concrete which is shown to be incorporated in new concrete shall be cleaned by mechanical means to remove all loose material and products of corrosion before proceeding with the repair. It shall be cut, bent or lapped to new reinforcing as shown on the Drawings and provided with a minimum cover all around as specified on the contract drawings or 2 -in. E. The following are specific concrete surface preparation "methods" are to be used where called for on the Drawings, specified herein or as directed by the Engineer. All installation of anchors shall be according to the manufacturer's recommendations. 1. Method A: After the existing concrete surface at connection has been roughened and cleaned, thoroughly moisten the existing surface with water. Brush on a 1/16 -in layer of cement and water mixed to the consistency of a heavy paste. Immediately after application of cement paste, place new concrete or grout mixture as detailed on the Drawings. 2. Method B: After the existing concrete surface has been roughened and cleaned, apply epoxy bonding agent at connection surface. The field preparation and application of the epoxy bonding agent shall comply strictly with the manufacturer's recommendations. Place new concrete or grout mixture to limits shown on the Drawings within time constraints recommended by the manufacturer to ensure bond. 3. Method C: Drill a hole 1/4 -in larger than the diameter of the dowel. The hole shall be blown clear of loose particles and dust just prior to installing epoxy. The drilled hole shall first be filled with epoxy paste, and then dowels/bolts shall be buttered with paste then inserted by tapping. Unless otherwise shown on the Drawings, deformed bars shall be drilled and set to a depth of ten bar diameters and smooth bars shall be drilled and set to a depth of fifteen bar diameters. If not noted on the Drawings, the Engineer will provide details regarding the size and spacing of dowels. 4. Method D: Combination of Method B and C. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 030100-6 • CD REISS ENG1NEERING 5. Method E: Capsule anchor system shall be set in existing concrete by drilling holes to the required depth to develop the full tensile and shear strengths of the anchor material being used. The anchor bolts system shall be installed per the manufacturer's recommendation in holes sized as required. The anchor stud bolt, rebar or other embedment item shall be tipped with a double 45 degree chamfered point, securely fastened into the chuck of all rotary percussion hammer drill and drilled into the capsule filled hole. 3.04 GROUTING A. Grouting shall be as specified in Section 03 60 00. 3.05 CRACK REPAIR A. Cracks on horizontal surfaces shall be repaired by gravity feeding crack sealant into cracks per manufacturer's recommendations. If cracks are less than 1/16 -in in thickness they shall be pressure injected. B. Cracks on vertical surfaces shall be repaired by pressure injecting crack sealant through valves sealed to surface with crack repair epoxy adhesive per manufacturer's recommendations. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 030100-7 (ft)I REISS ENGINEERING THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 030100-8 • C-)EIS NEERING • • SECTION 03 1100 CONCRETE FORMWORK PART 1 - GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and cut, remove, repair or otherwise modify parts of existing concrete structures or appurtenances as shown on the Drawings and as specified herein. Work under this Section shall also include bonding new concrete to existing concrete. B. Secure to forms as required or set for embedment as required, all miscellaneous metal items, sleeves, reglets, anchor bolts, inserts and other items furnished under other Sections and required to be cast into concrete, or approved in advance by the Engineer. 1.02 RELATED WORK A. Concrete Reinforcement is included in Section 03 20 00. B. Concrete Joints and Joint Accessories are included in Section 03 15 00 C. Cast -in -Place Concrete is included in Section 03 30 00. D. Grout is included in Section 03 60 00. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Section 01 33 00, shop drawings and product data showing materials of construction and details of installation for: 1. Form release agent 2. Form ties B. Samples 1. Demonstrate to the Engineer on a designated area of the concrete substructure exterior surface that the form release agent will not adversely affect concrete surfaces to be painted, coated or otherwise finished and will not affect the forming materials. 1.04 REFERENCE STANDARDS A. American Concrete Institute (ACI) 1. ACI 301 - Standard Specification for Structural Concrete 2. ACI 318 - Building Code Requirements for Reinforced Concrete 3. ACI 347 - Formwork for Concrete B. American Plywood Association (APA) 1. Material grades and designations as specified City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 031100-1 ha( ONE COMPANY Many Solutions* 2. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 SYSTEM DESCRIPTION A. General: Architectural Concrete is wall, slab, beam or column concrete which will have surfaces exposed to view in the finished work. It includes similar exposed surfaces in water containment structures from the top of walls to 2 -ft below the normal water surface in open tanks and basins. B. Formwork shall be designed and erected in accordance with the requirements of ACI 301 and ACI 318 and as recommended in ACI 347 and shall comply with all applicable regulations and codes. The design shall consider any special requirements due to the use of plasticized and/or retarded set concrete. PART 2 - PRODUCTS 2.01 GENERAL A. The usage of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configurations desired. 2.02 MATERIALS A. Forms for cast -in-place concrete shall be made of wood, metal, or other approved material. Construct wood forms of sound lumber or plywood of suitable dimensions and free from knotholes and loose knots. Where used for exposed surfaces, dress and match boards. Sand plywood smooth and fit adjacent panels with tight joints. Metal forms may be used when approved by the Engineer and shall be of an appropriate type for the class of work involved. All forms shall be designed and constructed to provide a flat, uniform concrete surface requiring minimal finishing or repairs. B. Wall Forms 1. Forms for all exposed exterior and interior concrete walls shall be "Plyform" exterior grade plywood panels manufactured in compliance with the APA and bearing the trademark of that group. Provide B grade or better veneer on all faces to be placed against concrete during forming. The class of material and grades of interior plies shall be of sufficient strength and stiffness to provide a flat, uniform concrete surface requiring minimal finishing and grinding. 2. All joints or gaps in forms shall be taped, gasketed, plugged, and/or caulked with an approved material so that the joint will remain watertight and will withstand placing pressures without bulging. C. Rustication strips shall be at the location and shall conform to the details shown on the Drawings. Moldings for chamfers and rustications shall be milled and planed smooth. Rustications and corner strips shall be of a nonabsorbent material, compatible with the form surface and fully sealed on all sides to prohibit the loss of paste or water between the two surfaces. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 031100-2 FiR ONE COMPANY Many Solutions* D. Form Release Agent • 1. Coat all forming surfaces in contact with concrete using an effective, non -staining, non -residual, water based, bond -breaking form coating unless otherwise noted. Form release agents used in potable water containment structures shall be suitable for use in contact with potable water and shall be non-toxic and free of taste or odor and meet the requirements of NSF/ANSI Standard 61. E. Form Ties 1. Form ties encased in concrete other than those specified in the following paragraphs shall be designed so that, after removal of the projecting part, no metal shall remain within 1 -1/2 -in of the face of the concrete. The part of the tie to be removed shall be at least 1/2 -in diameter or be provided with a wood or metal cone at least 1 /2 -in diameter and 1 -1/2 -in long. Form ties in concrete exposed to view shall be the cone -washer type. 2. Form ties for exposed exterior and interior walls shall be as specified in the preceding paragraph except that the cones shall be of approved wood or plastic. 3. Flat bar ties for panel forms, if used, shall have plastic or rubber inserts having a minimum depth of 1 -1/2 -in and sufficient dimensions to permit proper patching of the tie hole. 4. Ties for liquid containment structures shall have an integral waterstop that is tightly welded to the tie. 5. Common wire shall not be used for form ties. 6. Alternate form ties consisting of tapered through -bolts at least 1 -in in diameter at smallest end or through -bolts that utilize a removable tapered sleeve of the same minimum size may be used at the Contractor's option. Obtain Engineer's acceptance of system and spacing of ties prior to ordering or purchase of forming. Clean, fill and seal form tie hole with non -shrink cement grout. A vinyl plug shall be inserted into the hole to serve as a waterstop. The Contractor shall be responsible for watertightness of the form ties and any repairs needed. PART 3 - EXECUTION 3.01 GENERAL A. Forms shall be used for all cast -in-place concrete including sides of footings. Forms shall be constructed and placed so that the resulting concrete will be of the shape, lines, dimensions and appearance indicated on the Drawings. B. Forms for walls shall have removable panels at the bottom for cleaning, inspection and joint surface preparation. Forms for walls of considerable height shall have closable intermediate inspection ports. Tremies and hoppers for placing concrete shall be used to allow concrete inspection, prevent segregation and prevent the accumulation of hardened concrete on the forms above the fresh concrete. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 11 00 - 3 ONE COMPANY Many Solutions* C. Molding, bevels, or other types of chamfer strips shall be placed to produce block outs, rustications, or chamfers as shown on the Drawings or as specified herein. Chamfer strips shall be provided at horizontal and vertical projecting comers to produce a 3/4 -in chamfer. Rectangular or trapezoidal moldings shall be placed in locations requiring sealants where specified or shown on the Drawings. Sizes of moldings shall conform to the sealants manufacturer's recommendations. D. Forms shall be sufficiently rigid to withstand construction loads and vibration and to prevent displacement or sagging between supports. Construct forms so that the concrete will not be damaged by their removal. The Contractor shall be entirely responsible for the adequacy of the forming system. E. Before form material is re -used, all surfaces to be in contact with concrete shall be thoroughly cleaned, all damaged places repaired, all projecting nails withdrawn and all protrusions smoothed. Reuse of wooden forms for other than rough finish will be permitted only if a "like new" condition of the form is maintained. 3.02 FORM TOLERANCES A. Forms shall be surfaced, designed and constructed in accordance with the recommendations of ACI 347 and shall meet the following additional requirements for the specified finishes. 1. Formed Surface Exposed to View: Edges of all form panels in contact with concrete shall be flush within 1/16 -in and forms for plane surfaces shall be such that the concrete will be plane within 3/16 -in in 4 -ft. Forms shall be tight to prevent the passage of mortar, water and grout. The maximum deviation of the finish wall surface at any point shall not exceed 1/4 -in from the intended surface as shown on the Drawings. Form panels shall be arranged symmetrically and in an orderly manner to minimize the number of seams. 2. Formed surfaces not exposed to view or buried shall meet requirements of Class "C" Surface in ACI 347. 3. Formed rough surfaces including mass concrete, pipe encasement, electrical duct encasement and other similar installations shall have no minimum requirements for surface smoothness and surface deflections. The overall dimensions of the concrete shall be plus or minus 1 -in. 3.03 FORM PREPARATION A. Wood forms in contact with the concrete shall be coated with an effective release agent prior to form installation. B. Steel forms shall be thoroughly cleaned and mill scale and other ferrous deposits shall be sandblasted or otherwise removed from the contact surface for all forms, except those utilized for surfaces receiving a rough finish. All forms shall have the contact surfaces coated with a release agent. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 031100-4 ONE COMPANY Many Solutions* 3.04 REMOVAL OF FORMS 4111 A. The Contractor shall be responsible for all damage resulting from removal of forms. Forms and shoring for structural slabs or beams shall remain in place in accordance with ACI 301 and ACI 347. Form removal shall conform to the requirements specified in Section 03 11 00 and a curing compound applied. • 3.05 INSPECTION A. The Engineer on site shall be notified when the forms are complete and ready for inspection at least 6 hours prior to the proposed concrete placement. B. Failure of the forms to comply with the requirements specified herein, or to produce concrete complying with requirements of this Section, shall be grounds for rejection of that portion of the concrete work. Rejected work shall be repaired or replaced as directed by the Engineer at no additional cost to the Owner. Such repair or replacement shall be subject to the requirements of this Section and approval of the Engineer. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 031100-5 1�� I ONE COMPANY JL A. Z ! Many Solutions* THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 031100-6 Fai.ONE COMPANY I Many Solutions• • • SECTION 03 15 00 CONCRETE ACCESSORIES PART 1 - GENERAL 1.01 SUMMARY A. Section includes concrete accessories and supplementary items necessary to complete work required for their installation. B. Vapor Retarder Below Slabs -on -Grade: Primary requirements specified elsewhere in Division 7. 1.02 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. B. Product Data: Submit manufacturer's specifications to evidence compliance with these specifications. C. Samples: 1 Expansion Joint Filler: Submit two (2) representative samples, 6 inches x 12 inches. 2. PVC Waterstops: Submit 12 inch long sample of typical waterstop and sample of field splice. 3. Concrete Inserts: Submit for approval showing construction and finish specified. 4. Mechanical Anchors: Including expansion anchors, heavy duty sleeve anchors, and sleeve anchors. Submit two samples of each respective type and size proposed if requested by Architect/Engineer. 5. Adhesive Anchors: Submit two samples of each respective size proposed if requested by Architect/Engineer. 1.03 QUALITY ASSURANCE A. Manufacturer Qualifications: 1. Each type of products covered under this Section shall be produced by single manufacturer unless otherwise specified. 2. Manufacturer shall submit evidence of having not less than five (5) years successful production of this product. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 031500-1 ONE COMPANY Many Solutions* PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Specific product, material or manufacturer listed under each item below is "acceptable" only if manufacturer can evidence product compliance with requirements of Contract Documents. B. For manufacturers not listed, submit as substitution according to the Conditions of the Contract and Division 1 Specification Sections. 2.02 MATERIALS A. Expansion Joint Filler: 1. Superior -grade, polyethylene, closed cell, expansion joint filler. 2. Strong, ultra -violet stable, resistant to most oils, chemicals, ozone and weathering. 3. Acceptable manufacturers and product: a. ChemRex Inc., Sonneborn Building Products -"Sonoflex F" b. Sealed Air Corporation-"Cellu Joint" c. Williams Products, Inc. -"Everlastic Expand -O -Foam 1380 Series" d. W.R. Meadows, Inc. -Ceramar e. Greenstreak Plastic Products B. Waterstops: 1. Cast -in-place type: Corp of Engineer's 1 Specification CRD -572. 2. Materials: Virgin PVC compound not containing any scrap or reclaimed materials or pigment. 3. Thickness: 3/8 IN, unless otherwise noted. 4. Approved profiles as listed, unless otherwise specified. a. Ribbed: 3/8 IN x 6 IN for use in construction (non -movement) joints only. b. Center bulb: 1/4 x 3/8 x 9 IN, with center bulb 3/4 IN ID, 1 1/4 OD, similar to Greenstreak Plastic Products Style #718 for expansion joints only. c. Split Rib: 3/8 IN x 6 IN, similar to Greenstreak Plastic Products Style #724, or 3/8 IN x 4 IN, similar to Greenstreak Plastic Products Style #721 d. Tear web: 9 IN x 1/8 IN with minimum 3/4 IN web height, similar to Greenstreak Plastic Products Style #699. e. Base Seal: Style #771 by Greenstreak Plastic Products, or approved equal. 5. Factory fabricated intersection fittings, to be field butt spliced onto straight runs. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 031500-2 ONE COMPANY Many Solutions* • 41/1 6. Factory prepunched (12 IN centers, each edge) for wire supports. C. Concrete Inserts: 1. Wedge Type Inserts: a. Description: Malleable iron, with 1-1/2 inch stainless steel askew head bolt. Standard or long as required by location. b. Acceptable manufacturers and product: i. Simpson Strong -Tie "Wedge -All" (ICC -ES ESR -1396) ii. Simpson Strong -Tie "Titen-HD (ICC -ES ESR -1056) iii. HILTI "HUS -H" (ICC -ES ESR -1423) iv. HILTI "Kwik Bolt 3" (ICC -ES ESR -1385) D. Expansion Anchors for Bolted Connections to Concrete: (Mechanical Anchor) 1. Only expansion anchors with ICBO/ICC approval are approved for use. 2. Anchors shall be stud type threaded bolts with single piece multi -section wedges, with hex head nut, and washer and meet description in Federal Specification A -A 1923A, Type 4. 3. Size and embedment: As indicated in Drawings. Where embedment is not indicated, submit proposed embedment prior to installation to Engineer for approval. 4. Drawing Reference: Unless noted otherwise, drawing reference to "expansion anchor(s)" shall indicate the use of anchors specified by this paragraph. Sleeve, adhesive, and other type anchors shall only be provided if specifically referenced. 5. Material for Bolts, Nuts, and Washers: a. Carbon Steel with Zinc -Plating in accordance with ASTM B 633, Type III, Fe/Zn 5: Use at interior environments free of moisture or other potentially corrosive conditions. b. ASTM A 276 or ASTM A 493, Type 316 Stainless Steel: Use at potentially corrosive environments, including but not limited to following: i. Exterior exposed conditions. ii. Potentially wet environments. iii. Attachment of exterior cladding materials. 6. Subject to compliance with requirements, provide one of following: a. Simpson Strong -Tie "Strong -Bolt" (ICC -ES ESR -1771) b. Simpson Strong -Tie "Titen-HD (ICC -ES ESR -2713) c. HILTI "HSL -3" (ICC -ES ESR -1545) d. HILTI "Kwik Bolt TZ" (ICC -ES ESR -1917) E. Heavy Duty Sleeve Anchors for Bolted Connections to Concrete: (Mechanical • Anchor) City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 031500-3 FDR{ ONE COMPANY I Many Solutions+ 1. Only heavy duty sleeve anchors with ICBO/ICC approval are approved for use. 2. Anchors shall consist of hex head bolts or threaded studs with hex head nut, along with spacer sleeve, expansion sleeve, expansion cone, and washer. 3. Anchors shall be torque controlled expansion type bolts, specifically designed for high performance in static and dynamic applications. 4. Size and embedment: As indicated in Drawings. Where embedment is not indicated, submit proposed embedment prior to installation to Engineer for approval. 5. Materials: Use carbon steel with zinc -plating at interior environments free of moisture or other potentially corrosive conditions. Use stainless steel at potentially corrosive environments, including but not limited to exterior exposed conditions, potentially wet environments, and attachments for exterior cladding materials. 6. Subject to compliance with requirements, provide following: a. HILTI Corporation — "HSL -3 Heavy Duty Sleeve Anchor" F. Sleeve Anchors for Bolted Connections to Concrete: (Mechanical Anchor) 1. Only sleeve anchors with ICBO/ICC approval are approved for use. 2. Do not substitute sleeve anchors for "expansion anchors" or for "heavy duty sleeve anchors" where indicated on drawings. 3. Anchors shall be pre -assembled expanding sleeve type anchors meeting description in Federal Specification A -A 1922A. 4. Size and embedment: As indicated in Drawings. Where embedment is not indicated, submit proposed embedment prior to installation to Engineer for approval. 5. Materials: Use carbon steel with zinc -plating at interior environments free of moisture or other potentially corrosive conditions. Use stainless steel at potentially corrosive environments, including but not limited to exterior exposed conditions, potentially wet environments, and attachments for exterior cladding materials. 6. Subject to compliance with requirements, provide following: a. SIMPSON Strong -Tie Anchor Systems — "Sleeve -All" G. Adhesive Anchors for Bolted Connections to Concrete: 1. Only adhesive anchor systems with ICBO/ICC approval are approved for use. 2. Shall consist of threaded steel rod, nut, washer, and two component epoxy adhesive meeting ASTM C 881, Type IV, Grade 3, Classes B and C. 3. Material for Bolts, Nuts, and Washers: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 15 00 - 4 ONE COMPANY Many Solutions* a. Carbon steel conforming to ASTM A36, or better, except as noted below. b. ASTM F 593, Type 316 Stainless Steel: Use at potentially corrosive environments, including but not limited to following: i. Exterior exposed conditions. ii. Potentially wet environments. iii. Attachment of exterior cladding materials. 4. Size and Embedment: As indicated in Drawings. Where embedment is not indicated, use embedment of 12 x anchor diameter, or, submit proposed embedment prior to installation to Engineer for review. 5. Following products are considered acceptable for use. Other products will be acceptable only if approved by ICBO and Engineer. Submit ICBO Report for Engineer's review. a. HILTI Corporation — "HIT RE 500 Adhesive System or HIT HY-150 w/ HIT TZ rods" b. SIMPSON Strong -Tie Anchor Systems — "ET Epoxy -Tie Adhesive System" or "SET Epoxy -Tie Adhesive System" c. ITW Ramset/Redhead -"Epcon C6 Adhesive System" 6. Above epoxy adhesive systems require special attention to ambient conditions and cure time prior to loading. Where ambient or other project conditions require alternate product, such as acrylic based adhesive, other product(s) of listed manufacturers may be considered by Engineer. Consult with product manufacturer and submit proposal for review/approval by Engineer prior to use. H. Adhesive Anchors for Rebar Doweling: 1. Only adhesive anchor systems with ICBO/ICC approval are approved for use. 2. Shall consist of deformed Grade 60 reinforcing bar and two component epoxy adhesive meeting ASTM C 881, Type IV, Grade 3, Classes B and C. 3. Size, length, and embedment of dowel as indicated in Drawings. Where embedment depth is not indicated, use embedment of 12 x rebar diameter, or submit proposed embedment prior to installation to Engineer for review. 4. Following products are considered acceptable for use where rebar doweling with adhesive anchor is indicated in Drawings. Other products will be acceptable only if approved by ICBO and Engineer. Submit ICBO Report for Engineer's review. a. HILTI Corporation — "HIT RE 500 Adhesive System" b. SIMPSON Strong -Tie Anchor Systems — "ET Adhesive System" c. ITW Ramset/Redhead -"Epcon C6 Adhesive System" 5. Above epoxy adhesive systems require special attention to ambient conditions and cure time prior to loading. Where ambient or other project conditions require alternate product, such as acrylic based adhesive, other product(s) of City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 031500-5 R ONE COMPANY Many Solutions* listed manufacturers may be considered by Engineer. Consult with product manufacturer and submit proposal for review/approval by Engineer prior to use. I. Cast -In Place Internally Threaded Anchors 1. Following Product is considered acceptable for use. a. HILTI Corporation — "HILTI HCI -WF (Wood Form) Cast -In Anchor" b. HILTI Corporation — "HILTI HCI -MD (Metal Deck) Cast -In Anchor" PART 3 - EXECUTION 3.01 EXAMINATION A. Examine and verify that receiving substrate surfaces of structure have no defects or errors which would result in poor or potentially defective application or cause latent defects in workmanship. B. Starting installation shall imply acceptance of surfaces. 3.02 PREPARATION A. Prepare substrate surfaces to insure proper and adequate installation, in accordance with Contract Documents and approved Shop Drawings, or manufacturer's requirements. B. Field measure and verify dimensions as required. C. Protect adjacent areas or surfaces from damage as result of Work of this Section. 3.03 INSTALLATION A. Install in accordance with manufacturer's latest published requirements, instructions and specifications. B. Expansion Joint Filler: 1. Take care to position filler material so that it does not protrude above surface of concrete. Provide minimum of 1/2 inch from surface of concrete to top of filler if sealant is to be used to seal off joint. 2. Interface with Other Products: Coordinate and cooperate with adjacent and contiguous materials trades to ensure proper installation. C. Waterstops: 1. Lap all types of waterstop to create continuous water tight joints. 2. Do not mix different types of waterstop materials in the same structure without specific approval from the Engineer. 3. Contractor is responsible for waterstop selection and installation to provide leak -tight joints, to the minimum standard shown in the Contract Documents. 4. Base selection on anticipated differential movement of mating surfaces. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents 03 15 00 - 6 April 2013 FMI ONE COMPANY Many Solutions* • • 5. Waterstop manufacturer's representative shall provide on-site training of waterstop installation, splicing, welding and inspection procedures prior to construction, and at no additional cost. D. PVC Waterstops: 1. Position waterstop accurately in joints, with adequate clearance from all reinforcing. 2. Secure waterstops in correct position using hog rings or grommets spaced 12 IN maximum along the length and passed through the edge of the waterstops. Tie wire to adjacent reinforcing. 3. Hold horizontal waterstops in place with continuous supports. 4. Install according to manufacturer's instructions. Do not displace reinforcement from required location. 5. Splice ends and intersections with perpendicular butt splice using electrical splicing iron in accordance with manufacturer's instructions. a. Use factory fabricated "T" and corner intersection fittings. b. Field splice straight runs of material. E. Mechanical Anchors for Bolted Connections to Concrete: 1. Installation shall be in accordance with manufacturer's printed instructions, including but not limited to following: a. Drill bit size. b. Clean out of drilled hole to receive mechanical anchor. c. Bolt insertion in hole. d. Nut tightening to proper torque. 2. Drill to specified depth of embedment with carbide tipped drill bit. Use of core drill for installation of mechanical anchors is not permitted. 3. Set anchors perpendicular to substrate surface unless otherwise indicated. Skewed or slanted mechanical anchor installations with skew/slant exceeding 6 degrees from axis perpendicular to substrate surface shall not be acceptable. 4. Substitution of mechanical anchors for conditions where cast -in embed plate connections have been indicated shall not be permitted. 5. Substitution of mechanical anchors with adhesive anchors at specified conditions to receive mechanical anchors shall not be permitted. F. Adhesive Anchors: 1. Installation shall be in accordance with manufacturer's printed instructions and by personnel trained in proper installation procedures, including but not limited to following: a. Drill bit size. b. Clean out of drilled hole to receive adhesive anchor. c. Adhesive installation. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 031500-7 ONE COMPANY Many Solutionse d. Threaded rod and/or dowel installation. e. Nut tightening to proper torque. f. Ambient temperature limitations of adhesive system. 2. Drill to specified depth of embedment with carbide tipped drill bit. Do not core drill holes for adhesive anchors unless written approval is provided by Engineer. 3. Do not disturb or load set anchor before manufacturer's specified curing time. 4. Set anchors perpendicular to substrate surface unless otherwise indicated. Skewed or slanted adhesive anchor installations with skew/slant exceeding 6 degrees from axis perpendicular to substrate surface shall not be acceptable. 5. Substitution of adhesive anchors for conditions where cast -in embed plate connections have been indicated shall not be permitted. 6. Substitution of adhesive anchors with mechanical anchors at specified conditions to receive adhesive anchors shall not be permitted. 3.04 SCHEDULE OF TYPICAL LOCATIONS A. Expansion Joint Filler: At concrete expansion joints and at abutting expansion joints between concrete and adjacent structures. B. Waterstops: Provide continuous waterstops at below -grade concrete cold joints and where indicated. C. Vapor Retarder: Provide vapor retarder membrane beneath concrete slabs -on -grade [and structured foundation slabs] in accordance with Division 7 Section requirements. D. Mechanical Anchors: Where indicated or otherwise required for satisfactory completion of work. E. Adhesive Anchors: Where indicated or otherwise required for satisfactory completion of work. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 031500-8 1-37R ONE COMPANY Many Solutions* • • SECTION 03 20 00 CONCRETE REINFORCEMENT PART 1- GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install all concrete reinforcement complete as shown on the Drawings and as specified herein. B. Furnish only all deformed steel reinforcement required to be entirely built into concrete masonry unit construction. 1.02 RELATED WORK A. Concrete Formwork is included in Section 03 11 00. B. Concrete Joint and Joint Accessories are included in Section 03 15 00. C. Cast -in-place Concrete is included in Section 03 30 00. D. Grout is included in Section 03 60 00. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Section 01 33 00, shop drawings and product data showing materials of construction and details of installation for: 1. Reinforcing steel. Placement drawings shall conform to the recommendations of ACI 315. All reinforcement in a concrete placement shall be included on a single placement drawing or cross referenced to the pertinent main placement drawing. The main drawing shall include the additional reinforcement (around openings, at corners, etc) shown on the standard detail sheets. Bars to have special coatings and/or to be of special steel or special yield strength are to be clearly identified. 2. Bar bending details. The bars shall be referenced to the same identification marks shown on the placement drawings. 3. Schedule of all placements to contain synthetic reinforcing fibers. The amount of fibers per cubic yard to be used for each of the placements shall be noted on the schedule. The name of the manufacturer of the fibers and the product data shall be included with the submittal. B. Submit Test Reports, in accordance with Section 01 33 00, of each of the following items. 1. Certified copy of mill test on each steel proposed for use showing the physical properties of the steel and the chemical analysis. 2. Welder's certification. The certification shall be in accordance with AWS D1.4 when welding of reinforcement required. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 032000-1 FDA ONE COMPANY Many Solutions= 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM A82 - Standard Specification for Steel Wire, Plain, for Concrete Reinforcement. 2. ASTM A184 - Standard Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement. 3. ASTM A185 - Standard Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement 4. ASTM A1064 - Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement 5. ASTM A615 - Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement 6. ASTM A616 - Standard Specification for Rail -Steel Deformed and Plain Bars for Concrete Reinforcement 7. ASTM A617 - Standard Specification for Axle -Steel Deformed and Plain Bars for Concrete Reinforcement 8. ASTM A706 - Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. 9. ASTM A767 - Standard Specification for Zinc -Coated (Galvanized) Steel Bars for Concrete Reinforcement 10. ASTM A775 - Standard Specification for Epoxy -Coated Reinforcing Steel Bars. 11. ASTM A884 - Standard Specification for Epoxy -Coated Steel Wire and Welded Wire Fabric for Reinforcement. 12. ASTM A934 - Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars. 13. ASTM C 1116 — Standard Specification for Fiber -Reinforced Concrete and Shotcrete. B. American Concrete Institute (ACI) 1. ACI 301 - Standard Specification for Structural Concrete 2. ACI 315 - Details and Detailing of Concrete Reinforcement. 3. ACI 318 - Building Code Requirements for Structural Concrete 4. ACI SP -66 - ACI Detailing Manual C. Concrete Reinforcing Steel Institute (CRSI) 1. Manual of Standard Practice D. American Welding Society (AWS) 1. AWS D1.4 - Structural Welding Code Reinforcing Steel City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents 03 20 00 - 2 April 2013 ONE COMPANY Many Solutions* • E. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Provide services of a manufacturer's representative, with at least 2 years experience in the use of the reinforcing fibers for a preconstruction meeting and assistance during the first placement of the material. 1.06 DELIVERY, HANDLING AND STORAGE A. Reinforcing steel shall be substantially free from mill scale, rust, dirt, grease, or other foreign matter. B. Reinforcing steel shall be shipped and stored with bars of the same size and shape fastened in bundles with durable tags, marked in a legible manner with waterproof markings showing the same "mark" designations as those shown on the submitted Placing Drawings. C. Reinforcing steel shall be stored off the ground and kept free from dirt, oil, or other injurious contaminants. PART 2 - PRODUCTS 2.01 MATERIALS A. Materials shall be new, of domestic manufacture and shall comply with the following • material specifications. B. Deformed Concrete Reinforcing Bars: ASTM A615, Grade 60 deformed bars. C. Concrete Reinforcing Bars required on the Drawings to be Welded: ASTM A706. D. Welded Steel Wire Fabric: ASTM A185. Provide in flat sheets. E. Welded Deformed Steel Wire Fabric: ASTM A1064. F. Welded Plain Bar Mats: ASTM A704 and ASTM A615 Grade 60 plain bars. G. Fabricated Deformed Steel Bar Mats: ASTM A184 and ASTM A615 Grade 60 deformed bars. H. The following alternate materials are allowed: 1. ASTM A615 Grade 60 may be used for ASTM A706 provided the following requirements are satisfied: a. The actual yield strength of the reinforcing steel based on mill tests shall not exceed the specified yield strength by more than 18,000 psi. Retests shall not exceed this value by more than an additional 3000 psi. b. The ratio of the actual ultimate tensile strength to the actual tensile yield strength of the reinforcement shall not be less than 1.25. c. The carbon equivalency (CE) of bars shall be 0.55 or less. • City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 032000-3 11DA ONE COMPANY J� Many Solutionst Reinforcing Steel Accessories 1. Plastic Protected Bar Supports: CRSI Bar Support Specifications, Class 1 - Maximum Protection. 2. Stainless Steel Protected Bar Supports: CRSI Bar Support Specifications, Class 2 - Moderate Protection. 3. Precast Concrete Block Bar Supports: CRSI Bar Support Specifications, Precast Blocks. Blocks shall have equal or greater strength than the surrounding concrete. 4. Steel Protected Bar Supports: #4 Steel Chairs with plastic or rubber tips. J. Tie Wire 1. Tie Wires for Reinforcement shall be 16 -gauge or heavier, black annealed wire or stranded wire. K. Mechanical reinforcing steel butt splices shall be positive connecting taper threaded type employing a hexagonal coupler such as Lenton rebar splices as manufactured by Erico Products Inc., Solon, OH. They shall meet all ACI 318 Building Code requirements. Bar ends must be taper threaded with coupler manufacturer's bar threader to ensure proper taper and thread engagement. Bar couplers shall be torqued to manufacturer's recommended value. 1. Unless otherwise noted on the Drawings, mechanical tension splices shall be designed to produce a splice strength in tension or compression of not less than 125 percent of the ASTM specified minimum yield strength of the rebar. 2. Compression type mechanical splices shall provide concentric bearing from one bar to the other bar and shall be capable of developing the ultimate strength of the rebar in compression. L. Fiber Reinforcement 1. Synthetic reinforcing fiber for concrete shall be 100 percent polypropylene collated, fibrillated fibers as manufactured by Propex Concrete Systems Chattanooga, TN - Propex. Fiber length and quantity for the concrete mix shall be in strict compliance with the manufacturer's recommendations as approved by the Engineer. M. Material Reuse: A minimum of 10 percent (by dollar value) of materials and products for the project must be salvaged, refurbished, reused, or recycled. Contractor shall track and provide documentation. N. Regional Materials: Contractor shall document materials to indicate that a minimum of 20 percent (by dollar value) of materials and products for the project are [extracted, harvested, or recovered, as well as] manufactured, regionally within a 500 mile radius of the project site. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 032000-4 ONE COMPANY Many Solutions. • 2.02 FABRICATION A. Fabrication of reinforcement shall be in compliance with the CRSI Manual of Standard Practice. B. Bars shall be cold bent. Bars shall not be straightened or rebent. C. Bars shall be bent around a revolving collar having a diameter of not less than that recommended by the ACI 318. D. Bar ends that are to be butt spliced, placed through limited diameter holes in metal, or threaded, shall have the applicable end(s) saw -cut. Such ends shall terminate in flat surfaces within 1-1/2 degrees of a right angle to the axis of the bar. PART 3 - EXECUTION 3.01 INSTALLATION A. Surface condition, bending, spacing and tolerances of placement of reinforcement shall comply with the CRSI Manual of Standard Practice. The Contractor shall be solely responsible for providing an adequate number of bars and maintaining the spacing and clearances shown on the Drawings. B. Except as otherwise indicated on the Drawings, the minimum concrete cover of reinforcement shall be as follows: 1. Concrete cast against and permanently exposed to earth: 3 -in 2. Concrete exposed to soil, water, sewage, sludge and/or weather: 2 -in (Including bottom cover of slabs over water or sewage) 3. Concrete not exposed to soil, water, sewage, sludge and/or weather: a. Slabs (top and bottom cover), walls, joists, shells and folded plate members — 3/4 -in b. Beams and columns (principal reinforcement, ties, spirals and stirrups) - 1 -1/2 -in C. Reinforcement which will be exposed for a considerable length of time after being placed shall be coated with a heavy coat of neat cement slurry. D. No reinforcing steel bars shall be welded either during fabrication or erection unless specifically shown on the Drawings or specified herein, or unless prior written approval has been obtained from the Engineer. All bars that have been welded, including tack welds, without such approval shall be immediately removed from the work. When welding of reinforcement is approved or called for, it shall comply with AWS D1.4. E. Reinforcing steel interfering with the location of other reinforcing steel, conduits or embedded items, may be moved within the specified tolerances or one bar diameter, whichever is greater. Greater displacement of bars to avoid interference, shall only be made with the approval of the Engineer. Do not cut reinforcement to install inserts, conduits, mechanical openings or other items without the prior approval of the Engineer. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 032000-5 FDA ONE COMPANY Many Solutions' F. Securely support and tie reinforcing steel to prevent movement during concrete placement. Secure dowels in place before placing concrete. G. Reinforcing steel bars shall not be field bent except where shown on the Drawings or specifically authorized in writing by the Engineer. If authorized, bars shall be cold -bent around the standard diameter spool specified in the CRSI. Do not heat bars. Closely inspect the reinforcing steel for breaks. If the reinforcing steel is damaged, replace, Cadweld or otherwise repair as directed by the Engineer. Do not bend reinforcement after it is embedded in concrete unless specifically shown otherwise on the Drawings. H. Application/Mixing of fiber reinforcement; Application Rate: Add synthetic fiber reinforcement at standard application rate of 1.5 pounds per cubic yard (0.90 kg/m^3) of concrete. 3.02 REINFORCEMENT AROUND OPENINGS A. Unless specific additional reinforcement around openings is shown on the Drawings, provide additional reinforcing steel on each side of the opening equivalent to one half of the cross-sectional area of the reinforcing steel interrupted by an opening. The bars shall have sufficient length to develop bond at each end beyond the opening or penetration. 3.03 SPLICING OF REINFORCEMENT A. Splices designated as compression splices on the Drawings, unless otherwise noted, shall be 30 bar diameters, but not less than 12 -in. The lap splice length for column vertical bars shall be based on the bar size in the column above. B. Tension lap splices shall be provided at all laps in compliance with ACI 318. Splices in adjacent bars shall be staggered. Class A splices may be used when 50 percent or less of the bars are spliced within the required lap length. Class B splices shall be used at all other locations. C. Splicing of reinforcing steel in concrete elements noted to be "tension members" on the Drawings shall be avoided whenever possible. However, if required for constructability, splices in the reinforcement subject to direct tension shall be welded to develop, in tension, at least 125 percent of the specified yield strength of the bar. Splices in adjacent bars shall be offset the distance of a Class B splice. D. Install wire fabric in as long lengths as practicable. Wire fabric from rolls shall be rolled flat and firmly held in place. Splices in welded wire fabric shall be lapped in accordance with the requirements of ACI -318 but not less than 12 -in. The spliced fabrics shall be tied together with wire ties spaced not more than 24 -in on center and laced with wire of the same diameter as the welded wire fabric. Do not position laps midway between supporting beams, or directly over beams of continuous structures. Offset splices in adjacent widths to prevent continuous splices. E. Mechanical reinforcing steel splicers shall be used only where shown on the Drawings. Splices in adjacent bars shall be offset by at least 30 bar diameters. Mechanical reinforcing splices are only to be used for special splice and dowel conditions approved by the Engineer. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents 03 20 00 - 6 April 2013 1-01 ONE COMPANY Many Solutions. • 3.04 ACCESSORIES A. Determine, provide and install accessories such as chairs, chair bars and the like in sufficient quantities and strength to adequately support the reinforcement and prevent its displacement during the erection of the reinforcement and the placement of concrete. B. Use precast concrete blocks where the reinforcing steel is to be supported over soil. C. Stainless steel bar supports or steel chairs with stainless steel tips shall be used where the chairs are set on forms for a concrete surface that will be exposed to weather, high humidity, or liquid (including bottom of slabs over liquid containing areas). Use of galvanized or plastic tipped metal chairs is permissible in all other locations unless otherwise noted on the Drawings or specified herein. D. Alternate methods of supporting top steel in slabs, such as steel channels supported on the bottom steel or vertical reinforcing steel fastened to the bottom and top mats, may be used if approved by the Engineer. 3.05 INSPECTION A. In no case shall any reinforcing steel be covered with concrete until the installation of the reinforcement, including the size, spacing and position of the reinforcement has been observed by the Engineer and the Engineer's release to proceed with the concreting has been obtained. The Engineer shall be given ample prior notice of the readiness of placed reinforcement for observation. The forms shall be kept open until the Engineer has finished his/her observations of the reinforcing steel. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 032000-7 ONE COMPANY Many Solutions* THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 032000-8 FDa ONE COMPANY Many Solutions* • • SECTION 03 30 00 CAST -IN-PLACE CONCRETE PART 1 - GENERAL 1.01 SCOPE OF WORK A. Furnish all labor and materials required and install cast -in-place concrete complete as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Concrete Formwork is included in Section 03 11 00. B. Concrete Reinforcement is included in Section 03 20 00. C. Concrete Joints and Joint Accessories are included in Section 03 15 00. D. Concrete Finishes are included in Section 03 35 00. E. Grout is included in Section 03 60 00. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Section 01 33 00, shop drawings and product data including the following: 1. Sources of cement, pozzolan and aggregates. 2. Material Safety Data Sheets (MSDS) for all concrete components and admixtures. 3. Air -entraining admixture. Product data including catalogue cut, technical data, storage requirements, product life, recommended dosage, temperature considerations and conformity to ASTM standards. 4. Water -reducing admixture. Product data including catalogue cut, technical data, storage requirements, product life, recommended dosage, temperature considerations and conformity to ASTM standards. 5. High -range water -reducing admixture (plasticizer). Product data including catalogue cut, technical data, storage requirements, product life, recommended dosage, temperature considerations, retarding effect, slump range and conformity to ASTM standards. Identify proposed locations of use. 6. Concrete mix for each formulation of concrete proposed for use including constituent quantities per cubic yard, water-cementitious materials ratio, concrete slump, type and manufacturer of cement. Provide either a. or b. below for each mix proposed. a. Standard deviation data for each proposed concrete mix based on statistical records. b. The curve of water-cementitious materials ratio versus concrete cylinder strength for each formulation of concrete proposed based on laboratory tests. The cylinder strength shall be the average of the 28 City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 30 00 - 1 ONE COMPANY Many Solutions* day cylinder strength test results for each mix. Provide results of 7 and 14 day tests if available. 7. Sheet curing material. Product data including catalogue cut, technical data and conformity to ASTM standard. 8. Liquid curing compound. Product data including catalogue cut, technical data, storage requirements, product life, application rate and conformity to ASTM standards. Identify proposed locations of use. B. Samples 1. Fine and coarse aggregates if requested by the Engineer. C. Test Reports 1. Fine aggregates - sieve analysis, physical properties, and deleterious substance. 2. Coarse aggregates - sieve analysis, physical properties, and deleterious substances. 3. Cements - chemical analysis and physical properties for each type. 4. Pozzolans - chemical analysis and physical properties. 5. Proposed concrete mixes - compressive strength, slump and air content. D. Certifications 1. Certify admixtures used in the same concrete mix are compatible with each other and the aggregates. 2. Certify admixtures are suitable for use in contact with potable water after 30 days of concrete curing. 3. Certify curing compound is suitable for use in contact with potable water after 30 days (non-toxic and free of taste or odor). 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. ASTM C33 - Standard Specification for Concrete Aggregates. 3. ASTM C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. ASTM C94 - Standard Specification for Ready -Mixed Concrete. 5. ASTM C143 - Standard Test Method for Slump of Hydraulic Cement Concrete 6. ASTM C150 - Standard Specification for Portland Cement 7. ASTM C171 - Standard Specification for Sheet Materials for Curing Concrete City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 033000-2 ONE COMPANY M. Many Solutions* • 8. ASTM C173 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method. 9. ASTM C192 — Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory. 10. ASTM C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 11. ASTM C260 - Standard Specification for Air -Entraining Admixtures for Concrete. 12. ASTM C309 - Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. 13. ASTM C494 - Standard Specification for Chemical Admixtures for Concrete. 14. ASTM C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete. 15. ASTM C1017 - Standard Specification for Chemical Admixtures for use in Producing Flowing Concrete. B. American Concrete Institute (ACI). 1. ACI 304 - Guide for Measuring, Mixing, Transporting and Placing Concrete. 2. ACI 305 - Hot Weather Concreting. 3. ACI 306.1 - Standard Specification for Cold Weather Concreting. 4. ACI 318 - Building Code Requirements for Structural Concrete. 5. ACI 350 - Environmental Engineering Concrete Structures. 6. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Reinforced concrete shall comply with ACI 318, the recommendations of ACI 350R and other stated requirements, codes and standards. The most stringent requirement of the codes, standards and this Section shall apply when conflicts exist. B. Only one source of cement and aggregates shall be used on any one structure. Concrete shall be uniform in color and appearance. C. Well in advance of placing concrete, discuss with the Engineer the sources of individual materials and batched concrete proposed for use. Discuss placement methods, waterstops and curing. Propose methods of hot and cold weather concreting as required. Prior to the placement of any concrete containing a high -range water - reducing admixture (plasticizer), the Contractor, accompanied by the plasticizer manufacturer, shall discuss the properties and techniques of batching and placing plasticized concrete. D. If, during the progress of the work, it is impossible to secure concrete of the required • workability and strength with the materials being furnished, the Engineer may order City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 033000-3 1-iR I Many Solutions* such changes in proportions or materials, or both, as may be necessary to secure the desired properties. All changes so ordered shall be made at the Contractor's expense. E. If, during the progress of the work, the materials from the sources originally accepted change in characteristics, the Contractor shall, at his/her expense, make new acceptance tests of aggregates and establish new design mixes. F. Testing of the following materials shall be furnished by Contractor to verify conformity with this Specification Section and the stated ASTM Standards. 1. Fine aggregates for conformity with ASTM C33 - sieve analysis, physical properties, and deleterious substances. 2. Coarse aggregates for conformity with ASTM C33 - sieve analysis, physical properties, and deleterious substances. 3. Cements for conformity with ASTM C150 - chemical analysis and physical properties. 4. Pozzolans for conformity with ASTM C618 - chemical analysis and physical properties. 5. Proposed concrete mix designs - compressive strength, slump and air content. G. Field testing and inspection services will be provided by the Owner. The cost of such work, except as specifically stated otherwise, shall be paid by the Owner. Testing of the following items shall be by the Owner to verify conformity with this Specification Section. 1. Concrete placements - compressive strength (cylinders), compressive strength (cores), slump, and air content. 2. Other materials or products that may come under question. H. All materials incorporated in the work shall conform to accepted samples. 1.06 DELIVERY, STORAGE AND HANDLING A. Cement: Store in weathertight buildings, bins or silos to provide protection from dampness and contamination and to minimize warehouse set. B. Aggregate: Arrange and use stockpiles to avoid excessive segregation or contamination with other materials or with other sizes of like aggregates. Build stockpiles in successive horizontal layers not exceeding 3 -ft in thickness. Complete each layer before the next is started. Do not use frozen or partially frozen aggregate. C. Sand: Arrange and use stockpiles to avoid contamination. Allow sand to drain to uniform moisture content before using. Do not use frozen or partially frozen aggregates. D. Admixtures: Store in closed containers to avoid contamination, evaporation or damage. Provide suitable agitating equipment to assure uniform dispersion of ingredients in admixture solutions which tend to separate. Protect liquid admixtures from freezing and other temperature changes which could adversely affect their characteristics. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 033000-4 "DaONE COMPANY I Many Solution, E. Pozzolan: Store in weathertight buildings, bins or silos to provide protection from dampness and contamination. F. Sheet Curing Materials: Store in weathertight buildings or off the ground and under cover. G. Liquid Curing Compounds: Store in closed containers. PART 2 - PRODUCTS 2.01 GENERAL A. The use of manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired. B. Cement: U.S. made portland cement complying with ASTM C150. Air entraining cements shall not be used. Cement brand shall be subject to approval by the Engineer and one brand shall be used throughout the Work. The following cement type(s) shall be used: 2.02 MATERIALS A. Materials shall comply with this Section and any applicable State or local requirements. B. Cement: Domestic portland cement complying with ASTM C150. Air entraining cements shall not be used. Cement brand shall be subject to approval by the Engineer and one brand shall be used throughout the Work. The following cement type(s) shall be used: 1. Class A,B,C,D Concrete - Type II with the addition of fly ash resulting in C3A being below 5 percent of total cementitious content, Type III limited to 5 percent C3A or Type V. C. Fine Aggregate: Washed inert natural sand conforming to the requirements of ASTM C33. D. Coarse Aggregate: Well -graded crushed stone or washed gravel conforming to the requirements of ASTM C33. Grading requirements shall be as listed in ASTM C33 Table 2 for the specified coarse aggregate size number. Limits of Deleterious Substances and Physical Property Requirements shall be as listed in ASTM C33 Table 3 for severe weathering regions. Size numbers for the concrete mixes shall be as shown in Table 1 herein. E. Water: Potable water free from injurious amounts of oils, acids, alkalis, salts, organic matter, or other deleterious substances. F. Admixtures: Admixtures shall be free of chlorides and alkalis (except for those attributable to water). When it is required to use more than one admixture in a concrete mix, the admixtures shall be from the same manufacturer. Admixtures shall be compatible with the concrete mix including other admixtures and shall be suitable for use in contact with potable water after 30 days of concrete curing. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 033000-5 ONE COMPANY Many Solutions. 1. Air -Entraining Admixture: The admixture shall comply with ASTM C260. Proportioning and mixing shall be in accordance with manufacturer's recommendations. 2. Water -Reducing Agent: The admixture shall comply with ASTM C494, Type A. Proportioning and mixing shall be in accordance with manufacturer's recommendations. 3. High -Range Water -Reducer (Plasticizer): The admixture shall comply with ASTM C494, Type F and shall result in non -segregating plasticized concrete with little bleeding and with the physical properties of low water/cement ratio concrete. The treated concrete shall be capable of maintaining its plastic state in excess of 2 hours. Proportioning and mixing shall be in accordance with manufacturer's recommendations. 4. Admixtures causing retarded or accelerated setting of concrete to be chloride free shall not be used without written approval from the Engineer. Do not use Calcium Chloride. When allowed, the admixtures shall be retarding or accelerating water reducing or high range water reducing admixtures. G. Pozzolan (Fly Ash) Pozzolan shall be Class F fly ash complying with ASTM C618 except the Loss on Ignition (LOI) shall be limited to 3 percent maximum. H. Sheet Curing Materials. Waterproof paper, polyethylene film or white burlap -polyethylene sheeting all complying with ASTM C171. Liquid Curing Compound. Liquid membrane -forming curing compound shall comply with the requirements of ASTM C309, Type 1-D (clear or translucent with fugitive dye) and shall contain no wax, paraffin, or oil. Curing compound shall be approved for use in contact with potable water after 30 days (non-toxic and free of taste or odor). J. Material Reuse: A minimum of 10 percent (by dollar value) of materials and products for the project must be salvaged, refurbished, reused, or recycled. Contractor shall track and provide documentation. K: Regional Materials: Contractor shall document materials to indicate that a minimum of 20 percent (by dollar value) of materials and products for the project are [extracted, harvested, or recovered, as well as] manufactured, regionally within a 500 mile radius of the project site. 2.03 MIXES A. Development of mix designs and testing shall be by an independent testing laboratory acceptable to the Engineer engaged by and at the expense of the Contractor. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 033000-6 ha ONE COMPANY Many Solutions* B. Select proportions of ingredients to meet the design strength and materials limits • specified in Table 1 and to produce concrete having proper placability, durability, strength, appearance and other required properties. Proportion ingredients to produce a homogenous mixture which will readily work into corners and angles of forms and around reinforcement without permitting materials to segregate or allowing excessive free water to collect on the surface. C. The design mix shall be based on standard deviation data of prior mixes with essentially the same proportions of the same constituents or, if such data is not available, be developed by a testing laboratory, acceptable to the Engineer, engaged by and at the expense of the Contractor. Acceptance of mixes based on standard deviation shall be based on the modification factors for standard deviation tests contained in ACI 318. The water content of the concrete mix, determined by laboratory testing, shall be based on a curve showing the relation between water cementitious ratio and 7 and 28 day compressive strengths of concrete made using the proposed materials. The curves shall be determined by four or more points, each representing an average value of at least three test specimens at each age. The curves shall have a range of values sufficient to yield the desired data, including the specified design strengths as modified below, without extrapolation. The water content of the concrete mixes to be used, as determined from the curve, shall correspond to strengths 16 percent greater than the specified design strengths. The resulting mix shall not conflict with the limiting values for maximum water cementitious ratio and net minimum cementitious content as specified in Table 1. D. Compression Tests: Provide testing of the proposed concrete mix or mixes to • demonstrate compliance with the specified design strength requirements in conformity with the above paragraph. E. Entrained air, as measured by ASTM C231, shall be as shown in Table 1. 1. If the air -entraining agent proposed for use in the mix requires testing methods other than ASTM C231 to accurately determine air content, make special note of this requirement in the admixture submittal. F. Slump of the concrete as measured by ASTM C143, shall be as shown in Table 1. If a high -range water -reducer (plasticizer) is used, the slump indicated shall be that measured before plasticizer is added. Plasticized concrete shall have a slump ranging from 7 to 10 -in. G. Proportion admixtures according to the manufacturer's recommendations. Two or more admixtures specified may be used in the same mix provided that the admixtures in combination retain full efficiency and have no deleterious effect on the concrete or on the properties of each other. • TABLE 1 CONCRETE MIX REQUIREMENTS Design Fine City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 033000-7 Coarse Cementitious hiR ONE COMPANY Many Solutions. Class Strength Cement Aggregate Aggregate Content (1) (2) (2) (3) (4) A 2500 C150 Type II C33 57 440 min. B 3000 C150 Type II C33 57 480 min. C 4000 C150 Type II C33 57 560 min. D 5000 C150 Type II C33 57 600 min. W/Cm AE Slump Class Ratio Fly Ash Range WR HRWR Range (5) (6) (7) (8) Inches A 0.48 max. 3.5 to 5 Yes B 0.48 max. 3.5 to 5 Yes C 0.42 max. 25% max. 3.5 to 5 Yes D 0.40 max. 3.5 to 5 Yes NOTES: (1) Minimum compressive strength in psi at 28 days (2) ASTM designation (3) Size Number in ASTM C33 (4) Cementitious content in lbs/cu yd (5) W/Cm is Water-Cementitious ratio by weight (6) AE is percent air -entrainment (7) WR is water -reducer admixture (8) HRWR is high -range water -reducer admixture * HRWR used at contractor's option PART 3 - EXECUTION * * * * 1-4 1-3 3-5 3-5 3.01 MEASURING MATERIALS A. Concrete shall be composed of portland cement, fine aggregate, coarse aggregate, water and admixtures as specified and shall be produced by a plant acceptable to the Engineer. All constituents, including admixtures, shall be batched at the plant except a high -range water -reducer may also be added in the field. B. Measure materials for batching concrete by weighing in conformity with and within the tolerances given in ASTM C94 except as otherwise specified. Scales shall have been certified by the local Sealer of Weights and Measures within 1 year of use. City of Clearwater WTP No. 2 — Contract 4: RO Plant FD1,6. ONE COMPANY Site Expansion Project — 10 -0039 -UT -(D) Many Solutions* Conformed Documents 03 30 00 - 8 April 2013 C. Measure the amount of free water in fine aggregates within 0.3 percent with a 111 moisture meter. Compensate for varying moisture contents of fine aggregates. Record the number of gallons of water as -batched on printed batching tickets. D. Admixtures shall be dispensed either manually using calibrated containers or measuring tanks, or by means of an automatic dispenser approved by the manufacturer of the specific admixture. 1. Charge air -entraining and chemical admixtures into the mixer as a solution using an automatic dispenser or similar metering device. 2. Inject multiple admixtures separately during the batching sequence. • 3.02 MIXING AND TRANSPORTING A. Batch plants shall have a current NRMCA Certification. B. Concrete shall be ready -mixed concrete produced by equipment acceptable to the Engineer. No hand -mixing will be permitted. Clean each transit mix truck drum and reverse drum rotation before the truck proceeds under the batching plant. Equip each transit -mix truck with a continuous, nonreversible, revolution counter showing the number of revolutions at mixing speeds. C. Ready -mix concrete shall be transported to the site in watertight agitator or mixer trucks loaded not in excess of their rated capacities as stated on the name plate. D. Keep the water tank valve on each transit truck locked at all times. Any addition of water above the appropriate W/Cm ratio must be directed by the Engineer. Added water shall be incorporated by additional mixing of at least 35 revolutions. All added water shall be metered and the amount of water added shall be shown on each delivery ticket. E. All central plant and rolling stock equipment and methods shall comply with ACI 318 and ASTM C94. F. Select equipment of size and design to ensure continuous flow of concrete at the delivery end. Metal or metal -lined non -aluminum discharge chutes shall be used and shall have slopes not exceeding 1 vertical to 2 horizontal and not less than 1 vertical to 3 horizontal. Chutes more than 20 -ft long and chutes not meeting slope requirements may be used if concrete is discharged into a hopper before distribution. G. Retempering (mixing with or without additional cement, aggregate, or water) of concrete or mortar which has reached initial set will not be permitted. H. Handle concrete from mixer to placement as quickly as practicable while providing concrete of required quality in the placement area. Dispatch trucks from the batching plant so they arrive at the work site just before the concrete is required, thus avoiding excessive mixing of concrete while waiting or delays in placing successive layers of concrete in the forms. Furnish a delivery ticket for ready mixed concrete to the Engineer as each truck arrives. Each ticket shall provide a printed record of the weight of cement and each aggregate as batched individually. Use the type of indicator that returns for zero punch or returns to zero after a batch is discharged. Clearly indicate the weight of City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents 03 30 00 - 9 April 2013 hJa ONE COMPANY Many Solutions. fine and coarse aggregate, cement and water in each batch, the quantity delivered, the time any water is added, and the numerical sequence of the delivery. Show the time of day batched and time of discharge from the truck. Indicate the number of revolutions of the truck mixer. J. Temperature and Mixing Time Control 1. In cold weather, do not allow the as -mixed temperature of the concrete and concrete temperatures at the time of placement in the forms to drop below 40 degrees F. 2. If water or aggregate has been heated, combine water with aggregate in the mixer before cement is added. Do not add cement to mixtures of water and aggregate when the temperature of the mixture is greater than 90 degrees F. 3. In hot weather, cool ingredients before mixing to maintain temperature of the concrete below the maximum placing temperature of 90 degrees F. If necessary, substitute well -crushed ice for all or part of the mixing water. 4. The maximum time interval between the addition of mixing water and/or cement to the batch and the placing of concrete in the forms shall not exceed the values shown in Table 2. TABLE 2 MAXIMUM TIME TO DISCHARGE OF CONCRETE Air or Concrete Temperature (whichever is higher) Maximum Time 80 to 90 Degree F (27 to 32 Degree C) 45 minutes 70 to 79 Degree F (21 to 26 Degree C) 60 minutes 40 to 69 Degree F (5 to 20 Degree C) 90 minutes If an approved high -range water -reducer (plasticizer) is used to produce plasticized concrete, the maximum time interval shall not exceed 90 minutes. 3.03 CONCRETE APPEARANCE A. Concrete mix showing either poor cohesion or poor coating of the coarse aggregate with paste shall be remixed. If this does not correct the condition, the concrete shall be rejected. If the slump is within the allowable limit, but excessive bleeding, poor workability, or poor finishability are observed, changes in the concrete mix shall be obtained only by adjusting one or more of the following: 1. The gradation of aggregate. 2. The proportion of fine and coarse aggregate. 3. The percentage of entrained air, within the allowable limits. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) FDA Conformed Documents 03 30 00 - 10 April 2013 ONE COMPANY Many Solutions* B. Concrete for the work shall provide a homogeneous structure which, when hardened, will have the required strength, durability and appearance. Mixtures and workmanship shall be such that concrete surfaces, when exposed, will require no finishing. When concrete surfaces are stripped, the concrete, when viewed in good lighting from 10 -ft away, shall be pleasing in appearance, and at 20 -ft shall show no visible defects. 3.04 PLACING AND COMPACTING A. Placing 1. Verify that all formwork completely encloses concrete to be placed and is securely braced prior to concrete placement. Remove ice, excess water, dirt and other foreign materials from forms. Confirm that reinforcement and other embedded items are securely in place. Have a competent workman at the location of the placement who can assure that reinforcing steel and embedded items remain in designated locations while concrete is being placed. Sprinkle semi -porous subgrades or forms to eliminate suction of water from the mix. Seal extremely porous subgrades in an approved manner. 2. Deposit concrete as near its final position as possible to avoid segregation due to rehandling or flowing. Place concrete continuously at a rate which ensures the concrete is being integrated with fresh plastic concrete. Do not deposit concrete which has partially hardened or has been contaminated by foreign materials or on concrete which has hardened sufficiently to cause formation of seams or planes of weakness within the section. If the section cannot be placed continuously, place construction joints as specified or as approved. 3. Pumping of concrete will be permitted. Use a mix design and aggregate sizes suitable for pumping and submit for approval. 4. Remove temporary spreaders from forms when the spreader is no longer useful. Temporary spreaders may remain embedded in concrete only when made of galvanized metal or concrete and if prior approval has been obtained. 5. Do not place concrete for supported elements until concrete previously placed in the supporting element (columns, slabs and/or walls) has reached adequate strength. 6. Where surface mortar is to form the base of a finish, especially surfaces designated to be painted, work coarse aggregate back from forms with a suitable tool to bring the full surface of the mortar against the form. Prevent the formation of excessive surface voids. 7. Slabs a. After suitable bulkheads, screeds and jointing materials have been positioned, the concrete shall be placed continuously between construction joints beginning at a bulkhead, edge form, or corner. Each batch shall be placed into the edge of the previously placed concrete to avoid stone pockets and segregation. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project— 10 -0039 -UT -(D) Conformed Documents April 2013 03 30 00- 11 ONE COMPANY Many Solutions* b. Avoid delays in casting. If there is a delay in casting, the concrete placed after the delay shall be thoroughly spaded and consolidated at the edge of that previously placed to avoid cold joints. Concrete shall then be brought to correct level and struck off with a straightedge. Bullfloats or darbies shall be used to smooth the surface, leaving it free of humps or hollows. c. Where slabs are to be placed integrally with the walls below them, place the walls and compact as specified. Allow 1 hour to pass between placement of the wall and the overlying slab to permit consolidation of the wall concrete. Keep the top surface of the wall moist so as to prevent cold joints. 8. Formed Concrete a. Place concrete in forms using tremie tubes and taking care to prevent segregation. Bottom of tremie tubes shall preferably be in contact with the concrete already placed. Do not permit concrete to drop freely more than 4 -ft. Place concrete for walls in 12 to 24 -in lifts, keeping the surface horizontal. If plasticized concrete is used, the maximum lift thickness may be increased to 7 -ft and the maximum free fall of concrete shall not exceed 15 -ft. B. Compacting 1. Consolidate concrete by vibration, puddling, spading, rodding or forking so that concrete is thoroughly worked around reinforcement, embedded items and openings and into corners of forms. Puddling, spading, etc, shall be continuously performed along with vibration of the placement to eliminate air or stone pockets which may cause honeycombing, pitting or planes of weakness. 2. All concrete shall be placed and compacted with mechanical vibrators. The number, type and size of the units shall be approved by the Engineer in advance of placing operations. No concrete shall be ordered until sufficient approved vibrators (including standby units in working order) are on the job. 3. A minimum frequency of 7000 rpm is required for mechanical vibrators. Insert vibrators and withdraw at points from 18 to 30 -in apart. At each insertion, vibrate sufficiently to consolidate concrete, generally from 5 to 15 seconds. Do not over vibrate so as to segregate. Keep a spare vibrator on the site during concrete placing operations. 4. Concrete Slabs: Concrete for slabs less than 8 -in thick shall be consolidated with vibrating screeds; slabs 8 to 12 -in thick shall be compacted with internal vibrators and (optionally) with vibrating screeds. Vibrators shall always be placed into concrete vertically and shall not be laid horizontally or laid over. 5. Walls and Columns: Internal vibrators (rather than form vibrators) shall be used unless otherwise approved by the Engineer. In general, for each vibrator needed to melt down the batch at the point of discharge, one or more additional vibrators must be used to densify, homogenize and perfect the City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 30 00 - 12 I Da ONE COMPANY Many Solutions* surface. The vibrators shall be inserted vertically at regular intervals, through the fresh concrete and slightly into the previous lift, if any. 6. Amount of Vibration: Vibrators are to be used to consolidate properly placed concrete but shall not be used to move or transport concrete in the forms. Vibration shall continue until: a. Frequency returns to normal. b. Surface appears liquefied, flattened and glistening. c. Trapped air ceases to rise. d. Coarse aggregate has blended into surface, but has not disappeared. 3.05 CURING AND PROTECTION A. Protect all concrete work against injury from the elements and defacements of any nature during construction operations. B. Curing Methods 1. Curing Methods for Concrete Surfaces: Cure concrete to retain moisture and maintain specified temperature at the surface for a minimum of 7 days after placement. Curing methods to be used are as follows: a. Water Curing: Keep entire concrete surface wet by ponding, continuous sprinkling or covered with saturated burlap. Begin wet cure as soon as concrete attains an initial set and maintain wet cure 24 hours a day. b. Sheet Material Curing: Cover entire surface with sheet material. Securely anchor sheeting to prevent wind and air from lifting the sheeting or entrapping air under the sheet. Place and secure sheet as soon as initial concrete set occurs. c. Liquid Membrane Curing: Apply over the entire concrete surface except for surfaces to receive additional concrete. Curing compound shall NOT be placed on any concrete surface where additional concrete is to be placed, where concrete sealers or surface coatings are to be used, or where the concrete finish requires an integral floor product. Curing compound shall be applied as soon as the free water on the surface has disappeared and no water sheen is visible, but not after the concrete is dry or when the curing compound can be absorbed into the concrete. Application shall be in compliance with the manufacturer's recommendations. 2. Specified applications of curing methods. a. Slabs for Water Containment Structures: Water curing only. b. Slabs on Grade and Footings (not used to contain water): Water curing, sheet material curing or liquid membrane curing. c. Structural Slabs (other than water containment): Water curing or liquid membrane curing. d. Horizontal Surfaces which will Receive Additional Concrete, Coatings, Grout or Other Material that Requires Bond to the substrate: Water curing. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 30 00 - 13 hj.:1 ONE COMPANY Many Solutions* e. Formed Surfaces: None if nonabsorbent forms are left in place 7 days. Water cure if absorbent forms are used. Sheet cured or liquid membrane cured if forms are removed prior to 7 days. Exposed horizontal surfaces of formed walls or columns shall be water cured for 7 days or until next placement of concrete is made. f. Concrete Joints: Water cured or sheet material cured. C. Finished surfaces and slabs shall be protected from the direct rays of the sun to prevent checking and crazing. D. Cold Weather Concreting: 1. "Cold weather" is defined as a period when for more than 3 successive days, the average daily outdoor temperature drops below 40 degrees F. The average daily temperature shall be calculated as the average of the highest and the lowest temperature during the period from midnight to midnight. 2. Cold weather concreting shall conform to ACI 306.1 and the additional requirements specified herein. Temperatures at the concrete placement shall be recorded at 12 hour intervals (minimum). 3. Discuss a cold weather work plan with the Engineer. The discussion shall encompass the methods and procedures proposed for use during cold weather including the production, transportation, placement, protection, curing and temperature monitoring of the concrete. The procedures to be implemented upon abrupt changes in weather conditions or equipment failures shall also be discussed. Cold weather concreting shall not begin until the work plan is acceptable to the Engineer. 4. During periods of cold weather, concrete shall be protected to provide continuous warm, moist curing (with supplementary heat when required) for a total of at least 350 degree-days of curing. a. Degree-days are defined as the total number of 24 hour periods multiplied by the weighted average daily air temperature at the surface of the concrete (eg: 5 days at an average 70 degrees F = 350 degree-days). b. To calculate the weighted average daily air temperature, sum hourly measurements of the air temperature in the shade at the surface of the concrete taking any measurement less than 50 degrees F as 0 degrees F. Divide the sum thus calculated by 24 to obtain the weighted average temperature for that day. 5. Salt, manure or other chemicals shall not be used for protection. 6. The protection period for concrete being water cured shall not be terminated during cold weather until at least 24 hours after water curing has been terminated. E. Hot Weather Concreting 1. "Hot weather" is defined as any combination of high air temperatures, low relative humidity and wind velocity which produces a rate of evaporation City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 30 00 - 14 ONE COMPANY Many Solutions# • estimated in accordance with ACI 305R, approaching or exceeding 0.2 lbs/sgft/hr). 2. Concrete placed during hot weather, shall be batched, delivered, placed, cured and protected in compliance with the recommendations of ACI 305R and the additional requirements specified herein. a. Temperature of concrete being placed shall not exceed 90 degrees F and every effort shall be made to maintain a uniform concrete mix temperature below this level. The temperature of the concrete shall be such that it will cause no difficulties from loss of slump, flash set or cold joints. b. All necessary precautions shall be taken to promptly deliver, to promptly place the concrete upon its arrival at the job and to provide vibration immediately after placement. c. The Engineer may direct the Contractor to immediately cover plastic concrete with sheet material. 3. Discuss with the Engineer a work plan describing the methods and procedures proposed to use for concrete placement and curing during hot weather periods. Hot weather concreting shall not begin until the work plan is acceptable to the Engineer. 3.06 REMOVAL OF FORMS A. Except as otherwise specifically authorized by the Engineer, forms shall not be • removed before the concrete has attained a strength of at least 30 percent of its specified design strength, nor before reaching the following number of day -degrees of curing (whichever is the longer): • City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 30 00-15 IHiik ( ONE COMPANY Many ,Solutions• TABLE 3 MINIMUM TIME TO FORM REMOVAL Forms for Degree Days Beams and slabs 500 Walls and vertical surfaces 100 (See definition of degree-days in Paragraph 3.05D above). B. Shores shall not be removed until the concrete has attained at least 70 percent of its specified design strength and also sufficient strength to support safely its own weight and construction live loads. 3.07 INSPECTION AND FIELD TESTING A. The batching, mixing, transporting, placing and curing of concrete shall be subject to the inspection of the Engineer at all times. The Contractor shall advise the Engineer of his/her readiness to proceed at least 24 hours prior to each concrete placement. The Engineer will inspect the preparations for concreting including the preparation of previously placed concrete, the reinforcing steel and the alignment, cleanliness and tightness of formwork. No placement shall be made without the inspection and acceptance of the Engineer. B. Sets of field control cylinder specimens will be taken by the Engineer (or inspector) during the progress of the work, in compliance with ASTM C31. The number of sets of concrete test cylinders taken of each class of concrete placed each day shall not be less than one set per day, nor less than one set for each 150 cu yds of concrete nor less than one set for each 5,000 sq ft of surface area for slabs or walls. 1. A "set" of test cylinders consists of four cylinders: one to be tested at 7 days and two to be tested and their strengths averaged at 28 days. The fourth may be used for a special test at 3 days or to verify strength after 28 days if 28 day test results are low. 2. When the average 28 day compressive strength of the cylinders in any set falls below the specified design strength or below proportional minimum 7 day strengths (where proper relation between seven and 28 day strengths have been established by tests), proportions, water content, or temperature conditions shall be changed to achieve the required strengths. C. Cooperate in the making of tests by allowing free access to the work for the selection of samples, providing an insulated closed curing box for specimens, affording protection to the specimens against injury or loss through the operations and furnish material and labor required for the purpose of taking concrete cylinder samples. All shipping of specimens will be paid for by the Owner. Curing boxes shall be acceptable to the Engineer. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 30 00-16 FT� I C?NECOMPANYER Many Solutions• • • D. Slump tests will be made in the field immediately prior to placing the concrete. Such tests shall be made in accordance with ASTM C143. If the slump is greater the specified range, the concrete shall be rejected. E. Air Content: Test for air content shall be made on fresh concrete samples. Air content for concrete made of ordinary aggregates having low absorption shall be made in compliance with either the pressure method complying with ASTM C231 or by the volumetric method complying with ASTM C173. F. The Engineer may have cores taken from any questionable area in the concrete work such as construction joints and other locations as required for determination of concrete quality. The results of tests on such cores shall be the basis for acceptance, rejection or determining the continuation of concrete work. G. Cooperate in obtaining cores by allowing free access to the work and permitting the use of ladders, scaffolding and such incidental equipment as may be required. Repair all core holes. The work of cutting and testing the cores will be at the expense of the Owner. H. See Specification Section 039001 for Leak Testing. 3.08 FAILURE TO MEET REQUIREMENTS A. Should the strengths shown by the test specimens made and tested in compliance with the previous provisions fall below the values given in Table 1, the Engineer shall have the right to require changes in proportions outlined to apply to the remainder of the work. Furthermore, the Engineer shall have the right to require additional curing on those portions of the structure represented by the test specimens which failed. The cost of such additional curing shall be at the Contractor's expense. In the event that such additional curing does not give the strength required, as evidenced by core and/or load tests, the Engineer shall have the right to require strengthening or replacement of those portions of the structure which fail to develop the required strength. The cost of all such core borings and/or load tests and any strengthening or concrete replacement required because strengths of test specimens are below that specified, shall be entirely at the expense of the Contractor. In such cases of failure to meet strength requirements the Contractor and Engineer shall confer to determine what adjustment, if any, can be made in compliance with Sections titled "Strength" and "Failure to Meet Strength Requirements" of ASTM C94. The "purchaser" referred to in ASTM C94 is the Contractor in this Section. B. When the tests on control specimens of concrete fall below the specified strength, the Engineer will permit check tests for strengths to be made by means of typical cores drilled from the structure in compliance with ASTM C42 and C39. In the case of cores not indicating adequate strength, the Engineer, in addition to other recourses, may require, at the Contractor's expense, load tests on any one of the slabs, beams, piles, caps, and columns in which such concrete was used. Tests need not be made until concrete has aged 60 days. C. Should the strength of test cylinders fall below 60 percent of the required minimum 28 day strength, the concrete shall be rejected and shall be removed and replaced. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 30 00 - 17 ONE COMPANY Many Solutions* 3.09 PATCHING AND REPAIRS A. It is the intent of this Section to require quality work including adequate forming, proper mixture and placement of concrete and curing so completed concrete surfaces will require no patching. B. Defective concrete and honeycombed areas as determined by the Engineer shall be repaired as specified by the Engineer. C. As soon as the forms have been stripped and the concrete surfaces exposed, fins and other projections shall be removed; recesses left by the removal of form ties shall be filled; and surface defects which do not impair structural strength shall be repaired. Clean all exposed concrete surfaces and adjoining work stained by leakage of concrete, to approval of the Engineer. D. Immediately after removal of forms remove plugs and break off metal ties as required by Section 03 11 00. Promptly fill holes upon stripping as follows: Moisten the hole with water, followed by a 1/16 -in brush coat of neat cement slurry mixed to the consistency of a heavy paste. Immediately plug the hole with a 1 to 1.5 mixture of cement and concrete sand mixed slightly damp to the touch (just short of "balling"). Hammer the grout into the hole until dense, and an excess of paste appears on the surface in the form of a spiderweb. Trowel smooth with heavy pressure. Avoid burnishing. E. When patching exposed surfaces the same source of cement and sand as used in the parent concrete shall be employed. Adjust color if necessary by addition of proper amounts of white cement. Rub lightly with a fine Carborundum stone at an age of 1 to 5 days if necessary to bring the surface down with the parent concrete. Exercise care to avoid damaging or staining the virgin skin of the surrounding parent concrete. Wash thoroughly to remove all rubbed matter. 3.10 SCHEDULE A. The following (Table 4) are the general applications for the various concrete classes and design strengths: TABLE 4 CONCRETE SCHEDULE Design Strength Class (psi) Description A 2,500 Concrete fill and duct encasement B 3,000 Concrete overlay slabs and pavements City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 30 00 - 18 ONE COMPANY Many Solutions' C 4,000 Walls, slabs on grade, suspended slab and beam systems, columns, grade beams and all other structural concrete D 5,000 Prestressed concrete City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April2013 END OF SECTION 03 30 00-19 FM, ONE COMPANY Many Solutions* THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 30 00 - 20 ONE COMPANY Many Solutions* • SECTION 03 36 60 CONCRETE DENSIFIER/SEALER/HARDENER PART 1— GENERAL 1.01 SUMMARY A. This Section includes the application of concrete densifier/sealer/hardener to concrete floor slabs indicated on Drawings. 1.02 RELATED WORK A. CAST -IN-PLACE CONCRETE: Section 03 30 00. B. UNDERSLAB VAPOR BARRIER: Section 07 26 17. 1.03 SYSTEM DESCRIPTION A. A densifier/sealer/hardener that will react with concrete surfaces to produce a dense, hydrophobic, insoluble, moisture barrier to seal out contaminates, while hardening and densifying surface. ID 1.04 QUALITY ASSURANCE • A. Reference Standards: Comply with provisions of the following, unless otherwise indicated or specified: 1. Corps of Engineers (CE) Specifications: a. CEGS 03300 4 2. American Concrete Institute (ACI): a. ACI 302 3. American Society for Testing and Materials (ASTM): a. ASTM C 779, Procedure A B. Concrete densifier/sealer/hardener shall comply with all Federal and State of Florida VOC requirements. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 03 36 60 - 1 1.05 SUBMITTALS A. Product Data: Submit manufacturer's published descriptive literature, including application instructions including MSDA sheets. A. Testing/Certificates: Submit product test reports and certificate of rate of application. 1.06 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver materials to site in manufacturer's sealed, labeled containers. B. Store and handle materials to prevent damage to product and environment. 1.07 WARRANTY A. Provide warranty signed jointly by applicator, manufacturer and Contractor against dusting from abrasion for the following time period: 1. Ten (10) years from date of Substantial Completion. PART 2 - PRODUCTS 2.01 MATERIALS A. Concrete Densifier/Sealer/Hardener: 1. Basis of Design: SEAL HARD as manufactured by L & M Construction Chemicals, Inc., as follows: a. Base: Solution of 100% active ingredient chemicals which penetrate concrete to seal, densify, dustproof and harden to resist water and oil penetration, and contamination. b. Active Ingredients: 100%. c. Type: Alkyd Siliconate. d. Flash Point: None. e. Specific Gravity: 1.155 f. VOC: gm/L: 0 g. Solids, Minimum: 30%. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 033660-2 URS • • • PART 3 - EXECUTION 3.01 INSPECTION A. Examine the areas and conditions under which product will be applied and ensure surfaces are clean and free of all contaminates, and any film forming curing compounds or sealers. B. Ensure concrete has been cured a minimum of three (3) days prior to application. C. Protect concrete from construction activity staining. 3.02 APPLICATION A. Apply concrete densifier/sealer/hardener in strict accordance with manufacturer's printed instructions. B. Apply directly from product container onto prepared surfaces, undiluted. C. Application equipment shall include mechanical "walk -behind" or riding scrubber. D. Apply in one coat at a minimum rate of 1 -gallon per 150-200 square feet. • E. Allow surfaces to remain wet with sealer for 30-60 minutes. F. Remove excess sealer at end of application procedure by water flushing and then squeegee dry. 3.03 FIELD QUALITY CONTROL A. Applicator shall certify rate of application. 3.04 CLEANING A. Leave area broom clean. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 033660-3 THIS PAGE LEFT BLANK INTENTIONALLY • City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April2013 033660-4 • • SECTION 03 40 00 PRECAST AND PRESTRESSED CONCRETE BUILDING PART 1- GENERAL 1.01 SUMMARY A. Section Includes: 1. Design and fabrication of self -framing precast and prestressed concrete building system including: a. Wall panels, uninsulated. b. Double -tee units. c. Hollow -core units. d. Columns and beams. e. Lintels. B. Related Specification Sections include but are not necessarily limited to: 1. Division 1 - General Requirements. 2. Section 03 15 00 — Concrete Accessories 3. Section 03 20 00 — Concrete Reinforcement. 4. Section 03 30 00 — Cast -in-place Concrete. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American Concrete Institute (ACI): a. 318, Building Code Requirements for Structural Concrete. 2. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A108, Standard Specification for Steel Bars, Carbon, Cold Finished, Standard Quality. c. A123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. d. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. e. A416, Standard Specification for Steel Strand, Uncoated Seven -Wire for Prestressed Concrete. f. A1064, Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement. g. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. h. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 40 00 - 1 ONE COMPANY IDa. Many Solutions. i. C33, Standard Specification for Concrete Aggregates. j. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. k. C138, Standard Test Method of Test for Density (Unit Weight, Yield, and Air Content (Gravimetric) of Concrete. 1. C143, Standard Test Method for Slump of Hydraulic Cement Concrete. m. C150, Standard Specification for Portland Cement. n. C172, Standard Practice for Sampling Freshly Mixed Concrete. o. C173, Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method. p. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. q. D2240, Standard Test Method for Rubber Property - Durometer Hardness. 3. American Welding Society (AWS): a. A5.1, Standard Specification for Carbon Steel Electrodes for Shielded Metal Arc Welding. b. A5.5, Standard Specification for Low -Alloy Steel Covered Arc -Welding Electrodes. c. D1.1, Structural Welding Code Steel. d. D1.4, Structural Welding Code Reinforcing Steel. 4. Occupational Safety and Health Administration (OSHA). 5. Prestressed Concrete Institute (PCI): a. MNL -116, Manual for Quality Control for Plants and Production of Precast Prestressed Concrete Products. b. MNL -117, Manual for Quality Control for Plants and Production of Architectural Precast Concrete Products. c. PCI Design Handbook - Precast and Prestressed Concrete. 6. Building code: a. International Code Conference (ICC): i. Florida State Building Code and associated standards, 2010 Edition including all amendments, referred to herein as Building Code. B. Qualifications: 1. Provide precast and prestressed concrete units produced by an active member of PCI. 2. Plant to be certified by the Precast/Prestressed Concrete Institute, Plant Certification Program : a. Certification Code Al: Architectural Units. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 034000-2 FDAONE COMPANY Many Solutions( • • b. Certification Code C3A: Prestressed Straight Strand Structural Members with an Architectural Finish. c. Certification Code C4A: Prestressed Deflected Strand Structural Members with an Architectural Finish. d. Plant shall have been certified within past year from bid date. 3. Provide units manufactured by plant which has regularly and continuously engaged in manufacture of units of same type as those required for a minimum of 10 years. 4. Assure manufacturer's testing facilities meet requirements PCI MNL - 116 or PCI MNL -117 as applicable. 5. Engineer for all precast or prestressed members: Professional Engineer licensed in the State of Florida. a. Engineer to have minimum five (5) years experience in design of precast and prestressed members with scope similar to this Project. 6. Welding operators and processes to be qualified in accordance with: a. AWS D1.1 for welding steel shapes and plates. b. AWS D1.4 for welding reinforcing bars. 7. Welding operators to have passed qualification tests for type of welding required during the previous 12 months prior to commencement of welding. 8. Erector shall have minimum of 10 years experience in erection of precast units similar to units required. 1.03 DEFINITIONS A. Galvanizing: 1. Hot -dip galvanizing per ASTM A123 or ASTM A153 with minimum coating of 2.0 OZ of zinc per square foot of metal (average of specimens) unless noted otherwise or dictated by standard. B. Architectural Concrete Surfaces: 1. Concrete that will be permanently exposed to view and therefore requiring special care in the selection of materials, placing and finishing to obtain the desired appearance, includes but is not limited to: a. Exterior and interior faces of exterior wall panels. b. Interior wall panels. c. Interior faces of structural precast members. i. May include columns, beams, roof tees, hollow core slabs, and lintels. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 034000-3 IONE COMPANY Many Solutions. 1.04 SYSTEM DESCRIPTION A. Buildings shall be self -framing type with vertical walls and monoslope roofs. 1.05 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Sizes, types and manufacturer of bearing pads. d. Hardware to be utilized to support suspended appurtenances. 3. General: a. Prior to submittal to the Engineer for review and action, all Shop Drawings shall be processed by the Contractor, the electrical subcontractor and any other subcontractors having work that impacts the fabrication of the precast members. i. Provide certification letter as cover sheet to each submittal confirming that all impacted trades have reviewed the submittal and coordinated any work associated with the precast fabrication. b. All Drawings, including erection Drawings, certifications and calculations shall be sealed and signed by a professional Structural or Civil Engineer registered in the State of Florida. i. Provide certification stating calculations provided have been prepared specifically for this Project and that they match and pertain to the Shop Drawings provided. ii. Provide a summary document as part of the above certification listing the design criteria used for precast design including: I Appropriate codes and standards. II. Snow loads. III. Live loads. IV. Wind loads. V. Seismic loads. VI. Equipment loads. 4. Drawings: a. Drawings for all precast units, their connections and supports showing: City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 40 00 - 4 ITRI ONE COMPANY , Many Solutions. • • • Plan view with column lines of all floor and roof precast members showing: I. Arrangement of units, member location, member size, connections and supports. II. Location of columns, pilasters and supporting wall members. III. Size and location of all openings. IV Size, number, and locations of all embedded metal items and connections. V. Required concrete strengths. VI. Estimated cambers and deflections. VII. Identification of each unit using same standard marking numbers as used to mark actual units. a) Mark numbers shall be unique for all members supplied under this Contract. VIII. Minimum plan scale: 1/8 IN = 1 FT. ii. Elevation view with column lines of all precast walls showing: I. Arrangement of wall panels, columns, pilasters, member location, member size, connections and support locations. II. Details of special design or shapes, lifting and erection embedments (both temporary and permanent). III. Estimated cambers and deflections for wall panels. IV Methods of storage and handling architectural wall panels. V Size and location of openings. VI. Size, number, and locations of embedded items and connections. VII. Required concrete strengths. VIII Identification of each unit using same standard marking numbers as used to mark actual units. a) Mark numbers shall be unique for all members supplied under this Contract. Lk Minimum elevation scale: 1/8 IN = 1 FT. X Minimum detail scale: 1-1/2 IN = 1 FT. XI. Minimum individual panel elevation scale: 1/4 IN = 1 FT. iii. Connection details: I. Minimum detail scale: 1-1/2 1N = 1 FT. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 034000-5 ���ONE COMPANY Many Solutionsp II. Summary report of precast loads and reactions to foundations or other supporting elements. a) Submit service level reactions for individual base loads (i.e. dead load, live load, wind load, seismic load, etc.). b) Submit load combinations. III. Method proposed for grouting concealed connections and for repairing damage to panels as a result of erection or construction activities. 5. Calculations: a. Provide calculations for all members and connections. b. Perform calculations using the dead load of the members plus the superimposed uniform and concentrated loads shown on the Drawings and indicated in this Specification Section. Indicate the following: I. Design for maximum moment, maximum shear and maximum torsion, compression and tension. II. Final top and bottom flexural stresses resulting from the stresses due to maximum moment and prestress force. III. Ultimate moment capacity. IV Final top and bottom flexural stresses, ultimate moment capacity, and ultimate shear capacity, if affected, for members with reduced cross sections due to openings or penetrations. V When required on Drawings, a check for no tension in top and bottom of members due to prestress force and member dead load plus superimposed loads indicated on Drawings and in this Specification Section. VI Column design and load bearing panel design for maximum axial load and maximum moment. VII. Connection design for each support point for each precast member. a) Include design for all items through the connection load path including embedded portion in precast member, embedded portion in supporting structure and any connection bolts, welds or other miscellaneous pieces required for proper design but not shown on the Drawings. c. Calculations will not be reviewed and are submitted for record purposes only. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 034000-6 FDAI ONE COMPANY Many Solutions( • s 6. Concrete mix design(s) including submittal information defined in Specification Section 03 30 00. 7. Copies of source quality control tests, including compressive strength and air content. 8. Certifications: a. Certification that fabricator's plant complies with PCI Manual referenced. b. Welder and welding process certification. c. Certification of erector qualifications. d. Certification from precast manufacturer for each field -drilled hole in precast double tee stem. B. Samples: 1. Before fabrication: a. Four (4) sets of three (3) 12 x 12 x 2 IN samples of precast concrete for each type of specified finish and color showing color and texture range to be expected for Engineer's review and approval. b. Label samples to indicate name of Project, fabricator, type, color and source of cement and aggregate, the type of finish and the date the sample was made. i. One (1) set of approved samples will be returned to the precast manufacturer, two (2) sets will be kept at Engineers office and one (1) set will be kept at the Project site for comparison to full sized sample. 2. Full-sized samples: a. After approval of small samples, fabricate and deliver to site one (1) full-size sample of each style of precast unit. b. After Engineer's review and approval, samples may be incorporated in the work and serve as standard of comparison for other units. C. Miscellaneous Submittals: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Shop Fabrication Drawings: a. After successful processing of Shop Drawings, provide, on a compact disc or DVD, detailed shop fabrication drawings showing the actual fabrication details for each precast member provided for the project. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 034000-7 FDA ONE COMPANY Many Solutions' b. Assure the identification number used for each constructed element is consistent with all Shop Drawing submittal information. c. Indicate size, configuration, location and quantity of reinforcing bars and prestressing strands. d. Document initial prestress forces. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Headed studs and deformed bar anchors: a. Nelson Stud Welding Div., TRW, Inc. b. KSM Division, Omark Industries. 2. Bearing pads: a. JVI, Inc. 3. Integral water repellent: a. Grace Construction Products. 2.02 MATERIALS A. Embedded Steel Plates and Shapes: 1. Steel: ASTM A36. a. Galvanized, ASTM A123, minimum 2.0 OZ zinc per square foot of metal surface. B. Bearing Pads: 1. Random, Fiber -Reinforced Elastomeric Pads. 2. Preformed, randomly oriented synthetic fibers set in elastomer. 3. Shore A hardness: 70 to 90 per ASTM D2240. 4. Capable of supporting a compressive stress of 3000 psi with no cracking, splitting or delaminating in the internal portions of the pad. 5. Similar to "Masticord" as manufactured by JVI, Inc. C. Cement: a. ASTM C150, Type I or III. D. Aggregate: 1. ASTM C33. a. See Specification Section 03 30 00. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 034000-8 I_i:i: I ONE COMPANY Many Solutions" • b. Coarse aggregate: i. Size 67 gradation. ii. Provide aggregate approved for bridge construction by the State Highway Department where the precast units are fabricated or in the State where the Project is located. c. Fine aggregate: Natural (not manufactured). E. Water: 1. Potable, clean. 2. Free of oils, acids, and organic matter. F. Maximum total chloride ion content contributed from all ingredients of concrete including water, aggregates, cement and admixtures measured as a weight percent of cement to not exceed 0.06 for prestressed concrete and 0.10 for all other precast concrete. G. Prestressing Strands: 1. Either 250K or 270K high tensile strength uncoated seven -wire strand. 2. Manufacture and test strands in accordance with ASTM A416. H. Reinforcing Steel and Welded Wire Fabric: 1. Reinforcing bars to be welded: ASTM A706. 2. All other reinforcing steel and welded wire fabric: See Specification Section 03208. I. Headed Studs: 1. ASTM A108. 2. Minimum yield strength: 50,000 psi. 3. Minimum tensile strength: 60,000 psi. J. Deformed Bar Anchors: 1. ASTM A1064. 2. Minimum tensile strength: 80,000 psi. 3. Minimum yield strength: 70,000 psi. K. Electrodes: 1. E70 series conforming to AWS A5.1 or AWS A5.5 for welding steel shapes and plates. 2. E90 series conforming to AWS A5.5 for welding rebar. L. Sand cement grout in keyways between hollow core slabs. 1. See Specification Section 03 30 00. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents 03 40 00 - 9 April 2013 1,D1 I ONE COMPANY Many Solutions. M. Sealants: See Specification Section 07 92 00. N. Integral Water Repellent Admixture: 1. Factory prepared, ready to use liquid. 2. Dispensed into the concrete mix at time of batching and the charging of the mixer in accordance with manufacturer's directions. 3. Similar to Grace "Darapel". 0. Material Reuse: A minimum of 10 percent (by dollar value) of materials and products for the project must be salvaged, refurbished, reused, or recycled. Contractor shall track and provide documentation. P. Regional Materials: Contractor shall document materials to indicate that a minimum of 20 percent (by dollar value) of materials and products for the project are [extracted, harvested, or recovered, as well as] manufactured, regionally within a 500 mile radius of the project site. 2.03 MIXES A. General: 1. See Specification Section 03 30 00 for mix requirements, except as modified below. • 2. Do not begin fabrication of units until concrete mix design(s) have been approved by Engineer. B. Architectural Concrete Surfaces: 1. Design mix in compliance with ACI 318 and the latest edition of the PCI Design Handbook - Precast and Prestressed Concrete. 2. Concrete mix shall be designed by the precast manufacturer to best suit fabrication of units based on minimum compressive strength specified and finish specified. a. Mix design shall be acceptable to the Engineer. 3. Stripping release strength: a. Non-structural sections and pieces: Minimum 2500 psi. b. Structural sections and pieces: Minimum 3500 psi. 4. Concrete compressive strength: Minimum 5,000 psi at 28 days. 5. Concrete air content: 4 to 6 percent. 6. Integral water repellent: a. Dosage rates shall be determined by the manufacturer to • provide the following results: City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 40 00 - 10 ONE COMPANY Many Solutions' 2.04 DESIGN i. Final in place 28 day cured panel water vapor perm rating of not greater than 1.0. A. General Design Requirements: 1. Design units and connections in strict accordance with the Building Code, ACI 318 and the PCI Design Handbook - Precast and Prestressed Concrete. a. Notify Engineer when sizes and precast members shown on Drawings can not be designed or fabricated. 2. Design loads: a. Roof dead load, live load and snow load: Design units for the super -imposed loads indicated on the Drawings. i. Loads are unfactored unless otherwise noted. b. Equipment loads: i. See Drawings for major equipment loads. ii. Design members for concentrated loads placed in their actual locations. iii. Verify weights and locations of concentrated loads. Wind load: See Drawings for wind load criteria. Seismic load: See Drawings for seismic load criteria. c. d. 3. Design units taking into account reduced cross section at openings and penetrations. 4. Provide all reinforcing in units as indicated. a. Where not indicated, design and provide all reinforcing and prestressing strands subject to approval of Engineer. 5. Due to presence of corrosive atmosphere, design prestressed members where indicated on Drawings for no tension in top and/or bottom of members resulting from loads indicated on Drawings and in this Specification Section. 6. Design the flanges of double tee members to support the concentrated weight of equipment and equipment curbs. a. Alternatively, coordinate the arrangement and strength of the equipment roof curbs such that the weight of roof supported equipment is transferred by the curbs to the double tee legs. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 40 00 - 11 I ONE COMPANY I_iii:;Many Solutions, B. Specific Design Requirements: 1. Roof framing members: a. Roof system to act as a rigid diaphragm to distribute lateral loads to the shear walls indicated on the Drawings. 2. Columns and pilasters: a. Design for all axial, bending and shear forces due to supporting loads including eccentric loads. b. Design columns where indicated as moment frames on drawings to resist lateral loads including wind and seismic loads in accordance with Building Code. i. Design moment frame to resist the lateral loads indicated on the drawings or lateral loads developed through analysis of the structure whichever requires the stronger component. 3. Wall panels: a. Design wall panels to support vertical loads including eccentricities where panels are indicated to provide vertical support. b. Design wall panels to resist out of plane lateral loads including wind and seismic load in accordance with the Building Code. c. Design wall panels as shear walls unless otherwise noted on Drawings to resist in plane lateral loads including wind and seismic loads in accordance with the Building Code. i. Design shear wall to resist the lateral loads indicated on the Drawings or the lateral loads developed through analysis of the structure, whichever requires the stronger component. d. Design top connections of interior walls to roof framing members as a vertical slip connection where walls are not intended to support gravity loads. i. Coordinate the amount of vertical slip with the deflection of the roof framing members. e. Calculate lateral drift at expansion joints and confirm adequate structural separation to avoid damaging contact based on the separations shown on the Drawings. f. Design wall panels to support additional loads where indicated on the Drawings. 4. Connections: a. Design and provide concealed connections whenever possible and where indicated on Drawings. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 40 00 - 12 FDR, IONE COMPANY Many Solutions. • i. Minimize exposed steel to open tank areas. ii. Where steel must be exposed, provide galvanized steel. b. Precast connections shown on the Drawings are diagrammatic showing possible connection concepts. i. Other connections may be acceptable subject to approval of the Engineer. c. Design and provide all connection pieces necessary to connect all precast members to the supporting structure shown on Drawings. d. For connection details to cast -in-place concrete work or concrete masonry work that are not fully detailed on the Drawings, design, detail, furnish and install all additional embedded connection items not shown on the Contract Drawings as required to provide fully compatible and workable connections. 2.05 FABRICATION A. Do not fabricate units until: 1. Support locations and penetrations have been verified by Contractor. 2. Shop Drawings have been reviewed by Engineer. B. Manufacture, quality, dimensional and erection tolerances of all units to be in accordance with both PCI MNL -116 and PCI Design Handbook Precast and Prestressed Concrete. 1. Architectural panels to meet PCI MNL -117 and PCI Design Handbook Precast and Prestressed Concrete. C. Cast all members in smooth rigid forms which will provide straight, true members of uniform thickness and uniform color and finish. 1. Wall panels with split -faced imprint finish to utilize appropriate forms for uniform pattern and texture. a. Pattern as selected by Engineer. 2. Form reveals as required. D. Use sand cement grout mixture to fill all air pockets and voids, and to repair chipped edges. Finish all repairs to match adjacent surface texture and color. E. Where units are to receive concrete topping, provide heavy broom finish on top surface for bond. 1. Roughness of top surface to provide bond with topping and design for horizontal shear at interface in accordance with requirements of paragraph 17.5 of ACI 318. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 40 00-13 ,E- 1 ONE COMPANY . Many Solutions 2. Make all other surfaces smooth, with finishes as specified in Section 03 30 00. F. Incorporate embedded plates, angles, dovetails and flange welding strips into members at time of manufacture. 1. Provide embedded items as specified herein, as shown on the Drawings and/or required by precaster's design. 2. Provide flange welding strips provided such welding strips are approved by Engineer, and designed by the supplier for required loadings. 3. Provide welding strips on all edges of all double tee flanges and flat panels. 4. Space strips as required by analysis. 5. Cast lifting devices into units at or near support points. a. Remove protruding lifting devices after units are erected. b. Grout any remaining voids flush with adjacent surfaces. G. Coordinate embedded items required by other trades including, but not limited to, conduits and boxes for electrical or security work. H. Cast openings larger than 6 IN SQ or 6 IN DIA in units at time of manufacture. 1. Make smaller openings by neat cutting or neat drilling by trades requiring them. 2. Coordinate sizes and locations of all openings: a. Before fabrication of units. b. With all member reinforcing to avoid damage thereto. Make provisions for support of suspended ceilings, lighting fixtures, ducts, piping, conduits and other suspended work. 1. Use embedded stainless steel concrete inserts and channels for all connections to precast unless otherwise approved. Reference Drawings for suggested details that reduce the need for field installation. 2. Drilled expansion, adhesive, or powder driven fasteners in slabs and tee ribs shall be installed only with written approval by precast supplier. a. Anchors must be coordinated with reinforcing locations to avoid jeopardizing long term integrity of members. b. Damage to strands by post -installed anchors shall be grounds for Engineer rejection of precast units. c. Repair any damage caused by such installation. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 40 00 - 14 IFM.ONE COMPANY Many Solutions* • • d. Submit certification from precast manufacturer that each field - drilled hole will not damage precast member or it's reinforcing. 3. Install powder -driven fasteners by means of a low velocity powder - actuated tool complying with requirements of OSHA. 4. Assure that the load to be supported by each in-place drilled -in bolt or powder -driven fastener does not exceed the maximum allowable load recommended by its manufacturer for the concrete strength encountered and for the type, size and embedment length of fastener installed. J. Automatically weld headed studs and deformed bar anchors to members to provide full penetration weld. K. Weld steel shapes and plates per AWS D1.1 or AWS D1.6 and reinforcing steel per AWS D1.4. L. Minimum concrete compressive strength at time of strand release: 3500 psi or higher as required by precast designer analysis. 1. During detensioning, avoid shock, overloading or unbalanced loading. M. Mark each unit as indicated on the erection plans. 1. Place mark on non -exposed -to -view surface. N. Coat or finish ends of exposed prestressing strands to prevent corrosion. O. Tolerances: Per PCI MNL -116 and PCI MNL -117, as applicable. 2.06 SOURCE QUALITY CONTROL A. When approved by Engineer, strength tests may be made by precast manufacturer after he has submitted certification that his testing facilities meet the requirements of Precast/Prestressed Concrete Institute, Plant Certification Program. B. Conduct tests on precast concrete using the following procedures: 1. If the precast manufacturer's quality control program requires more frequent or more stringent testing requirements, the manufacturer's quality control program will take precedence over the specific type of test. 2. Secure concrete samples in accordance with ASTM C172. a. Obtain each sample from a different batch of concrete on a random basis, avoiding selection of test batch other than by a number selected at random before commencement of concrete placement. 3. For each strength test mold and cure three (3) cylinders from each sample in accordance with ASTM C31. a. Cylinder size: Per ASTM C31. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 40 00 - 15 FERONE COMPANY . Many Solutions* b. Record any deviations from requirements on test report. c. Mold, cure and test additional cylinders as required to verify strength at release. 4. Test cylinders in accordance with ASTM C39. a. Test two (2) cylinders at 28 days for strength test result and one (1) at seven (7) days for information. 5. Strength test result: a. Average of strengths of two (2) cylinders from the same sample tested at 28 days. b. If one (1) cylinder in a test manifests evidence of improper sampling, molding, handling, curing, or testing, discard; strength of remaining cylinder shall be considered strength test result. c. Should both cylinders in a test show any of above defects, discard entire test. 6. Frequency of tests: Per PCI MNL -116 or PCI MNL -117 as applicable. 7. Determine slump of concrete sample for each strength test. a. Determine slump in accordance with ASTM C143. 8. Determine air content of concrete sample for each strength test in accordance with either ASTM C231, ASTM C173, or ASTM C138. 9. Determine temperature of concrete sample for each strength test. C. Inspect quality of units prior to shipment. D. Should products delivered to site be rejected due to materials or workmanship, discontinue delivery until defects in materials or workmanship have been corrected and certified in writing to the Engineer. PART 3 - EXECUTION 3.01 PREPARATION A. Verify acceptability and location of supports to receive units. 1. Check bearing surfaces to determine that they are level and uniform. B. Verify compressive strengths of concrete and masonry supports. 1. Do not start erection of units until supports have reached their 28 -day required compressive strengths. 3.02 ERECTION A. Sequence erection to provide a balance of loads across walls, beams and columns. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 40 00 - 16 IDAONE COMPANY Many Solutions, • • • B. Give consideration to possible lack of stability or capacity of partially completed frame or structure. C. Contractor to be responsible for guying, shoring, and bracing of frame, walls and individual members as necessary to resist forces due to wind, erection, or any other source that may occur before structure is completed. D. Use only erection equipment adequate for placing units at lines and elevations indicated on Drawings. 1. Do not damage units or existing construction during erection. 2. Erect units using lifting handles cast into the units. E. Place each leg of all double tees on a bearing pad held 1 IN back from edge of support. 1. Pad dimensions equal to length of bearing -1 IN by bearing width +2 IN. 2. Minimum pad thickness: 3/8 IN. F. Place hollow core slabs on continuous 1/4 IN thick bearing pad so that width equals bearing length -1 IN. G. Provide a bearing pad on the top of all precast concrete columns. 1. Pad to cover entire top surface of column except hold pad back 1 IN from face of column all around. H. After erection, verify that there is no direct contact between bottom of units and supporting members. 1. Where direct contact occurs, install additional layers of bearing material to raise units off supports. I. Lintels: 1. Length of lintel bearing on supports to be as indicated on Drawings. a. If not indicated, minimum length of lintel bearing to be 8 IN. 2. When indicated on Drawings, fill masonry cells under lintel bearing with masonry grout and reinforce cells if so indicated. 3. Provide minimum 3/8 IN thick full bed joint of masonry mortar between underside of lintel and top surface of grouted masonry for complete lintel bearing length. 4. Where masonry cells are not required to be grouted under lintel bearing, provide minimum 3/8 IN thick face shell mortar bed joint between bottom of lintel and top of masonry block for complete lintel bearing length. 5. See Drawing details for required felt paper under lintel bearing at masonry control joints. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 40 00 - 17 FrR,I ONE COMPANY Many Solutions* 6. Provide 1/2 - 3/4 IN x 45 degree chamfer on the bottom exposed (non- bearing) edge of lintels. a. Do not chamfer the bearing portion of the bottom edge or the top or ends of the lintels. J. Weld steel shapes and plates per AWS D1.1 and reinforcing steel per AWS D1.4. 1. When welding galvanized members, remove galvanizing at welds prior to welding. K. Make joint between units 1/2 IN except as otherwise indicated on Drawings. L. Secure units by welding and/or bolting. 1. Provide one (1) flat and one (1) lock washer with each bolt and nut. a. Set units on shims where indicated or necessary for level, uniform bearing. M. After panels have been erected and welded and/or bolted to building frame, prepare steel and repair all damaged galvanized surfaces in accordance with Specification Section 09 91 00. N. Caulk all precast work joints as specified in Specification Section 03 15 00 and as indicated on Drawings. O. Erect units within the following tolerance limits: 1. Clearances between precast and structural frame: 1 IN minimum. 2. Joints: a. Face width: +/-3/16 IN. b. Taper in any length: (1 in 500) to maximum 1/4 IN. c. Step in face: 1/4 IN. d. Jog in alignment of edge: 1/4 IN. P. Fill all keyways between hollow core slabs with concrete sand cement grout. 1. See Specification Section 03 60 00. After all precast units are erected and all precast unit connections have been made, prepare and repair all damaged galvanized surfaces of the connections in accordance with Specification Section 09 91 00. Q. 3.03 FIELD QUALITY CONTROL A. Repair all damage to units after erection in accordance with manufacturer's recommendations and to satisfaction of Engineer. B. Causes for rejection of units include, but are not necessarily limited to the following: 1. Cracked units. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 40 00 - 18 FDA ONE COMPANY Many Solutions. • • 2. Chipped, broken, or spalled edges. 3. Units not within allowable casting tolerances. 4. Voids or air pockets which, in opinion of Engineer, are too numerous or too large. 5. Non-uniform finish or appearance. 6. Low concrete strength. 7. Improperly placed embedded items and/or openings. 8. Exposed wire mesh, reinforcing or prestressing strands. C. Owner will employ and pay for precast concrete erection special inspection. 3.04 CLEANING A. After completion of setting, repair and caulking, clean all precast work thoroughly by scrubbing with fiber brushes, detergent, and clean water. 1. Refer to Specification Section 04 22 00 for detergent cleaner. B. Leave precast units clean and free of traces of cleaning compound. END OF SECTION City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 40 00 - 19 IDAI ONE COMPANY Many Solutions® THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 40 00-20 IONE COMPANY Many Solutions* • SECTION 03 60 00 GROUT PART 1 - GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install grout complete as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Formwork is included in Section 03 11 00. B. Concrete Reinforcement is included in Section 03 20 00. C. Concrete Joints and Joint Accessories are included in Section 03 15 00. D. Cast -in -Place Concrete is included in Section 03 30 00. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Section 01 33 00, shop drawings and product data showing materials of construction and details of installation for: 1. Commercially manufactured nonshrink cementitous grout. The submittal shall include catalog cuts, technical data, storage requirements, product life, working time after mixing, temperature considerations, conformity to required ASTM standards and Material Safety Data Sheet. 2. Commercially manufactured nonshrink epoxy grout. The submittal shall include catalog cuts, technical data, storage requirements, product life, working time after mixing, temperature considerations, conformity to required ASTM standards and Material Safety Data Sheet. 3. Cement grout. The submittal shall include the type and brand of the cement, the gradation of the fine aggregate, product data on any proposed admixtures and the proposed mix of the grout. 4. Concrete grout. The submittal shall include data as required for concrete as delineated in Section 03 30 00 and for fiber reinforcement as delineated in Section 03 20 00. This includes the mix design, constituent quantities per cubic yard and the water/cement ratio. B. Laboratory Test Reports 1. Submit laboratory test data as required under Section 03 30 00 for concrete to be used as concrete grout. C. Certifications 1. Certify that commercially manufactured grout products and concrete grout admixtures are suitable for use in contact with potable water after 30 days curing. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 60 00 - 1 1FD1116 ONE COMPANY Many Solutions* D. Qualifications 1. Grout manufacturers shall submit documentation that they have at least 10 years experience in the production and use of the proposed grouts which they will supply. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM C531 - Standard Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical Resistant Mortars, Grouts and Monolithic Surfacings and Polymer Concretes 2. ASTM C579 - Standard Test Method for Compressive Strength of Chemical Resistant Mortars, Grouts and Monolithic Surfacings and Polymer Concretes 3. ASTM C827 - Standard Test Method for Change in Height at Early Ages of Cylindrical Specimens from Cementitious Mixtures 4. ASTM C1107 - Standard Specification for Packaged Dry, Hydraulic -Cement Grout (Nonshrink) B. U.S. Army Corps of Engineers Standard (CRD) 1. CRD C-621 - Corps of Engineers Specification for Nonshrink Grout C. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Qualifications 1. Grout manufacturer shall have a minimum of 10 years experience in the production and use of the type of grout proposed for the work. B. Pre -installation Conference 1. Well in advance of grouting, hold a pre -installation meeting to review the requirements for surface preparation, mixing, placing and curing procedures for each product proposed for use. Parties concerned with grouting shall be notified of the meeting at least 10 days prior to its scheduled date. C. Services of Manufacturer's Representative 1. A qualified field technician of the nonshrink grout manufacturer, specifically trained in the installation of the products, shall attend the pre -installation conference and shall be present for the initial installation of each type of nonshrink grout. Additional services shall also be provided, as required, to correct installation problems. D. Field Testing 1. All field testing and inspection services required shall be provided by the Owner. The Contractor shall assist in the sampling of materials and shall City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 03 60 00 - 2 ONE COMPANY IMany Solutions• • provide any ladders, platforms, etc, for access to the work. The methods of testing shall comply in detail with the applicable ASTM Standards. 2. The field testing of Concrete Grout shall be as specified for concrete in Section 03 30 00. 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver materials to the jobsite in original, unopened packages, clearly labeled with the manufacturer's name, product identification, batch numbers and printed instructions. B. Store materials in full compliance with the manufacturer's recommendations. Total storage time from date of manufacture to date of installation shall be limited to 6 months or the manufacturer's recommended storage time, whichever is less. C. Material which becomes damp or otherwise unacceptable shall be immediately removed from the site and replaced with acceptable material at no additional expense to the Owner. D. Nonshrink cement -based grouts shall be delivered as preblended, prepackaged mixes requiring only the addition of water. E. Nonshrink epoxy grouts shall be delivered as premeasured, prepackaged, three component systems requiring only blending as directed by the manufacturer. 1.07 DEFINITIONS A. Nonshrink Grout: A commercially manufactured product that does not shrink in either the plastic or hardened state, is dimensionally stable in the hardened state and bonds to a clean base plate. PART 2 - PRODUCTS 2.01 GENERAL A. The use of a manufacturer's name and product or catalog number is for the purpose of establishing the standard of quality desired. B. Like materials shall be the products of one manufacturer or supplier in order to provide standardization of appearance. 2.02 MATERIALS A. Nonshrink Cementitious Grout 1. Nonshrink cementitious grouts shall meet or exceed the requirements of ASTM C1107, Grades B or C and CRD C-621. Grouts shall be portland cement based, contain a pre -proportioned blend of selected aggregates and shrinkage compensating agents and shall require only the addition of water. Nonshrink cementitious grouts shall not contain expansive cement or metallic particles. The grouts shall exhibit no shrinkage when tested in conformity with ASTM C827. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 036000-3 1-0.1 ONE COMPANY Many Solutions., a. General purpose nonshrink cementitious grout shall conform to the standards stated above and shall be SikaGrout 212 by Sika Corp.; Set Grout by Master Builders, Inc.; Gilco Construction Grout by Gifford • Hill & Co.; Euco NS by The Euclid Chemical Co.; NBEC Grout by U. S. Grout Corp. b. Flowable (Precision) nonshrink cementitious grout shall conform to the standards stated above and shall be Masterflow 928 by Master Builders, Inc.; Hi -Flow Grout by the Euclid Chemical Co.; SikaGrout 212 by Sika Corp.; Supreme Grout by Gifford Hill & Co.; Five Star Grout by U. S. Grout Corp. B. Nonshrink Epoxy Grout 1. Nonshrink epoxy -based grout shall be a pre -proportioned, three component, 100 percent solids system consisting of epoxy resin, hardener, and blended aggregate. It shall have a compressive strength of 14,000 psi in 7 days when tested in conformity with ASTM D695 and have a maximum thermal expansion of 30 x 10-6 when tested in conformity with ASTM C531. The grout shall be Ceilcote 648 CP by Master Builders Inc.; Five Star Epoxy Grout by U.S. Grout Corp.; Sikadur 42 Grout -Pak by Sika Corp.; High Strength Epoxy Grout by the Euclid Chemical Co. C. Cement Grout 1. Cement grouts shall be a mixture of one part portland cement conforming to ASTM C150, Types I, II, or III and 1 to 2 parts sand conforming to ASTM C33 with sufficient water to place the grout. The water content shall be sufficient to impart workability to the grout but not to the degree that it will allow the grout to flow. D. Concrete Grout 1. Concrete grout shall conform to the requirements of Section 03 30 00 except as specified herein. It shall be proportioned with cement, coarse and fine aggregates, water, water reducer and air entraining agent to produce a mix having an average strength of 2900 psi at 28 days, or 2500 psi nominal strength. Coarse aggregate size shall be 1/2 -in maximum. Slump should not exceed 5 -in and should be as low as practical yet still retain sufficient workability. E. Water 1. Potable water, free from injurious amounts of oil, acid, alkali, organic matter, or other deleterious substances. F. Material Reuse: A minimum of 10 percent (by dollar value) of materials and products for the project must be salvaged, refurbished, reused, or recycled. Contractor shall track and provide documentation. G. Regional Materials: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 036000-4 IFDAONE COMPANY . Many Solutions* • • Contractor shall document materials to indicate that a minimum of 20 percent (by dollar value) of materials and products for the project are [extracted, harvested, or recovered, as well as] manufactured, regionally within a 500 mile radius of the project site. PART 3 - EXECUTION 3.01 PREPARATION A. Grout shall be placed over cured concrete which has attained its full design strength unless otherwise approved by the Engineer. B. Concrete surfaces to receive grout shall be clean and sound; free of ice, frost, dirt, grease, oil, curing compounds, laitance and paints and free of all loose material or foreign matter which may effect the bond or performance of the grout. C. Roughen concrete surfaces by chipping, sandblasting, or other mechanical means to ensure bond of the grout to the concrete. Remove loose or broken concrete. Irregular voids or projecting coarse aggregate need not be removed if they are sound, free of laitance and firmly embedded into the parent concrete. 1. Air compressors used to clean surfaces in contact with grout shall be the oilless type or equipped with an oil trap in the air line to prevent oil from being blown onto the surface. • D. Remove all loose rust, oil or other deleterious substances from metal embedments or bottom of baseplates prior to the installation of the grout. E. Concrete surfaces shall be washed clean and then kept moist for at least 24 hours prior to the placement of cementitious or cement grout. Saturation may be achieved by covering the concrete with saturated burlap bags, use of a soaker hose, flooding the surface, or other method acceptable to the Engineer. Upon completion of the 24 hour period, visible water shall be removed from the surface prior to grouting. The use of an adhesive bonding agent in lieu of surface saturation shall only be used when approved by the Engineer for each specific location of grout installation. F. Epoxy -based grouts do not require the saturation of the concrete substrate. Surfaces in contact with epoxy grout shall be completely dry before grouting. G. Construct grout forms or other leakproof containment as required. Forms shall be lined or coated with release agents recommended by the grout manufacturer. Forms shall be of adequate strength, securely anchored in place and shored to resist the forces imposed by the grout and its placement. 1. Forms for epoxy grout shall be designed to allow the formation of a hydraulic head and shall have chamfer strips built into forms. H. Level and align the structural or equipment bearing plates in accordance with the structural requirements and the recommendations of the equipment manufacturer. I. Equipment shall be supported during alignment and installation of grout by shims, • wedges, blocks or other approved means. The shims, wedges and blocking devices City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 036000-5 ONE COMPANY Many Solutions* shall be prevented from bonding to the grout by appropriate bond breaking coatings and removed after grouting unless otherwise approved by the Engineer. 3.02 INSTALLATION — GENERAL A. Mix, apply and cure products in strict compliance with the manufacturer's recommendations and this Section. B. Have sufficient manpower and equipment available for rapid and continuous mixing and placing. Keep all necessary tools and materials ready and close at hand. C. Maintain temperatures of the foundation plate, supporting concrete, and grout between 40 and 90 degrees F during grouting and for at least 24 hours thereafter or as recommended by the grout manufacturer, whichever is longer. Take precautions to minimize differential heating or cooling of baseplates and grout during the curing period. D. Take special precautions for hot weather or cold weather grouting as recommended by the manufacturer when ambient temperatures and/or the temperature of the materials in contact with the grout are outside of the 60 and 90 degrees F range. E. Install grout in a manner which will preserve the isolation between the elements on either side of the joint where grout is placed in the vicinity of an expansion or control joint. F. Reflect all existing underlying expansion, control and construction joints through the grout. 3.03 INSTALLATION - CEMENT GROUTS AND NONSHRINK CEMENTITIOUS GROUTS A. Mix in accordance with manufacturer's recommendations. Do not add cement, sand, pea gravel or admixtures without prior approval by the Engineer. B. Avoid mixing by hand. Mixing in a mortar mixer (with moving blades) is recommended. Pre -wet the mixer and empty excess water. Add premeasured amount of water for mixing, followed by the grout. Begin with the minimum amount of water recommended by the manufacturer and then add the minimum additional water required to obtain workability. Do not exceed the manufacturer's maximum recommended water content. C. Placements greater than 3 -in in depth shall include the addition of clean, washed pea gravel to the grout mix when approved by the manufacturer. Comply with the manufacturer's recommendations for the size and amount of aggregate to be added. D. Place grout into the designated areas in a manner which will avoid segregation or entrapment of air. Do not vibrate grout to release air or to consolidate the material. Placement should proceed in a manner which will ensure the filling of all spaces and provide full contact between the grout and adjoining surfaces. Provide grout holes as necessary. E. Place grout rapidly and continuously to avoid cold joints. Do not place cement grouts in layers. Do not add additional water to the mix (retemper) after initial stiffening. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 036000-6 FDA ONE COMPANY Many Solutions• F. Just before the grout reaches its final set, cut back the grout to the substrate at a 45 • degree angle from the lower edge of bearing plate unless otherwise approved by the Engineer. Finish this surface with a wood float (brush) finish. G. Begin curing immediately after form removal, cutback, and finishing. Keep grout moist and within its recommended placement temperature range for at least 24 hours after placement or longer if recommended by the manufacturer. Saturate the grout surface by use of wet burlap, soaker hoses, ponding or other approved means. Provide sunshades as necessary. If drying winds inhibit the ability of a given curing method to keep grout moist, erect wind breaks until wind is no longer a problem or curing is finished. 3.04 INSTALLATION - NONSHRINK EPDXY GROUTS A. Mix in accordance with the procedures recommended by the manufacturer. Do not vary the ratio of components or add solvent to change the consistency of the grout mix. Do not overmix. Mix full batches only to maintain proper proportions of resin, hardener and aggregate. B. Monitor ambient weather conditions and contact the grout manufacturer for special placement procedures to be used for temperatures below 60 or above 90 degrees F. C. Place grout into the designated areas in a manner which will avoid trapping air. Placement methods shall ensure the filling of all spaces and provide full contact between the grout and adjoining surfaces. Provide grout holes as necessary. D. Minimize "shoulder" length (extension of grout horizontally beyond base plate). In • no case shall the shoulder length of the grout be greater than the grout thickness. • E. Finish grout by puddling to cover all aggregate and provide a smooth finish. Break bubbles and smooth the top surface of the grout in conformity with the manufacturer's recommendations. F. Epoxy grouts are self curing and do not require the application of water. Maintain the formed grout within its recommended placement temperature range for at least 24 hours after placing, or longer if recommended by the manufacturer. 3.05 INSTALLATION - CONCRETE GROUT A. Screed underlying concrete to the grade shown on the Drawings. Provide the surface with a broomed finish, aligned to drain. Protect and keep the surface clean until placement of concrete grout. B. Remove the debris and clean the surface by sweeping and vacuuming of all dirt and other foreign materials. Wash the tank slab using a strong jet of water. Flushing of debris into tank drain lines will not be permitted. C. Saturate the concrete surface for at least 24 hours prior to placement of the concrete grout. Saturation may be maintained by ponding, by the use or soaker hoses, or by other methods acceptable to the Engineer. Remove excess water just prior to placement of the concrete grout. Place a cement slurry immediately ahead of the concrete grout so that the slurry is moist when the grout is placed. Work the slurry over the surface with a broom until it is coated with approximately 1/16 to 1/8 -in City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents 03 60 00 - 7 April 2013 }M. ONE COMPANY I Many Solutions* thick cement paste. (A bonding grout composed of 1 part portland cement, 1.5 parts fine sand, an approved bonding admixture and water, mixed to achieve the consistency of thick paint, may be substituted for the cement slurry.) D. Place concrete grout to final grade using the scraper mechanism as a guide for surface elevation and to ensure high and low spots are eliminated. Unless specifically approved by the equipment manufacturer, mechanical scraper mechanisms shall not be used as a finishing machine or screed. E. Provide grout control joints as indicated on the Drawings. F. Finish and cure the concrete grout as specified for cast -in-place concrete. 3.06 SCHEDULE A. The following list indicates where the particular types of grout are to be used: B. General purpose nonshrink cementitious grout: Use at all locations where non shrink grout is called for on the plans except for base plates greater in area than 3 -ft wide by 3 -ft long and except for the setting of anchor rods, anchor bolts or reinforcing steel in concrete. C. Flowable nonshrink cementitious grout: Use under all base plates greater in area than 3 -ft by 3 -ft. Use at all locations indicated to receive flowable nonshrink grout by the Drawings. The Contractor, at his/her option and convenience, may also substitute flowable nonshrink grout for general purpose nonshrink cementitious grout. D. Nonshrink epoxy grout: Use for the setting of anchor rods, anchor bolts and reinforcing steel in concrete and for all locations specifically indicated to receive epoxy grout. E. Cement grout: Cement grout may be used for grouting of incidental base plates for structural and miscellaneous steel such as post base plates for platforms, base plates for beams, etc. It shall not be used when nonshrink grout is specifically called for on the Drawings or for grouting of primary structural steel members such as columns and girders. F. Concrete grout: Use for overlaying the base concrete under scraper mechanisms of clarifiers to allow more control in placing the surface grade. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 036000-8 hU, ONE COMPANY Many Solutions* • SECTION 03 90 01 LEAKAGE TESTING OF HYDRAULIC STRUCTURES PART 1 - GENERAL 1.01 SCOPE OF WORK A. Water tightness testing of reinforced concrete water retaining structures. 1.02 REFERENCE STANDARDS A. American Concrete Institute (ACI) 1. ACI 350.1-01 — Tightness Testing of Environmental Engineering Concrete Structures. PART 2 - PRODUCTS 2.01 GENERAL A. Provide potable water, piping, and equipment required to test concrete structures for leakage. PART 3 - EXECUTION 3.01 GENERAL A. Hydrostatically test reinforced concrete structures which will contain water to requirements specified below, and are free of detectable leaks. B. Do not start leak testing or cleaning of surfaces until concrete is cured and joint sealants have set and cured a minimum of 14 days. C. Conduct testing before backfill is placed against walls. D. Prior to testing, clean exposed surfaces by thorough hosing, and remove surface laitance and loose matter from walls and slabs. Remove wash water and debris by means other than washing through plant piping. 3.02 TEST PROCEDURE A. Fill structure to be tested to the normal operating liquid level. Filling rate shall not exceed 4 feet of water per hour, and shall be at continuous uniform rate with continuous monitoring. B. The exterior surface of the tank shall be monitored for flowing leaks. Repair any flowing leaks which occur before continuing filling. C. The water shall be kept at the test level for at least three days prior to the actual test. • D. Measure the vertical distance to the water surface from a fixed point on the tank above the water surface. Record measurements at 24-hour intervals. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 03 90 01 - 1 April 2013 RSS ENGlNERN E. A drop of the water surface exceeding 1/10 of 1% of the normal volume of contained liquid will be considered failing. F. The structure will have also been considered to have failed the test if flowing or seeping water is observed, or if moisture can be transferred to a dry hand from the exterior surface. G. Independently measure change in water volume due to evaporation and precipitation using a 24 inch deep white, watertight container not less than 10 square feet of surface area. Position the container to experience environmental conditions similar to the structure being tested. The volume change of the structure shall be corrected based on the water volume change in the sample container. H. Failing tanks which exhibit no visible signs of leaking or seepage may be permitted to be immediately retested. I. Failing tanks will be drained, repaired, and retested until the tank has met the test requirements. 3.03 REPAIR METHODS A. Methods for repairing concrete are described in section 03 01 00. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 039001-2 1 REI SS ENGINEERING' SECTION 04 22 00 • CONCRETE UNIT MASONRY PART 1— GENERAL 1.01 SUMMARY A. Furnish and install all concrete masonry units, precast lintels, and miscellaneous masonry items necessary as indicated on the Drawings and specified herein. 1.02 RELATED WORK A. CAST -IN-PLACE CONCRETE: Section 03 30 00. B. ROUGH CARPENTRY: Section 06 10 53. C. FINISH CARPENTRY: Section 06 22 00. D. JOINT SEALANTS: Section 07 92 00. E. HOLLOW METAL DOORS AND FRAMES: Section 08 11 13. • F. ALUMINUM DOORS AND FRAMES: Section 08 11 16. G. OVERHEAD COILING DOORS: Section 08 33 23. H. PAINTING OF ARCHITECTURAL COMPONENTS: Section 09 91 00. I. PRE-ENGINEERED METAL BUILDING SYSTEM: Section 13 34 19. 1.03 QUALITY ASSURANCE A. Codes and Standards: Comply with provisions of the following, unless otherwise indicated or specified: 1. American Concrete Institute (ACI): a. ACI 315 Details and Detailing Concrete Reinforcement. b. ACI 530 Building Code Requirements for Masonry Structures. c. ACI 530.1 Specification for Masonry Structures. • City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 04 22 00 - 1 2. American Society for Testing and Materials (ASTM): a. Referenced Standards. 3. National Concrete Masonry Association (NCMA): a. Referenced Standards. B. Erector's Qualifications: Installation shall be performed only by a qualified mason with at least five (5) years documented experience in installations of a similar nature, and as approved by the Architect/Engineer. C. The concrete masonry units shall be obtained from one manufacturer, and cured by one process. All units shall be sound and free of cracks or other defects that could interfere with the proper laying of the unit or would impair the strength or permanence of construction. Minor cracks incidental to the usual method of manufacture, or minor chipping resulting from customary methods of handling in shipment and delivery are acceptable. 1. Concrete masonry units for exposed to view conditions shall be free of surface defects which are noticeable and objectionable from a distance of 10'-0". 2. Color and Texture: The units shall be of uniform color and texture for each continuous area and visually related area. D. Neither the source nor the brands of mortar materials shall be changed during construction of this Project. E. The independent testing laboratory shall not be changed during the construction of the project, unless otherwise approved by the City. F. Comply with recommendations of the National Lime Association and Portland Cement Association for mortar requirements. G. Cold Weather Requirements: Masonry shall be protected from freezing when the temperature of the surrounding air is 40 degrees F. and falling, with materials heated and temporary protection of completed portions of masonry work provided. Comply with all applicable governing codes and the "Construction and Protection Recommendations for Cold Weather Masonry Construction" of the BIA Technical Notes on Brick and Tile Construction. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 042200-2 • H. Hot Weather Requirements: Protect unit masonry work when temperature and humidity conditions produce excessive evaporation of water from mortar and grout. Provide artificial shade and wind breaks and use cooled materials as required. 1. When ambient temperature exceeds 100 deg F, or 90 deg F with a wind velocity greater than 8 mph, do not spread mortar beds more than 48 inches ahead of masonry. Set masonry units within one minute of spreading mortar. I. Techniques of laying, finishing and grouting of masonry shall conform to the requirements of ACI 530 and ACI 530.1. 1.04 CONSTRUCTION TOLERANCES A. Variation from Plumb: 1. Vertical Lines and Surfaces of Walls: Do not exceed the following tolerances, except walls around elevator shall be within tolerances required by elevator manufacturer: a. 1/4 inch in 10 feet. b. 3/8 inch in a story height, maximum 20 feet. 2. External Corners, Expansion joints, Control Joints, and Other Conspicuous Lines: Do not exceed the following tolerances: a. 1/4 inch, maximum 20 feet. 3. Vertical Alignment of Head Joints: Do not exceed the following tolerances: a. 3/8 inch in 10 feet. B. Variations from Level: 1. Bed Joints and Lines of Exposed Lintels, Parapets, and Other Conspicuous Lines: Do not exceed the following tolerances: a. 1/4 inch in any bay, maximum 20 feet. 2. Top Surface of Bearing Walls: Do not exceed the following tolerances: a. 1/16 inch within width of a single unit. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 042200-3 URS C. Variation of Linear Building Line: 1. Position Shown in Plan and Related Portion of Walls: Do not exceed the following tolerances: a. 2 inch in any bay, maximum 20 feet. D. Variation in Cross -Sectional Dimensions: 1. Columns and Thickness of Walls, from Dimensions Shown: Do not exceed the following tolerances: a. Minus 1/4 inch nor plus 2 inch. E. Variation in Mortar Joint Thickness: 1. Do not exceed bed joint thickness indicated by more than plus or minus 1/8 inch, with a maximum thickness limited to 2 inch. 2. Do not exceed head joint thickness indicated by more than plus or minus 1/8 inch. 1.05 SUBMITTALS A. Product Data: 1. Submit manufacturer's product data for each different masonry unit, accessory, and other manufacturer product specified. B. Shop Drawings, Reinforcement: 1. Submit shop drawings for fabrication, bending, and placement of wall reinforcement. Comply with ACI 315. C. Certifications: 1. Mortar and Masonry Units: Submit manufacturer's written certification that the concrete masonry units and all components of the masonry mortar meet or exceed all the requirements set forth in this Section. 2. Reinforcing Steel: Provide mill certificates for all concrete reinforcing steel. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 04 22 00 - 4 • • • • D. Design Mixes: 1. Type "S" Mortar: Prior to construction, submit independent laboratory test results confirming the proposed mix design meets the requirements of ASTM C 270, Type "S" mortar. Average test results of a minimum of three samples shall have a compressive strength of 1,900 psi for a two-inch cube at 28 days. 2. Grout Design Mix: Submit the grout mix design. The grout for reinforced masonry walls shall be a pumpable, pearock concrete mix with a minimum compressive strength of 2,500 psi at 28 days. 1.06 PRODUCT DELIVERY AND STORAGE A. The concrete masonry units, precast concrete formed units, and mortar materials shall be delivered to the site undamaged, on pallets, stacked to allow air circulation and shall be covered and protected from rain, ground water, soiling, staining, or intermixture with earth or other materials. B. Mortar materials shall be stored off the ground, under cover using tarpaulins, felt paper, or polyethylene sheets, and in a dry location. Damaged materials shall be removed from the Site and replaced at no additional cost to the City. PART 2 - PRODUCTS 2.01 CONCRETE MASONRY UNITS A. Concrete masonry units shall have nominal face dimensions of 16 inches long by 8 inches high by 8 inches wide (15-5/8 inches by 7-5/8 inches by 7-5/8 inches actual), unless otherwise indicated. Provide special shapes for lintels and other special conditions. 1. Minimum Thickness of Face Shells and Webs: Face shell thicknesses (FST) and web thicknesses (WT) shall conform with the following requirements, and in accordance with ASTM C 140: a. Nominal 8 Inch Wide Units: (1) FST: 1-1/4 inches. (2) WT: 1 inch. (3) Equivalent WT: 2-1/4 inches. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 042200-5 B. Hollow load-bearing concrete masonry units shall conform to ASTM C 90, Type II, pursuant to modifications in "Architectural Concrete Masonry Units in Florida" published by the Florida Concrete and Products Association. 1. Weight Classification: Normal weight. C. Hollow non -load-bearing concrete masonry units shall conform to ASTM C 129. D. Concrete masonry units for exposed conditions shall have length and height tolerances which do not exceed 1/16 inch +/- (a total not to exceed 1/8 inch). In locations where both sides are exposed, the width tolerances shall be 1/32 inch +/- in thickness (a total not to exceed 1/16 inch). E. Performance Requirements: General: After 28 days from the time of manufacture, concrete masonry units shall conform to the strength and absorption requirements specified herein. The 28 day time period shall include a minimum of 7 days prior to delivery to the project site. 1. Compressive Strength: Concrete masonry units shall have the following minimum compressive strengths for the average net area: a. Average of 3 Units: 2800 psi. b. Individual Unit: 2500 psi. 2. Water Absorption: The maximum water absorption (average of 3 units) shall be 10 lb/cf for normal weight units with an oven dry weight of concrete of more than 125 lb/cf. 2.02 PRECAST CONCRETE LINTELS A. Provide precast units of manufacturer's standard type with standard fine and coarse concrete aggregates and mixes to provide engineered units having a minimum 28 -day compressive strength of 3,000 psi. 2.03 ANCHOR DEVICES A. Joint Reinforcement: 1. Material: a. Exterior Block Reinforcement: 0.188 inch for side rods and 0.148 inch for cross rods, unless otherwise recommended in the manufacturer's published technical data. b. Interior Block Reinforcement: 9 gauge edge rods. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 042200-6 URS • • • • 2. Size: 2 inches less than width of wall. 3. Finish: Hot dip galvanized (1.5 oz. coating) after fabrication. ASTM A 153, Class B-2. 4. Products, Single Wythe Walls: Provide one of the following joint reinforcement products: a. "Dur -O -Wal Truss"; Dur -O -Wal, Inc. b. "Lox All Truss -Mesh #120"; Hohmann & Barnard, Inc. c. "Truss"; National Wire Products Industries. 5. For Corners and Intersections: Use prefabricated corners and tees. 2.04 MORTAR MATERIALS A. Portland cement shall conform to ASTM C 150, Type I, non -staining, without air entrainment and of natural color. B. Hydrated lime shall conform to ASTM C 207, Type S. C. Sand shall conform to ASTM C 144, hard, free of clay, loam, dust or organic matter. D. Water shall conform to ASTM C 270 and be clean and free of deleterious materials which would impair the strength or bond. Sea water or water containing salts shall not be used. E. Masonry Cement: Comply with ASTM C 91. 2.05 GROUT MATERIALS A. Portland Cement: ASTM C 150, Type I or II, unless otherwise acceptable to the Architect/Engineer and/or City. Use one brand of cement throughout the project, unless otherwise approved by the Architect/Engineer and/or City. B. Aggregate: Aggregates for grout shall conform to ASTM C 404. 1. Size No. 89 aggregate for coarse grout. C. Fly Ash: ASTM C 618, Type "F". D. Air Entraining Admixtures: The use of air -entraining admixtures is not permitted for grout. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 042200-7 E. Water Reducing Admixture: ASTM C 494, Type "A", containing not more than 0.1% chloride ions. F. High Range Water Reducing Admixture (Super Plasticizer): ASTM D 495, Type "D," containing not more than 0.1% chloride ions. G. Calcium chloride or admixtures containing more than 0.1% chloride ions are not permitted. Provide admixtures manufacturer's written certification that the chloride ion complies with specified requirements. H. Water: Potable. 2.06 MISCELLANEOUS MATERIALS A. Reinforcing Bars: 1. Deformed steel, ASTM A 615, Grade 60. 2.07 MORTAR MIXES A. Mortar shall meet requirements of ASTM C 270 Type S mortar. B. Mortar mixes with proportions, measured by volume, for unit masonry work shall be one of the following, at the Contractor's option: 1. 1 part masonry cement, 4-1/2 parts sand (maximum), and 2 part portland cement. 2. 1 part portland cement, 1/4 to 2 part hydrated lime, and 4-1/2 parts sand (maximum). C. The freezing point of the mortar shall not be lowered by use of admixtures or anti- freeze agents. D. The mortar mix shall comply with ASTM C 270, except materials shall be limited to those specified herein, and cement/lime ratio shall be not more than 2 part lime per part of portland cement. E. Cement setting bed shall be 1 part portland cement with 2 parts damp setting bed sand, with water to dampen sand, if required, but not added to the mix. F. Mixing shall be performed in a machine mixer for a minimum of 5 minutes with sufficient water to produce a workable mix. Each batch shall have 1 or more full bags of cement. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 042200-8 URS • • G. Measure shall be by volume in buckets or boxes. Measure by shovel is not acceptable. H. Mortar shall be used within 2 hours after mixing. Re -tempering shall be permitted within two hours, maximum, except in very hot weather. Re -tempering shall only be allowed once per batch. Re -tempering of colored mortar shall not be permitted. Contractor shall note that additional water may cause significant lightening of the mortar. I. Mortar shall not be deposited on or permitted in contact with the ground. PART 3 - EXECUTION 3.01 INSPECTION A. Examine the area and conditions under which the concrete masonry units are to be installed. Do not proceed with the work until unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Walls shall be laid out in advance to accurately and properly locate openings, • movement -type joints, returns and offsets. The use of less -than -half-size units at corners and jamb shall be avoided. The walls shall be laid -up plumb in a full bed of mortar with full head joints pushed, not slushed. Evidence of slushing shall require installer to rebuild the walls. Units shall be laid true with all courses level. Units shall be cut with a masonry saw, not broken. Abutting walls shall be bonded together at alternate courses. • B. Masonry unit pattern shall be common running bond unless shown otherwise on Drawings. C. All joints shall be tooled concave except as follows: 1. Joints to receive sealants shall have mortar raked out 2 inch deep. Jointing shall measure 3/8 inch wide, normally, including those around interior door frames. D. Units disturbed after laying shall be removed, cleaned, and re-laid in fresh mortar. If adjustments are required, masonry units shall be removed, cleaned of mortar, and reset in fresh mortar. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 042200-9 E. Masonry work shall be stopped only by raking (stepping) back 2 masonry unit increments in each course. Grout pours shall be stopped 4 inches below tops of units. Prior to resuming work, loose units and unbonded mortar shall be removed. F. Units shall be laid in alignment on face primarily exposed to view. If both faces are exposed, the Engineer shall be consulted as to which face to favor. Favored or exposed walls shall be laid from that side only. G. Beginning at the lowest multiple of 16 inches, wall steel reinforcing shall be placed in bed joints 16 inches on centers and where otherwise noted on drawings, with 8 inch laps at splices and bed corners. Use continuous horizontal joint reinforcement installed in horizontal mortar joints for bond tie between wythes in cavity wall construction. H. Hollow metal frames abutting masonry and concrete shall be grouted solid allowing for joint for sealant between frame and masonry unit. I. Masonry units shall not be laid when the mean air temperature is 40 degrees F or below. Minimum temperature of units when laid shall be 35 degrees F. 3.03 PROTECTION A. Partially completed masonry shall be protected against the weather, when work is not in progress, by covering the tops of walls with strong, waterproof, non -staining membrane extending at least 24 inches down both sides of walls and held securely in place. Unbraced walls shall be properly braced against lateral forces. B. Exposed masonry surfaces shall be protected against staining. Misplaced mortar shall be removed immediately. Work shall proceed on shady side of building where possible to protect mortar from too rapid drying. 3.04 LINTELS A. Provide masonry lintels where shown and wherever openings of more than 2 feet for block size units are shown without structural steel or other supporting lintels. Provide precast or formed -in-place masonry lintels. Cure precast lintels before handling and installation. Temporarily support formed -in-place lintels. B. Provide minimum bearing of 8 inches at each jamb, unless otherwise indicated. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 04 22 00 - 10 1 • • 3.05 LOW -LIFT GROUTING A. Provide low -lift grouting of masonry walls where indicated and/or required. • B. Preparation of Grout Spaces: Prior to grouting, inspect and clean grout spaces. Remove dust, dirt, mortar droppings, loose pieces of masonry and other foreign materials from grout spaces. Clean reinforcing and adjust to proper position. Clean top surface of structural members supporting masonry to ensure bond. After fmal cleaning and inspection, close cleanout holes and brace closures to resist grout pressures. 1. Do not place grout until entire height of masonry to be grouted has attained sufficient strength to resist displacement of masonry units and breaking of mortar bond. Install shores and bracing, if required, before starting grouting operations. 2. Place vertical reinforcement before grouting. Tie vertical reinforcement to dowels at base of masonry and thread CMU over or around reinforcement. Comply with ACI 530.1. 3. Limit grout pours to sections which can be completed in one working day with not more than one hour interruption of pouring operation. Place grout in lifts which do not exceed 4 feet. Allow not less than 30 minutes, nor more than one hour between lifts of a given pour. Rod or vibrate each grout lift during pouring operation. a. Place grout in lintels or beams over openings in one continuous placement. 4. When more than one placement is required to complete a given section of masonry, extend reinforcement beyond masonry as required for splicing. Place grout to within 1-1/2 inches of top course of first placement. After grouted masonry is cured, lay masonry units and place reinforcement for second placed section before grouting. Repeat sequence if more placements are required. 3.06 REPAIR, POINTING AND CLEANING A. Mixers, boxes and all tools shall be cleaned with a forceful spray of water and hand scrubbing after each use and at the end of each day. B. Remove and replace masonry units which are loose, chipped, broken, stained or otherwise damaged, or if units do not match adjoining units as intended. Provide new units to match adjoining units and install in fresh mortar or grout, pointed to eliminate evidence of replacement. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 04 22 00-11 URS C. Pointing: During the tooling of joints, enlarge all voids or holes, except weep holes, and completely fill with mortar, striking surface flush with minimal smearing of mortar adjacent to patch. Point -up all joints at corners, openings and adjacent work to provide a neat, uniform appearance, properly prepared for application of joint sealants. D. Clean exposed CMU masonry by dry brushing at the end of each day's work and after final pointing to remove mortar spots and droppings. Comply with recommendations in NCMA TEK Bulletin No. 8-2 - Removal of Stains from Concrete Masonry Walls. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 04 22 00 - 12 URS • • • SECTION 05 12 00 STRUCTURAL STEEL (REVISED AD -2) PART 1- GENERAL 1.01 SUMMARY A. Section Includes: 1. Structural steel, including the fabrication and erection of framing and bracing members, including connections. B. Related Sections include but are not necessarily limited to: 1. Division 1 - General Requirements. 2. Section 05 31 23 — Steel Roof Decking. 3. Section 05 50 00 — Miscellaneous Metals. 4. Section 05 21 00 — Steel Joist Framing. 5. Division 09 - Finishes. • 1.02 QUALITY ASSURANCE • A. Referenced Standards: 1. American Institute of Steel Construction (AISC): a. Specifications for Structural Steel Buildings (referred to herein as AISC Specification). b. Code of Standard Practice for Steel Buildings and Bridges dated March 18, 2005. c. Quality Certification Program for Fabricators d. Erector Certification Program. e. Manual of Steel Construction. 2. American National Standards Institute (ANSI): a. B18.22.1, Plain Washers. 3. ASTM International (ASTM): a. A6, Standard Specification for General Requirements for Rolled Steel Plates, Shapes, Sheet Piling, and Bars for Structural Use. b. A36, Standard Specification for Carbon Structural Steel. c. A53, Standard Specification for Pipe, Steel, Black and Hot - Dipped, Zinc -Coated, Welded and Seamless. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 12 00 - 1 FaiI ONE COMPANY ,Many Solutions* d. A108, Standard Specification for Steel Bars, Carbon, Cold Finished, Standard Quality. e. A123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. f. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. g. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. h. A325, Standard Specification of Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. i. A354, Standard Specification for Quenched and Tempered Alloy Steel Bolts, Studs, and Other Externally Threaded Fasteners. j. A449, Standard Specification for Quenched and Tempered Steel Bolts and Studs. k. A1064, Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement. 1. A500, Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. m. A501, Standard Specification for Hot -Formed Welded and Seamless Carbon Steel Structural Tubing. n. A563, Standard Specification for Carbon and Alloy Steel Nuts. o. A572, Standard Specification for High -Strength Low -Alloy Columbium -Vanadium Structural Steel. p. A582, Standard Specification for Free -Machining Stainless Steel Bars. q. A992, Standard Specification for Steel for Structural Shapes for Use in Building Framing. r. F436, Standard Specification for Hardened Steel Washers. s. F593, Standard Specification for Stainless Steel Bolts, Hex Caps Screws and Studs. t. F959, Standard Specification for Compressible Washer Type Direct Tension Indicators for Use with Structural Fasteners. u. F1554, Standard Specification for Anchor Bolts, Steel, 36, 55, and 105-ksi Yield Strength. 4. Specification for Structural Joints using ASTM A325 or A490 Bolts as approved by the Research Council on Structural Connections of the Engineering Foundation (referred to herein as Specification for Structural Joints). 5. American Welding Society (AWS): a. A5.1, Standard Specification for Carbon Steel Electrodes for Shielded Metal Arc Welding. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 051200-2 IONE COMPANYFER. Many Solutions* • • • • b. A5.5, Standard Specification for Low -Alloy Steel Covered Arc -Welding Electrodes. c. A5.17, Standard Specification for Carbon Steel Electrodes and Fluxes for Submerged Arc Welding. d. A5.18, Specification for Carbon Steel Electrodes for Gas Metal -Arc Welding. e. A5.20, Specification for Carbon Steel Electrodes for Flux - Cored Arc Welding. f. A5.23, Specification for Low -Alloy Steel Electrodes and Fluxes for Submerged Arc Welding. g. A5.28, Specification for Low -Alloy Steel Electrodes and Rods for Gas Shielded Arc Welding. h. D1.1, Structural Welding Code Steel (referred herein as AWS Code). i. Steel stud connectors and their installation to comply with requirements of AWS Code. 6. Building Code: a. Florida State Building Code, 2010 Edition, including all local jurisdiction amendments, referred to herein as Building Code. B. Qualifications: 1. Steel fabricator: Minimum of 10 years experience in fabrication of structural steel. a. Fabricator plant quality control and inspection program shall be of such caliber that will meet the requirements of the Building Code and/or be approved by the project's governing authority of self perform the Code required Special Inspections. b. Use a registered professional engineer on fabrication staff. 2. Steel erector: Minimum of 5 years of experience in erection of structural steel. c. With an active and enforced quality assurance program in place, as described in the Code. 2. Qualify welding procedures and welding operators in accordance with AWS. 3. Structural steel connections design: Professional engineer registered in the State of Delaware. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 051200-3 Fai. �ONE CQMPANY Many Solutions= 1.03 SUBMITTALS A. Shop Drawings: 1. See Section 01 33 00. 2. Fabrication and/or layout drawings: a. Prepare shop drawings under National Institute of Steel Detailing Quality Procedures Program certification. b. Complete shop drawings for all of the work showing clearly all pieces, sizes, dimensions, details, connections materials and shop coatings. i. All shop drawings must be checked and signed "approved" before submittal. ii. Show all cuts, copes, and holes. iii. Indicate all shop and field bolts. iv. Indicate all shop and field welds using AWS symbols. v. Be reviewed and sealed by a professional engineer retained by Contractor to verify conformance with connection design criteria stipulated in the Contract Documents. c. Prepare complete erection drawings showing the location and marks of all pieces. i. Copies of up-to-date erection drawings shall accompany the shop drawings. Use match marks on the erection drawings to indicate the sheet number on which each particular member is detailed. d. Correct any incorrect or unacceptable material or fabrication due to incorrect detailing, shop work, or erection, without additional charge. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Detailed supplemental specification relating to load indicator washers or high-strength bolts - alternate design for approval of Engineer (submitted at Contractor's option if desired by Contractor for use). d. Source and certification of quality for high-strength bolts, nuts and washers. 4. Certifications: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 051200-4 IDA, IONE cQMrANY Many Solutions* • • a. Certificates of compliance with standards specified for all major components and fasteners incorporated into work. b. Copies of current welding certificates for each welder assigned to perform welding indicating compliance with testing specified by AWS. c. Welder qualification data and prequalified procedures. 5. Test reports: a. Certified copies of mill tests. b. Manufacturer's load test and temperature sensitivity data for expansion anchor bolts and adhesive anchor bolts. c. Inspection and test reports for structural steel work. 1.04 DELIVERY, STORAGE, AND HANDLING A. Handle and store steel members above ground on skids or other supports. 1. Keep free of dirt and other foreign material and protect against corrosion. 1.05 DEFINITION A. Code: AISC Code of Standard Practice for Steel Buildings and Bridges. B. Owner: May mean the Owner's Designated Representative for Construction as defined by the Building Code. C. Galvanizing: Hot -dipped galvanizing per ASTM A153 or A123with minimum coating of 2.0 OZ of zinc per square foot of metal (average of specimens) unless noted otherwise or dictated by the aforementioned standards. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. High-strength bolts: a. Lewis Bolt & Nut Company. b. Nucor Fasteners. c. St. Louis Screw and Bolt Company. 2. Load indicator washers for high-strength bolts: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents 05 12 00 - 5 April 2013 ONE COMPANY M. Many Solutions. a. Mid -South Bolt and Screw Co., Inc. b. J and M Turner, Inc. 3. Alternate design high-strength bolts: a. T. C. Bolt Corporation. b. Construction Fastener Systems Division of Bristol Machine Company. c. LeJuene Bolt Co. 4. Headed studs and deformed bar anchors: a. Nelson Stud Welding Division, TRW, Inc. b. Stud Welding Products, Inc. 5. Anchor bolt sleeves: a. Sinco/Wilson. B. Submit requests for substitution in accordance with Specification Section 01640. 2.02 MATERIALS A. Structural Shapes and Plates (unless noted otherwise on Drawings): 1. All W -shapes and WT -shapes: ASTM A572, Grade 50. a. Provide ASTM A572, Grade 50 with special requirements per AISC Technical Bulletin #3, New Shape Material, dated March 3, 1997. b. ASTM A992 may be used in lieu of ASTM A572, Grade 50. 2. All other plates, bars, and rolled shapes: ASTM A36. B. Pipe: ASTM A53 Grade B (Type E or S) (Fy=35). C. Hollow Structural Sections (HSS): 1. Round: ASTM A500 Grade B (Fy=42). 2. Square or rectangular: ASTM A500 Grade B (Fy=46). D. High -Strength Bolts, Nuts and Washers, ASTM A325 with A563 nuts: 1. High-strength bolts: a. Provide two ASTM F436 washers for all bolts. b. Provide beveled washers at connections of sloped/tapered sections. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 051200-6 hUi. I ONECOMPANY Many Solutions• 2. High-strength bolts with load indicating devices, ASTM F959, Type 325. a. Provide at Contractor's option and subject to approval of Engineer. 3. Alternate high-strength design: a. Provide at Contractor's option and subject to approval of Engineer. E. Bolts and Nuts, Unfinished: ASTM A307, Grade A. F. Washers, Plain (Unfinished Bolts): ANSI B18.22.1, Type B. G. Welding Electrodes (AWS): 1. Shielded metal arc: AWS A5.1 or AWS A5.5, E70XX or E801X-X. 2. Submerged arc: AWS A5.17 or A5.23, F7XX-EXXX or F8XX- EXXX-XX. 3. Gas metal arc: AWS A5.18, E70S-X or E70U-1 or AWS A5.28 ER805-XX, E80C-XXX. 4. Flux cored arc: AWS A5.20, E7XT-X (except 2, 3, 10, GS), AWS A5.29, E7XT-X or E8XTX-X, E8XTX-XM. H. Anchor Rods and Bolts: 1. ASTM F1554 Grade 55 with weldability supplement S1 or ASTM A36 for threaded rods, galvanized. 2. ASTM A307, Grade A for headed bolts galvanized. I. Headed Studs and Deformed Bar Anchors: 1. Studs: ASTM A108, complying with AWS Code Section 7, Type B; minimum yield strength 50,000 psi, minimum tensile strength 60,000 psi. a. Uniform diameter. b. Heads: Concentric and normal to shaft. c. Weld end: Chamfered and solid flux. 2. Deformed anchor bars: ASTM A1064, complying with AWS Code Section 7 Type C. Minimum yield strength 70,000 psi. Minimum tensile strength 80,000 psi. a. Straight, unless indicated otherwise. b. Solid flux. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 051200-7 I ONE COMPANY I-j'RMany Solutions* 3. After welding, remove ceramic ferrules and maintain free from any substance which would interfere with function, or prevent bonding to concrete. J. Nonshrink Grout: See Section 03 60 00. K. Expansion Anchor Bolts and Adhesive Anchor Bolts: See Section 03 15 00 and Contract Drawings. L. Material Reuse: A minimum of 10 percent (by dollar value) of materials and products for the project must be salvaged, refurbished, reused, or recycled. Contractor shall track and provide documentation. M. Regional Materials: Contractor shall document materials to indicate that a minimum of 20 percent (by dollar value) of materials and products for the project are [extracted, harvested, or recovered, as well as] manufactured, regionally within a 500 mile radius of the project site. 2.03 FABRICATION A. Comply with requirements of applicable building codes and AISC Specification with modifications and additional requirements specified herein. 1. Identify high-strength steel material in fabricated members in accordance with ASTM A6. B. Minimize the amount of field welding. Shop assemble components into largest size possible commensurate with transportation and handling limitations. 1. Shop connections: Bolted with high-strength bolts or welded. C. Connection Details: 1. Connections not fully detailed on Drawings shall be designed by a Professional Engineer registered in the State of Delaware, retained by Contractor, based on requirements of Contract Documents. 2. Where beam reactions are shown on Drawings, design beam connection to support reaction shown (including moment transfer, as applicable). 3. Where no reactions are shown each beam connection shall be designed to support one-half of total uniform load capacity tabulated in AISC tables for "Uniform Load Constants for Beams" for the given shape, span and steel specified. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 12 00 - 8 I ONE COMPANY FDA Solutions* • • • 4. Where indicated on the Drawings, design beam connections for the axial load or transfer forces indicated in addition to the shear value indicated above. 5. Design bracing connections for loads indicated on the Drawings. a. Consider bracing loads in the connection design for beams in the braced bay. 6. Design girt connections for combined gravity and required wind loading. D. Provide as a minimum, two 3/4 IN DIA, high-strength bolts for all bolted connections. E. Provide bearing type connections for all bolted connections, unless specified otherwise or required to be slip -critical by the RCSC Specification for Structural Joints. 1. Moment connections shall be slip critical. F. One-sided or other types of eccentric connections not indicated will not be permitted without prior approval. G. Field Connections: Provide bolts for all field connections except where shown otherwise on the Drawings. 1. Use high-strength bolts unless shown or specified otherwise. 2. Use of high-strength bolts: Conform to RCSC's "Specifications for Structural Joints Using ASTM A325 or A490 Bolts," as approved by Specification for Structural Joints, and published by AISC. 3. Unfinished bolts may be used for attaching stair treads to stringers. 4. If structural steel details (field welds versus shop welds, etc.) shown on design Drawings are not compatible with selected erection procedures, submit proposed modifications for review. 5. Connections to structural steel provided by others: Provide all connectors and coordinate location of bolt holes to match connection holes in steel provided by others. H. Accurately mill column end bearing surfaces true to plane. I. Fabricate and erect beams with non-specified camber in accordance with AISC Specification Chapter L1. J. Cut, drill, or punch holes at right angles to surface of metal. 1. Do not make or enlarge holes by burning. 2. Make holes clean cut, without torn or ragged edges. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents 05 12 00 - 9 April2013 FERIONE COMPANY Many Solutions* 3. Remove outside burrs resulting from drilling or reaming operations with tool making 1/16 IN bevel. 4. Provide holes in members to permit connection of work of other trades or contractors. K. Make allowance for draw in all cross bracing to provide small amount of initial tension in members. L. Make splices only where indicated or where approved. M. Wall Girts: Extend past columns and miter ends unless noted otherwise. 1. Connect girts to each other at corners unless noted otherwise. N. Cope at 45 degrees, corners of stiffener plates at junction of member flanges with webs. O. Flame cut bevels for welds, provided such cutting is done automatically. Leave free of burrs and slag by grinding or planning the cut edges. P. Grind smooth all rough welds and sharp steel edges shall be ground to approximately 1/8 IN radius. Q. Tolerances (unless noted otherwise on Drawings): 1. ASTM A6: When material received from the mill does not satisfy ASTM A6 tolerances for camber, profile, flatness or sweep, the Contractor is permitted to perform corrective work by the use of controlled heating, and mechanical straightening, subject to the limitations of the AISC specification. 2. Fabrication tolerance: a. Member length: i. Both ends finished for contact bearing: 1/32 IN. ii. Framed members 30 FT or less: 1/16 IN. Over 30 FT: 1/8 IN. b. Member straightness: i. Compression members: 1/1000 of axial length between points laterally supported. ii. Non -compression members: ASTM A6 tolerance for wide flange shapes. c. Specified member camber (except compression members): i. 50 FT or less: +1/2 IN. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 12 00 - 10 IMIONE COMPANY Many Solutions. • • • ii. Over 50 FT: +1/2 IN (plus 1/8 IN per 10 FT over 50 FT). iii. Members received from mill with 75 percent of specified camber require no further cambering. iv. Beams/trusses without specified camber shall be fabricated so after erection, camber is upward. v. Camber shall be measured in fabrication shop in unstressed condition. d. At bolted splices, depth deviation shall be taken up by filler plates. At welded joints, adjust weld profile to conform to variation in depth. Slope weld surface per AWS requirements. e. Finished members shall be free from twists, bends and open joints. Sharp kinks, bends and deviation from the above tolerances are cause for rejection of material. 2.04 WELDING A. Comply with AWS Code, and other requirements indicated herein, for all welding, techniques of welding employed, appearance and quality of welds, and methods used to correct defective work. 1. Qualify joint welding procedures or test in accordance with AWS qualification procedures. B. Test and qualify welders, welding operators and tackers in compliance with AWS Code for position and type of welding to which they will be assigned. 1. Conduct tests in presence of approved testing agency. 2. Certification within previous 12 months will be acceptable, provided samples of the welder's work are satisfactory. C. Before Starting Welding: 1. Carefully plumb and align members in compliance with specified requirements. 2. Fully tighten any bolts. 3. Comply with Section 5 of AWS Code for assembly and surface preparation. 4. Preheat base metal to temperature stated in AWS Code. a. When no preheat temperature is given in AWS Code and base metal is below 50 DegF, preheat base metal to at least 70 DegF. b. Maintain temperature during welding. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 12 00- 11 hal ONE COMPANY Many Solutions* c. Preheat surface of all base metal within distance from point of welding equal to thickness of thicker part being welded or 3 IN, whichever is greater, to specified preheat temperature. d. Maintain this temperature during welding. 5. Each welder shall use a unique identifying mark at welds. D. Make flange welds before making web welds. E. Where groove welds have back-up plates, make first three passes with 1/8 IN round electrodes. 1. Use backup plates in accordance with AWS Code, extending minimum of 1 IN either side of joint. F. Flame cut edges of stiffener plates at shop or field butt weld. Do not shear. G. Grind flush web fillets at webs notched to receive backup plates for flange groove welds. H. Low Hydrogen Electrodes: Dry and store electrodes in compliance with AWS Code. I. Do not perform welding when ambient temperature is lower than 0 DegF or where surfaces are wet or exposed to rain, snow, or high wind, or when welders are exposed to inclement conditions. J. Headed Studs and Deformed Bar Anchors: 1. Automatically end welded in accordance with the AWS Code and manufacturer's recommendations. 2. Fillet welding of headed studs and deformed bar anchors is not allowed. K. Test in-place studs in accordance with requirements of AWS Code to ensure satisfactory welding of studs to members. 1. Replace studs failing this test. L. When headed stud -type shear connectors are to be applied, clean top surface of members to receive studs in shop to remove oil, scale, rust, dirt, and other materials injurious to satisfactory welding. Do not shop paint or galvanize metal surfaces to receive field applied studs. 2.05 SHOP COATING A. Refer to Division 09 - Finishes and coordinate shop primer, surface preparation and coating with field applied primers and coatings where specified. City of Clearwater WTP No. 2 - Contract 4: RO Plant ha(I ONE COMPANY Site Expansion Project- 10 -0039 -UT -(D) Many Solutions. Conformed Documents 05 12 00 - 12 April 2013 • • B. Provide suitable methods of handling and transporting painted steel to avoid damage to coating. • C. Do not coat following surfaces: 1. Machined surfaces, surfaces adjacent to field welds, and surfaces fully embedded in concrete. 2. Surfaces covered with fireproofing. 3. All other members for which no coating is specified. 4. Contact surfaces at bolted slip -critical connections, unless surface condition conforms to Part 3b of the Specification for Structural Joints. D. Clean thoroughly all surfaces not coated before shipping. Remove loose mill scale, rust, dirt, oil and grease. Protect machined surfaces. 2.06 SOURCE QUALITY CONTROL A. CONTRACTOR pays for required shop inspection and testing: 1. Testing: Employ and pay for the services of a qualified independent testing agency to inspect and test all structural steel work for compliance with Contract Documents. Independent testing agency shall have a minimum of 5 years performing similar work and shall be subject to Owner's approval. 2. As an option to the above, fabrication may be a self -performed in- house testing if this inspection meets all the criteria of and is approved by the Building Code. a. All field testing and inspections shall be preformed by others. B. Responsibilities of Testing Agency: 1. Inspect shop and field welding in accordance with Section 6 of AWS Code including the following non-destructive testing: a. Visually inspect all welds. b. In addition to visual inspection, test 50 percent of full penetration welds and 20 percent of fillet welds with liquid dye penetrant. c. Test 20 percent of liquid dye penetrant tested full penetration welds with ultrasonic or radiographic testing. 2. Inspect high-strength bolting in accordance with Section 9 of the Specification for Structural Joints. a. Verify proper pretension for slip -critical bolted connection. b. Verify direct tension indicator gaps. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 12 00- 13 FiI. I ONE Many Solutions* 3. Inspect structural steel which has been erected. 4. Inspect stud welding in accordance with Article 7.8, AWS Code. 5. Prepare and submit inspection and test reports to Engineer. Assist Engineer to determine corrective measures necessary for defective work. PART 3 - EXECUTION 3.01 GENERAL A. Contractor is solely responsible for safety. Construction means and methods and sequencing of work is the prerogative of the Contractor. Take into consideration that full structural capacity of many structural members is not realized until structural assembly is complete; e.g., until slabs, decks, bracing or rigid connections are installed. 1. Partially complete structural members shall not be loaded without an investigation by the Contractor. 2. Until all elements of the permanent structure and lateral bracing system are complete, provide temporary bracing designed, furnished, and installed by the Contractor for the partially complete structure. B. Adequate temporary bracing to provide safety, stability and to resist all loads to which the partially complete structure may be subjected, including wind, construction activities, and operation of equipment is the responsibility of the Contractor. 1. Use temporary guys, braces, shoring, connections, etc., necessary to maintain the structural framing plumb and in proper alignment until permanent connections are made, the succeeding work is in place, and temporary work is no longer necessary. 2. Use temporary guys, bracing, shoring, and other work to prevent injury or damage to adjacent work or construction from stresses due to erection procedures and operation of erection equipment, construction loads, and wind. 3. Contractor shall be responsible for the design of the temporary bracing system and must consider the sequence and schedule of placement of such elements and effects of loads imposed on the structural steel members by partially or completely installed work, including work of all other trades. If not obvious from experience or from the Drawings, the Contractor shall confer with the Engineer to identify those structural steel elements that must be complete before the temporary bracing system is removed. 4. Remove and dispose of all temporary work and facilities off-site. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents 05 12 00 - 14 April 2013 • FIR ONE COMPANY Many Solutions* • • C. Examine work -in-place on which specified work is in any way dependent to ensure that conditions are satisfactory for the installation of the work. Report defects in work -in-place which may influence satisfactory completion of the work. Absence of such notification will be construed as acceptance of work- in -place. D. Field Measurement: Take field measurements as necessary to verify or supplement dimensions indicated on the Drawings. Contractor is responsible for the accurate fit of the work. E. Check the elevations of all finished footings or foundations and the location and alignment of all anchor bolts before starting erection. Notify Engineer of any errors or deviations found by such checking. 3.02 ERECTION A. Framing member location tolerances after erection shall not exceed the frame tolerances listed in Article 3.3. B. Erect plumb and level; introduce temporary bracing required to support erection loads. C. Use light drifting necessary to draw holes together. Drifting to match unfair holes is not allowed. D. Welding: Conform to AWS D1.1 "Structural Welding Code" and requirements of this Specification. When joining two sections of steel of different ASTM designations, welding techniques shall be in accordance with a qualified AWS D1.1 procedure. E. Shore existing members when unbolting of common connections is required. Use new bolts for rebolting connections. F. Clean stored material of all foreign matter accumulated during erection period. G. Clean bearing and contact surfaces before assembly. H. Set beam and column base and bearing plates accurately, as indicated, on nonshrink grout. 1. Set and anchor each base plate to proper line and elevation. 2. Use metal wedges, shims or setting nuts as required and tighten anchor bolts. a. Use same metal as base plate. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 12 00- 15 h7R ONE COMPANY Many Solutions* b. Cut off protrusions of wedges and shims flush with edge of base plate. 3. Fill sleeves around anchor bolts with nonshrink grout. 4. Pack grout solidly between bottom of plate and bearing surface. 5. Refer to Section 03 60 00 for nonshrink grout requirements. Anchor Bolts: 1. Anchor bolt location tolerance per Section 7.5 of the Code of Standard Practice. 2. Tie anchor bolts in position to embedded reinforcing steel using wire. 3. Welding or tack welding is prohibited. 4. Provide steel templates for locating anchor bolts. 5. Coat bolt threads and nuts with heavy coat of clean grease. J. Install high strength bolts with hardened washers. Install and tighten in accordance with Section 8 of Specifications for Structural Joints. 1. Coordinate installation with inspection. Do not start installation until coordination with Testing Agency is complete. 2. Bearing -type connections: High-strength bolts shall be tightened to snug -tight condition. 3. Slip -critical connections: Perform calibration testing for all methods of installation of high-strength bolts in accordance with Section 8(b) of Specification for Structural Joints, using ASTM A325 or A490 bolts. a. Turn -of -nut tightening: Torque wrenches shall be used only by laboratory personnel. b. Calibrated wrench tightening: Calibrate on a daily basis. c. Direct tension indicator tightening: If previously approved by Engineer. d. Installation of alternate design bolts: If previously approved by Engineer. 4. In the event any bolt in a connection is found to be defective, check and retighten all bolts in the connection. K. Do not use gas cutting to correct fabrication errors. In case members do not fit or holes do not match, ream out the holes and insert the next larger size bolt. If the connections require new holes, then drill new holes. Make no such corrections without prior approval of the Engineer. 1. Burning of holes: Not permitted. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 12 00- 16 Farl I ONE COMPANY Many Solutions • • • L. Prior to making field connections to existing structural steel, remove completely all paint from existing steel which will be in contact with new steel and new welds. M. Tighten and leave in place erection bolts used in welded construction. N. Provide beveled washers to give full bearing to bolt head or nut where bolts are to be used on surfaces having slopes greater than 1 in 20 with a plane normal to bolt axis. O. After bolts are tightened, upset threads of unfinished bolts and anchor bolts to prevent nuts from backing off. P. After erection, grind smooth all sharp surface irregularities resulting from field cutting or welding; power tool clean welds, bolts, washers and abrasions to shop coat removing all rust and foreign matter. Q. Expansion anchor bolts and adhesive anchor bolts: 1. Minimum embedment as recommended by manufacturer or specified herein, whichever is larger. 2. Notify Engineer if required depth of embedment cannot be achieved at a particular bolt location. 3. Follow manufacturer's recommendations for installation and torque. 3.03 FIELD QUALITY CONTROL A. Testing Agency responsibilities are described in Article 2.6. B. Erected Frame Tolerance (Unless noted otherwise on the Drawings): 1. Overall finished dimensions shall not exceed cumulative effect of rolling, fabrication and erection tolerance. 2. Erection tolerances are defined relative to member working points and working lines as follows: a. Actual centerline of top flange or surface at each end for horizontal members. b. Actual center of member at each end for all other members. c. Other points may be used, providing they are based on these definitions. d. Working line is straight line connecting member working points. 3. Tolerances on position and alignment are as specified in the Code, unless otherwise modified. "Adjustable items" such as lintels, wall City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 12 00 - 17 KRManIONEyCOSolutMPANY ions+ supports, curb angles, window mullions and similar members shall be provided with adjustable connections to supporting structural frame. 4. Steel erector shall certify the location of erected structural steel is acceptable for plumbness, level and aligned within tolerances specified. Such certification can be provided upon completion of any part of work and shall be done prior to start of work by other trades that may be supported, attached or applied to structural steel work. 5. Special Inspections: See Drawings and Specifications. 3.04 CLEANING AND REPAIR OF SHOP PRIMER PAINT A. After erection, clean all steel of mud or other foreign materials, and repair any damage. Touchup coatings to comply with Division 09 - Finishes. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 12 00- 18 hal I ONE COMPANY Many Solutions* • • SECTION 05 13 00 STRUCTURAL ALUMINUM PART 1- GENERAL 1.01 SUMMARY A. Section Includes: 1. Structural aluminum including the fabrication and erection of framing and bracing members, including connection design. B. Related Sections include but are not necessarily limited to: 1. Division 1 - General Requirements. 2. Section 05 50 00 — Miscellaneous Metals. 3. Section 09 91 00 - Painting. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. Aluminum Association (AA): a. ADM -1, Aluminum Design Manual, current edition. 2. American Institute of Steel Construction (AISC): a. Manual of Steel Construction. 3. ASTM International (ASTM): a. B209, Standard Specification for Aluminum and Aluminum - Alloy Sheet and Plate. b. B210, Standard Specification for Aluminum -Alloy Drawn Seamless Tubes. c. B221, Standard Specification for Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes. d. B247, Standard Specification for Aluminum -Alloy Die Forgings, Hand Forgings, and Rolled Ring Forgings. e. B308, Standard Specification for Aluminum -Alloy 6061-T6 Standard Structural Shapes. f. F467, Standard Specification for Nonferrous Nuts for General Use. g. F468, Standard Specification for Nonferrous Bolts, Hex Cap Screws, and Studs for General Use. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 051300-1 ONE COMPANY Many Solutions* h. F593, Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. i. F594, Standard Specification for Stainless Steel Nuts. 4. American Welding Society (AWS): a. D1.2, Structural Welding Code Aluminum. 5. Building code: a. Florida State Building Code, 2010 Edition. B. Qualifications: 1. For welding aluminum: Qualify welding procedures and welding operators in accordance with AWS D1.2. Welding operators to have been qualified during the 12 -month period prior to commencement of welding. 2. Connections and members not detailed on the Drawings shall be designed by a Professional Engineer registered in the Commonwealth of Virginia. 1.03 SUBMITTALS A. Shop Drawings: 1. See Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Fabrication and/or layout drawings: a. Erection plans and details of each piece including connection details: i. Show all cuts, copes and holes. ii. Indicate all shop and field welds using AWS symbols. iii. Indicate all shop and field bolts. iv. Reviewed and sealed by Professional Engineer retained by Contractor to verify conformance with design criteria stipulated in the Contract Documents. b. Complete shop drawings for all of the work showing clearly all pieces, details, connections, materials and shop -applied coatings. c. Prepare complete erection drawings showing the location and marks of all pieces. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 051300-2 }DRI ONE COMPANY Many Solutions. • • • 3. Product technical data including: • a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 4. Certifications: a. Certificates of compliance with standards specified for all major components and fasteners incorporated into work. b. Copies of current welding certificates for each welder assigned to perform welding indicating compliance with testing specified by AWS. 5. Test reports: a. Certified copies of material mill tests. 1.04 CONTRACTOR'S RESPONSIBILITY FOR DESIGN OF STRUCTURAL MEMBER CONNECTIONS A. PART 2 of this Section identifies specific design parameters and criteria which shall be incorporated in the design of structural member connections by a Professional Engineer retained by the Contractor. 1. The responsibility for structural adequacy of such connections shall remain with the Contractor to the extent that any costs incurred by the Engineer associated with reviews of Shop Drawings, exceeding the initial review, to correct deficiencies in the design furnished by the Contractor will be borne by the Contractor. 2. The Contractor may reimburse the Owner, or the Owner may deduct the costs from monies due the Contractor. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Expansion anchor bolts. a. See Section 03 15 00. 2. Adhesive anchor bolts: a. See Section 03 15 00. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 051300-3 IER I QNEanyCQMPASolutionsN s B. Submit request for substitution in accordance with Division 01. 2.02 MATERIALS A. Alloy 6061-T6, 32,000 psi tensile yield strength minimum. 1. ASTM B209 for sheets and plates. 2. ASTM B210 for tubes. 3. ASTM B221 and ASTM B308 for shapes: Beams, channels, angles, tees. 4. ASTM B247 for forgings. B. Nonferrous Bolts and Nuts: ASTM F467 and ASTM F468 of alloy 2024-T4 (60,000 psi tensile strength minimum). C. Stainless Steel Bolts and Nuts for Fastening Aluminum: Minimum yield strength of 30,000 psi and a minimum tensile strength of 75,000 psi. 1. All locations: ASTM F593 and F594, Type 304 or 316. D. Washers: Same material and alloy as found in bolts and nuts with which the washers are to be used. E. Electrodes for Welding Aluminum: AWS D1.2 filler alloy 5356. F. Expansion Anchor Bolts and Adhesive Anchor Bolts for Fastening to Concrete: See Section 03 15 00. G. Material Reuse: A minimum of 10 percent (by dollar value) of materials and products for the project must be salvaged, refurbished, reused, or recycled. Contractor shall track and provide documentation. H. Regional Materials: Contractor shall document materials to indicate that a minimum of 20 percent (by dollar value) of materials and products for the project are [extracted, harvested, or recovered, as well as] manufactured, regionally within a 500 mile radius of the project site. 2.03 DESIGN A. All design shall consider effect of welds on material properties. 1. Minimize or eliminate the use of field welding. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 051300-4 FDAONE COMPANY I Many Solutions • • 2. Observe locations of any specified shop splice welds. B. Where final design of connections for any portion of structure is not indicated, perform final design of such connections in accordance with the Building Code. C. Final designs of connections shall conform to AA ADM -1 and to details and requirements shown on Drawings. 1. Design loads for connections to be designed by the Contractor shall be as shown on the Drawings. 2. Where design loads are not specified, connections shall be detailed to develop the full capacity of the member. 2.04 FABRICATION A. Fabrication of bolted and welded connections of aluminum work shall be in accordance with AA ADM -1. B. Contractor to be solely responsible for correctness of all shop and field fabrication and fit. Verify field conditions and dimensions prior to fabrication. C. Fabricate aluminum work and assemble in shop to greatest extent possible. Make splices only where indicated or approved by Engineer. D. Provide connections as indicated. Where not indicated, design and provide connections in accordance with requirements of this Section. One-sided or other types of eccentric connections are not acceptable unless indicated on Contract Drawings or approved on shop drawings. E. Drill or punch holes at right angles to surface of metal. Do not make or enlarge holes by burning. Provide holes clean and free of torn or ragged edges. Use tools which will make a 1/16 IN bevel to remove outside burrs resulting from drilling or punching operations. 1. Punch or drill for field connections and for attachment of work by other trades. F. Cope at 45 degrees corners of stiffener plates at junction of member flanges with webs. G. Welding: Weld connections to members in shop and bolt connections in field. Perform welding using electrodes of filler alloy 5356. Perform welding in accordance with AWS D1.2. Use only welding procedures and welding operators qualified in accordance with requirements of paragraph 1.2 B "Qualifications". City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 051300-5 FalONE COMPANY , Many Solutions. H. All full penetration welds shall be tested by liquid penetrant or ultrasonic methods per AWS standards. I. Form to shapes indicated with straight lines, true angles and smooth curves. Grind smooth all rough welds and sharp edges. 1. Round all corners to approximately 1/8 IN radius. J. Finish: Mill finish as fabricated. PART 3 - EXECUTION 3.01 ERECTION A. Contractor is solely responsible for safety. Construction means and methods and sequencing of work is prerogative of the Contractor. Take into consideration that full structural capacity of many structural members is not realized until structural assembly is complete; e.g. until decks and diagonal bracing or rigid moment connections are installed. 1. Partially complete structural members shall not be loaded without an investigation by the Contractor. 2. Until all elements of the permanent structure and lateral bracing system are complete, provide temporary bracing designed, furnished and installed by the Contractor. B. Bolting: 1. Protect bolt threads from damage. 2. Rest bolt heads and nuts squarely against surfaces. 3. Where bolt heads or nuts rest on beveled surfaces having slope greater that 1 in 20 with plane normal to bolt axis, use beveled washers to provide full bearing to head and nut. 4. Correct poor matching of holes by drilling to next larger size and use larger diameter bolt 5. Unless otherwise specified, connect aluminum members to: a. Aluminum members using 3/4 IN DIA nonferrous bolts of alloy 2024-T4 or stainless steel bolts per F593. b. Carbon and low alloy steel using 3/4 IN DIA stainless steel bolts per F593. Provide dissimilar materials protection. c. Concrete or masonry using stainless steel expansion anchor bolts or adhesive anchor bolts unless shown otherwise. Provide dissimilar materials protection. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 051300-6 FER ONE COMPANY Many Solutions* • C. Welding: Field welding of aluminum is not allowed unless indicated on Drawings. • D. Correct fabrication errors and damaged members in shop. Do not use cutting torch in shop or in field to cut any members, to correct fabrication errors, or to cut openings. E. Provide templates for anchors, bolts, and other items to be installed in other work. F. Field Assembly: 1. Tolerances shall comply with AISC Manual of Steel Construction and the ADM -1. 2. Before members are assembled, thoroughly clean all bearing surfaces and surfaces that will be in permanent contact. a. After assembly, carefully align all members of each frame or assembly and accurately adjust until final, correct and true location is achieved. As work progresses, securely fasten in place. 3. Provide full length members without splices. 4. Securely tighten and leave in place all erection bolts used in welded construction, unless removal is required. G. Set beam and column baseplates accurately, as indicated on nonshrink grout, in accordance with Division 03. 1. If not indicated, provide minimum of 1 IN grout thickness under base plates. 2. Set and anchor each base plate to proper line and elevation. a. Use aluminum wedges, shims, or setting nuts for leveling and plumbing columns and beams. Tighten anchor bolts. b. Fill space between bearing surface and bottom of base plate with nonshrink grout. Fill space until voids are completely filled and base plates are fully bedded on wedges, shims, and grout. c. Do not remove wedges or shims and where they protrude, cut off flush with edge of base plate. H. Temporary Protection: Suitably protect aluminum surfaces against lime mortar stains, discoloration, surface abrasion and other construction abuses. Remove protection. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 13 00 - 7 1 ONEy COS©luti©MPANY JC Manns. Contact with Dissimilar Materials: Where aluminum surfaces will be embedded in concrete, built into masonry, or in contact with steel, concrete, grout, masonry, or other dissimilar materials, coat the aluminum surfaces as described in Section 09 91 00. END OF SECTION City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 051300-8 • ID3ONE COMPANY , Many Solutions* • • SECTION 05 21 00 STEEL JOISTS PART 1- GENERAL 1.01 SUMMARY A. Section Includes: 1. Manufactured open -web steel joists and joist accessories. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 05 12 00 - Structural Steel. 4. Section 09 91 00 - Painting and Protective Coatings. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American Institute of Steel Construction (AISC): a. Specifications for Structural Steel Buildings (referred to herein as AISC Specification). 2. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. 3. American Welding Society (AWS): a. D1.1, Structural Welding Code - Steel. 4. Steel Joist Institute (SJI): a. Recommended Code of Standard Practice for Steel Joists and Joist Girders. b. Standard Specification for Open Web Steel Joists, K -Series, LH -Series. c. Standard Load Table Open Web Steel Joists, K -Series, LH - Series. B. Qualifications: City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 052100-1 1ONE COMPANY J[��` Many Solutions• 1. Manufacturer: a. Member of SJI. i. Structural design calculations and details of manufactured joists shall be prepared by a qualified professional engineer retained by the manufacturer. b. Qualification: i. Fabricator plant quality control and inspection program shall be of such caliber that will meet the requirements of the Building Code and/or be approved by the project's governing authority of self perform the Code required Special Inspections. 2. Qualification of welding work: a. Qualify welding processes, operations, and operators in accordance with requirements of AWS D1.1. b. Welding operators to have been qualified during the 12 -month period prior to commencement of welding. 1.03 SUBMITTALS A. Shop Drawings: 1. See Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Fabrication and/or layout drawings: a. Detailed Shop Drawings showing size and layout of each joist unit, bridging, connections, and accessories. Include mark, number, type, location, and spacing of joists and bridging. b. Show joining splice and connection to other work details. c. Provide details of bridging, method of attachment to joists, and joist end anchorage and other details required for joist installation. Indicate beveled end plates for joist roof pitch where required. d. Show shop -applied coatings. e. Shop Drawings shall not be reproductions of the Contract Drawings. 3. Product technical data including: a. Joist manufacturer's load tables, Standard Specifications and installation instructions for each type of joist and its accessories. Include product data describing materials, shop coating, bridging, and accessories. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 052100-2 11EZ i ONE COMPANY 1.Many Solutions* • s 4. Certifications: a. Manufacturer's certification that steel joists and accessories comply with specified requirements. b. Manufacturer member of SJI. c. Joist material, shop welding and testing, manufacturing and shop inspection and testing are in accordance with SJI requirements. 1.04 DELIVERY, STORAGE, AND HANDLING A. Deliver, store and handle steel joists as recommended by SJI. 1. Exercise care to avoid damage to joists. B. Store joists clear of earth on platforms, skids or other supports. 1. Protect joists after delivery to prevent rust and deterioration. C. Provide anchor bolts and other items to be embedded in concrete or masonry, with templates as required, in time for incorporation into the work. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Nucor Corporation Vulcraft Divisions. 2.02 MATERIALS A. Steel: Comply with SJI and AISC Specifications for joist series indicated. B. Material Reuse: A minimum of 10 percent (by dollar value) of materials and products for the project must be salvaged, refurbished, reused, or recycled.. Contractor shall track and provide documentation. C. Regional Materials: Contractor shall document materials to indicate that a minimum of 20 percent (by dollar value) of materials and products for the project are [extracted, harvested, or recovered, as well as] manufactured, regionally within a 500 mile radius of the project site. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 052100-3 IiJ(Many Solutions* 2.03 STEEL JOISTS A. Design of steel joists to be supplied to have been checked by the SJI and found to conform to the standard specifications and load tables. B. Fabricate Joists and Accessories in accordance with SJI Specifications and as follows: 1. Make shop connections and splices using either arc or resistance welding. a. Do not shop bolt connections. 2. Design and fabricate for maximum deflection of 1/360 of clear span under design live load. 3. Shop holes, field holes, and enlargement of holes will not be permitted unless approved by Engineer. 4. Fabricate bearing ends to provide following minimum bearing unless a longer bearing length is indicated on the Contract Documents. K SERIES On masonry or 4 IN min concrete: On steel: 2-1/2 IN min 5. With steel angle tops and bottom short members. C. Provide extended bottom chords where indicated. 1. Comply with SJI and AISC requirements and load tables. D. Provide extended top chords where indicated. 1. Comply with SJI and AISC requirements and load tables. E. Prepare and paint steel joists and accessories in compliance with Section 09 91 00. F. Comply with SJI Specifications: 1. Joist designations indicated on the Drawing are minimum requirements; increase as required to comply with design requirements specified. 2. Wherever possible increased joists shall have the same depth as joist indicated on Drawings. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 052100-4 FDA ONE COMPANY Many Solutions* • • 3. Where necessary to increase joist depths to meet design requirements, coordinate all project changes required due to the increased depth. 4. Make all required joist revisions at no additional cost to Owner. 2.04 SOURCE QUALITY CONTROL A. Engineer reserves right to inspect joists or manufacturer's shop during joist fabrication. B. Identify each joist type, size and manufacturer. 1. Provide tagging or other suitable and permanent means. 2. Maintain identification continuously. PART 3 - EXECUTION 3.01 PREPARATION A. Examine areas and conditions under which steel joists are to be installed for conditions detrimental to proper and timely completion of work. B. Do not proceed with work until unsatisfactory conditions have been corrected. C. Do not start placement of steel joists until supporting work is in place and secured. D. Joists will be subject to rejection if: 1. Joists do not comply with requirements of SJI and AISC Specifications and requirements herein. 2. Joists are improperly manufactured, welded, painted or installed. 3. Joists are damaged so that strength is impaired. 4. Joists are not installed as indicated on Drawings. 5. Chords are not installed straight within a tolerance of plus or minus 0.0028 times the length of the joist or the distance between points of lateral support. 3.02 INSTALLATION A. Install products in accordance with manufacturer's instructions. 1. Where not specifically indicated otherwise, place and secure steel joists in accordance with SJI and AISC Specifications and as herein specified. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 052100-5 I1U1I ONE COMPANY Many Solutions. B. Do not overload joists. 1. Note: Joists may not be stable or able to carry design loads until bridging and deck is fully installed. 2. Contractor is solely responsible for safety, construction methods and sequencing of the Work. 3. Do not install joists damaged so that strength is impaired. C. Place joists on supporting work, adjust and align in accurate location and spacing before permanently fastening. 1. Provide end bearing and anchorages to secure all joists to supporting members or walls in accordance with SJI Specifications, unless otherwise indicated. 2. When joists do not bear flush on supporting member or wall, take corrective measures to ensure full bearing. a. Provide steel shims as required for uniform flush bearing. D. Field weld joists to supporting steel framework in accordance with SJI, AISC and AWS Specifications for type of joists used. 1. Coordinate welding sequence and procedure with placing of joists. E. Provide type, size, spacing, and attachment of bridging in accord with SJI and AISC Specifications, where not specifically indicated otherwise, except as modified herein. 1. Provide horizontal or diagonal type bridging as indicated on design documents. F. Install bridging completely, immediately after erection, and before any loads are applied. 1. Anchor ends of bridging lines at top and bottom chords of each joist and where terminating at walls or beams. 2. Provide bridging connections at top and bottom chords capable of safely resisting a force specified by SJI Specifications for open web, long span, deep long span joists, and joist girders respectively. 3. Where five rows of bridging are required in spans over 40 FT, laterally brace each joist before erecting next joist or applying loads. 4. Do not release hoisting cables before installing center row of diagonal bridging and anchoring bridging line to prevent lateral movement. 5. During construction period, Contractor is responsible for any loads placed on joists. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 052100-6 hal I ONE COMPANY Many Solutions* • • a. Contractor's attention is directed the fact that unstable and cannot carry their design load until bridging are completely installed. G. Remove or repair damaged joists or other work, to satisfaction no additional expense to Owner. H. After installation, touch up paint or field paint as specified in 00. 3.03 FIELD QUALITY CONTROL A. OWNER pays for special inspection and testing: joists may be steel deck and of Engineer at Section 09 91 1. Testing: Owner will employ and pay for services of an independent testing agency to inspect and test work for compliance with Specifications. Contractor responsible for testing to qualify shop and field welders and as needed for Contractor's own quality control to ensure compliance with Contract Documents. Contractor provides sufficient notification and access so inspection and testing can be accomplished. Contractor pays for retesting of failed tests and for additional testing required when defects are discovered. B. Responsibilities of Testing Agency: 1. As part of the Special Inspection process, in accordance with Contract Documents, the Testing Agency shall visually inspect joists, anchorages, and connections which have been erected. 2. Prepare and submit inspection and test reports to Engineer. Assist Engineer to determine corrective measures necessary for defective work. END OF SECTION City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 052100-7 FER ONE COMPANY Many Solutions* THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 052100-8 ONE COMPANY Many Solutions• • • SECTION 05 31 23 METAL DECK PART 1- GENERAL 1.01 SUMMARY A. Section Includes: 1. Manufactured metal form deck. B. Related Sections include but are not necessarily limited to: 1. Division 01 - General Requirements. 2. Division 09 - Finishes. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American Iron and Steel Institute (AISI): a. Specification for the Design of Cold -Formed Steel Structural Members. 2. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A653, Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated Galvannealed) by the Hot -Dip Process, Structural (Physical) Quality. c. A924, Standard Specification for General Requirements for Steel Sheet, Metallic -Coated by the Hot -Dip Process. 3. American Welding Society (AWS): a. D1.1, Structural Welding Code - Steel. b. D1.3, Structural Welding Code - Sheet Steel. 4. Steel Deck Institute (SDI): a. Design Manual for Composite Decks, Form Decks, Roof Decks, and Cellular Metal Floor Deck with Electrical Distribution. 5. Underwriter's Laboratories, Inc. (UL). B. Qualifications: City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 053123-1 IEM I ONE. COMPANY Many Solutions* 1. Manufacturer: Member of SDI. a. Structural design of manufactured deck shall be prepared by a qualified professional engineer retained by the manufacturer. 2. Qualification of welding work: a. Qualify welding processes, operations, and operators in accordance with requirements of AWS D1.1 and AWS D1.3. b. Welding operators to have been qualified during the 12 -month period prior to commencement of welding, and be experienced in welding light gage metal. 1.03 SUBMITTALS A. Shop Drawings: 1. See Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Fabrication and/or layout drawings: a. Detailed Shop Drawings showing the following: i. Complete framing and erection layouts. ii. Location, length, type, cross section, thickness, and markings of metal deck units. I. Size and location of openings. II. Accessories and reinforcing. iii. Sequence and procedure to be followed for erecting, fastening, and securing the deck units. iv. Shop applied coatings. v. Maximum spans for metal form deck for slab thickness shown on Drawings. vi. Details and gages of accessories and miscellaneous items showing sump pans, cant strips, ridge and valley plates, closure strips and insulation supports. vii. Welding procedures for installation including size, number, type and location of all welds required to install deck units. viii. Recommended welding rod size, type, burn off rate and welder setting for deck thickness to be joined. I. Define welds by use of standard AWS welding symbols. ix. Correct fitting of members and accessories. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 053123-2 IERONE COMPANY Many Solutions* • • • x. Size and location of all openings in deck and all conditions requiring closure panels and supplementary framing. xi. Shop Drawings shall not be reproductions of the Contract Drawings. 3. Product technical data including: a. Metal deck manufacturer's specifications and installation instructions. b. Manufacturer's specifications and installation instructions for: i. Welds and welding procedure. ii. Galvanizing repair paint. iii. Screws. iv. Joint sealing compound. c. Manufacturer's load tables for deck to be furnished on this project, including: i. Allowable superimposed load for metal form deck. ii. Allowable unshored span lengths for form deck. 4. Manufacturers certification that metal deck complies with specified requirements: a. Manufacturer member of SDI. b. Deck material, manufacturing, and shop testing and inspection are in accordance with SDI requirements. c. Welders. 5. Test reports. 1.04 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle metal deck as recommended by SDI. 1. Exercise care to avoid damage to deck. B. Protect materials from rusting, denting or crushing. 1. Store metal deck on project site off the ground with one end elevated to provide drainage and protected from the elements with a waterproof covering, ventilated to avoid condensation. 2. Prevent rust, deterioration and accumulation of foreign material. 1.05 PROJECT CONDITIONS A. Do not overload supporting members. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 053123-3 FER I ONE COMPANY Many Solutions* 1. Until the entire assembly is complete, the structural elements may not be stable or capable of supporting code or stated design loads. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. 1-1/2 IN deep metal roof deck: a. Vulcraft. b. United Steel Deck, Inc. c. Consolidated Systems, Inc., Metal Dek Group. d. New Millennium Building Systems. 2. 1-1/2 IN deep composite structural floor deck: a. Vulcraft, Type 1.5 VL. b. United Steel Deck, Inc., B -Lok 1.5 IN Lok Floor. c. Metal Dek Group, Composite Floor Dek 1.5. d. New Millennium Building Systems, 1.5 CD. 2.02 METAL ROOF DECK A. Design of the metal deck to be supplied to have been checked by the SDI and found to conform to the standard specifications and load tables. 1. The allowable superimposed live uniform loading per square foot for metal roof deck supplied for the spans indicated shall equal or exceed the allowable superimposed live uniform load per square foot for the same spans as indicated in the SDI latest tables. 2. Maximum deflection: Less than 1/240 of span under live load. B. Use deck configurations complying with SDI 31 and as indicated. 1. Galvanized deck: ASTM A653 with ASTM A924 G90 zinc coating. C. Metal Roof Deck, 1-1/2 IN Deep: 1. Rib type, sheet steel, 22 GA, minimum, with minimum uncoated thickness of 0.0295 IN, galvanized. 2. Wide rib deck: Depth 1-1/2 IN, ribs spaced approximately 6 IN OC; width of rib opening at top surface maximum 2-1/2 IN; width of bottom rib surface minimum 1-3/4 IN. D. Metal Roof Deck FOR ELECTRICAL ROOM, 1-1/2 IN Deep: City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents 05 31 23 - 4 April 2013 ha ONE COMPANY Many Solutions. f • • 1. Rib type, sheet steel, 20 GA, minimum, with minimum uncoated thickness of 0.0358 IN, galvanized. 2. Wide rib deck: Depth 1-1/2 IN, ribs spaced approximately 6 IN OC; width of rib opening at top surface maximum 2-1/2 IN; width of bottom rib surface minimum 1-3/4 IN. E. Material Reuse: A minimum of 10 percent (by dollar value) of materials and products for the project must be salvaged, refurbished, reused, or recycled. Contractor shall track and provide documentation. F. Regional Materials: Contractor shall document materials to indicate that a minimum of 20 percent (by dollar value) of materials and products for the project are [extracted, harvested, or recovered, as well as] manufactured, regionally within a 500 mile radius of the project site. 2.03 COMPOSITE STRUCTURAL FLOOR DECK A. Composite Structural Floor Deck: 1. Minimum depth and gage as indicated on the Drawings. 2. Minimum superimposed load capacity: a. 125 PSF in Mechanical Room. All other areas, 50 PSF. b. Design in accordance with SDI 31. c. See contract documents for additional load information. 3. Fabricate deck from steel conforming to Section A3 of the AISI S100, Specification for the Design of Cold -Formed Steel Structural Members. 4. Finish: Galvanized coating conforming to ASTM A924 G90 zinc coating. 5. Metal closures and pour -stops: a. Manufacturers standard, 20 GA minimum. b. Finish: Galvanizing conforming to ASTM A924 G60, minimum. c. Form to configuration required to provide mortar -tight closures. B. Provide composite deck to act as bottom form for cast -in-place concrete slabs and which will become positive slab reinforcement through mechanical anchorage after concrete hardens. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 053123-5 I QNE Many SCQMPANYoluti©ns• C. Maximum Deflection: 1. Deck as a form: Less than 1/180 of span or 3/4 IN, whichever is smaller, under the weight of wet concrete and steel deck. 2. Composite slab with deck: Less that 1/360 under superimposed loads. 2.04 FABRICATION A. Minimum Deck Thickness: 1. Where gage of metal is indicated, provide the following: a. Minimum uncoated decimal thickness: GAGE DESIGN THICKNESS 20 0.0358 IN 22 0.0295 IN b. The delivered thickness of the uncoated steel shall not be less than 95 percent of the design thickness. 2. The steel used shall have a minimum yield stress of 33 ksi. B. Fabrication: 1. Fabricate deck units in lengths to span three or more support spacings with flush, telescoped or nested 2 IN end laps. a. Joints occur on supporting members. b. Provide deck units having overlapping or interlocking male and female type side laps or joints to provide positive vertical and lateral alignment of adjacent deck units. 2.05 ACCESSORIES A. Metal Closure Strips: 1. Form to configuration required to provide tight -fitting closures at open ends and sides of deck. 2. Minimum thickness before galvanizing 0.0358 IN (20 GA). B. Metal Closures and Pour Stops: Form to configuration required to provide mortar -tight closures at open sides and ends of deck. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 053123-6 ONE COMPANY Many Solutions* • C. Primer Paint Required for Metal Deck: Deck manufacturer's baked on, rust - inhibitive paint applied to chemically cleaned and phosphate chemically treated metal surfaces. D. Galvanized coating for metal deck accessories shall conform to ASTM A924 G90 zinc coating. E. Miscellaneous Steel Shapes: Comply with ASTM A36. F. Sheet Metal Accessories: Same material and finish as deck members. PART 3 - EXECUTION 3.01 PREPARATION A. Examine areas and conditions under which metal deck is to be installed for conditions detrimental to proper and timely completion of work. B. Do not proceed with work until unsatisfactory conditions have been corrected. C. Do not start placement of metal deck until supporting work is in place and secured. D. Deck will be subject to rejection if: 1. Metal deck units do not comply with requirements of SDI specifications and requirements herein. 2. Metal deck is improperly manufactured, painted or installed. 3. Metal deck is damaged so that strength is impaired. 4. Metal deck is not installed as indicated on Drawings. 3.02 INSTALLATION A. Install form deck units and accessories as indicated, in accordance with SDI Design Manual, manufacturer's recommendations, final approved Shop Drawings and as specified herein. 1. Furnish manufacturer's standard accessories as needed to complete the deck installation. B. Locate deck bundles to prevent overloading of structure. C. Do not overload metal deck or supporting members: 1. Contractor is solely responsible for safety, construction means, methods and sequencing of the Work. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project —10 -0039 -UT -(D) Conformed Documents April 2013 053123-7 FDA ONE COMPANY Many Solutions. 2. Until the entire assembly is complete, the structural elements may not be stable or capable of supporting code or stated design loads. 3. Use care to assure deck construction loads are less than the recommendation of the SDI Design Manual, except where temporary shoring is installed. D. Place each deck unit on supporting structural frame, adjust to final position, accurately align with ends bearing on supporting members. 1. Lap roof deck units at ends no less than 2 IN. 2. Butt ends of metal form deck and composite metal form deck over supports. a. Provide a minimum of 1-1/2 IN of bearing of deck on supports, tape the joint as needed to prevent concrete leakage. 3. Interlock units at sides without stretching, contracting, or deforming. 4. Place deck units flat and square and secure to framing without warp or excessive deflection. 5. Place units in accurate and close alignment for entire length of run and with close registration of flutes of one unit with those of abutting unit. E. Plug weld sizes specified are effective fusion diameter of welds. 1. Weld metal shall penetrate all layers of deck material and have good fusion to supporting members. 2. Do not burn through deck. F. Fastening of 1-1/2 IN Deep Metal Roof Deck: 1. Secure deck units to supporting frame and side laps as indicated on drawings. G. Fastening of Metal Form Floor Deck: 1. Secure deck units to supporting frame and side laps as follows: a. Fasten edge ribs of panels at each support. b. At each end of each unit and at intermediate supports: 5/8 IN puddle welds at 12 IN OC with not less than two welds per support. c. At perimeter parallel to deck: 5/8 IN puddle welds or 3/8 x 1- 1/4 IN seam welds at 18 IN OC. d. At side laps: Puddle welds spaced not more than 2 FT OC. e. At sheet metal closures used at ends or sides: Self -drilling sheet metal screws or tack welds at 2 FT OC. f. See contract documents for additional connection requirements. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 053123-8 FER I ONE COMPANY Many Solutions* • H. Shoring for Form Deck: 1. Design and install temporary shoring for form deck for span conditions and lengths where required in the SDI Design Manual or select thicker metal deck gage. 2. Shoring to support form deck for the construction loads listed in the SDI Design Manual or for the actual loads applied during construction, whichever is greater. a. Indicate shoring on installation Shop Drawings. 3. Locate shoring so as not to overstress supporting construction. 4. Do not remove shores until concrete has reached at least 75 percent of its specified compressive strength. Remove and replace deck which is structurally weak or unsound or which has bum holes due to improper welding or damage which Engineer declares defective. J. Cut and fit deck units and accessories around other work projecting through or adjacent to decking. 1. Make cutting and fitting neat, square and trim. a. Cut deck by mechanical means, not by burning. 2. Neatly and accurately install reinforcing at all openings except: a. Circular openings less than 6 IN DIA. b. Rectangular openings having no side dimension greater than 6 IN. 3. Reinforce openings that have not been framed between 6 and 12 IN with 20 GA flat steel sheet 12 IN greater in each dimension than opening. a. Place sheet around opening and fusion weld to top surface of deck at each corner and midway along each side. K. Install metal closure strips at all voids between deck and other construction. 1. Weld into position to provide a complete decking installation. 2. Provide flexible closure strips instead of metal closures, at Contractor's option and when approved by Engineer wherever their use will ensure complete closure. a. Install with elastomeric type adhesive in accordance with written directions and recommendations of manufacturers of closure strips and adhesives. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project -- 10 -0039 -UT -(D) Conformed Documents April 2013 053123-9 Fa(I ONE COMPANY Many Solutions® L. Install metal closures to close all openings and gaps between form deck and other construction, at objects projecting through deck, at locations where deck changes direction, and at open ends of deck units where deck units terminate. 1. Weld into position to provide a complete installation. M. Install pour stops continuous around the perimeter of the floor: 1. Locate so that the floor slab terminates beyond the perimeter support centerline a distance as indicated on the Contract Drawings. 2. Weld into position adequately to resist forces due to placement and finishing of concrete and in accordance with manufacturer's recommendations. N. Clean and Touch Up: 1. Remove all surplus materials and debris from surface of deck after installation. 2. Wire brush, clean and paint scarred areas, welds and rust spots on top surfaces of deck units and supporting steel members in compliance with Division 09 - Finishes. 3. Touch-up damaged galvanized surfaces with galvanizing repair paint applied in compliance with Division 09 - Finishes. 3.03 FIELD QUALITY CONTROL A. Remove and replace defective or damaged deck units. B. Testing: 1. The following test shall be made in the presence of the Testing Agency employed on the project on the first deck panel to be installed. 2. Place one end of panel over a perimeter support and attach it only to that support with two welds as specified 6 IN apart. 3. The opposite end of the panel shall be moved in plane parallel to the span of the panel until shear distress is noted in the weld. 4. The welds shall be of sufficient quality to cause local distortions in the panel around the welds and show good perimeter contact between the welds and the panel. 5. When the results of this test are satisfactory and approved by the Testing Agency, the remainder of the deck may be installed using the same weld rod size and type, amperage setting, and procedures used in the tested deck. 6. The remainder of the welds shall be visually inspected. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 31 23- 10 i-i::R I ONEany Mions• 1 • • a. When in the opinion of the Testing Agency any weld is of poor quality, an additional weld shall be provided adjacent to the rejected weld. b. It shall be a sufficient distance away from the rejected weld so that the new weld will be done on sound, unburned deck. END OF SECTION City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 31 23-11 IDA.3. I ONE COMPANY Many Solutions* THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 31 23-12 IONE COMPANY Many Solutions. • • SECTION 05 40 00 COLD -FORMED METAL FRAMING PART 1— GENERAL 1.01 SUMMARY A. Furnish and install metal ceiling (drywall) support systems required for framing as located and detailed on Drawings. B. Types of metal framing systems include: 1. Screw-type drywall metal studs, joists, and angles, including furring and ceiling support members, and related tracks. 1.02 RELATED WORK A. CONCRETE UNIT MASONRY: Section 04 22 00. B. METAL FABRICATIONS: Section 05 50 00. C. FINISH CARPENTRY: Section 06 22 00. D. SPRAYED INSULATION: Section 07 21 00. E. GYPSUM WALLBOARD: Section 09 29 00. F. TOILET ACCESSORIES: Section 10 28 13. 1.03 QUALITY ASSURANCE A. Design Criteria: The Architect/Engineer has shown design conditions and effects required, however; arrangement, bracing, hanging, and support method for metal framing systems shall be the responsibility of the Contractor and the Contractor=s Installer. B. Component Design: Compute structural properties of studs and joists in accordance with AISC "Specification for the Design of Cold -Formed Steel Structural Members". C. Welding: Qualify procedures and personnel according to AWS D1.1 "Structural Welding Code — Steel" and AWS D1.3 "Structural Welding Code — Sheet Steel." City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 054000-1 URS D. Reference Standards: Comply with referenced standards of the following: 1. American Galvanizers Association (AGA). 2. American Institute of Steel Construction (AISC). 3. American Society for Testing and Materials (ASTM). 4. American Welding Society (AWS). 1.04 SUBMITTALS A. Product Data: Submit manufacturer's technical information and installation instructions for each material. B. Shop Drawings: Submit the following: 1. Shop drawings, including design calculations, signed and sealed by a Professional Engineer currently licensed in the State of Florida. 2. Include special components and installations not fully dimensioned or detailed in manufacturer's product data and placing drawings for framing members showing size and gage designations, number, type, location and spacing. Indicate supplemental bracing, splices, accessories, and details as required for proper installation. 1.05 PRODUCT DELIVERY AND STORAGE A. Upon delivery to the site, store materials in their original unopened packages in an enclosed shelter providing protection from damage from exposure to the elements. Damaged or deteriorated materials shall be removed from the site and replaced at no additional cost to the City. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Products: For each of the metal framing types listed herein, provide products by one of the following manufacturers: 1. Screw -Type Drywall Metal Studs and Ceiling Support Members: a. Dale Industries, Inc. b. National Gypsum Company. c. Unimast, Inc. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 054000-2 • 2.02 SYSTEM COMPONENTS A. With each type of metal framing required, provide manufacturer's standard steel runners (tracks), blocking, lintels, clip angles, shoe reinforcements, fasteners and accessories as recommended by manufacturer for application indicated, and/or as needed to provide a complete metal framing system. • 2.03 MATERIALS AND FINISHES A. Screw -Type Drywall Metal Studs, Ceiling Support Members, and Accessories: 1. Metal Studs: ASTM C 645, 25 gauge minimum thickness of hot -dipped galvanized base metal, complying with ASTM A 653, G40 for zinc coating. Use 20 gauge where limited heights and loading (i.e. ceramic tile, cabinets) as recommended by stud manufacturer are exceeded. a. Depth of Section: As indicated. b. Runners: Match studs; type recommended by stud manufacturer for floor and ceiling support of studs, and for vertical abutment of drywall work at other work. 2. Furring Members: Comply with the following: a. ASTM C 645; 25 gauge minimum thickness of hot -dip galvanized base metal, hat shaped. 7/8 inch depth for wall furring members. b. Fasteners for Furring Members: Type and size recommended by furring manufacturer for the substrate and application required. 3. Screw -Type Ceiling Support Members: Comply with the following: a. Furring Channels: ASTM C 645; 25 gauge minimum thickness of hot- dip galvanized base metal, hat shaped, complying with ASTM A 653, G40 for zinc coating. b. Runner Channels: 16 gauge minimum thickness of hot -dip galvanized base metal, 1-1/2 inches. c. Hanger and Tie Wire: 9 gauge minimum for hanger and 18 gage minimum for tie. 4. Screws shall be corrosion -resistant steel, self -drilling and tapping type, with cross -recessed heads, 3/8 inch low -profile head. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 054000-3 B. Corrosion Control Coating: Apply coating to all steel field cuts and areas where shop coating has been damaged or otherwise removed by shipping, storage, and/or construction operations. 1. Application: Prepare steel surfaces and apply coating in strict conformance with manufacturer's written instructions. 2. Basis of Design: "Z.R.C. Cold Galvanizing Compound," ZRC Products Company. PART 3 - EXECUTION 3.01 INSPECTION A. Examine the areas and conditions under which cold formed metal framing shall be installed. Do not proceed with the work until unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. All partitions and framing shall be aligned accurately as shown on Drawings. All runners shall be securely attached to concrete slabs, metal joists or beams with power driven anchors or other suitable fasteners in accordance with manufacturer's published instructions and current recommendations, unless otherwise indicated. B. Floor runner -tracks shall be set in full bed of sealant. Ceiling and floor tracks shall be anchored at 24 -inch centers and positioned to insure vertical alignment of partitions. Studs of proper length shall be placed in tracks and rotated into place for a friction fit and secured on both tracks with screws. Double studs shall be provided at all openings. C. Install supplementary framing, blocking and bracing in metal framing system wherever walls or partitions are indicated to support fixtures equipment, services, casework, heavy trim and furnishings and similar work. 1. Wood blocking or plates shall be securely installed as required for equipment or other material support. D. A minimum of 3 studs shall be installed at all partition intersections. Studs located at partition intersections shall be secured with screws through both flanges of studs and tracks. Headers for openings shall be a cut -to -length section of track with the flanges slit and web bent to allow flanges to overlap adjacent studs. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 054000-4 • • • E. Install miscellaneous framing and connections to provide a complete and stable wall framing system. F. Wire tying of framing components shall not be permitted, except where indicated for suspended drywall ceilings. 3.03 REPAIRS A. Galvanizing Repairs: Prepare and repair damaged galvanized coatings on fabricated and installed cold -formed metal framing with galvanized repair paint according to ASTM A 780 and manufacturer's written instructions. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 054000-5 THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 054000-6 • • • SECTION 05 50 00 METAL FABRICATIONS PART 1— GENERAL 1.01 SUMMARY A. Furnish and install all metal fabrications as indicated on the Drawings and/or specified herein. The work includes, but is not limited to, the following: 1. Pipe Bollards. 2. Aluminum Ladders. 3. Miscellaneous Steel Framing and Supports. 1.02 RELATED WORK A. CAST -IN-PLACE CONCRETE: Section 03 30 00. B. CONCRETE UNIT MASONRY: Section 04 22 00. C. COLD -FORMED METAL FRAMING: Section 05 40 00. 40 D. METAL STAIRS: Section 05 51 19. E. ROUGH CARPENTRY: Section 06 10 53. F. FINISH CARPENTRY: Section 06 22 00. G. PAINTING OF ARCHITECTURAL COMPONENTS: Section 09 91 00. H. PRE-ENGINEERED METAL BUILDING SYSTEM: Section 13 34 19. I. PRE-ENGINEERED ALUMINUM CANOPY STRUCTURES: Section 13 34 21. 1.03 QUALITY ASSURANCE A. Reference Standards: Comply with provisions of the following, unless otherwise indicated or specified: 1. American Institute of Steel Construction (AISC): a. AISC Code of Standard Practice for Steel Buildings and Bridges. • b. AISC Specification for Structural Buildings Allowable Stress Design and Plastic Design with Commentary. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 05 50 00 - 1 2. American National Standards Institute (ANSI): a. Referenced Standards. 3. American Society for Testing and Materials (ASTM): a. Referenced Standards. 4. American Welding Society (AWS): a. AWS D1.1 Structural Welding Code - Steel. 5. Steel Structures Painting Council (SSPC): a. Referenced Standards. B. Qualifications for Welding Work: 1. Qualify welding processes and welding operators in accordance with AWS "Standard Qualification Procedure." 2. Provide certification that welders to be employed in work have satisfactorily passed AWS qualification tests within previous twelve (12) months. a. If re -certification of welders is required, re -testing will be Contractor's responsibility. 3. Special care shall be taken to keep welding electrodes free of moisture. C. Field measurements shall be taken prior to preparation of shop drawings and fabrication, where possible. Trimming and fitting shall be allowed for wherever taking field measurements before fabrication might delay the work. D. Items shall be preassembled in the shop to greatest extent possible to minimize field splicing and assembly. Units shall be disassembled only as necessary for handling and shipping limitations. Disassembled units shall be clearly marked for reassembly. 1.04 SUBMITTALS A. Product Data: Submit manufacturer's product data for paint products. B. Shop Drawings: Submit shop drawings for fabrication and erection of metal fabrications. Include plans, elevations, details of sections and connections, anchorages and accessory items. Provide templates for anchor and bolt installations. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 055000-2 • C. Welding Certifications: • 1. Submit certificates for welding procedures and personnel. 2. Submit certificates to the City's Inspection Agency (as applicable) for review prior to submittal to the Architect/Engineer for review. 1.05 PRODUCT DELIVERY AND STORAGE A. Materials shall be delivered to the site undamaged and shall be stored and protected from the elements by covering in plastic. All material damaged prior to Final Acceptance shall be removed from the Site and replaced at no additional cost to the City. PART 2 - PRODUCTS 2.01 METALS A. Metal Surfaces, General: For metal fabrications work which will be exposed to view, only materials which are smooth and free of surface blemishes such as pitting, seam marks, roller marks, rolled trade names and roughness shall be used. B. Steel Plates, Shapes and Bars: Conform to ASTM A 36. C. Steel Pipe: Conform to ASTM A 53, Type S, Grade B, Schedule 40, black finish unless galvanizing is required. D. Aluminum Plate and Sheet: ASTM B 209, Alloy 6061-T6. E. Aluminum Extrusions: ASTM B 221, alloy 6063-T6. F. Aluminum -Alloy Rolled Tread Plate: ASTM B 632, alloy 6061-T6. G. Aluminum Castings: ASTM B 26, Alloy 443.0-F. 2.02 FASTENERS A. General: 1. Zinc -coated fasteners shall be used for exterior locations or where built into exterior walls wherever possible. 2. Fasteners and connections shall be welded wherever possible. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 055000-3 B. Nuts and bolts shall be regular hexagon type conforming to ASTM A307, Grade A. C. Lag bolts shall be square head type conforming to ASME B18.2.1. D. Machine screws shall be cadmium plated steel conforming to ASME B18.6.3. E. Wood screws shall be flat head carbon steel conforming to ASME B18.6.1. F. Washers shall be round, carbon steel conforming to ASME B18.22.1. G. Masonry anchorage devices shall be expansion shields conforming to ASTM E 488. H. Toggle bolts shall be tumble -wing type conforming to Federal Specification (FS) FF - B -588, type, class and style as required. I. Lock washers shall be helical spring -type carbon steel conforming to ASME B18.21.1. 2.03 PAINT A. Shop Primer for Ferrous Metals: Manufacturer's or fabricator's standard, fast -curing, lead -and chromate -free, universal modified alkyd primer complying with performance requirements selected for good resistance to normal atmospheric corrosion, compatibility with finish paint systems indicated, and for capability to provide a sound foundation for field -applied topcoats despite prolonged exposure. B. Galvanizing Repair Paint: High zinc dust content paint for re -galvanizing welds in galvanized steel, with dry firm containing not less than 94 percent zinc dust by weight, and complying with DOD -P -21035A (SH) or SSPC-Paint 20. C. Dissimilar Metals Coating: 1. Product: "Scotch -Clad Brand Protective Coating No. 1706"; 3M Corp. 2.04 FINISHES A. General: 1. Comply with NAAMM "Metal Finishes Manual" for recommendations relative to application and designation of finishes. 2. Finish metal fabrications after assembly. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 055000-4 • • B. Galvanizing: For those items indicated for galvanizing, apply zinc coating by the hot- • dip process in compliance with the following requirements: 1. ASTM A 153 for galvanizing iron and steel hardware. 2. ASTM A 123 for galvanizing both fabricated and unfabricated iron and steel products. C. Preparation for Shop Priming: Prepare uncoated ferrous metal surfaces to comply with minimum requirements indicated below for SSPC surface preparation specifications and environmental exposure conditions of installed metal fabrications: 1. Exterior: SSPC-SP 6 "Commercial Blast Cleaning." 2. Interior: SSPC-SP 3 "Power Tool Cleaning." D. Apply shop primer to uncoated surfaces of metal fabrications, except those with galvanized finish or to be embedded in concrete or masonry, unless otherwise indicated. Comply with requirements of SSPC-PA 1 "Paint Application Specification No. 1" for shop painting. 2.05 FABRICATION A. Pipe Bollards: Fabricate pipe bollards from Schedule 40 steel pipe, galvanized, in • sizes indicated on Drawings. Fill with concrete and round -off top. • B. Aluminum Ladders: 1. Siderails: Continuous extruded aluminum channels or tubes, not less than 2- 1/2 inches deep, 3/4 inch wide, and 1/8 inch thick. 2. Rungs: Extruded aluminum tubes, not less than 3/4 inch deep and not less than 1/8 inch thick, with ribbed tread surfaces. 3. Fit rungs in center line of siderails; fasten by welding or with stainless steel fasteners or brackets and aluminum rivets. C. Miscellaneous Steel Framing and Supports: 1. Provide miscellaneous steel framing and supports which are not a part of structural steel framework, as required to complete the Work. Fabricate miscellaneous units to size, shapes and profiles indicated or, if not indicated, of required dimensions to receive adjacent other work to be retained by framing. Except as otherwise indicated, fabricate structural steel shapes, plates, and steel bars of welded construction, using mitered joints for field connection. Cut, drill and tap units to receive hardware and similar items. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 055000-5 2. Equip units with integrally welded anchors for casting into concrete or building into masonry. Furnish cast -in-place inserts if units are required to be installed after concrete is placed. PART 3 - EXECUTION 3.01 INSPECTION A. Examine the areas and conditions under which the metal fabrications are to be installed. Do not proceed until the unsatisfactory conditions have been corrected in an acceptable manner. 3.02 INSTALLATION A. Materials of type, size and thickness shown shall be used, or if not shown, of required size and thickness to produce adequate strength and durability in the finished product. Metal shall be well formed to shape and size with sharp lines and angles. B. Exposed work shall be formed true to line and level with accurate angles and surfaces and straight sharp edges. Exposed edges shall be eased to a radius of 1/32 inch unless otherwise shown. Bent metal corners shall be formed to the smallest radius possible without causing grain separation, or otherwise impairing work. C. All corners and seams shall be welded continuously, complying with AWS recommendations. At exposed connections, exposed welds shall be ground smooth and flush to match and blend with adjoining surfaces. D. Shearing and punching shall leave clean, true lines and surfaces. Curved work shall be evenly sprung. E. Exposed connections shall be formed with hairline joints, flush and smooth, using concealed fasteners wherever possible. Exposed fasteners shall be of the type shown or, if not shown, Phillips flat -head (countersunk) screws or bolts shall be used. F. Anchoring devices shall be fabricated and spaced to provide adequate support for the intended use. G. Metal fabrications shall be cut, reinforced, drilled and tapped, as required, to receive fmish hardware and similar items. H. All steel fabrications to be installed in exterior locations (outside the building) shall be galvanized as specified. I. All metal fabrications shall be installed as shown on the Drawings, and adjusted to satisfactorily function for the purpose intended. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 055000-6 0 3.03 ADJUST AND CLEAN A. All exposed surfaces shall be left clean and free from all blemishes or discolorations after erection. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 055000-7 THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 055000-8 • • • SECTION 05 50 00.01 METAL FABRICATIONS PART 1- GENERAL 1.01 SUMMARY A. Section Includes: 1. Custom fabricated metal items and certain manufactured units not otherwise indicated to be supplied under work of other Specification Sections. 2. Design of all temporary bracing not indicated on Drawings. B. Related Specification Sections include but are not necessarily limited to: 1. Division 1 - General Requirements. 2. Section 03 30 00 - Concrete. 3. Section 04 22 00 - Concrete Masonry. 4. Section 05 12 00 - Structural Steel. 5. Section 05 51 19 — Metal Stairs. 6. Division 09 - Finishes. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. Aluminum Association (AA): a. ADM -1, Aluminum Design Manual. b. 45, Designation System for Aluminum Finishes. 2. American Association of State Highway and Transportation Officials (AASHTO): a. Standard Specification for Highway Bridges. 3. American Institute of Steel Construction (AISC): a. Manual of Steel Construction - Allowable Stress Design (ASD). b. 360, Specifications for Structural Steel Buildings (referred to herein as AISC Specification). City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 50 00.01 - 1 hpla I ONE COMPANY Many Solutions* 4. American National Standards Institute (ANSI): a. A14.3, Ladders - Fixed - Safety Requirements. 5. ASTM International (ASTM): a. A6, Standard Specification for General Requirements for Rolled Structural Steel Bars, Plates, Shapes, and Sheet Piling. b. A36, Standard Specification for Carbon Structural Steel. c. A47, Standard Specification for Ferritic Malleable Iron Castings. d. A48, Standard Specification for Gray Iron Castings. e. A53, Standard Specification for Pipe, Steel, Black and Hot - Dipped, Zinc -Coated, Welded and Seamless. f. A108, Standard Specification for Steel Bars, Carbon and Alloy, Cold Finished. g. A123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. h. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. i. A197, Standard Specification for Cupola Malleable Iron. j. A269, Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service. k. A276, Standard Specification for Stainless Steel Bars and Shapes. 1. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. m. A312, Standard Specification for Seamless, Welded, and Heavily Cold Worked Austenitic Stainless Steel Pipes. n. A325, Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. o. A1064, Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement. p. A500, Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. q. A501, Standard Specification for Hot -Formed Welded and Seamless Carbon Steel Structural Tubing. r. A536, Standard Specification for Ductile Iron Castings. s. A554, Standard Specification for Welded Stainless Steel Mechanical Tubing. t. A572, Standard Specification for High -Strength Low -Alloy Columbium -Vanadium Structural Steel. u. A666, Standard Specification for Annealed or Cold -Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 50 00.01 - 2 ONE COMPANY I-DaMany Solutions.* • • v. A668, Standard Specification for Steel Forgings, Carbon and Alloy, for General Industrial Use. w. A780, Standard Practice for Repair of Damaged and Uncoated Areas of Hot -Dip Galvanized Coatings. x. A786, Standard Specification for Hot -Rolled Carbon, Low - .Alloy, High -Strength Low -Alloy, and Alloy Steel Floor Plates. y. A992, Standard Specification for Steel for Structural Shapes. z. B26, Standard Specification for Aluminum -Alloy Sand Castings. aa. B209, Standard Specification for Aluminum and Aluminum - Alloy Sheet and Plate. bb. B221, Standard Specification for Aluminum and Aluminum - Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. cc. B308, Standard Specification for Aluminum -Alloy 6061-T6 Standard Structural Profiles. dd. B429, Standard Specification for Aluminum -Alloy Extruded Structural Pipe and Tube. ee. B632, Standard Specification for Aluminum -Alloy Rolled Tread Plate. ff. F467, Standard Specification for Nonferrous Nuts for General Use. gg. F468, Standard Specification for Nonferrous Bolts, Hex Cap Screws, and Studs for General Use. hh. F593, Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. ii. F594, Standard Specification for Stainless Steel Nuts. 6. American Welding Society (AWS): a. A5.1, Standard Specification for Carbon Steel Electrodes for Shielded Metal Arc Welding. b. D1.1, Structural Welding Code Steel. c. D1.2, Structural Welding Code Aluminum. d. D1.6, Structural Welding Code Stainless Steel. 7. National Association of Architectural Metal Manufacturers (NAAMM): a. AMP 510, Metal Stairs Manual. b. MBG 531, Metal Bar Grating Manual. c. AMP -555, Code of Standard Practice for the Architectural Industry. 8. Occupational Safety and Health Administration (OSHA): City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 50 00.01 - 3 FDa IONE COMPANY Many Solutions* a. 29 CFR 1910, Occupational Safety and Health Standards, referred to herein as OSHA Standards. 9. Research Council on Structural Connections: a. Specification for Structural Joints Using ASTM A325 or ASTM 490 Bolts, referred to herein as Specification for Structural Joints. 10. Building code: a. Florida State Building Code and associated Standards, 2010 Edition including all amendments, referred to herein as Building Code. B. Qualifications: 1. Qualify welding procedures and welding operators in accordance with AWS. 2. Fabricator shall have minimum of 10 years experience in fabrication of metal items specified. 3. Engineer for contractor -designed systems and components: Professional engineer licensed in the State of Florida. 1.03 DEFINITIONS A. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. B. Hardware: As defined in ASTM A153. C. Galvanizing: Hot -dip galvanizing per ASTM A123 or ASTM A153 with minimum coating of 2.0 OZ of zinc per square foot of metal (average of specimens) unless noted otherwise or dictated by standard. 1.04 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Fabrication and/or layout drawings and details: a. Submit drawings for all fabrications and assemblies. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 50 00.01 - 4 HRI ONE COMPANY Many Solutions® • i. Include erection drawings, plans, sections, details and connection details. b. Identify materials of construction, shop coatings and third party accessories. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Provide manufacturer's standard allowable load tables for the following: i. Grating and checkered plate. ii. Expansion anchor bolts. iii. Adhesive anchor bolts. iv. Concrete screw anchors. v. Undercut anchor bolts. vi. Castings, trench covers and accessories. 4. Contractor designed systems and components, including but not limited to, stairs, landings and ladders: a. Certification that manufactured units meet all design loads specified. b. Shop Drawings and engineering design calculations: i. Indicate design live loads. ii. Sealed by a professional engineer. iii. Engineer will review for general compliance with Contract Documents. B. Miscellaneous Submittals: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Certification of welders and welding processes. a. Indicate compliance with AWS. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver and handle fabrications to avoid damage. B. Store above ground on skids or other supports to keep items free of dirt and other foreign debris and to protect against corrosion. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 50 00.01 - 5 ONE COMPANY I'M I Many Solutions* PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Abrasive stair nosings (embedded in concrete stairs): a. American Safety Tread. b. Balco. 2. Headed studs and deformed bar anchors: a. Nelson Stud Welding Div., TRW Inc. b. Stud Welding Products, Inc. 3. Expansion anchor bolts: a. See Contract Drawings for information. 4. Adhesive anchor bolts: a. See Contract Drawings for information. 5. Concrete screw anchors: a. See Contract Drawings for information. 6. Undercut anchor bolts: a. See Contract Drawings for information. 7. Castings, trench covers and accessories: a. Neenah Foundry Co. b. Deeter Foundry Co. c. Barry Craft Construction Casting Co. d. McKinley Iron Works. 8. Steel ladders: a. Any manufacturer capable of meeting the requirements of this Specification Section. 9. Galvanizing repair paint: a. ZRC Products. 10. Metal (Modular) framing system: City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 50 00.01 - 6 FDAI ONE COMPANY Many Solutions. e a. Unistrut Building Systems. b. B -Line Systems. c. Kindorf. d. Metal Products Div., USG Industries, Inc. e. Mono -Systems, Inc. 11. Ladder safety extension post: a. Bilco. B. Submit request for substitution in accordance with Division 01. 2.02 MATERIALS A. Steel: 1. Structural: a. W -shapes and WT -shapes: ASTM A992, Grade 50. b. All other plates and rolled sections: ASTM A36. 2. Pipe: ASTM A53, Types E or S, Grade B or ASTM A501. 3. Structural tubing: a. ASTM A500, Grade B (46 ksi minimum yield). 4. Bolts, nuts and washers, high strength: a. ASTM A325. b. Galvanized, ASTM A153.where noted on Drawings. c. Provide two (2) washers with all bolts. 5. Bolts and nuts: a. ASTM A307, Grade A. b. Galvanized, ASTM A153.where noted on Drawings. 6. Welding electrodes: AWS D1.1, E70 Series. 7. Steel forgings: ASTM A668. B. Iron: 1. Ductile iron: ASTM A536. 2. Gray cast iron: ASTM A48 (minimum 30,000 psi tensile strength). 3. Malleable iron: ASTM A47, ASTM A197. C. Stainless Steel: City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 055000.01-7 IDAONE COMPANY I Many Solutions* 1. Minimum yield strength of 30,000 psi and minimum tensile strength of 75,000 psi. a. Bars, shapes: ASTM A276, Type 304 or 316. b. Tubing and pipe: ASTM A269, ASTM A312 or ASTM A554, Type 304 or 316. c. Strip, plate and flat bars: ASTM A666, Type 304 or 316, Grade A. d. Bolts and nuts: ASTM F593, Type 303, 304 or 316. 2. Minimum yield strength of 25,000 psi and minimum tensile strength of 70,000 psi. a. Strip, plate and flat bar for welded connections, ASTM A666, Type 304L or 316L. 3. Welding electrodes: In accordance with AWS for metal alloy being welded. D. Aluminum: 1. Alloy 6061-T6, 32,000 psi tensile yield strength minimum. a. ASTM B221 and ASTM B308 for shapes including beams, channels, angles, tees and zees. b. Weir plates, baffles and deflector plates, ASTM B209. 2. Alloy 6063-T5 or T6, 15,000 psi tensile yield strength minimum. a. ASTM B221 and ASTM B429 for bars, rods, wires, pipes and tubes. 3. ASTM B26 for castings. 4. ASTM F468, alloy 2024 T4 for bolts. 5. ASTM F467, alloy 2024 T4 for nuts. 6. Electrodes for welding aluminum: AWS D1.2, filler alloy 4043 or 5356. E. Washers: Same material and alloy as found in accompanying bolts and nuts. F. Embedded Anchor Bolts: 1. Type 304 stainless steel with matching nut and washer, unless otherwise noted. G. Post Installed Anchors (includes adhesive, screw, expansion and undercut types): 1. Stainless steel, Type 304 or 316. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents 05 50 00.01 - 8 April 2013 I ONECOMPANY I•i8i Many Solutions' • a. Unless otherwise noted, provide type as required for service as listed for Embedded Anchor Bolts. 2. Provide minimum edge distance cover and spacing as recommended by manufacturer, or as indicated on Drawings whichever is larger. a. Minimum embedment as recommended by manufacturer or eight (8) diameters of bolt, whichever is larger. b. Notify Engineer if required depth of embedment cannot be achieved at a particular anchor bolt location. c. Follow manufacturer's recommendations for installation and torque. 3. See Contract Drawings for approved products and additional requirements. H. Headed Studs: ASTM A108 with a minimum yield strength of 50,000 psi and a minimum tensile strength of 60,000 psi. I. Deformed Bar Anchors: ASTM A1064 with a minimum yield strength of 70,000 psi and a minimum tensile strength of 80,000 psi. J. Iron and Steel Hardware: Galvanized in accordance with ASTM A153 when required to be galvanized. K. Galvanizing Repair Paint: 1. High zinc dust content paint for regalvanizing welds and abrasions. 2. Dried film shall contain not less than 93 percent zinc dust by weight. 3. Similar to ZRC by ZRC Products. 4. VOC: 0 LBS per GAL. L. Dissimilar Materials Protection: See Specification Section 09 91 00. M. Material Reuse: A minimum of 10 percent (by dollar value) of materials and products for the project must be salvaged, refurbished, reused, or recycled. Contractor shall track and provide documentation. N. Regional Materials: Contractor shall document materials to indicate that a minimum of 20 percent (by dollar value) of materials and products for the project are [extracted, harvested, or recovered, as well as] manufactured, regionally within a 500 mile radius of the project site. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 055000.01-9 ONE COMPANY }. I Many Solutions*, 2.03 MANUFACTURED UNITS A. General: 1. Supply items required to complete construction and installation. 2. Minimum Workmanship Standards (unless noted otherwise): Class I (Architectural) per NAAMM AMP -555, Code of Standard Practice for the Architectural Industry. B. Steel Ladders: 1. Material: a. Steel: ASTM A36, ASTM A53, or ASTM A500. 2. Rails: a. Maximum 1-1/2 x 1-1/2 IN square tubing with minimum thickness of 0.125 IN or 1-1/2 IN nominal diameter schedule 40 pipe. b. Spacing: Nominal 18 IN from centerline of rails except at top. i. Minimum clear distance between rails to be 16 IN. c. Brackets for wall supported units: Provide 3/8 x 2-1/2 IN x length required angle brackets welded to side rails with punched holes for 3/4 IN bolts. i. Maximum spacing: 6 FT OC. d. For floor supported units provide 3/8 x 2-1/2 x 4 IN rectangular bracket or 3/8 x 6 x 6 IN square plate welded to rails with punched holes for 3/4 IN bolts. i. Provide wall brackets on floor supported units if vertical run is over 4 FT. 3. Rungs: a. Minimum 1 IN DIA or 1 IN square extruded, with integral serrated non -slip finish on all sides. b. Shop or field -applied grit tape and cap type non -slip finish is not acceptable. 4. Minimum distance from centerline of rung to wall or any obstruction: 7 IN. 5. Rung spacing: a. Uniform, 12 IN. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 055000.01-10 11FM.I ONE COMPANY Many Solutions° • b. Top rung shall be level with landing or platform. c. Spacing of bottom rung from grade or platform may vary but shall not exceed 14 IN. 6. Deflector plate: a. For steel ladders: Minimum .0625 IN steel plate, ASTM A6. b. Profile as shown on Drawings. c. Fabricate to shapes and sizes required to meet OSHA Standards. 7. As a minimum, design ladder in accordance with OSHA Standards, ANSI A14.3, and applicable Building Codes. a. Ladders shall be designed to support a minimum concentrated live load of 250 LBS. b. Maximum allowable stresses per AISC Specification and AA Specification. c. Maximum lateral deflection: Side rail span/240 when lateral load of 100 LBS is applied at any location. 8. Construction: a. Fully welded type. b. All welds to be full penetration welds, where applicable. c. All ladders of a particular material shall have consistent construction and material shapes and sizes unless detailed otherwise on the Drawings. d. Provide cap at top and bottom of side rails. e. Rungs shall not extend beyond the outside face of the siderail. f. The side rails of through ladder extension shall extend 42 IN above the top rung or landing and shall flare out on each side to provide a clearance of 24 IN centerline to centerline of rails. 9. Finish: a. Steel: Galvanized after fabrication. 10. Ladder safety extension post: a. Telescoping tubular galvanized steel section that automatically locks into place when fully extended. b. Non-ferrous corrosion -resistant spring and hardware. c. Factory assembled with all hardware necessary for mounting to ladder. d. Similar to "LadderUp" safety post by Bilco. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 055000.01-11 i-ii;1 I ONE COMPANY Many Solutions, 11. Self-closing guardrail gates: a. Constructed of same material and sizes as the guardrail system. b. Meet or exceed OSHA 1910 requirements. c. Width of gates as shown on Drawings. d. Hinges: i. Size as recommended by hinge manufacturer. ii. Rated for Heavy Duty usage. iii. Minimum thickness: 0.32 IN. iv. Bolted or welded to gate and ladder jamb post. v. Full surface type. vi. Permanently lubricated ball bearing. e. Stop plate: i. Provide stop plate at center point of the gate vertical jamb. ii. Same material as guardrail system. iii. Provide 0.125 IN thick EPDM silencer pad adhesive applied to stop plate. iv. Stop plate minimum thickness 0.25 IN. v. Bolted or welded to gate vertical post. vi. Sized to extend from centerline of gate vertical post to centerline of jamb vertical post. A. Aluminum (Anodized) Ladders: 1. Material: a. Aluminum. 2. Rails: a. Maximum 3 x 2 IN heavy-duty rectangular tubing or channel, with minimum thickness of 0.125 IN or 1-1/2 IN nominal diameter schedule 80 pipe. b. Spacing: Nominal 18 IN from centerline of rails except at top. 1) Minimum clear distance between rails to be 16 IN. c. Brackets for wall supported units: Provide 3/8 x 2-1/2 IN x length required angle brackets welded to side rails with punched holes for 3/4 IN bolts. 1) Maximum spacing: 4 FT OC. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 50 00.01 - 12 ONE COMPANY Many Solutions* • d. For floor supported units provide 3/8 x 2-1/2 x 4 IN rectangular bracket or 3/8 x 6 x 6 IN square plate welded to rails with punched holes for 3/4 IN bolts. 1) Provide wall brackets on floor supported units if vertical run is over 4 FT. 3. Rungs: a. Minimum 1 IN DIA or 1 IN square extruded, with integral serrated non- slip finish on all sides. b. Shop or field -applied grit tape and cap type non -slip finish is not acceptable. 4. Minimum distance from centerline of rung to wall or any obstruction: 7 IN. 5. Rung spacing: a. Uniform, 12 IN. b. Top rung shall be level with landing or platform. c. Spacing of bottom rung from grade or platform may vary but shall not exceed 14 IN. 6. As a minimum, design ladder in accordance with OSHA Standards, ANSI A14.3, and applicable Building Codes. a. Ladders shall be designed to support a minimum concentrated live load of 200 LBS. b. Maximum allowable stresses per AISC Specification and AA Specification. c. Maximum lateral deflection: Side rail span/240 when lateral load of 100 LBS is applied at any location. 7. Construction: a. Fully welded type. b. All welds to be full penetration welds, where applicable. c. All ladders of a particular material shall have consistent construction and material shapes and sizes unless detailed otherwise on the Drawings. d. Provide cap at top and bottom of side rails. e. Rungs shall not extend beyond the outside face of the siderail. f. The side rails of through ladder extension shall extend 42 IN above the top rung or landing and shall flare out on each side to provide a clearance of 24 IN centerline to centerline of rails. 8. Finish: a. Aluminum: Anodized. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 50 00.01 - 13 ONE COMPANY Many Sotsctions• 1) Color: AA-M10C22A41 clear. C. Aluminum Ladders (Mill): 1. Material: a. Aluminum. 2. Rails: a. Maximum 3 x 2 IN heavy-duty rectangular tubing or channel, with minimum thickness of 0.125 IN or 1-1/2 IN nominal diameter schedule 80 pipe. b. Spacing: Nominal 18 IN from centerline of rails except at top. i. Minimum clear distance between rails to be 16 IN. c. Brackets for wall supported units: Provide 3/8 x 2-1/2 IN x length required angle brackets welded to side rails with punched holes for 3/4 IN bolts. i. Maximum spacing: 4 FT OC. d. For floor supported units provide 3/8 x 2-1/2 x 4 IN rectangular bracket or 3/8 x 6 x 6 IN square plate welded to rails with punched holes for 3/4 IN bolts. i. Provide wall brackets on floor supported units if vertical run is over 4 FT. 3. Rungs: a. Minimum 1 IN DIA or 1 IN square extruded, with integral serrated non -slip finish on all sides. b. Shop or field -applied grit tape and cap type non -slip finish is not acceptable. 4. Minimum distance from centerline of rung to wall or any obstruction: 7 IN. 5. Rung spacing: a. Uniform, 12 IN. b. Top rung shall be level with landing or platform. c. Spacing of bottom rung from grade or platform may vary but shall not exceed 14 IN. 6. As a minimum, design ladder in accordance with OSHA Standards, ANSI A14.3, and applicable Building Codes. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 055000.01-14 FURI ONE COMPANY Many Solutaonsm • • a. Ladders shall be designed to support a minimum concentrated live load of 200 LBS. b. Maximum allowable stresses per AISC Specification and AA Specification. c. Maximum lateral deflection: Side rail span/240 when lateral load of 100 LBS is applied at any location. 7. Construction: a. Fully welded type. b. All welds to be full penetration welds, where applicable. c. All ladders of a particular material shall have consistent construction and material shapes and sizes unless detailed otherwise on the Drawings. d. Provide cap at top and bottom of side rails. e. Rungs shall not extend beyond the outside face of the siderail. f. The side rails of through ladder extension shall extend 42 IN above the top rung or landing and shall flare out on each side to provide a clearance of 24 IN centerline to centerline of rails. 8. Finish: a. Aluminum: Mill. D. Bollards: 1. 8 IN DIA extra strong steel pipe, ASTM A53. a. Galvanized 2. See Division 9 specifications for painting requirements. 3. Minimum 48 IN projection above ground. 4. Minimum 48 IN embedment in concrete. E. Abrasive Stair Nosings: 1. Two (2) component consisting of an embedded subchannel, installed with the concrete pour, and an abrasive tread plate to be installed later. 2. 6063-T5 extruded aluminum, mill finished and heat treated. 3. Complete with concrete anchors and tread plate securing screws. 4. Units: 4 IN less in length than stair width unless noted otherwise. 5. Tread plate: Extruded aluminum with solid epoxy abrasive filler. 6. Similar to Balco "DXH-330." F. Metal Stairs: City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 055000.01-15 falI ONE COMPANY Many Solu:ionso 1. Fabricated as indicated. 2. Treads: Grating or Checkered plate as specified or scheduled. a. Provide integral corrugated non -slip nosing. 3. Risers: a. Grating treads: Solid plate attached to trailing edge of tread as shown on Drawings. b. Checkered plate treads: Solid checkered plate riser integral with tread. 4. Landings: a. Grating or Checkered plate as specified or scheduled. b. Provide integral corrugated non -slip nosing at edge acting as stair tread/nosing. c. Nosing at concrete landing: i. Abrasive stair nosing. 5. Fabricate and design stair, platforms and landings, and all connections to support a 100 psf uniform live load or a concentrated load of 1000 LBS, whichever requires the stronger component. a. Stair and landings shall not be supported from precast concrete elements. b. Provide necessary stand alone structures, unless otherwise specified and detailed. c. Concrete footings shall comply with all code requirements, including soil penetration against frost heave. 6. Design, fabricate, and install in compliance with NAAMM AMP 510 and applicable codes. 7. Handrails and guardrails: Refer to Specification Section 05 51 19. 8. Material: a. Steel: ASTM A36, galvanized after fabrication. G. Steel Checkered Plate: 1. Conform to ASTM A786. a. Diamond pattern: No. 3 (large) or No. 4 (medium). b. Used one (1) pattern throughout Project. c. Material: 36 ksi minimum yield strength. 2. Design live load: City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 50 00.01 - 16 • ONE COMPANY Many Solutions., a. 100 psf uniform load. b. 300 LBS concentrated load on 4 IN square area. c. All components to be adequate for the uniform load or the concentrated load, whichever requires the stronger component. d. Maximum deflection: 1/300 of span under a superimposed live load of 50 psf. 3. Reinforce as necessary with steel angles. 4. Plate sections: a. Maximum 3 FT wide. b. Minimum 1/4 IN thick. c. Maximum 100 LBS per section if required to be removable. 5. Provide joints at center of all openings unless shown otherwise. a. Reinforce joints and openings with additional angles to provide required load carrying capacity. 6. Unless shown otherwise, frame for openings with steel checkered plate cover: a. Steel support angles: i. 3 x 2 x 1/4 IN minimum size with long leg vertical. ii. 5/8 IN DIA adhesive anchor bolts spaced at maximum of 24 IN OC along each side with not less than two (2) anchor bolts per side. b. Steel concrete insert seats: i. 2 x 2 x 1/4 IN minimum size. ii. Auto -welded studs or strap anchors, ASTM A108 at 18 IN OC with not less than two (2) studs or anchors per side. c. Drill and tap frame to receive 3/8 IN DIA steel cap screws at not more than 24 IN OC with not less than two (2) screws per side. 7. Provide galvanized checkered plate and edge supports. H. Steel Grating: 1. NAAMM MBG 531. a. Minimum depth: 1 IN. b. Minimum rectangular bearing bar size: City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 50 00.01 - 17 I ONE COMPANY Many Solutions. i. 1/8 IN. ii. Maximum 1-3/16 IN OC spacing. 2. Design live load: a. As shown on drawings. b. Where uniform loading is not indicated on drawings, 100 PSF Live Load minimum c. Where concentrated loading is not indicated on drawings, 300 LBS concentrated load on 4 IN square area. d. All components to be adequate for the uniform load or the concentrated load, whichever requires the stronger component. e. Maximum deflection: 1/300 of span under a superimposed live load of 50 psf. 3. Cross bars: a. Welded, swagged or pressure locked to bearing bars. b. Maximum 4 IN/OC spacing. 4. Top edges of bars: Grooved or serrated. 5. Removable grating sections: Not wider than 3 FT. 6. Finish: a. Galvanized. b. Clips and bolts: Galvanized. c. Seat angles: Galvanized steel. 7. Ends and perimeter edges: Banded. 8. Openings through grating: Reinforced to provide required load carrying capacity and banded with 4 IN high toe plate. 9. Provide joints at openings between individual grating sections. 10. I. Heavy -Duty Castings, Trench Covers, and Accessories: 1. Prefabricated, cast iron ASTM A48 or ductile iron ASTM A536 or cast aluminum ASTM B26. 2. Design load: AASHTO HS -20 wheel loading for indicated span. 3. Machine horizontal mating surfaces. J. Access Cover: 1. Tank type manhole frame and solid lid: ASTM A48 or ASTM A536, cast iron. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 50 00.01 - 18 FDA1 ONE COMPANY Many Solutions• • • 2. Unless shown otherwise, design of cover shall be such that top of frame extends several inches above slab to prevent surface water from entering tank. 3. Equip lid with four (4) stainless steel screws to secure lid to frame. K. Loose Lintels: 1. Steel, ASTM A36 or ASTM A572 Grade 50, sizes as indicated on Drawings. 2. Hot -dip galvanized per ASTM A123. L. Hose Rack: 1. Fabricate in accordance with details indicated on the Drawings. a. Grind smooth all welds after fabrication. 2. Provide U -bolt mounting to fit size of member being mounted to. 3. Provide stainless steel fasteners, anchor bolts and U -bolts. 4. For aluminum units provide dissimilar materials protection on all surfaces where unit comes into contact with concrete, masonry or dissimilar metals. 5. Material: Mill finish aluminum. M. Miscellaneous Equipment Supports: 1. ASTM -A36 steel, Sizes and configurations as indicated. 2. Examples of items included: b. Supports for Coiling Doors. c. Other miscellaneous support items as indicated. 3. Items to be HDG (galvanized): d. Items to be permanently exposed to weather, high -humidity, or wet conditions. e. Items set into exterior walls. 4. Shop Prime interior items (in non -wet areas). 2.04 FABRICATION A. Verify field conditions and dimensions prior to fabrication. B. Form materials to shapes indicated with straight lines, true angles, and smooth curves. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 055000.01-19 FD:A.I ONE COMPANY Many Solutions. 1. Grind smooth all rough welds and sharp edges. a. Round all corners to approximately 1/32 - 1/16 IN nominal radius. C. Provide drilled or punched holes with smooth edges. 1. Punch or drill for field connections and for attachment of work by other trades. D. Weld Permanent Shop Connections: 1. Welds to be continuous fillet type unless indicated otherwise. 2. Full penetration butt weld at bends in stair stringers and ladder side rails. 3. Weld structural steel in accordance with AWS D1.1 using Series E70 electrodes conforming to AWS A5.1. 4. Weld aluminum in accordance with AWS D1.2. 5. Weld stainless steel in accordance with AWS D1.6. 6. All headed studs to be welded using automatically timed stud welding equipment. 7. Grind smooth welds that will be exposed. E. Conceal fastenings where practicable. F. Fabricate work in shop in as large assemblies as is practicable. G. Tolerances: 1. Rolling: a. ASTM A6. b. When material received from the mill does not satisfy ASTM A6 tolerances for camber, profile, flatness, or sweep, the Contractor is permitted to perform corrective work by the use of controlled heating and mechanical straightening, subject to the limitations of the AISC Specifications. 2. Fabrication tolerance: a. Member length: i. Both ends finished for contact bearing: 1/32 IN. ii. Framed members: I. 30 FT or less: 1/16 IN. II Over 30 FT: 1/8 IN. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 50 00.01 - 20 HRONE COMPANY . Many Solutions* • • b. Member straightness: i. Compression members: 1/1000 of axial length between points laterally supported. ii. Non -compression members: ASTM A6 tolerance for wide flange shapes. c. Specified member camber (except compression members): i. 50 FT or less: Minus 0/plus 1/2 IN. ii. Over 50 FT: Minus 0/plus 1/2 IN (plus 1/8 IN per 10 FT over 50 FT). iii. Members received from mill with 75 percent of specified camber require no further cambering. iv. Beams/trusses without specified camber shall be fabricated so after erection, camber is upward. v. Camber shall be measured in fabrication shop in unstressed condition. d. At bolted splices, depth deviation shall be taken up by filler plates. i. At welded joints, adjust weld profile to conform to variation in depth. ii. Slope weld surface per AWS requirements. e. Finished members shall be free from twists, bends and open joints. i. Sharp kinks, bends and deviation from above tolerances are cause for rejection of material. H. Fabricate grating, checkered plate, stairs, ladders and accessories using galvanized steel unless shown otherwise on Drawings. 1. Finish: a. Aluminum: Mill finished unless scheduled or otherwise specified or, if approved by Engineer, finished in manufacturer's standard. b. Coat surfaces in contact with dissimilar materials. i. See Specification Section 09 91 00. 2. See Specification Section 09 91 00 for preparation and painting of ferrous metals and other surfaces. I. Maximum tolerance for difference in depth between checkered plate or grating depth and seat or support angle depth: 1/8 IN. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents 05 50 00.01 - 21 April 2013 }DalMany Solutions• ONE COMPANY J. Distance between edge of grating or checkered plate and face of embedded seat angle or face of wall or other structural member shall be 1/4 IN. 1. Tolerance per NAAMM MBG 531. 2.05 SOURCE QUALITY CONTROL A. Surface Preparation: 1. Refer to Division 09 - Painting. B. Shop Applied Paint Coating Application: 1. Refer to Division 09 - Painting. C. Meet structural requirements of Specification Section 05 12 00 or Section 05 13 00 for inspection and testing items of structural nature as well as erection tolerances. PART 3 - EXECUTION 3.01 PREPARATION • A. Provide items to be built into other construction in time to allow their installation. • 1. If such items are not provided in time for installation, cut in and install. B. Prior to installation, inspect and verify condition of substrate. 1. Installation of product constitutes installer's acceptance of substrate condition for product compatibility. C. Correct surface defects or conditions which may interfere with or prevent a satisfactory installation. 1. Field welding aluminum is not permitted unless approved in writing by Engineer. 3.02 INSTALLATION A. Set metal work level, true to line, plumb. 1. Shim and grout as necessary. B. Bolt Field Connections: Where practicable, conceal fastenings. C. Grind welds smooth where field welding is required. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents 05 50 00.01 - 22 April 2013 IDAONE COMPANY I Many Solutions* • • D. Field cutting grating or checkered plate to correct fabrication errors is not acceptable. 1. Replace entire section. E. Remove all burrs and radius all sharp edges and corners of miscellaneous plates, angles, framing system elements, etc. F. Unless noted or specified otherwise: 1. Connect steel members to steel members with 3/4 IN DIA ASTM A325 high strength bolts. 2. Connect aluminum to aluminum with 3/4 IN DIA aluminum bolts. 3. Connect aluminum to structural steel using 3/4 IN DIA stainless steel bolts. a. Provide dissimilar metals protection. 4. Connect aluminum and steel members to concrete and masonry using stainless steel expansion anchor bolts or adhesive anchor bolts unless shown otherwise. a. Provide dissimilar materials protection. 5. Provide washers for all bolted connections. 6. Where exposed, bolts shall extend a maximum of 3/4 IN and a minimum of 1/2 IN above the top nut. a. If bolts are cut off to required maximum height, threads must be dressed to allow nuts to be removed without damage to the bolt or the nuts. G. Install and tighten ASTM A325 high-strength bolts in accordance with the AISC Manual of Steel Construction - Allowable Stress Design (ASD). 1. Provide hardened washers for all ASTM A325 bolts. a. Provide the hardened washer under the element (nut or bolt head) turned in tightening. H. After bolts are tightened, upset threads of ASTM A307 unfinished bolts or anchor bolts to prevent nuts from backing off. I. Secure metal to wood with lag screws of adequate size with appropriate washers. 1. Use stainless steel screws whenever treated wood is present. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 50 00.01 - 23 ONE COMPANY Many Solutions® J. Do not field splice fabricated items unless said items exceed standard shipping length or change of direction requires splicing. 1. Provide full penetration welded splices where continuity is required. K. Provide each fabricated item complete with attachment devices as indicated or required to install. L. Anchor such that work will not be distorted nor fasteners overstressed from expansion and contraction. M. Set beam and column base plates accurately on nonshrink grout as indicated on Drawings. 1. See Division 3 Specification Sections for non -shrink grout. 2. Set and anchor each base plate to proper line and elevation. a. Use metal wedges, shims, or setting nuts for leveling and plumbing columns and beams. i. Wedges, shims and setting nuts to be of same metal as base plate they support. ii. Tighten nuts on anchor bolts. b. Fill space between bearing surface and bottom of base plate with nonshrink grout. i. Fill space until voids are completely filled and base plates are fully bedded on wedges, shims, and grout. c. Do not remove wedges or shims. i. Where they protrude, cut off flush with edge of base plate. d. Fill sleeves around anchor bolts solid with non -shrink grout. N. Tie anchor bolts in position to embedded reinforcing steel using wire. 1. Tack welding prohibited. a. Coat bolt threads and nuts with heavy coat of clean grease. 2. Anchor bolt location tolerance: a. 1/16 IN. b. Provide steel templates for all column anchor bolts. 0. Install bollards in concrete as detailed. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 50 00.01 - 24 FMIONE COMPANY Many Sointians• 1. Fill pipe with concrete and round off at top. P. Provide abrasive stair nosings in each tread and landing of all concrete stairs and at each concrete stair landing having metal stair structure attaching to the concrete landing. Q. 1. Center stair nosings in stair width. 2. Coordinate nosings with railing vertical posts. a. Maintain 2 IN clear between end of nosing and edge of railing base plate. Accurately locate and place frames for openings before casting into floor slab so top of plate is flush with surface of finished floor. 1. Keep screw holes clean and ready to receive screws. R. Attach grating to end and intermediate supports with grating saddle clips and bolts. 1. Maximum spacing: 2 FT OC with minimum of two (2) per side. 2. Attach individual units of aluminum grating together with clips at 2 FT OC maximum with a minimum of two (2) clips per side. S. Coat aluminum surfaces in contact with dissimilar materials in accordance with Specification Section 09 91 00. T. Repair damaged galvanized surfaces in accordance with ASTM A780. 1. Prepare damaged surfaces by abrasive blasting or power sanding. 2. Apply galvanizing repair paint to minimum 6 mils DFT in accordance with manufacturer's instructions. U. Anchor ladder to concrete or masonry structure with minimum 5/8 IN stainless steel expansion anchor bolts with minimum 6 IN embedment. 1. When anchoring into masonry, fill masonry cores with grout at anchor locations and each masonry core within 8 IN of anchor. V. Install deflector plate at bottom of overhead hatched opening as indicated on Drawings. 1. Install in accordance with applicable OSHA standards. W. Install ladder safety extension post in accordance with manufacturer's instructions. 1. Mount device opposite the climbing side. City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 50 00.01 - 25 halI ONE COMPANY Many Solutions* 2. Provide ladder safety extension device for all ladders located at access hatches and roof scuttles. X. Construct ladder gates of same materials and sizes as the ladder to which it is attached. 1. Install gate plumb and level, centered in the opening with the top of the gate matching the top of the ladder or guardrail system. 2. Adjust hinges on gate to a maximum resistance of 5 LBS opening force. Ensure hinges have enough spring tension to completely self close. 3. Attach gate hinge to the platform side ladder side rail and the gate; attach stop plate to opposing gate vertical jamb so stop plate will close against the ladder side rail. 3.03 CLEANING A. After erection, installation or application, clean all miscellaneous metal fabrication surfaces of all dirt, weld slag and other foreign matter. B. Provide surface acceptable to receive field applied paint coatings specified in Division 09 - Finishes. • END OF SECTION • City of Clearwater WTP No. 2 — Contract 4:RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 05 50 00.01 - 26 liDaI ONE COMPANY Many Solutions. • • SECTION 05 51 19 METAL STAIRS PART 1— GENERAL 1.01 SUMMARY A. This Section includes the following: 1. Steel stairs with concrete -filled treads. 2. Handrails and railings attached to metal stairs. 3. Handrails attached to walls adjacent to metal stairs. 1.02 RELATED WORK A. CAST -IN-PLACE CONCRETE: Section 03 30 00 (Concrete fill for stair treads and platforms). 1.03 PERFORMANCE REQUIREMENTS A. Structural Performance: Provide metal stairs capable of withstanding the following structural loads without exceeding the allowable design working stress of the materials involved, including anchors and connections. Apply each load to produce the maximum stress in each component of metal stairs. 1. Treads and Platforms of Metal Stairs: Capable of withstanding a uniform load of 100 lbf/sq. ft. or a concentrated load of 300 lbf on an area of 4 sq. in., whichever produces the greater stress. 2. Stair Framing: Capable of withstanding stresses resulting from loads specified above as well as stresses resulting from railing system loads. 3. Limit deflection of treads, platforms, and framing members to L/360 or 1/4 inch, whichever is less. B. Structural Performance of Handrails and Railings: Provide handrails and railings capable of withstanding the following structural loads without exceeding the allowable design working stress of materials for handrails, railings, anchors, and connections: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 055119-1 URS 1. Top Rails of Guards: Capable of withstanding the following loads applied as indicated: a. Concentrated load of 200 lbf applied at any point and in any direction. b. Uniform load of 50 lbf/ft. applied horizontally and concurrently with uniform load of 100 lbf/ft. applied vertically downward. c. Concentrated and uniform loads above need not be assumed to act concurrently. 2. Handrails Not Serving as Top Rails: Capable of withstanding the following loads applied as indicated: a. Concentrated load of 200 lbf applied at any point and in any direction. b. Uniform load of 50 lbf/ft. applied in any direction. c. Concentrated and uniform loads above need not be assumed to act concurrently. 3. Infill Area of Guardrail Systems: Capable of withstanding a horizontal concentrated load of 200 lbf applied to 1 sq. ft. at any point in system, including panels, intermediate rails, balusters, or other elements composing infill area. a. Load above need not be assumed to act concurrently with loads on top rails in determining stress on guard. 1.04 SUBMITTALS A. Product Data: For metal stairs and paint products. B. Shop Drawings: Show fabrication and installation of metal stairs. Include plans, elevations, sections, and details of metal stairs and their connections. Show anchorage and accessory items. Provide templates for anchors and bolts specified for installation under other Sections. 1. For installed steel stairs indicated to comply with design loads, include structural analysis data sealed and signed by the qualified professional engineer responsible for their preparation. C. Welder Certificates: Copies of certificates for welding procedures and personnel. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 05 51 19 - 2 URS D. Qualification Data: For firms and persons specified in "Quality Assurance" Article to • demonstrate their capabilities and experience. Include a list of completed projects with project names, addresses, names of architects and owners, and other information specified. 1.05 QUALITY ASSURANCE A. Installer Qualifications: Arrange for metal stairs specified in this Section to be fabricated and installed by the same firm. B. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of metal stairs (including handrails and railing systems) that are similar to those indicated for this Project in material, design, and extent. C. Welding Standards: Qualify procedures and personnel according to AWS D1.1 "Structural Welding Code --Steel" and AWS D1.3 "Structural Welding Code --Sheet Steel." 1.06 COORDINATION IDA. Coordinate installation of anchorages for metal stairs. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. • PART 2 - PRODUCTS 2.01 FERROUS METALS A. Metal Surfaces, General: Provide metal free from pitting, seam marks, roller marks, and other imperfections where exposed to view on finished units. Do not use steel sheet with variations in flatness exceeding those permitted by referenced standards for stretcher -leveled sheet. B. Steel Plates, Shapes, and Bars: ASTM A 36. C. Steel Tubing: Cold -formed steel tubing complying with ASTM A 500. D. Steel Pipe: ASTM A 53, standard weight (Schedule 40), unless another weight is indicated or required by structural loads. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 055119-3 E. Uncoated, Hot -Rolled Steel Sheet: Commercial quality, complying with ASTM A 569; or structural quality, complying with ASTM A 570, Grade 30, unless another grade is required by design loading. F. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy welded. 2.02 FASTENERS A. General: Provide zinc -plated fasteners complying with ASTM B 633, Class Fe/Zn 25 for exterior use, and Class Fe/Zn 5 where built into exterior walls. Select fasteners for type, grade, and class required. B. Bolts and Nuts: Regular hexagon -head type, ASTM A 307, Grade A; with hex nuts, ASTM A 563; and, where indicated, flat washers. C. Machine Screws: ASME B18.6.3. D. Lag Bolts: ASME B18.2.1. E. Plain Washers: Round, carbon steel, ASME B18.22.1. F. Lock Washers: Helical, spring type, carbon steel, ASME B18.21.1. G. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with capability to sustain, without failure, a load equal to 6 times the load imposed when installed in unit masonry and equal to 4 times the load imposed when installed in concrete, as determined by testing per ASTM E 488, conducted by a qualified independent testing agency. 1. Material: Carbon steel components zinc -plated to comply with ASTM B 633, Class Fe/Zn 5. 2.03 PAINT A. Shop Primer for Ferrous Metal: Fast -curing, lead- and chromate -free, universal modified -alkyd primer complying with performance requirements in FS TT -P-664, selected for good resistance to normal atmospheric corrosion, compatibility with finish paint systems indicated, and capability to provide a sound foundation for field - applied topcoats despite prolonged exposure. B. Bituminous Paint: Cold -applied asphalt mastic complying with SSPC-Paint 12, except containing no asbestos fibers or cold -applied asphalt emulsion complying with ASTM D 1187. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 05 51 19 - 4 URS • • • 2.04 CONCRETE FILL AND REINFORCING MATERIALS A. Concrete Materials and Properties: Comply with requirements in Section 03 30 00 — CAST -IN-PLACE CONCRETE for normal weight, ready -mixed concrete with a minimum 28 day compressive strength of 3000 psi, unless higher strengths are indicated. B. Welded Wire Fabric: ASTM A 185, 6 by 6 inches --W1.4 by W1.4, unless otherwise indicated. 2.05 FABRICATION, GENERAL A. Provide complete stair assemblies, including metal framing, hangers, struts, handrails, railings, clips, brackets, bearing plates, and other components necessary to support and anchor stairs and platforms on supporting structure. 1. Join components by welding, unless otherwise indicated. 2. Use connections that maintain structural value of joined pieces. B. Shop Assembly: Preassemble stairs in shop to greatest extent possible to minimize field splicing and assembly. C. Form exposed work true to line and level with accurate angles and surfaces and straight sharp edges. Shear and punch metals cleanly and accurately. Remove sharp or rough areas on exposed surfaces. D. Ease exposed edges to a radius of approximately 1/32 inch, unless otherwise indicated. Form bent -metal corners to smallest radius possible without causing grain separation or otherwise impairing work. E. Weld connections to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. Weld exposed corners and seams continuously, unless otherwise indicated. 5. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing, and welded surface matches contours of adjoining surface. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 055119-5 URS F. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners where possible. Use exposed fasteners of type indicated or, if not indicated, Phillips flat head (countersunk) screws or bolts. Locate joints where least conspicu- ous. 2.06 STEEL FRAMED STAIRS A. Stair Framing: Fabricate stringers of structural steel channels, plates, or a combination of both, as indicated. Provide closures for exposed ends of stringers. Construct platforms of structural steel channel headers and miscellaneous framing members as indicated. Bolt or weld headers to stringers; and bolt or weld framing members to stringers and headers. If using bolts, fabricate and join so bolts are not exposed on finished surfaces. B. Metal Pan Risers, Subtread Pans, and Subplatforms: Form to configurations shown from steel sheet of thickness necessary to support indicated loads, but not less than 0.0677 inch. 1. Steel Sheet: Uncoated hot -rolled steel sheet, unless otherwise indicated. 2. Directly weld metal pans to stringers; locate welds on side of subtreads to be concealed by concrete fill. Do not weld risers to stringers. 3. Shape metal pans to include nosing integral with riser. 4. Provide subplatforms of configuration indicated or, if not indicated, the same as subtreads. Weld subplatforms to platform framing. a. Smooth Soffit Construction: Construct subplatforms with smooth soffits. 2.07 STEEL TUBE HANDRAILS AND RAILING SYSTEMS A. General: Fabricate handrails and railings to comply with requirements indicated for design, dimensions, details, finish, and member sizes, including wall thickness of tube, post spacings, and anchorage, but not less than that needed to withstand indicated loads. 1. Configuration: 1-5/8 inch round top and bottom rails, 1-1/2 inch square posts, and 1 -inch square pickets spaced not more than 4 inches clear, unless otherwise indicated. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 05 51 19 - 6 • B. Interconnect members by butt -welding or welding with internal connectors, at • fabricator's option, unless otherwise indicated. 1. At tee and cross intersections, cope ends of intersecting members to fit contour of pipe to which end is joined, and weld all around. C. Form changes in direction of handrails and rails as indicated. D. Form simple and compound curves by bending members in jigs to produce uniform curvature for each repetitive configuration required; maintain cross section of member throughout entire bend without buckling, twisting, cracking, or otherwise deforming exposed surfaces of components. E. Close exposed ends of handrail and railing members with prefabricated end fittings. F. Provide wall returns at ends of wall -mounted handrails, unless otherwise indicated. Close ends of returns, unless clearance between end of rail and wall is 1/4 inch or less. G. Brackets, Flanges, Fittings, and Anchors: Provide wall brackets, end closures, flanges, miscellaneous fittings, and anchors for interconnecting railings and attaching to other work. Furnish inserts and other anchorage devices for connecting to concrete or masonry work. 1. Connect railing posts to stair framing by direct welding, unless otherwise indicated. H. Fillers: Provide fillers made from steel sheet plate, or other suitably crush -resistant material, where needed to transfer wall bracket loads through wall finishes to structural supports. Size fillers to suit wall finish thicknesses and to produce adequate bearing area to prevent bracket rotation and overstressing substrate. I. For nongalvanized handrails and railings, provide nongalvanized ferrous metal fittings, brackets, fasteners, and sleeves, except galvanized anchors embedded in exterior masonry and concrete construction. 2.08 FINISHES A. Comply with NAAMM "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish metal stairs after assembly. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 0551 19-7 URS C. Preparation for Shop Priming: Prepare uncoated ferrous metal surfaces to comply with minimum requirements indicated below for SSPC surface preparation specifications and environmental exposure conditions of installed products: 1. Interiors (SSPC Zone 1A): SSPC-SP 3 "Power Tool Cleaning." D. Apply shop primer to prepared surfaces of metal stair components, unless otherwise indicated. Comply with SSPC-PA1 "Paint Application Specification No. 1" for shop painting. Primer need not be applied to surfaces to be embedded in concrete or masonry. 1. Stripe paint all corners, crevices, bolts, welds, and sharp edges. PART 3 - EXECUTION 3.01 INSTALLATION, GENERAL A. Fastening to In -Place Construction: Provide anchorage devices and fasteners where necessary for securing metal stairs to in-place construction. Include threaded fasteners for concrete and masonry inserts, through -bolts, lag bolts, and other connectors as required. B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal stairs. Set units accurately in location, alignment, and elevation, measured from established lines and levels. C. Install steel stairs by welding stair framing to steel structure or to weld plates cast into concrete, unless otherwise indicated. D. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop -welded because of shipping size limitations. Do not weld, cut, or abrade the surfaces of exterior units that have been hot -dip galvanized after fabrication and are for bolted or screwed field connections. E. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 0551 19-8 URS 1 • • 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and welded surface matches contours of adjacent surfaces. 3.02 INSTALLING STEEL PIPE RAILINGS AND HANDRAILS A. Adjust handrails and railing systems before anchoring to ensure matching alignment at abutting joints. Space posts at spacing indicated or, if not indicated, as required by design loads. Plumb posts in each direction. Secure posts and railing ends to building construction as follows: 1. Anchor posts to steel by welding directly to steel supporting members. B. Attach handrails to wall with wall brackets. Provide bracket with 1-1/2 inch clearance from inside face of handrail and finished wall surface. Locate brackets as indicated or, if not indicated, at spacing required to support structural loads. Secure wall brackets to building construction as follows: 1. Use type of bracket with flange tapped for concealed anchorage to threaded hanger bolt. 2. For concrete and solid masonry anchorage, use drilled -in expansion shields and hanger or lag bolts. • 3.03 ADJUSTING AND CLEANING • A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with same material as used for shop painting to comply with SSPC-PA 1 requirements for touching up field -painted surfaces. 1. Apply by brush or spray to provide a minimum 2.0 mil dry film thickness. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 055119-9 THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 05 51 19-10 • • • SECTION 05 52 13 RAILINGS PART 1— GENERAL 1.01 SUMMARY A. Provide all pipe and tube handrailing and accessories complete as located and detailed on Drawings. B. Types of handrailing include, but are not limited to, the following: 1. Steel Pipe Handrails and Railing Systems. C. All drilling, tapping, and anchors required for the erection of handrailing shall be included in this Work. 1.02 RELATED WORK A. METAL STAIRS: Section 05 51 19. B. METAL FABRICATIONS: Section 05 50 00. C. PAINTING OF ARCHITECTURAL COMPONENTS: Section 09 91 00. 1.03 QUALITY ASSURANCE A. Fabricator and Installer's Qualifications: 1. Fabrication and installation shall be performed only by a qualified fabricator and installer with at least five (5) years experience in installations of a similar nature, and as approved by the Architect/Engineer. 2. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Design Criteria: 1. All handrailing shall be designed to withstand a uniform load of fifty (50) pounds per lineal foot applied simultaneously in both vertical and horizontal directions, and concentrated loads of two hundred (200) pounds per foot applied at any point in any direction to exceed OSHA Standards. Uniform and concentrated need not be assumed to act concurrently. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 055213-1 C. Requirements of Regulatory Agencies: 1. Comply with requirements of the Americans with Disabilities Act (ADA). 1.04 SUBMITTALS A. Samples: 1. Submit sample of assembly to the Architect for approval. Sample shall be a minimum of twenty-four inch (24") in length, indicative of metal finish and construction to be used. Approval shall be obtained in writing from the Architect/Engineer prior to fabrication and/or delivery. B. Shop Drawings: 1. Complete shop drawings shall be prepared for this Work indicating fabrication, assembly and erection details, size of all members, fastenings, supports, anchors, materials, clearances, and all necessary connections to work of other trades. 2. Submit shop drawings to the Architect for approval. Approval shall be obtained in writing from the Architect/Engineer prior to fabrication and/or delivery. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery: 1. Deliver all materials in substantial, protective cartons and with protective masking. Retain masking until after completion of building, unless otherwise determined by the Architect/Engineer. B. Storage: 1. Store all materials indoors. Locate and keep free from building contamination as might occur during the course of building construction. C. Handling: 1. Handle all materials carefully so as not to injure surfaces. Surfaces marred in the course of delivery, storage, handling, fabrication, or erection shall be cause for rejecting entire member. 2. In the event of damage, immediately make all repairs and replacements necessary to the approval of the Architect/Engineer and at no additional cost to the City. PART 2 - PRODUCTS City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents 05 52 13 - 2 April 2013 • • 2.01 TYPE/MANUFACTURER A. Steel Pipe and Tube Railing Systems: 1. Handrails shall be steel tube, galvanized with painted finish. Painting is specified under Section 09 91 00 — PAINTING OF ARCHITECTURAL COMPONENTS. 2. Subject to compliance with specified requirements, provide products of one of the following: a. R & B Wagner, Inc. b. Humane Equipment Co. 2.02 MATERIALS A. General: 1. Provide metal forms and types that comply with requirements of referenced standards and that are free from surface blemishes where exposed to view in the finished unit. Exposed -to -view surfaces exhibiting pitting, seam marks, roller marks, stains, discolorations, or other imperfections on finished units are not acceptable. B. Steel: 1. Product type (manufacturing method) and other requirements as follows: a. Tubing: Cold -formed, ASTM A 500; or hot rolled, ASTM A 501. b. Steel Plates, Shapes, and Bars: ASTM A 36. c. Gray Iron Castings: ASTM A 48, Class 30. d. Malleable Iron Castings: ASTM A 47, grade as recommended by fabricator for type of use indicated. 2. Finish for all railing shall be galvanizing per ASTM A 123, G90. Painting is specified under Section 09 91 00 — PAINTING OF ARCHITECTURAL COMPONENTS. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 055213-3 C. Fasteners: 1. Fasteners shall be stainless steel. Do not use metals which are corrosive or incompatible with materials joined. 2. Provide concealed fasteners for interconnection of handrail components and for their attachment to other work. D. Anchors and Inserts: 1. Provide anchors of proper type, size, and material for type of loading and installation condition shown, as recommended by manufacturer, unless otherwise indicated. Use non-ferrous metal or hot -dipped galvanized anchors and inserts for exterior locations and elsewhere as required for corrosion resistance. Use toothed steel or lead expansion bolt devices for drilled -in- place anchors. Furnish inserts, as required, to be set into concrete or masonry work. E. Dissimilar Metals Coating: 1. Protective paint shall be Scotch -Clad Brand Protective Coating No. 1706 as manufactured by 3M, Minnesota Mining and Manufacturing Co., 2501 Hudson Rd., St. Paul, Minnesota 55119. 2.03 FABRICATION A. Fabricate handrails and railings to design, dimensions and details shown. Provide handrail and railing members in sizes and profiles indicated, with supporting material of size and spacing shown, but not less than required to support the design loadings indicated. B. Fabricate handrails and railings for interconnection of members by means of railing manufacturer's standard concealed mechanical fasteners and fittings unless otherwise indicated. Fabricate members and fittings to produce flush, smooth, rigid, hairline joints. C. All fastening devices and integral components shall be stainless steel. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 05 52 13 - 4 • • S PART 3 - EXECUTION 3.01 INSPECTION A. Prior to installation of handrails and railings, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence. Verify that all materials can be installed in complete accordance with the original design and approved Shop Drawings. 3.02 PREPARATION A. Coordinate setting drawings, diagrams, templates, instructions, and directions for installation of anchorages, such as concrete inserts, anchor bolts, and miscellaneous items having integral anchors, which are to be embedded in concrete and/or masonry construction. Coordinate delivery of such items to Project Site. 3.03 INSTALLATION A. Installation of handrailing shall be rigid and secure, installed by mechanics experienced in the erection of architectural metal. All screws and fittings shall be drawn tightly. Rails shall be set plumb and properly aligned. B. All items under this heading shall be set in their correct locations as shown on the drawings and shall be level, square, plumb, and at proper elevations and in alignment with other work. C. Touch-up all abraded or scratched galvanized finish with zinc -rich coating. Finish painting is specified under Section 09 91 00 - PAINTING. 3.04 PROTECTION A. Protect the finished surface of this and other trades as necessary to prevent damage during progress of the work. 3.05 CLEANING A. Immediately prior to Final Inspection and before acceptance, remove all protective materials and clean all exposed members. Thoroughly clean all material installed under this Section. B. Cleaning shall be performed by use of cleaning materials and methods which will not damage finish in any way. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 055213-5 THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 055213-6 SECTION 06 10 53 ROUGH CARPENTRY PART 1— GENERAL 1.01 SUMMARY A. Types of work in this Section include, but are not limited to, rough carpentry for: 1. Wood grounds, nailers, and blocking. 2. Plywood backing. 3. Decay and termite resistant wood treatment. 4. Fire resistant wood treatment. 1.02 RELATED WORK A. FINISH CARPENTRY: Section 06 22 00. • B. POLYVINYL -CHLORIDE (PVC) MEMBRANE ROOFING: Section 07 54 19. C. FLASHING AND SHEET METAL: Section 07 62 00. D. PRE-ENGINEERED METAL BUILDING SYSTEM: Section 13 34 19. E. PRE-ENGINEERED ALUMINUM CANOPY STRUCTURES: Section 13 34 21. 1.03 QUALITY ASSURANCE A. Reference Standards: Comply with provisions of the following, unless otherwise indicated or specified: 1. American Forest & Paper Association (AFPA): a. Manual for Wood Frame Construction. 2. American Lumber Standards Committee (ALSC): a. Board of Review. • City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 061053-1 3. APA - The Engineered Wood Association (APA): a. APA Standard Grading Rules. b. Form No. E3OK - APA Design/Construction Guide: Residential & Commercial. 4. American Society for Testing and Materials (ASTM): a. Reference Standards. 5. American Wood Preservers' Association (AWPA): a. Reference Standards. 6. Federal Specifications (FS): a. Reference Standards. 7. U.S. Department of Commerce (DOC), National Institute of Standards and Technology: a. Referenced Product Standards (PS). 8. Southern Pine Inspection Bureau (SPIB): a. SPIB Standard Grading Rules. 9. West Coast Lumber Inspection Bureau (WCLIB): a. WCLIB Standard Grading Rules. 10. Western Wood Products Association (WWPA): a. WWPA Standard Grading Rules. b. Recommended Nailing Schedule. 1.04 SUBMITTALS A. Product Data for Treated Lumber: Submit treatment plant's data showing the lumber type, certification by the treating plant stating chemicals and process used, net amount of treatment retained, and conformance with applicable standards. Include a statement that moisture content of treated materials was reduced to a maximum of 19 percent prior to shipment to the Site. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 061053-2 • 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Maintain materials under cover and dry. Protect against exposure to weather and contact with damp or wet surfaces. Stack lumber as well as plywood and other panels; provide for air circulation within and around stacks and under temporary coverings including polyethylene and similar materials. B. For lumber and plywood pressure treated with waterborne chemicals, provide space between each course to provide air circulation. 1.06 PROJECT CONDITIONS A. Coordination: Fit carpentry work to other work; scribe and cope as required for accurate fit. Correlate location of furring, nailers, plates, blocking, grounds and similar supports to allow attachment of other work. PART 2 - PRODUCTS 2.01 MATERIALS A. Lumber Standards, General: 1. Manufacture lumber to comply with DOC PS 20 "American Softwood Lumber Standard" and with applicable grading rules of inspection agencies certified by ALSC Board of Review. 2. Factory mark each piece of lumber with grade stamp of inspection agency evidencing compliance with grading rule requirements and identifying grading agency, grade species, moisture content at time of surfacing, and mill. 3. Nominal sizes are indicated, except as shown by detail dimensions. Provide actual sizes as required by DOC PS 20, for moisture content specified for each use. 4. Provide seasoned lumber with 19 percent maximum moisture content at time of dressing and shipment for sizes 2 inches or less in nominal thickness, unless otherwise indicated. B. Grounds, Blocking, Nailers, Blocking, and Similar Members: 1. Grounds, nailers, blocking, and similar members shall be standard grade light framing size lumber of any species or board size lumber as required. No. 2 Common or Standard grade boards per WCLIB or WWPA rules, or No. 2 boards per SPIB rules. C. Plywood Panels: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) 1� Conformed Documents 06 10 53 - 3 April 2013 1. Comply with DOC PS 1 "U.S. Product Standard for Construction and Industrial Plywood" for plywood panels and, for products not manufactured under PS 1 provisions, with APA Form No. E30K. 2. Factory mark each construction panel with APA trademark evidencing compliance with grade requirements. 3. Where construction panels are used for the following concealed types of applications, provide APA Performance -Rated Panels complying with requirements indicated for grade designation, span rating, exposure durability classification, and thickness: a. Backing Panels: For mounting electrical or telephone equipment, provide fire -retardant treated plywood panels with grade designation, APA C -D PLUGGED INT with exterior glue, in minimum 15/32 inch thickness unless otherwise indicated. D. Fasteners and Anchorages: 1. Provide size, type, material, and finish as indicated and as recommended by applicable standards, complying with applicable Federal Specifications for nails, staples, screws, bolts, nuts, washers, and anchoring devices. Provide metal hangers and framing anchors of the size and type recommended by the manufacturer for each use including recommended nails. 2. Where rough carpentry is exposed to weather, in ground contact, or in area of high relative humidity, provide fasteners and anchorages with a hot -dip zinc coating pursuant to ASTM A 153. E. Decay and Termite Resistant Wood Treatment: 1. All lumber and plywood specified for decay and termite resistant treatment shall be pressure treated according to AWPA Standard P-5 and FS TT -W-550. Preservatives containing arsenic are NOT acceptable. 2. Products: Provide one of the following treatments: a. "Natural Select" copper azole preservative; Arch Wood Protection, Inc. b. "Preserve" ACQ; Chemical Specialties, Inc. c. "NatureWood"; Osmose, Inc. F. Fire Resistant Wood Treatment: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 06 10 53 - 4 • • • 1. All lumber and plywood specified for fire resistant treatment shall be pressure impregnated with fire retardant products. Such products shall not subject the wood to deterioration when exposed to heat and humidity. 2. Products: provide one of the following treatments: a. "Pyro-Guard"; Hoover Treated Wood Products. b. "Osmose Flame Proof'; Osmose Wood Preserving Co., Inc. 2.02 WOOD TREATMENT A. Decay and Termite Resistant Wood Treatment: Chemicals shall be applied in a closed cylinder by vacuum -pressure process in strict accordance with manufacturer's instructions and with the approved standards and recommended treating practices as listed in AWPA Standards C2 and C9 or the appropriate AWPA standard covering the commodity treated and as listed in FS TT -W-571. 1. After treatment and before shipment, lumber 2" nominal or less shall be dried to a 15-19 percent moisture content. 2. Plywood shall be dried after treatment and before shipment to moisture content of 18 percent or less. B. Fire Resistant Wood Treatment: 1. Chemicals shall be applied in a closed cylinder by vacuum -pressure in strict accordance with manufacturer's instructions to comply with the requirement for a flame spread of 25 or less with no evidence of significant progressive combustion when tested for 30 minutes duration under the standard test method for Fire Hazard Classification of Building Materials; ASTM E 84; UL 723 and; AWPA C20 and AWPA C27. 2. Each piece of wood shall bear the mark of Underwriters' Laboratories FR -S label, indicating compliance with the fire hazard classification. 3. After treatment and before shipment, all fire treated wood shall be dried to an average moisture content of 19 percent or less. 4. Surfaces of wood that are to be exposed or painted shall be free from sludge or deposits of salts that would affect its paintability. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 061053-5 C. Provide decay (termite) and fire treatment of the following lumber: Location Treatment (General) Wood members in contact with concrete, used in connection with roofing, or exposed to moisture Decay (Termite) Plywood backing panels for mounting Fire (Non -Corrosive electrical and telephone equipment Chemicals) PART 3 - EXECUTION 3.01 INSPECTION A. Examine the areas and conditions under which rough carpentry work is to be installed. Do not proceed with rough carpentry work until unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. General: 1. Material with defects, which might impair the quality of the work, and units which are too small to fabricate with a minimum of joints or the optimum joint arrangement, shall be discarded. 2. All rough carpentry work shall be set accurately to required levels and lines, with members plumb and true, and accurately cut and fitted. 3. All rough carpentry work shall be securely attached to substrates by anchoring and fastening as shown, and as required for structural adequacy. 4. Fasteners shall be of size that will not penetrate members where opposite side will be exposed to view or will receive finish materials. Tight connections shall be made. Fasteners shall be installed without splitting of wood; predrill as required. 5. Use washers where required for fasteners to avoid movement of material through loading and/or vibration. 6. Seal cut ends where exposed to moisture or where moisture could migrate via gravity, capillary action, expansion or pressure gradients. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 061053-6 URS • • B. Wood Grounds, Nailers, and Blocking: 1. Wood grounds, nailers, and blocking shall be installed where indicated on the Drawings, and wherever required for screeding or attachment of other work. Shapes shall be formed as shown and cut as required for true line and level of work to be attached. 2. Attach to substrates as required to support applied loading. Countersink bolts and nuts flush with surfaces, unless otherwise indicated. Build into masonry during installation of masonry work. Where possible, anchor to formwork prior to concrete placement. C. Plywood Panels: 1. Comply with applicable recommendations contained in APA Form No. E 30K for types of plywood panels and applications indicated. 2. Fastening Methods: Fasten panels as follows, in strict accordance with the Florida Building Code, latest adopted edition, as amended: a. Backing Panels: Nail and/or screw to supports, as applicable. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 061053-7 THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 061053-8 • • • SECTION 06 22 00 FINISH CARPENTRY PART 1— GENERAL 1.01 SUMMARY A. This Section includes the following: 1. Plastic Laminate Cabinets. 2. Plastic Laminate Counter Tops. 3. Epoxy Resin Laboratory Countertops. 1.02 RELATED WORK A. ROUGH CARPENTRY: Section 06 10 53. B. JOINT SEALANTS: Section 07 92 00. C. DOOR HARDWARE: Section 08 71 00. D. PAINTING OF ARCHITECTURAL COMPONENTS: Section 09 91 00. 1.03 SUBMITTALS A. Product Data: For each type of product, including cabinet hardware and accessories, and finishing materials and processes. B. Shop Drawings: Showing location of each item, dimensioned plans and elevations, large scale details, attachment devices, and other components. 1. Show details full size. 2. Show locations and sizes of furring, blocking, and hanging strips, including concealed blocking and reinforcing specified in other Sections. 3. Show locations and sizes of cutouts and holes for items installed in architectural woodwork. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 06 22 00 - 1 URS C. Samples for Verification: For the following: 1. Plastic -laminate -clad panel products, 8 by 10 inches, for each type, color, pattern, and surface finish. 2. Epoxy resin materials, 6 inches square. 3. Exposed cabinet hardware and accessories, one unit of each type and finish. D. Product Certificates: Signed by manufacturers of woodwork certifying that products furnished comply with specified requirements. E. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified. 1.04 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed architectural woodwork similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Fabricator Qualifications: A firm experienced in producing architectural woodwork similar to that required for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. C. Source Limitations: Engage a qualified woodworking firm to assume undivided responsibility for production and installation of interior architectural woodwork with sequence -matched wood veneers. D. Quality Standard: Unless otherwise indicated, comply with AWI's "Architectural Woodwork Quality Standards" for grades of interior architectural woodwork, construction, finishes, and other requirements. 1. Provide AWI Certification Labels or compliance certificate indicating that woodwork complies with requirements of grades specified. 1.05 DELIVERY, STORAGE, AND HANDLING A. Do not deliver woodwork until painting and similar operations that could damage woodwork have been completed in installation areas. If woodwork must be stored in other than installation areas, store only in areas whose environmental conditions meet requirements specified in "Project Conditions". City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 062200-2 • • • 1.06 PROJECT CONDITIONS A. Environmental Limitations: Do not deliver or install woodwork until building is enclosed, wet work is completed, and HVAC system is operating and will maintain temperature and relative humidity at occupancy levels during the remainder of the construction period. B. Field Measurements: Where woodwork is indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication and indicate measurements on shop drawings. Coordinate fabrication schedule with construction progress to avoid delaying the Work. 1. Locate concealed framing, blocking, and reinforcements that support woodwork by field measurements before being enclosed and indicate measurements on shop drawings. 1.07 COORDINATION A. Coordinate sizes and locations of framing, blocking, furring, reinforcements, and other related units of Work specified in other Sections to ensure that interior architectural woodwork can be supported and installed as indicated. • B. Hardware Coordination: Distribute copies of approved hardware schedule specified in Section 08 71 00 - DOOR HARDWARE to fabricator of architectural woodwork; coordinate shop drawings and fabrication with hardware requirements. • PART 2 - PRODUCTS 2.01 MATERIALS A. General: Provide materials that comply with requirements of the AWI quality standard for each type of woodwork and quality grade specified, unless otherwise indicated. B. Wood Products: Comply with the following: 1. Hardboard: AHA A135.4. 2. Medium Density Fiberboard: ANSI A208.2, Grade MD -Exterior Glue. 3. Particleboard: ANSI A208.1, Grade M -2 -Exterior Glue. 4. Soft -wood Plywood: PS 1, Medium Density Overlay. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 062200-3 5. Hardwood Plywood and Face Veneers: HPVA HP -1. C. High -Pressure Decorative Laminate: NEMA LD 3, grades as indicated, or if not indicated, as required by woodwork quality standard. 1. Manufacturer: Subject to compliance with requirements, provide high- pressure decorative laminates by one of the following: a. Formica Corporation. b. Lamin -Art. c. Pioneer Plastics Corp. d. Westinghouse Electric Corp.; Specialty Products Div. e. Wilsonart International; Div. of Premark International, Inc. D. Adhesive for Bonding Plastic Laminate: Unpigmented contact cement. 1. Adhesive for Bonding Edges: Hot -melt adhesive or adhesive specified above for faces. E. Epoxy Resin Laboratory Countertops: Monolithic modified epoxy resin product consisting of cast resin material formulated to provide a work surface with high chemical resistance characteristics. 1. Basis of Design: Chem Tops. 2.02 CABINET HARDWARE AND ACCESSORIES A. General: Provide cabinet hardware and accessory materials associated with architectural cabinets, except for items specified in Section 08 71 00 — DOOR HARDWARE. B. Hardware Standard: Comply with BHMA A156.9 for items indicated by referencing BHMA numbers or items referenced to this standard. C. Frameless, Concealed Hinges (European Type): BHMA A156.9, B01602, 135 degrees of opening, self-closing. D. Wire Pulls: Back mounted, 4 inches long, 5/16 inches in diameter. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 062200-4 URS • • • • E. Catches: Push -in magnetic catches, BHMA A156.9, B03131. F. Adjustable Shelf Standards and Supports: BHMA A156.9, B04071; with shelf rests, B04081. G. Shelf Rests: BHMA A156.9, B04013. H. Drawer Slides: Side -mounted, full -extension, zinc -plated steel drawer slides with steel ball bearings, BHMA A156.9, B05091. I. Door Locks: BHMA A156.11, E07121. J. Drawer Locks: BHMA A156.11, E07041. K. Exposed Hardware Finishes: For exposed hardware, provide finish that complies with BHMA A156.18 for BHMA code number indicated. L. For concealed hardware, provide manufacturer's standard finish that complies with product class requirements in BHMA A156.9. 2.03 INSTALLATION MATERIALS A. Furring, Blocking, Shims, and Hanging Strips: Softwood or hardwood lumber, kiln dried to less than 15 percent moisture content. B. Anchors: Select material, type, size, and finish required for each substrate for secure anchorage. Provide nonferrous -metal or hot -dip galvanized anchors and inserts on inside face of exterior walls and elsewhere as required for corrosion resistance. Provide toothed -steel or lead expansion sleeves for drilled -in-place anchors. 2.04 FABRICATION, GENERAL A. Interior Woodwork Grade: Provide Premium grade interior woodwork complying with the referenced quality standard. B. Wood Moisture Content: Comply with requirements of referenced quality standard for moisture content in relation to ambient relative humidity conditions during fabrication and in installation areas. C. Fabricate woodwork to dimensions, profiles and details indicated. Ease edges to radius indicated for the following: 1. Corners of Cabinets and Edges of Solid Wood (Lumber) Members 3/4 inch Thick or Less: 1/16 inch. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 062200-5 2. Edges of Rails and Similar Members More Than 3/4 Inch Thick: 1/8 inch. 3. Corners of Cabinets and Edges of Solid -Wood (Lumber) Members and Rails: 1/16 inch. D. Complete fabrication, including assembly, finishing, and hardware application, to maximum extent possible, before shipment to Project site. Disassemble components only as necessary for shipment and installation. Where necessary for fitting at site, provide ample allowance for scribing, trimming, and fitting. 1. Notify Architect/Engineer seven days in advance of the dates and times woodwork fabrication will be complete. 2. Trial fit assemblies at fabrication shop that cannot be shipped completely assembled. Install dowels, screws, bolted connectors, and other fastening devices that can be removed after trial fitting. Verify that various parts fit as intended and check measurements of assemblies against field measurements indicated on shop drawings before disassembling for shipment. E. Shop cut openings, to maximum extent possible, to receive hardware, appliances, plumbing fixtures, electrical work, and similar items. Locate openings accurately and use templates or roughing -in diagrams to produce accurately sized and shaped openings. Sand edges of cutouts to remove splinters and burrs. 1. Seal edges of openings in countertops with a coat of varnish. 2.05 PLASTIC -LAMINATE CABINETS A. Quality Standard: Comply with AWI Section 400 requirements for laminate clad cabinets. B. Grade: Premium. C. AWI Type of Cabinet Construction: As indicated. D. Laminate Cladding for Exposed Surfaces: High pressure decorative laminate, complying with the following requirements. 1. Horizontal Surfaces Other Than Tops: HGS. 2. Postformed Surfaces: HGP. 3. Vertical Surfaces: HGS. 4. Edges: HGS. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 062200-6 URS • • • E. Materials for Semiexposed Surfaces: Provide surface materials indicated below: 1. Surfaces Other than Drawer Bodies: High pressure decorative laminate, Grade CLS. 2. Drawer Sides and Backs: Solid hardwood lumber. 3. Drawer Bottoms: Hardwood plywood. F. Colors, Patterns, and Finishes: As selected by Architect/Engineer and/or City. G. Provide dust panels of 1/4 inch plywood or tempered hardboard above compartments and drawers, unless located directly under tops. 2.06 PLASTIC -LAMINATE COUNTERTOPS A. Quality Standard: Comply with AWI Section 400 requirements for high-pressure decorative laminate countertops. B. Grade: Premium. C. Colors, Patterns, and Finishes: As selected by Architect/Engineer and/or City. D. Edge Treatment: Lumber edge for transparent finish matching wood species and cut on wood cabinet surfaces. E. Core Material: Exterior -grade plywood. 2.07 EPDXY RESIN COUNTERTOPS A. Fabrication: Fabricate countertops in one piece with finished edges. Comply with solid surfacing material manufacturer' s recommendations for adhesives, sealers, fabrication, and finishing. B. Epoxy Resin Material Thickness: 1 inch. C. Sinks within epoxy resin counter tops (if occurring) and backsplashes shall be of similar material. D. Colors, Patterns, and Finishes: As indicated or if not indicated, as selected by Architect/Engineer and/or City. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 062200-7 URS PART 3 - EXECUTION 3.01 PREPARATION A. Condition woodwork to average prevailing humidity conditions in installation areas before installing. B. Before installing architectural woodwork, examine shop -fabricated work for completion and complete work as required, including removal of packing and backpriming. 3.02 INSTALLATION A. Quality Standard: Install woodwork to comply with AWI Section 1700 for same grade specified in Part 2 of this Section for type of woodwork involved. B. Install woodwork level, plumb, true, and straight. Shim as required with concealed shims. Install level and plumb (including tops) to a tolerance of 1/8 inch in 96 inches. C. Scribe and cut woodwork to fit adjoining work, and refinish cut surfaces or repair damaged finish at cuts. D. Anchor woodwork to anchors or blocking built in or directly attached to substrates. Secure to with countersunk, concealed fasteners and blind nailing as required for complete installation. Use fine finishing nails for exposed fastening, countersunk and filled flush with woodwork and matching final finish if transparent finish is indicated. E. Cabinets: Install without distortion so doors and drawers fit openings properly and are accurately aligned. Adjust hardware to center doors and drawers in openings and to provide unencumbered operation. Complete the installation of hardware and accessory items as indicated. 1. Install cabinets with no more than 1/8 inch in 96 inch sag, bow, or other variation from a straight line. 2. Fasten wall cabinets through back, near top and bottom, at ends and not more than 16 inches on center with No. 10 wafer -head screws sized for 1 -inch penetration into wood framing, blocking, or hanging strips. F. Countertops: Anchor securely by screwing through corner blocks of base cabinets or other supports into underside of countertop. 1. Install countertops with no more than 1/8 inch in 96 inch sag, bow, or other variation from a straight line. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 062200-8 URS • • 2. Secure backsplashes to tops with concealed metal brackets at 16 inches o.c. and to walls with adhesive. 3. In lab applications and/or areas indicated, install resinous tops. 4. Calk space between backsplash and wall with sealant specified in Section 07 92 00 — JOINT SEALANTS. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 062200-9 URS THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 06 22 00-10 • • SECTION 0713 10 SELF -ADHERING SHEET WATERPROOFING PART 1— GENERAL 1.01 SUMMARY A. Furnish and install self -adhering sheet membrane waterproofing located at exterior surfaces of concrete elevator pit and below -grade trenches as indicated on the Drawings and specified herein. 1.02 RELATED WORK A. CAST -IN-PLACE CONCRETE: Section 03 30 00. B. UNDERSLAB VAPOR BARRIER: Section 07 26 17. C. HYDRAULIC ELEVATOR: Section 14 24 00. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's product literature and installation instructions. B. Installer's approval by Manufacturer: Submit document stating manufacturer's acceptance of subcontractor as an Approved Applicator for the specified materials. C. Warranty: Submit a sample warranty. 1.04 QUALITY ASSURANCE A. Applicator Qualifications: Applicator shall be experienced in applying the same or similar materials and shall be specifically approved in writing by the membrane manufacturer. B. Regulatory Requirements: Comply with applicable codes, regulations, ordinances, and laws regarding use and application of products that contain volatile organic compounds (VOC). C. Pre -Application Conference: Prior to beginning work, convene a conference to review conditions, installation procedures, schedules, and coordination with other work. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 071310-1 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to project site in original, factory -sealed, unopened containers bearing manufacturer's name and label intact and legible with following information. 1. Name of material. 2. Manufacturer's stock number and date of manufacture. 3. Material safety data sheet. B. Store materials in protected and well -ventilated area. 1.06 PROJECT CONDITIONS A. Do not apply membrane when surface temperature is below or inclement weather conditions conflict with manufacturer's published requirements. B. Coordinate waterproofing work with other trades. C. Keep flammable products away from spark or flame. Do not allow the use of spark producing equipment during application and until all vapors have dissipated. 1.07 WARRANTY A. Upon completion and acceptance of the Work required by this Section, the manufacturer shall issue a warranty agreeing to promptly replace defective materials for a period of 5 years. PART 2 - PRODUCTS 2.01 MANUFACTURER A. Basis of Design: CCW MiraDRI 860/861 Sheet Membrane Waterproofing as manufactured by Carlisle Coatings and Waterproofing Incorporated. 2.02 MATERIALS A. General: Product provided by this Section is a self-adhesive membrane of not less than 60 mils thickness, consisting of a rubberized asphalt membrane laminated to a 4 mil cross -laminated polyethylene film. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 07 13 10 - 2 • • B. Self -Adhesive Sheet Membrane Waterproofing shall meet or exceed the following requirements: 1. Tensile Strength: 325 psi minimum, ASTM D 412. 2. Ultimate Elongation: 350% minimum, ASTM D 412. 3. Puncture Resistance: 60 lbs. minimum, ASTM E 154. 4. Permeance: 0.05 Perm maximum, ASTM E 96 (B). 5. Low Temperature Flexibility: Unaffected at -45oF, ASTM D 1970, 1" mandrel. 6. Tensile to Film: 5000 psi, ASTM D 882. 7. Thickness: 60 mils, ASTM D 3767. 8. Hydrostatic Head: 230 ft., ASTM D 751 9. Water Absorption: 0.1% by wt., ASTM D 570 B. For application temperatures between 25 and 65 -degrees F, use CCW -861 Sheet Membrane and CW -702. For application temperatures above 40 -degrees F use CCW MiraDRI 860 sheet membrane and CCW -702, CCW -714 primer, or CCW -AWP. 2.03 ACCESSORY PRODUCTS A. Surface Primer: Shall be CCW-702LV Solvent -Based Contact Adhesive, 702WB or Cav-Grip. B. Mastic: Shall be CCW -704 Mastic. C. Sealants: Shall be CCW -703 Vertical Grade Liquiseal7 Membrane, one component approved sealant by CCW, CCW -201 two -component Polyurethane Sealant or CCW LM-800XL D. Backing Rod: Shall be closed -cell polyethylene foam rod. E. Protection Course: Shall be CCW Protection Board -H or CCW 300H for horizontal surfaces or CCW Protection Board -V or CCW 200V for vertical surfaces. F. Drainage Composite: Shall be CCW MiraDRAIN® as recommended by the manufacturer for each condition. • G. Perimeter Drainage System: Where required shall be CCW QuickDRAINTM. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 07 13 10 - 3 URS PART 3 - EXECUTION 3.01 INSPECTION A. Before any waterproofing work is started the waterproofing applicator shall thoroughly examine all surfaces for any deficiencies. Should any deficiencies exist, the Architect/Engineer and/or City shall be notified in writing and corrections made. B. Condition of Concrete Surfaces: 1. The concrete surfaces shall be of sound structural grade and shall have a smooth finish, free of fins, ridges, protrusions, rough spalled areas, loose aggregate, exposed course aggregate, voids, or entrained air holes. Rough surfaces shall receive a well -adhered parget coat. 2. Concrete shall be cured by water curing method. Any curing compounds must be of the pure sodium silicate type and be approved by the waterproofing manufacturer. 3. Concrete shall be cured at least 7 days and shall be sloped for proper drainage. 4. Voids, rock pockets and excessively rough surfaces shall be repaired with approved non -shrink grout or ground to match the unrepaired areas. 5. Two-stage drains shall have a minimum 3 inch flange and be installed with the flange flush and level with the concrete surface. 6. Surfaces at cold joints shall be on the same plane. 3.02 SURFACE PREPARATION A. The concrete surface shall be thoroughly clean, dry and free from any surface contaminates or cleaning residue that may harmfully affect the adhesion of the membrane. B. Install a 3/4" face, 45 degree cant of CCW -201 Polyurethane Sealant or CCW LM- 800XL at all angle changes and inside corners including penetrations through the deck, walls, curbs, etc. C. All cracks over 1/16" in width and all moving cracks under 1/16" in width shall be routed out to 1/4" minimum in width and depth and filled flush with an approved sealant by waterproofing manufacturer or CCW -201 polyurethane sealant. D. All expansion joints less than 1" wide shall be cleaned, primed, fitted with a backing rod and caulked with CCW -201 Polyurethane Sealant. For larger joints, contact waterproofing manufacturer. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 07 13 10 - 4 URS • E. Allow all sealant to cure at least overnight. F. Stir Primer. Apply a thin film of primer 10" wide, centered over sealed cracks and joints, hairline cracks, and cold joints. Apply primer 8" on each side of all corners. Prime concrete around drain flanges. Allow primer to dry per waterproofing manufacturer's recommendations. G. Install an 8" wide strip of CCW MiraDRI 860/861centered over joints and cracks. Install a 12" wide strip of CCW MiraDRI 860/861centered over the axis of all corners. H. Terminate membrane around drains per CCW MiraDRI 860 series details. Terminate the membrane under the clamping ring. Seal all edges with CCW -704 Mastic. Do not interfere with weep holes (if occurring). 3.03 APPLICATION A. Priming: Clean surfaces to remove residual dust before priming. Stir primer. Apply by spray or roller at a rate recommended by waterproofing manufacturer. Allow to dry per waterproofing manufacturer's recommendation. B. Horizontal surfaces: Install sheet membrane from low to high point, so that laps will shed water. Overlap edge seams 2%2", end laps 5". Stagger end seams. Roll in place with an 18 to 24" wide, 100 lb. (min.) resilient roller. Ensure that all laps are firmly adhered and that there are no gaps or fishmouths. C. Vertical Surfaces: Apply in lengths of 8' or less. Overlap edge seams 2%2". On walls over 8' high, apply in 8' sections, starting at the lowest point with the higher section overlapping the lower section 5". Roll in place using firm pressure with a hand roller. D. Terminations: Refer to waterproofing manufacturer's standard details for proper terminations. Roll terminating edges firmly. Apply CCW -704 mastic to all terminations and >T= joints. Apply CCW -704 Mastic or CCW -703-V Liquiseal to laps at angle changes, extending 9" in each direction. 3.04 PROTECTION COURSE A. Vertical Application: 1. Install CCW QuickDRAIN Perimeter Drainage System as the first course of drainage composite immediately after membrane has been installed on vertical surfaces. Install CCW MiraDRAIN Drainage Composite (as directed by waterproofing manufacturer), CCW Protection Board -V Protection Course, or CCW 200V on remainder. Stop drainage composite 6" below final grade level. B. Horizontal Application: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 07 13 10 - 5 1. Install CCW MiraDRAIN Drainage Composite (as directed by waterproofing manufacturer) or CCW Protection Board -H Protection Course or CCW 300HV immediately after flood testing on horizontal surfaces. If flood testing is delayed, install a temporary covering to protect the CCW MiraDRI 860/861membrane from damage by other trades. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 07 13 10 - 6 URS • • PART 1— GENERAL 1.01 SUMMARY SECTION 07 2100 SPRAYED INSULATION A. Types of spray -on insulation included under this Work shall include, but not be limited to: 1. Closed cell foam sprayed insulation system. 2. Thermal barrier over insulation where exposed and not covered with gypsum wallboard. 1.02 RELATED WORK A. CAST -IN-PLACE CONCRETE: Section 03 30 00. B. COLD -FORMED METAL FRAMING: Section 05 40 00. C. CEMENTITIOUS FIREPROOFING: Section 07 81 16. • D. GYPSUM WALLBOARD: Section 09 29 00. E. ACOUSTICAL CEILINGS: Section 09 51 00. 1.03 QUALITY ASSURANCE A. Products shall be in compliance with The Florida Building Code, latest adopted edition, as amended, for flame and smoke, concealment, and over coat requirements. B. Manufacturer Qualifications: Manufacturer shall have a minimum of ten (10) years' experience manufacturing products specified in this Section. • C. Installer's/Applicator's Qualifications: Products listed in this Section shall be installed by a single organization with a minimum of five (5) years' experience successfully installing sprayed insulation on projects of a similar type and scope. D. Installer/Applicator shall be licensed by the manufacturer. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 0721 00- 1 URS 1.04 SUBMITTALS A. Product Data: Manufacturer's data sheets on each product to include: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods. B. Submit manufacturer's written certification that product contains no asbestos, fiberglass, or other manmade mineral fibers. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to the Project site in original unopened packages, clearly marked with product brand name and manufacturer's labels. Store inside and in a dry location. Comply with manufacturer's written instructions for handling, storing, and protecting during installation. 1.06 PROJECT CONDITIONS A. Maintain environmental conditions (temperature, humidity, and ventilation) within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits. B. Do not apply insulation when substrate temperatures are under 40 -degrees F prior to installation. C. Surfaces shall be dry prior to application of spray foam to prevent loss of adhesion resulting in product failure. PART 2 - PRODUCTS 2.01 MANUFACTURER/MATERIALS A. Basis of Design: CertaSpray CertainTeed Corporation. Closed Cell Foam System as manufactured by B. Material shall be closed cell, two component, spray foam with a zero -ozone-depleting HFC blowing agent. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 072100-2 • • C. D. Fire Performance Properties: 1. Flame Spread Index per ASTM E 84: 2. Smoke Index per ASTM E 84: 3. < 12 -inches in ceilings per NFPA 286: 4. < 8 -inches in walls per NFPA 286: Physical and Mechanical Properties: 1. < 25 < 450 Pass when covered with a 15 -minute thermal barrier. Pass when covered with a 15 -minute thermal barrier. Core Density, pcf per ASTM 1622 1.9 — 2.4 2. Thermal Resistance (aged) R Value at 75 -degrees F, Btu per ASTM C 518 (per inch) 6.4 3. Thermal Resistance (initial) R Value at 75 -degrees F, Btu per ASTM C 518 (per inch) 6.7 4. Closed Cell Content, % per ASTM D 2842 88 — 95% 5. Compressive Strength, psi per ASTM D 1621 > 25 6. Tensile Strength, psi per ASTM D 1623 60 7. Water Absorption, % by volume per ASTM D 2842 < 2% 8. Dimensional Stability, 75 -degrees F/ 95% RH, 28 days, Vol% per ASTM D 2126 < 9% 9. Water Vapor Transmission (Permeability), Perm -inch per ASTM E 96 1.51 10. Permeance (perms) per ASTM E 96 City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 072100-3 1.51 @ 1" 0.76 @ 2" 0.50@3" 0.38@4" 0.30@5" 0.25 @ 6" 11. Air Permeability, at 1" thickness Per ASTM E 283 0.013 12. Fungi Resistance per ASTM C 1338 Pass with no growth D. Thermal Barrier (exposed conditions): 1. Acceptable Products: a. Flame Seal-TBTM liquid -applied, two component, water-based polymer intumescent fireproofing material approved for use over spray foam interior insulation applications as manufactured by Flame Seal Products. b. BaysealTM IC single component, water-based polymer intumescent fireproofing material approved for use over spray foam interior insulation applications as manufactured by Bayer Material Science LLC. PART 3 - EXECUTION 3.01 EXAMINATION/COORDINATION A. Examine surfaces and report unsatisfactory conditions in writing. Do not proceed until all unsatisfactory conditions are corrected. B. Clips, hangars, supports, sleeves and other attachments (by other trades) shall be in place prior to application of spray -on insulation. C. Ducts, piping, conduit, or other suspended equipment (by other trades) shall not be positioned until after the application of spray -on insulation. 3.02 PREPARATION A. Provide masking, drop cloths, or other satisfactory coverings for materials/surfaces that are not to receive spray -on insulation to protect from overspray or droppings. B. Coordinate installation of spray -on insulation with other trades. C. All application surfaces shall be free of oil, grease, dust, and debris. Surface shall be dried prior to application of sprayed foam. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 0721 00-4 3.03 INSTALLATION A. Comply with insulation manufacturer's written instructions applicable to products and application indicated. Surface temperature shall be minimum 40 -degrees F prior to application. B. Install spray -on insulation in thickness to achieve a minimum R- Value of 30, or as indicated. C. Thickness will be determined as the minimum thickness measured as per ASTM E 605 field test procedure. D. Cure spray -on insulation with continuous natural or mechanical ventilation. E. Remove and dispose of over -spray or droppings. 3.04 PROTECTION A. Protect installed spray -on insulation from damage due to harmful weather exposures, physical abuse, and other causes. Provide temporary coverings where insulation is subject to abuse and cannot be concealed and protected by permanent construction immediately after installation. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 07 21 00 - 5 URS THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 072100-6 • • SECTION 07 21 16 BLANKET INSULATION PART 1— GENERAL 1.01 SCOPE OF WORK A. Types of insulation included under this Work shall include, but not be limited to: 1. Blanket (Batt) Sound Insulation. 1.02 RELATED WORK A. Section 05 40 00 - COLD -FORMED METAL FRAMING. B. Section 07 21 00 - SPRAYED INSULATION. 1.03 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Verification: Sample units for each type of insulation indicated. 1.04 QUALITY ASSURANCE A. Fire -Test -Response Characteristics: Provide insulation and related materials with the fire -test -response characteristics indicated, as determined by testing identical products per test method indicated below by UL or another testing and inspecting agency acceptable to authorities having jurisdiction. Identify materials with appropriate markings of applicable testing and inspecting agency. 1. ASTM E 84 - Surface -Burning Characteristics. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to the Project site in original unopened packages, clearly marked with product brand name and manufacturer's labels. Store inside and in a dry location. Comply with manufacturer's written instructions for handling, storing, and protecting during installation. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 0721 16- 1 PART 2 - PRODUCTS 2.01 MATERIALS A. Blanket (Batt) Sound Insulation: 1. Batt Insulation (Sound Attenuation Blankets): ASTM C 665, Type I, Class 25 flame spread, thickness as indicated or as required by STC Assembly Rating. a. Products: Provide Owens Corning's "Sound Attenuation Batt Insulation" and "Firecore 60 Sound Attenuation Batt Insulation" for rated partitions. b. Other Manufacturers: Equivalent products by one of the following manufacturers are also acceptable: (1) (2) (3) PART 3 - EXECUTION 3.01 INSTALLATION CertainTeed Corp. Johns Manville Corporation. Knauf Fiberglass. A. Comply with insulation with manufacturer's written instructions applicable to products and application indicated. 3.02 PROTECTION A. Protect installed insulation from damage due to harmful weather exposures, physical abuse, and other causes. Provide temporary coverings where insulation is subject to abuse and cannot be concealed and protected by permanent construction immediately after installation. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 07 21 16 - 2 SECTION 07 2617 UNDERSLAB VAPOR BARRIER PART 1— GENERAL 1.01 SUMMARY A. Furnish and install an under -slab vapor barrier located under all concrete floor slabs, including walks within building line, as indicated on the Drawings and specified herein. 1.02 RELATED WORK A. CAST -IN-PLACE CONCRETE: Section 03 30 00. B. SELF -ADHERING SHEET WATERPROOFING: Section 07 13 10. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's published descriptive literature, including typical details and installation instructions, for vapor barrier membrane, mastic, and tape. B. Samples: Submit three (3) 12 -inch by 12 -inch samples of vapor barrier membrane and 6 inch length samples of tape. 1.04 DELIVERY AND STORAGE A. Packaged Materials: Deliver materials in bundles, rolls, and sealed containers bearing the manufacturer's original labels. Store materials in an enclosed area free from contact with soil and weather, and maintain at not less than 50 degrees F for at least 24 hours before use. If material is dated for use or "shelf life" is indicated on the labels, all outdated material shall be removed from the Site. PART 2 - PRODUCTS 2.01 VAPOR BARRIER MATERIALS A. Vapor Barrier Membrane: Comply with the following: 1. Membrane Material: Flexible plastic or plastic laminate membrane, minimum 8.0 mils in thickness. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 0726 17- 1 2. Products: Provide one of the following vapor barrier membranes: a. "Nervastral"; Nervastral, Inc. b. "Fiberweb 210 Underslab Vapor Barrier"; Fiberweb Division of Hammerbeam, Inc. c. "Moistop Underslab"; Fortiber Building Products. d. "Griffolyn Type 65G"; Reef Industries. B. Mastic: Comply with the following: 1. Provide mastic compound as recommended by the membrane manufacturer. C. Tape: Double -sided pressure sensitive tape with release paper. Suitable as a durable field seam around penetrations in the vapor barrier membrane and to join membrane sheets together PART 3 - EXECUTION 3.01 INSPECTION A. Examine the areas and conditions under which the under -slab vapor barrier is to be installed. Do not proceed with vapor barrier work until unsatisfactory conditions have been corrected. 3.02 APPLICATION A. Apply directly to compacted earth base, under concrete slabs, one layer of the vapor barrier membrane. Maintain 6 -inch side laps and 9 -inch end laps; turn down membrane 12 inches at slab/wall intersections. B. Laps shall be fully sealed with mastic in strict accordance with manufacturer's published instructions for application procedures and limitations for temperature and setting time. C. Additional strips shall be used at penetrations of membrane to close openings in membrane. Set in mastic. D. Extreme care and precaution shall be exercised after membrane has been applied to prevent punctures, tears, and other abuses. Should such vapor barrier damage occur, repair the membrane by application of a membrane patch, sized to lap 9 -inches on all sides of the damaged area, and set in a full bed of mastic. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 072617-2 URS • SECTION 07 54 19 • POLYVINYL -CHLORIDE (PVC) MEMBRANE ROOFING • PART 1— GENERAL 1.01 SUMMARY A. Provide all labor, equipment and materials necessary to install a fully adhered Polyvinyl Chloride (PVC) membrane roofmg system including straight and tapered rigid insulation, PVC roofmg membrane and flashings, and roofing accessories integrally related to roof installation, complete, at roof areas indicated on Drawings and herein specified. 1.02 RELATED WORK A. ROUGH CARPENTRY: Section 06 10 53. B. FLASHING AND SHEET METAL: Section 07 62 00. C. ROOF ACCESSORIES: Section 07 72 00. D. JOINT SEALANTS: Section 07 92 00. E. PRE-ENGINEERED METAL BUILDING SYSTEM: Section 13 34 19. 1.03 PERFORMANCE REQUIREMENTS A. General: Provide installed roofing membrane and flashings that remain watertight; do not permit the passage of water; and resist specified uplift pressures, thermally induced movement, and exposure to weather without failure. B. Material Compatibility: Provide roofing materials that are compatible with one another under conditions of service and application required, as demonstrated by roofing manufacturer based on testing and field experiences. C. Product Compliance: The roofing system must have a State of Florida Product Control Notice of Acceptance (NOA) and meet all requirements of the Florida Product Approval System as required by Florida Statute 553.842 and Florida Administrative Code 9B-72. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 075419-1 URS D. Comply with the following testing procedures: 1. Florida Building Code Test Protocol TAS 105 -Test Procedure for Field Withdrawal Resistance Testing. 2. Florida Building Code Test Protocol TAS 114 -Test Procedures for Roof System as the High Velocity Hurricane Zone Jurisdiction. a. Appendix A- Test Procedure for Above Deck Combustibility ASTM E 108. b. Appendix C -Test Procedure for Simulated Uplift Pressure Resistance of Roof System Assemblies. c. Appendix E -Test Procedure for Corrosion Resistance of Fasteners, Batten Bars and Stress Distribution Plates. d. Appendix F -Test Procedure for Susceptibility to Hail Damage for Roof Systems Assemblies. 3. Florida Building Code Test Protocol TAS 117 (A) -Test Procedure for Withdrawal Resistance Testing of Mechanical Fasteners Used in Roof System Assemblies. 4. Florida Building Code Test Protocol TAS 117 (B) - Test Procedure for Dynamic Pull -Through Performance of Roofing Membranes Over Fastener Heads or Fasteners with Metal Bearing Plates. E. Codes and Standards: Comply with provisions of referenced codes and standards for the following, unless otherwise indicated or specified: 1. Florida Building Code, Latest Adopted Edition, as amended. 2. American Society for Testing and Materials (ASTM). 3. Factory Mutual Global (FMG). 4. Federal Specifications (FS). 5. National Roofing Contractors Association (NRCA). 5. Sheet Metal and Air Conditioning Contractor's National Association (SMACNA). 6. Underwriters' Laboratories, Inc. (UL). City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 075419-2 • • • 1.04 QUALITY ASSURANCE A. Manufacturer's Qualifications: 1. Minimum of ten (10) years documented experience manufacturing polyvinyl- chloride (PVC) roofing membranes. B. Installer's Qualifications: 1. A single installer (Roofer) shall be responsible for the work of this Contract; and shall be or employ firm(s) with not less than five (5) years of successful experience in installation of polyvinyl -chloride (PVC) roofmg systems similar to that required for this Project and which is acceptable to or licensed by manufacturer of primary roofing materials. 2. Prior to Start of Work, provide to the Architect/Engineer written certification from manufacturer of polyvinyl -chloride (PVC) roofmg system certifying that installer is approved by manufacturer for installation of specified roofing system. 3. Prior to fabrication, delivery, or installation; provide to the Architect/Engineer, certification from the roofmg contractor attesting that: a. Materials components to be furnished conform to the Project specifications. b. Materials are compatible for deck and roofmg indicated, each to the other and to adjacent related work. B. Pre -Application Roofing Conference: 1. Approximately two (2) weeks prior to scheduled commencement of roofmg installation and associated work, Contractor shall arrange to meet at the Project Site with: Roofing Installer (Superintendent's presence is mandatory), Architect/Engineer, City, roofmg system manufacturer's representative, and other representatives directly concerned with performance of the Work. 2. Contractor shall record discussions of conference and decisions and agreements or disagreements reached, and furnish copy of record to each party attending within seven (7) days of the meeting. Review foreseeable methods and procedures related to roofmg work including, but not limited to, the following: a. Tour representative areas of roofing substrates (deck); inspect and discuss condition of substrate, drains, roof edges, high walls, curbs, expansion joints, penetrations and other preparatory work. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 075419-3 b. Review roofmg systems requirements (Contract Documents containing Drawings and Specifications). c. Review required submittals, both completed and yet to be completed. d. Review and finalize construction schedule related to re-roofmg work and verify availability of materials, Installer's personnel, equipment and facilities needed to make progress and avoid delays. e. Review required inspection, testing, certifying and material usage procedures. 1.05 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: For roofing system. Include plans, elevations, sections, details, and attachments to other Work. 1. Base flashings, cants, and membrane terminations. 2. Insulation fastening patterns. C. Samples for Verification: For the following products: 1. 12 -by -12 -inch square of sheet roofing, of color specified. 2. 12 inch long sample of membrane -clad sheet metal fascia, soffit, and similar trim pieces. 3. 12 -by -12 -inch square of roof insulation. 4. Six insulation fasteners of each type, length, and finish. D. Installer Certificates: Signed by roofmg system manufacturer certifying that Installer is approved, authorized, or licensed by manufacturer to install roofing system. E. Manufacturer Certificates: Signed by roofing system manufacturer certifying that the roofing system complies with requirements specified in Article 1.03 — PERFORMANCE REQUIREMENTS of this Section. 1. Submit evidence of meeting performance requirements. 2. State of Florida Approved Product Certificates. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 075419-4 URS • i • F. Qualification Data: For Installer and manufacturer. G. Research/Evaluation Reports: State of Florida Product Control Notice of Acceptance for roofing system. H. Product Test Reports: Based on evaluation of tests performed by manufacturer and witnessed by a qualified independent testing agency, for components of roofing system. I. Maintenance Data: For roofmg system to include in maintenance manuals. J. Warranties: Special warranties specified in this Section. K. Inspection Report: Copy of roofing system manufacturer's inspection report of completed roofing installation. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver roofmg materials to Project site in original containers with seals unbroken and labeled with manufacturer's name, product brand name and type, date of manufacture, and directions for storage. B. Store liquid materials in their original undamaged containers in a clean, dry, protected • location and within the temperature range required by roofing system manufacturer. Protect stored liquid material from direct sunlight. • 1. Discard and legally dispose of liquid material that cannot be applied within its stated shelf life. C. Protect roof insulation materials from physical damage and from deterioration by sunlight, moisture, soiling, and other sources. Store in a dry location. Comply with insulation manufacturer's written instructions for handling, storing, and protecting during installation. D. Handle and store roofing materials and place equipment in a manner to avoid permanent deflection of deck. 1.07 PROJECT CONDITIONS A. Environmental Requirements: 1. Proceed with roofing work only when existing and forecasted weather conditions will permit work to be performed in accordance with manufacturer's recommendations and warranty requirements. 2. No work is to be performed when rain is forecast, except only that amount that can be completed before the rain. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 075419-5 3. All surfaces to receive new insulation, roofing membrane, and/or flashings shall be thoroughly dry. Should surface moisture occur, provide all necessary equipment to dry the surface prior to application. 4. All new and temporary construction, including materials, equipment and accessories shall be secured in such a manner, at all times, to prevent wind blow -off. All damage to building, and/or other elements resulting from wind blow -off of materials, equipment or accessories shall be the responsibility of the Contractor. 5. Temporary waterstops shall be installed at the end of each day's work or when inclement weather occurs, and shall be removed before proceeding with the Work. Waterstops shall be compatible with all materials and shall not emit dangerous or incompatible fumes. E. Protection: 1. Protect facing materials against damage or staining while work is in progress. All defacing of precast concrete, masonry, or other materials shall be restored to original condition. 2. Provide temporary protection for all areas where flashing and/or roofing has been removed and not re -installed. 3. Prior to and during construction, all dirt, debris, and dust shall be removed from surfaces either by vacuuming, sweeping and/or similar methods. 1.08 WARRANTY A. Manufacturer's Roofing Warranty: Provide roofing membrane manufacturer's premium No Dollar Limit (NDL) Warranty agreement including flashing endorsement, signed by an authorized representative of the roofing system manufacturer, on form that was published as of date of Contract Documents. 1. Flashing endorsement to include, but not by way of limitation, the metal trim assemblies specified herein for PVC coated flashing. 2. Warranty Duration: a. Contractor's Warranty: Two-year full system from date of Substantial Completion. b. Manufacturer's Warranty: Fifteen -year No Dollar Limit (NDL) full system warranty that runs concurrent with Contractor's Warranty from date of Substantial Completion. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 075419-6 • • • PART 2 - PRODUCTS 2.01 POLYVINYL -CHLORIDE (PVC) ROOFING MEMBRANE A. PVC Sheet: ASTM D 4434, Type II, Grade 1, fiberglass reinforced and fabric backed and as follows: 1. Basis of Design: "Sarnafil G410"; Sarnafil Inc., as manufactured by Johns - Manville International, Inc. a. Acceptable Manufacturers: Subject to compliance with specification requirements, manufacturer(s) offering PVC membrane roofing systems that may be incorporated into the Work include the following: (1) Carlisle Syntec Systems. 2. Thickness: 60 mils, minimum. 3. Exposed Face Color: "White" with minimum SRI of 78. 2.02 AUXILIARY MATERIALS A. General: Auxiliary materials recommended by roofing system manufacturer for intended use and compatible with membrane roofing. 1. Liquid -type auxiliary materials shall meet VOC limits of authorities having jurisdiction. B. Perimeter Edge Flashing and Soffits: Sarnafil's "Sarnaclad." PVC -coated, heat - weldable sheet formed to shapes and profiles indicated on Drawings. 25 gauge, G90 galvanized metal sheet with 20 mil unsupported Sarnafil membrane laminated on one side. Color to match PVC membrane. C. Bonding Adhesive: Manufacturer's standard solvent -based bonding adhesive for membrane, and solvent -based bonding adhesive for base flashings. D. Fasteners: Factory -coated steel fasteners and metal or plastic plates meeting corrosion -resistance provisions of FMG 4470, designed for fastening membrane to substrate, and acceptable to membrane roofing system manufacturer. E. Asphalt Coated Fiberglass Reinforced Ply Sheet (Under Insulation): ASTM D 2178, Type IV. F. Miscellaneous Accessories: Provide accessories recommended by roofing manufacturer for particular installation condition. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents 07 54 19 - 7 April 2013 2.03 ROOF INSULATION A. General: Provide preformed roof insulation boards that comply with requirements and referenced standards, selected from manufacturer' s standard sizes and thicknesses indicated. B. Polyisocyanurate Board Insulation: ASTM C 1289, Type II, felt or glass fiber mat facer on both major surfaces. 1. Manufacturers: a. Apache Products Company. b. Atlas Roofing Corporation. c. GAF Materials Corporation. 2. Thickness/R-Value: As indicated on Drawings. 2.04 INSULATION ACCESSORIES A. General: Roof insulation accessories recommended by insulation manufacturer for intended use and compatible with membrane roofing. B. Fasteners: Factory -coated steel fasteners and metal or plastic plates meeting corrosion -resistance provisions of FMG 4470, designed for fastening roof insulation to substrate, and acceptable to roofing system manufacturer. C. Cover Board: ASTM C 1177, glass -mat, water-resistant gypsum substrate, 1/2 inch thick. 1. Product: "Dens -Deck"; Georgia-Pacific Corporation. D. Roof Walkway Pads: 1. SarnaTred S 380 polyester -reinforced PVC membrane .096 inch thick for traffic areas. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 075419-8 URS • • • • • PART 3 - EXECUTION 3.01 EXAMINATION A. Examine concrete and metal deck (as applicable) substrates, areas, and conditions, with Installer present, for compliance with the following requirements and other conditions affecting performance of roofing system: 1. Verify that wood blocking and nailers are securely anchored to roof deck at penetrations and terminations and match thicknesses of insulation. 2. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Repair concrete and/or metal deck surfaces which may impair integrity of new roofing installation. Use materials compatible with deck and roofing materials to be installed. All rusted metal shall be treated with rust -inhibiting paint and sections that have rusted through shall be completely removed and replaced. B. Clean substrate of dust, debris, moisture, and other substances detrimental to roofing installation according to roofing system manufacturer's written instructions. Remove sharp projections. C. Prevent materials from entering and clogging roof drains and conductors, if shown, and from spilling or migrating onto surfaces of other construction. Remove roof -drain plugs when no work is taking place or when rain is forecast. D. Complete terminations and base flashings and provide temporary seals to prevent water from entering completed sections of roofmg system at the end of the workday or when rain is forecast. Remove and discard temporary seals before beginning work on adjoining roofing. 3.03 INSULATION INSTALLATION A. Coordinate installing roofing system components so insulation is not exposed to precipitation or left exposed at the end of the workday. B. Comply with roofing system manufacturer's written instructions for installing roof insulation. C. Install one or more layers of insulation under area of roofing to achieve required thickness. Where overall insulation thickness is 1 inch or greater, install 2 or more layers with joints of each succeeding layer staggered from joints of previous layer a minimum of 6 inches in each direction. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 075419-9 D. Install insulation with long joints of insulation in a continuous straight line with end joints staggered between rows, abutting edges and ends between boards. Fill gaps exceeding 1/4 inch with insulation. 1. Cut and fit insulation within 1/4 inch of nailers, projections, and penetrations. E. Mechanically Fastened Insulation: Install each layer of insulation and secure to deck using mechanical fasteners specifically designed and sized for fastening specified board -type roof insulation to deck type. 1. Fasten insulation according to requirements in FMG's "Approval Guide" for specified Windstorm Resistance Classification. 2. Fasten insulation to resist uplift pressure at corners, perimeter, and field of roof. F. Install cover boards over insulation with long joints in continuous straight lines with end joints staggered between rows. Stagger joints from joints in insulation below a minimum of 6 inches in each direction. Loosely butt cover boards together and fasten to roof deck. Tape joints if required by roofing system manufacturer. 1. Fasten according to requirements in FMG's "Approval Guide" for specified Windstorm Resistance Classification. 2. Fasten to resist uplift pressure at corners, perimeter, and field of roof. 3.04 ADHERED ROOFING MEMBRANE INSTALLATION A. Install roofing membrane over area to receive roofing according to membrane roofing system manufacturer's written instructions. Unroll roofing membrane and allow to relax before installing. 1. Install sheet according to ASTM D 5036. B. Start installation of roofing membrane in presence of membrane roofing system manufacturer's technical personnel. C. Accurately align roofing membrane and maintain uniform side and end laps of minimum dimensions required by manufacturer. Stagger end laps. D. Bonding Adhesive: Apply solvent -based bonding adhesive to substrate and underside of roofing membrane at rate required by manufacturer and allow to partially dry before installing roofing membrane. Do not apply bonding adhesive to splice area of roofing membrane. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 07 54 19-10 • • E. Seams: Clean seam areas, overlapping roofing membrane, and hot-air weld side and end laps of roofing membrane according to manufacturer's written instructions to ensure a watertight seam installation. 1. Test lap edges with probe to verify seam weld continuity. Apply lap sealant to seal cut edges of roofing membrane. 2. Verify field strength of seams a minimum of twice daily and repair seam sample areas. 3. Repair tears, voids, and lapped seams in roofing membrane that does not meet requirements. F. Spread sealant or mastic bed over deck drain flange at deck drains and securely seal roofing membrane in place with clamping ring. 3.05 BASE FLASHING INSTALLATION A. Install sheet flashings and preformed flashing accessories and adhere to substrate according to membrane roofing system manufacturer's written instructions. B. Apply solvent -based bonding adhesive to substrate and underside of flashing sheet at required rate and allow to partially dry. Do not apply bonding adhesive to seam area of flashing. C. Flash penetrations and field -formed inside and outside corners with cured or uncured sheet flashing. D. Clean seam areas and firmly roll sheet flashings into the adhesive. Weld side and end laps to ensure a watertight seam installation. E. Terminate and seal top of sheet flashings. 3.06 METAL FLASHING INSTALLATION A. Refer to Section 07 62 00 - FLASHING AND SHEET METAL for additional requirements. B. Complete all metalwork in conjunction with roofing and flashings so that a watertight condition exists daily. C. Metal shall be installed to provide adequate resistance to bending and to allow for normal thermal expansion and contraction. D. Metal joints shall be watertight. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 07 54 19 - 11 E. Metal flashings shall have a 4 -inch minimum nailing flange and shall be fastened into solid wood blocking with fasteners of the same type with two rows of annular ring nails, 4 -inches on center, staggered. Fasteners shall penetrate the wood nailer a minimum of 1-1/4 inches. F. Continuous metal hook strips shall be required if metal fascia exceeds 5 -inches in width. Hook strip shall be fastened 12 -inches on center into wood nailer or masonry wall. G. Adjacent sheets of metal shall be spaced 1/4 -inch apart. The end joints of the metal shall be fastened 6 -inches on center. The joints shall be covered with 1 -inch wide masking tape. A 4 -inch wide strip of flashing strip shall be hot air welded over the joint. H. Dissimilar Metal Coating: 1. All dissimilar metals coming in contact with each other shall be coated with protective coating to prevent chemical reaction. I. All metal shall be installed according to Factory Mutual's Loss Prevention Data Sheet 1-49. 3.07 WALKWAY INSTALLATION A. Walkways shall be provided for roof areas subject to foot traffic and for maintenance of rooftop equipment as directed by Architect/Engineer and/or City. B. Roof membrane to receive walkway shall be clean and dry. Chalk lines on deck sheet to indicate location of roof walkway. C. Apply a continuous coat of Sarnocol 2170 to the deck sheet at a rate of 3/4 gallon per 100 square feet. Keep adhesive back 3 -inches from chalk lines for hot air welding. Allow adhesive to dry completely. D. Walkway shall be unrolled and positioned within chalk lines, then folded back on itself exposing the underside for one-half of its length. E. A continuous coat of Sarnacol 2170 adhesive shall be applied to the underside of the walkway at a rate of 1/2 gallon per 100 square feet. Keep adhesive back 3 -inches from the edge of the sheet for hot-air welding. This adhesive shall be allowed to dry sufficiently to produce strings when touched with a dry finger. Do not allow the adhesive to dry completely. F. The walkway shall be unrolled into the previously coated deck sheet, using care to avoid wrinkles. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 07 54 19 - 12 • • G. The bonded walkway shall be pressed firmly into place with a weighted foam -covered lawn roller. H. The remaining unbonded half of the walkway shall be folded back and the bonding procedure repeated. I. Hot-air weld the perimeter of the walkway to the deck sheet. Check all welds with a rounded screwdriver. Reweld all inconsistencies. 3.08 FIELD QUALITY CONTROL A. Final Roof Inspection: Arrange for roofing system manufacturer's technical personnel to inspect roofing installation on completion and submit report to Architect/Engineer and City. 1. Notify City 48 hours in advance of date and time of inspection. B. Repair or remove and replace components of membrane roofing system where inspections indicate that they do not comply with specified requirements. C. Additional inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 3.09 PROTECTING AND CLEANING A. Protect membrane roofmg system from damage and wear during remainder of construction period. When remaining construction will not affect or endanger roofing, inspect roofmg for deterioration and damage, describing its nature and extent in a written report, with copies to the City. B. Correct deficiencies in or remove membrane roofing system that does not comply with requirements, repair substrates and repair or reinstall membrane roofing system to a condition free of damage and deterioration at time of Substantial Completion and according to warranty requirements. C. Clean overspray and spillage from adjacent construction using cleaning agents and procedures required by manufacturer of affected construction. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 07 54 19-13 THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 07 54 19 - 14 • • SECTION 07 62 00 FLASHING AND SHEET METAL PART 1— GENERAL 1.01 SUMMARY A. Extent of this work includes the furnishing and installation of all sheet metal flashings, counterflashings, coping, scuppers, downspouts, reglets, and all miscellaneous sheet metal work required for roofing and related work, complete as indicated on Drawings and by provision of this Section. 1.02 RELATED WORK A. ROUGH CARPENTRY: Section 06 10 53. B. POLYVINYL -CHLORIDE (PVC) MEMBRANE ROOFING: Section 07 54 19. C. ROOF ACCESSORIES: Section 07 72 00. 1.03 QUALITY ASSURANCE A. Product Compliance: 1. The manufactured flashing and coping systems, as applicable, shall have a State of Florida Product Control Notice of Acceptance (NOA) and meet all requirements of the Florida Product Approval System as required by Florida Statute 553.842 and Florida Administrative Code 9B-72. B. Installer's Qualifications: 1. Flashing and sheet metal work shall be fabricated by a qualified sheet metal fabricator with at least five (5) years documented experience in installations of a similar nature. C. Performance Criteria: Comply with the following: 1. Installation and fastening of all sheet metal work shall comply with Factory Mutual Global (FMG) Loss Prevention Data Sheet 1-28 "Wind Loads to Roof Systems and Roof Deck Securement." City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 076200-1 URS 1.04 SUBMITTALS A. Product Data: 1. Submit complete product data for each type of product specified. Include details of construction relative to materials, dimensions of individual components, profiles, finishes, and installation instructions. B. Shop Drawings: 1. Submit complete shop drawings for all flashing and sheet metal work, indicating fabrication, assembly, and attachment details, size of all members, fastenings, supports and anchors, patterns, clearances, and all necessary connections to work of other trades. C. Research/Evaluation Reports: 1. State of Florida Product Control Notice of Acceptance for roofing system. D. Installer's Qualifications: 1. Submit documented evidence of installer's qualifications. E. Warranty: 1. Submit specimen copy of specified warranty. 1.05 HANDLING AND STORAGE A. Sheet metal materials shall be carefully handled to prevent damage to surfaces, edges, and ends; and shall be stored at the site above the ground in a covered, dry location. Damaged items that cannot be restored to original condition will be rejected and shall be replaced at no additional cost to the City. 1.06 JOB CONDITIONS A. Coordinate work of this Section with interfacing and adjoining work for proper sequencing of each installation. Ensure best possible weather resistance, durability of work and protection of materials and finishes. 1.07 WARRANTY A. Warranty for the roofing system, including work specified in this Section, are included under Section 07 54 19 - POLYVINYL -CHLORIDE (PVC) MEMBRANE ROOFING. B. For other flashing and sheet metal work, provide the following warranty: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents 07 62 00 - 2 April 2013 • • • 1. Finish Warranty: Provide manufacturer's standard twenty (20) year finish performance warranty. PART 2 - PRODUCTS 2.01 MATERIALS A. Galvanized (Hot -Dipped) Sheet Metal Material: 1. Galvanized (hot -dipped) sheet metal flashings, cleats, counter flashings, scuppers, downspouts, and all miscellaneous sheet metal items indicated on Drawings shall be fabricated to shapes detailed on Drawings. 2. Galvanized steel sheet shall comply with ASTM A 653, G 90, commercial quality, for hot -dip galvanized steel sheet, mill phosphatized where indicated for painting. Provide minimum 24 gauge material thickness, unless otherwise indicated on Drawings. 3. Finish: a. Provide manufacturer's standard fluoropolymer 2 -coat thermocured coating system composed of specially formulated inhibitive primer and fluoropolymer color topcoat containing not less than 70 percent polyvinylidene fluoride resin by weight; complying with AAMA 2605. (1) Color shall be as selected by Architect/Engineer. b. Products, Resin Manufacturers: Provide fluoropolymer coating systems containing one of the following resins: (1) "Hylar 5000"; Ausimont USA, Inc. (2) "Kynar 500"; Atofina Chemicals, Inc. B. Aluminum: Alloy and temper recommended by aluminum producer and finisher for type of use and finish indicated and with not less than the strength and durability of alloy and temper designated below: 1. Factory Painted Aluminum Sheet: ASTM B 209, 3003-H14, with a minimum thickness of 0.050 inch, unless otherwise indicated. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 076200-3 URS 2. Finish: a. Provide manufacturer's standard fluoropolymer 2 -coat thermocured coating system composed of specially formulated inhibitive primer and fluoropolymer color topcoat containing not less than 70 percent polyvinylidene fluoride resin by weight; complying with AAMA 2605. (1) Color shall be as selected by Architect/Engineer. b. Products, Resin Manufacturers: Provide fluoropolymer coating systems containing one of the following resins: (1) "Hylar 5000"; Ausimont USA, Inc. (2) "Kynar 500"; Atofina Chemicals, Inc. C. Rolled Lead Flashing Material: 1. Rolled lead shall conform to Federal Specification (FS) QQ-L-201, Grade B, 4 lbs. per sq. ft., except as otherwise indicated. 2.02 MANUFACTURED COPING A. Description: Manufactured coping cap shall be prefinished .050 inch thick aluminum. Finish shall be specified fluoropolymer coating; color as selected by Architect/Engineer. 1. The roof side leg of the coping cap shall be fabricated with slotted fastener holes at nominal 12 inch centers beginning 4 inches in from the end of each section. 2. The coping system shall include a continuous 24 gage galvanized steel anchor/support plate system to serve as a continuous hook strip and to support the exterior coping cover. The front vertical face of the anchor/support plate shall include 1/8 inch by 3/8 inch slotted nailing holes at nominal 8 inches on center and factory fabricated alignment tabs 18 inches on center, to position the plate for positive slope -to -drain from front to rear edges. 3. Provide color matched exterior joint -splice covers, minimum 6 inches wide, with one slotted anchor hole at the center of the roof side leg. 4. Fasteners: Provide "stinger" type 1-1/2 inch long ring -shank galvanized steel roofing nails for the continuous anchor/support cleat. The roof side leg of the coping shall be secured with "Drive -Seal" corrosion -coated #14 screws, 2 inch lengths with mini -drill point and phillips head; fasteners shall be fitted with conical neoprene washers and stainless steel drive discs. 5. Fasteners shall be provide by the coping manufacturer. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents 07 62 00 - 4 April 2013 URS • • B. Basis of Design: "FTP Coping System"; W.P. Hickman Company. Subject to compliance with requirements, equivalent copings by one of the following manufacturers are also acceptable: • 1. MM Systems Corporation. 2. SBC Industries. 2.03 FABRICATION A. Sheet Metal Fabrication: 1. Shop -fabricate work to greatest extent possible, with applicable requirements of SMACNA "Architectural Sheet Metal Manual" and other recognized industry practices. Fabricate for waterproof and weather -resistant performance; with expansion provisions for running work, sufficient to permanently prevent leakage, damage or deterioration of the work. 2. Form work to fit substrates. Comply with material manufacturer instruction and recommendations for forming material. Form exposed sheet metal work without excessive oil -canning, buckling and tool marks, true to line and levels indicated, with exposed edges folded back to form hems. PART 3 - EXECUTION 3.01 PREPARATION A. Surfaces that are to receive sheet metal work shall be even, smooth, sound, thoroughly clean and dry, and free from defects that might affect their application. 3.02 INSTALLATION A. Install all sheet metal flashings, counter flashings, coping, scuppers, downspouts, reglets and all miscellaneous sheet metal work required for roofing and related work. B. Cutting, fitting, drilling, and other operations in connection with sheet metal work required to accommodate roofing work shall be performed by sheet metal mechanics. Accessories and other components essential to complete the sheet metal installation, though not specifically indicated or specified, shall be provided. Where sheet metal abuts or extends into adjacent materials, the juncture shall be executed in a manner to assure weathertight construction. C. Manufactured items shall be installed in strict accordance with manufacturer's published instructions. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 076200-5 D. Use longest pieces practical. End joints shall be lapped minimum 6 inches with laps set in plastic cement and edges finished with sealant. Exposed edges of counter flashings shall be hemmed 2 inch. E. All surfaces exposed to view shall be fastened using cleats to provide no visible fasteners. Nailing of sheet metal shall be confined generally to sheet metal having a width of less than 18 inches. Nailing of flashings shall be confined to one edge only. Nails shall be evenly spaced not over 3 inches on centers and approximately 2 inch from edge unless otherwise specified or indicated. Where sheet metal is applied to other than wood surface, pressure treated wood sleepers and nailing strips required to properly secure the work shall be installed. 3.03 CLEAN UP A. Clean exposed metal surfaces, removing substances that might cause corrosion of metal or deterioration of finishes. B. Remove scrap and debris from surrounding areas and grounds. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 076200-6 URS • • SECTION 07 72 00 ROOF ACCESSORIES PART 1— GENERAL 1.01 SUMMARY A. This Section includes the following: 1. Roof curbs. 2. Equipment supports. 3. Pipe support systems. 4. Roof hatch with railing system. 1.02 RELATED WORK A. METAL FABRICATIONS: Section 05 50 00. B. ROUGH CARPENTRY: Section 06 10 53. C. POLYVINYL -CHLORIDE (PVC) MEMBRANE ROOFING: Section 07 54 19. D. FLASHING AND SHEET METAL: Section 07 62 00. E. JOINT SEALANTS: Section 07 92 00. 1.03 SUBMITTALS A. Product Data: For each type of roof accessory indicated. Include construction details, materials, dimensions of individual components and profiles, and finishes. B. Shop Drawings: Show fabrication and installation details for accessories. Show layouts of roof accessories including plans and elevations. Indicate dimensions, weights, loadings, required clearances, method of field assembly, and components. Include plans, elevations, sections, details, and attachments to other Work. C. Coordination Drawings: Roof plans drawn to scale, and coordinating penetrations and roof -mounted items. Show the following: 1. Size and location of roof accessories specified in this Section. 2. Method of attaching roof accessories to roof or building structure. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 077200-1 URS 1.04 QUALITY ASSURANCE A. Sheet Metal Standard: Comply with SMACNA "Architectural Sheet Metal Manual" details for fabrication of units, including flanges and cap flashing to coordinate with type of roofing indicated. 1.05 DELIVERY, STORAGE, AND HANDLING A. Pack, handle, and ship roof accessories properly labeled in heavy-duty packaging to prevent damage. 1.06 PROJECT CONDITIONS A. Field Measurements: Verify required openings for each type of roof accessory by field before fabrication and indicate measurements on shop drawings. 1.07 COORDINATION A. Coordinate layout and installation of roof accessories with roofing membrane and base flashing and interfacing and adjoining construction to provide a leakproof, weathertight, secure, and noncorrosive installation. 1.08 WARRANTY A. Special Warranty on Painted Finishes: Manufacturer standard form in which manufacturer agrees to repair finish or replace roof accessories that show evidence of deterioration of factory -applied finishes within specified warranty period. PART 2 - PRODUCTS 2.01 METAL MATERIALS A. Galvanized Steel Sheet: ASTM A 653, G90 coated and mill phospatized for field painting (if applicable). B. Aluminum -Zinc Alloy -Coated Steel Sheet: ASTM A 792, AZ -50 coated. C. Pre -painted, Metallic -Coated Steel Sheet: Steel sheet metallic coated by hot -dip process and pre -painted by coil -coating process to comply with ASTM A 755. 1. Galvanized Steel Sheet: ASTM A 653, G90 coated. 2. Aluminum -Zinc Alloy -Coated Steel Sheet: ASTM A 792, Class AZ50 coated. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 077200-2 URS • • D. Aluminum Sheet: ASTM B 209, alloy and temper recommended by manufacturer for • type of use and mill finish. E. Aluminum Extrusions and Tubes: ASTM B221, alloy and temper recommended by manufacturer for type of use, mill finished. F. Stainless Steel Shapes or Sheet: ASTM A 240 or ASTM A 666, Type 304 or Type 316, No. 2D finish. G. Steel Shapes: ASTM A 36, hot -dip galvanized to comply with ASTM A 123, unless otherwise indicated. H. Steel Tube: ASTM A 500, round tube, baked enamel finished. I. Galvanized Steel Tube: ASTM A 500, round tube, hot -dip galvanized to comply with ASTM A 123. J. Galvanized Steel Pipe: ASTM A 53. 2.02 MISCELLANEOUS MATERIALS A. Cellulosic -Fiber Board Insulation: ASTM C 208, Type II, Grade 1, 1 inch thick. • B. Glass -Fiber Board Insulation: ASTM C 726, 1 inch thick. C. Polyisocyanurate Board Insulation: ASTM C 1289, 1 inch thick. D. Wood Nailers: Softwood lumber, pressure treated with waterborne preservatives for aboveground use, complying with AWPA C2; not less than 1-1/2 inches thick. • E. Bituminous Coating: Cold -applied asphalt mastic, SSPC-Paint 12, compounded for 15 mil dry film thickness per coat. Provide inert -type noncorrosive compound free of asbestos fibers, sulfur components, and other deleterious impurities. F. Fasteners: Same metal as metals being fastened, or nonmagnetic stainless steel or other noncorrosive metal as recommended by roof accessory manufacturer. Match finish of exposed fasteners with finish of material being fastened. Provide non - removable fastener heads to exterior exposed fasteners. G. Gaskets: Manufactureris standard tubular or fingered design of neoprene, EPDM, or PVC; or flat design of foam rubber, sponge neoprene, or cork. H. Elastomeric Sealant: ASTM C 920, polyurethane sealant; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 077200-3 I. Butyl Sealant: ASTM C 1311, single component, solvent -release butyl rubber sealant, polyisobutylene plasticized, and heavy bodied for hooked -type expansion joints with limited movement. 2.03 ROOF CURBS A. General: Provide metal roof curbs, internally reinforced and capable of supporting superimposed live and dead loads, including equipment loads and other construction to be supported on roof curbs. Fabricate with welded or sealed mechanical corner joints, with stepped integral metal cant raised the thickness of roof insulation and integral formed mounting flange at perimeter bottom. Coordinate dimensions with rough -in information or shop drawings of equipment to be supported. 1. Manufacturer, Basis of Design: Pate Company. 2. Material: Galvanized steel sheet. 0.079 inch thick. 3. Liner: Same material as curb, of manufacturers standard thickness and finish. 4. Factory install wood nailers at tops of curbs. 5. Factory insulate curbs with 1-1/2 inch thick, glass -fiber board insulation. 6. Curb height may be determined by adding thickness of roof insulation and minimum base flashing height recommended by roofing membrane manufacturer. Fabricate units to minimum height of 13 inches clear to bottom of lowest part of mechanical equipment that is provided for installation. Coordinate with roof top unit manufacturer to ensure 13 inch clear height. Curb shall be installed with tops level. 2.04 EQUIPMENT SUPPORTS A. Equipment Supports: Provide metal equipment supports, internally reinforced and capable of supporting superimposed live and dead loads, including equipment loads and other construction to be supported. Fabricate with welded or sealed mechanical corner joints, with stepped integral metal cant raised the thickness of roof insulation and integral formed mounting flange at perimeter bottom. Coordinate dimensions with rough -in information or shop drawings of equipment to be supported. 1. Manufacturer, Basis of Design: Pate Company. 2. Material: Galvanized steel sheet. 0.079 inch thick. 3. Factory install continuous wood nailers 3-1/2 inches or 5-1/2 inches wide, as required, at tops of equipment supports. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 077200-4 • • • 4. Metal Counterflashing: Manufacturers standard removable counterflashing, fabricated of same metal and finish as equipment support. 5. On ribbed or fluted metal roofs, form flange at perimeter bottom to conform to roof profile. 6. Fabricate supports to minimum height of 13 inches clear to bottom of lowest part of mechanical equipment that is provided for installation. Coordinate with roof top unit manufacturer to ensure 13 inch clear height. Support shall be installed with tops level. 2.05 PIPE SUPPORT SYSTEMS A. Provide the following pipe support systems, as applicable: 1. Condensation Lines: Provide MAPA MS -1 or RoofStuff SS -C-20. Support shall clamp on to line. 2. Electric and Electric Controls Conduit: ERICO Caddy Pyramid 50. Conduit shall attach to support with Unistrut clamp. B. All pipe supports shall be installed on additional layer of single -ply membrane and/or walkway pads for heavy pipes as applicable. 2.06 ROOF HATCH A. Roof Hatch: Fabricate roof hatch with insulated double-wall lids and insulated double-wall curb frame with integral deck mounting flange and lid frame counterflashing. Fabricate with welded or mechanically fastened and sealed corner joints. Provide continuous weathertight perimeter gasketing and quip with corrosion - resistant or hot -dip galvanized hardware. 1. Manufacturer, Basis of Design: Bilco Company. 2. Load Requirements: Fabricate roof hatches to withstand 40-lbf/sq. Ft. external and 20-lbf/sq. Ft. internal loads. 3. Type and Size: Single -leaf lid, 30 by 36 inches. 4. Curb and Lid Material: Galvanized steel sheet, 0.079 inch thick. a. Finish: Prime painted. 5. Insulation: Glass -fiber board. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 077200-5 URS 6. Interior Lid Liner: Manufacturers standard metal liner of same material and finish as outer metal lid. 7. Exterior Curb Liner: Manufacturer's standard metal liner of same material and finish as metal curb. 8. Lid Liner: Manufacturers standard metal liner of same material and finish as metal curb. 9. On ribbed or fluted metal roofs, form flange at perimeter bottom to conform to roof profile. 10. Fabricate units to minimum height of 12 inches, unless otherwise indicated. 11. Hardware: Stainless steel spring latch with turn handles, butt- or pintle-type hinge system, and padlock hasps inside and outside. a. Provide 2 -point latch on covers larger than 84 inches. 12. Ladder Safety Post: Manufacturers standard ladder safety post. Post to lock in place on full extension. Provide release mechanism to return post to closed position. a. Height: 42 inches above finished roof deck. b. Material and Finish: Steel tube, galvanized. c. Diameter: Pipe with 1-5/8 inch OD tube. 13. Roof Hatch Railing System: Bil-Guard® Hatch Railing System. PART 3 - EXECUTION 3.01 INSTALLATION A. General: Comply with manufacturer's written instructions. Coordinate installation of roof accessories with installation of roof deck, roof insulation, flashing, roofing membranes, penetrations, equipment, and other construction involving roof accessories to ensure that each element of the Work performs properly, and that combined elements are waterproof and weathertight. Anchor roof accessories securely to supporting structural substrates so they are capable of withstanding lateral and thermal stresses, and inward and outward loading pressures. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April2013 077200-6 URS • • I/ B. Install roof accessory items according to construction details of NRCAI6 Roofing and Waterproofing Manual," unless otherwise indicated. C. Separation: Separate metal from incompatible metal or corrosive substrates, including wood, by coating concealed surfaces, at locations of contact, with bituminous coating or providing other permanent separation. D. Flange Seals: Unless otherwise indicated, set flanges of accessory units in a thick bed of roofing cement to form a seal. E. Cap Flashing: Where required as component of accessory, install cap flashing to provide waterproof overlap with roofing or roof flashing (as counterflashing). Seal overlap with thick bead of mastic sealant. F. Operational Units: Test operate units with operable components. Clean and lubricate joints and hardware. Adjust for proper operation. 3.02 CLEANING AND PROTECTION A. Clean exposed surfaces pursuant to manufacturer's written instructions. Touch up damaged metal coatings. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 077200-7 THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 077200-8 1 SECTION 07 81 16 • CEMENTITIOUS FIREPROOFING PART 1— GENERAL 1.01 SUMMARY A. This Section includes the following: 1. Sprayed fire -resistive materials. 1.02 RELATED WORK A. STEEL JOISTS: Section 05 21 00. B. METAL DECK: Section 05 31 23 C. SPRAYED INSULATION: Section 07 21 00. D. FIRESTOPPING: Section 07 84 00. • 1.03 QUALITY ASSURANCE A. Fire Resistance Ratings: Provide cementitious fireproofing complying with ANSI/UL Design Numbers for ratings indicated on Drawings. • B. Installer Qualifications: A firm certified, licensed, or otherwise qualified by the sprayed fire -resistive material manufacturer as experience and with sufficient trained staff to install manufacturer's products according to specified requirements. C. Testing Agency Qualifications: An independent testing and inspecting agency, acceptable to authorities having jurisdiction, with the experience and capability to conduct the testing indicated, according to ASTM E 548. D. Source Limitations: Obtain sprayed fire -resistive materials through one source from a single manufacturer. E. Sprayed Fire -Resistive Materials Testing: By a qualified testing and inspecting agency engaged by Contractor or manufacturer to test for compliance with specified requirements for performance and test methods. 1. Sprayed fire -resistive materials are randomly selected for testing from bags bearing the applicable classification marking of UL or another inspecting and testing agency acceptable to authorities having jurisdiction. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 078116-1 2. Testing is performed on specimens of sprayed fire -resistive materials that comply with laboratory testing requirements specified in Part 2 and are otherwise identical to installed fire -resistive materials, including application of accelerant, tamping, troweling, rolling, and water overspray, if any of these are used in final application. 3. Testing is performed on specimens whose application the independent testing and inspecting agency witnessed during preparation and conditioning. Include in test reports a full description of preparation and conditioning of laboratory test specimens. F. Compatibility and Adhesion and Testing: Engage a qualified independent testing and inspecting agency for compliance with requirements for specified performance and test methods. 1. Testing for bond according to ASTM E 736 and requirements specified in UL's "Fire Resistance Directory" about coating materials. Provide bond strength indicated in referenced fire -resistance design, but not less than minimum specified in Part 2. 2. Verify that manufacturer, through its own laboratory testing or field experience, has not found primers or coatings to be incompatible with sprayed fire -resistive material.. G. Fire -Test -Response Characteristics: Provide sprayed fire -resistive materials with the fire -test -response characteristics indicated, as determined by testing identical products per test method indicated below by UL or another testing and inspecting agency acceptable to authorities having jurisdiction. Identify bags containing sprayed fire - resistive material with appropriate markings of applicable testing and inspecting agency. 1. Fire Resistance Ratings: Indicated by design designations listed in UL's "Fire Resistance Directory," or from listings of another testing and inspecting agency acceptable to authorities having jurisdiction, for sprayed fire -resistive material serving as direct -applied protection tested per ASTM E 119. 2. Surface Burning Characteristics: ASTM E 84. H. Provide products containing no detectable asbestos as determined according to the method specified in 40 CFR Part 763, Subpart E, Appendix E, Section 1, "Polarized Light Microscopy." City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 0781 16-2 • • i 1.04 SUBMITTALS A. Product Data: For each fire -resistive material indicated. B. Shop Drawings: Structural framing plans indicating the following: 1. Locations and types of surface preparations required before applying sprayed fire -resistive material. 2. Extent of sprayed fire -resistive material for each construction and fire - resistance rating, including the following: a. Applicable fire -resistive design designations of a qualified testing and inspecting agency acceptable to authorities having jurisdiction. b. Minimum thicknesses needed to achieve required fire -resistance ratings of structural components and assemblies. c. Designation of restrained and unrestrained conditions based on definitions in ASTM E 119, Appendix X3 as determined by a qualified professional engineer. C. Product Certificates: For each type of sprayed fire -resistive material, signed by • product manufacturer. • D. Qualification Data: For Installer, manufacturer, and testing agency. E. Compatibility and Adhesion Test Reports: From sprayed fire -resistive material manufacturer indicating the following: 1. Materials have been tested for bond with substrates. 2. Materials have been verified by sprayed fire -resistive material manufacturer to be compatible with substrate primers and coatings. 3. Interpretation of test results and written recommendations for primers and substrate preparation needed for adhesion. F. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for proposed sprayed fire -resistive materials. G. Research/Evaluation Reports: For sprayed fire -resistive materials. H. Warranties: Special warranties specified in this Section. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 07 81 16 - 3 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver products to Project site in original, unopened packages with intact and legible manufacturers' labels identifying product and manufacturer, date of manufacture, shelf life if applicable, and fire -resistance ratings applicable to Project. B. Use materials with limited shelf life within period indicated. Remove from Project site and discard any materials whose shelf life has expired. C. Store materials inside, under cover, above ground, so they are kept dry until ready for use. Remove from Project site and discard materials that have deteriorated. 1.06 PROJECT CONDITIONS A. Environmental Limitations: Do not install sprayed fire -resistive material when ambient or substrate temperatures are 40 degrees F or lower unless temporary protection and heat is provided to maintain temperatures at or above this level for 24 hours before, during, and for 24 hours after product application. B. Ventilation: Ventilate building spaces during and after application of sprayed fire - resistive material. Use natural means or, where this is inadequate, forced air circulation during and fire -resistive material dries thoroughly. 1.07 SEQUENCING A. Sequence and coordinate application of sprayed fire -resistive materials with other related work specified in other Sections to comply with the following requirements: 1. Provide temporary enclosure as required to confine spraying operations and protect the environment. 2. Avoid unnecessary exposure of fire -resistive material to abrasion and other damage likely to occur during construction operations subsequent to its application. 3. Do not begin applying fire -resistive material until clips, hangers, supports, sleeves, and other items penetrating fire protection are in place. 4. Defer installing ducts, piping, and other items that would interfere with applying fire -resistive material until application of fire protection is completed. 5. Do not install enclosing or concealing construction until after fire -resistive material has been applied, inspected, tested, and corrections have been made to defective applications. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 07 81 16 - 4 • • • 1.08 WARRANTY A. Special Warranty: Manufacturer's standard form, signed by Contractor and by Installer, in which manufacturer agrees to repair or replace sprayed fire -resistive materials that fail in materials or workmanship within the specified warranty period. Failures include, but are not limited to, the following: 1. Cracking, flaking, spalling, or eroding in excess of specified requirements; peeling; or delaminating of sprayed fire -resistive materials from substrates. 2. Not covered under the warranty are failures due to damage by occupants and Government's maintenance personnel, exposure to environmental conditions other than those investigated and approved during fire -response testing, and other causes not reasonably foreseeable under conditions of normal use. C. Warranty Period: 2 years from date of Substantial Completion. PART 2 - PRODUCTS 2.01 SPRAYED FIRE -RESISTIVE MATERIALS • A. General: For applications of sprayed fire -resistive materials, provide manufacturer's standard products complying with requirements indicated in this Article for material composition and physical properties representative of installed products. • B. Material Composition: Cementitious sprayed fire -resistive material consisting of factory -mixed, dry formulation of gypsum or portland cement binders and lightweight mineral or synthetic aggregates mixed with water at Project site to form a slurry or mortar for conveyance and application. C. Physical Properties: Minimum values, unless otherwise indicated ,or higher values required to attain designated fire -resistance ratings, measured per standard test methods referenced with each property listed as follows: 1. Dry Density: 15 lb/cu. ft. for average and individual densities regardless of density indicated in referenced fire -resistive design, or greater if required to attain fire -resistance ratings indicated, per ASTM E 605 or AWCI Technical Manual 12-A, Section 5.4.5 "Displacement Method." City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 078116-5 2. Thickness: Provide minimum average thickness required for fire -resistive design indicated according to the following criteria, but not less than 0.375 inch, as determined per ASTM E 605. a. Where the referenced fire -resistive design lists a thickness of 1 inch or greater, the minimum allowable individual thickness of sprayed fire - resistive material is the design thickness minus 0.25 inch. b. Where the referenced fire -resistive design lists a thickness of less than 1 inch but more than 0.375 inch, the minimum allowable individual thickness of sprayed fire -resistive material is the greater of 0.375 inch or 75 percent of the design thickness. c. No reduction in average thickness is permitted for those fire -resistive designs whose fire resistance ratings were established at densities of less than 15 lb/cu. ft. 3. Bond Strength: 150 lbf /sq. ft. per ASTM E 736 under the following conditions: a. Field test sprayed fire -resistive material that is applied to concrete surfaces. b. Minimum thickness of sprayed fire -resistive material tested in laboratory shall be 0.75 inch. 4. Compressive Strength: 5.21 lbf/ sq. in. as determined in the laboratory per ASTM E 761. Minimum thickness of sprayed fire -resistive material shall be 0.75 inch and minimum dry density shall be as specified, but not less than 15 lb/cu. ft. 5. Corrosion Resistance: No evidence of corrosion per ASTM E 937. 6. Deflection: No cracking, spalling, delamination or the like per ASTM E 759. 7. Effect of Impact on Bonding: No cracking, spalling, delamination or the like per ASTM E 760. 8. Air Erosion: Maximum weight loss of 0.025 g/sq. ft. in 24 hours per ASTM E 859. For laboratory tests, the minimum thickness of sprayed fire -resistive material is 0.75 inch, maximum dry density is 15 lb/cu. ft., test specimens are not prepurged by mechanically induced air velocities, and tests are terminated after 24 hours. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 078116-6 i • • 9. Fire -Test -Response Characteristics: Provide sprayed fire -resistive materials with the following surface -burning characteristics as determined by testing identical products per ASTM E 84 by UL or another testing and inspecting agency acceptable to authorities having jurisdiction. a. Flame Spread: 10 or less. b. Smoke Developed: 0. D. Product, Basis of Design: Subject to compliance with requirements, provide products by the following: 1. Cafco® Blaze -Shield® II as manufactured by Isolatek Intemalional. 2.03 AUXILIARY FIRE -RESISTIVE MATERIALS A. General: Provide auxiliary fire -resistive materials that are compatible with sprayed fire -resistive materials and substrates and are approved by UL or another testing and inspecting agency acceptable to authorities having jurisdiction for use in fire -resistive designs indicated. B. Substrate Primers: For use on each substrate and with each sprayed fire -resistive product, provide primer that complies with one or more of the following requirements: 1. Primer's bond strength complies with requirements specified in UL "Fire Resistance Directory" for coating materials based on a series of bond tests per ASTM E 736. 2. Primer is identical to those used in assemblies tested for the fire -test -response characteristics of sprayed fire -resistive material per ASTM E 119 by UL or another testing and inspecting agency acceptable to authorities having jurisdiction. C. Adhesive for Bonding Fire -Resistive Material: Product approved by manufacturer of sprayed fire -resistive material. PART 3 - EXECUTION 3.01 EXAMINATION A. Examine substrates, with Installer present, to determine whether they are in satisfactory condition to receive sprayed fire -resistive material. A substrate is in satisfactory condition if it complies with the following: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 0781 16-7 1. Substrates comply with requirements in the Section where the substrate and related materials and construction are specified. 2. Substrates are free of oil, grease, rolling compounds, incompatible primers, loose mill scale, dirt, or other foreign substances capable of impairing bond of fire -resistive material with substrate under conditions of normal use or fire exposure. 3. Objects penetrating fire -resistive material, including clips, hangers, support sleeves, and similar items, are securely attached to substrates. 4. Substrates are not obstructed by ducts, piping, equipment, and other suspended construction that will interfere with applying fire -resistive material. B. Conduct tests according to sprayed fire -resistive material manufacturer's written recommendations to verify that substrates are free of oil, rolling compounds, and other substances capable of interfering with bond. C. Do not proceed with installation of fire -resistive material until satisfactory conditions have been corrected. 3.02 PREPARATION A. Clean substrates of substances that could impair bond of fire -resistive material, including dirt, oil, grease, release agents, rolling compounds, incompatible primers, paints, and loose mill scale. B. Prime substrates where recommended by fire -resistive material manufacturer, unless compatible shop primer has been applied and is in satisfactory condition to receive fire -resistive material. C. Cover other work subject to damage from fallout or overspray of fire -resistive materials during application. Provide temporary enclosure as required to confine spraying operations, protect the environment, and ensure maintenance of adequate ambient conditions for temperature and ventilation. 3.03 INSTALLATION, GENERAL A. Comply with fire -resistive material manufacturer's written instructions for mixing materials, application procedures, and types of equipment used to convey and spray on fire -resistive material, as applicable to particular conditions of installation and as required to achieve fire -resistance ratings indicated. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 0781 16-8 • • B. Apply sprayed fire -resistive material that is identical to products tested as specified in Part 1 in "Quality Assurance" Article and substantiated by test reports, with respect to rate of application, accelerator use, sealers, topcoats, tamping, troweling, water overspray, or other materials and procedures affecting test results. C. Coat substrates with adhesive before applying fire -resistive material where required to achieve fire -resistance rating or as recommended by fire -resistive material manufacturer for material and application indicated. D. Extend fire -resistive material in full thickness over entire area of each substrate to be protected. Unless otherwise recommended in writing by fire -resistive material manufacturer, install body of fire -resistive covering in a single course. E. Spray apply fire -resistive materials to maximum extent possible. Following the spraying operation in each area, complete the coverage by trowel application or other placement method recommended in writing by manufacturer. 3.04 INSTALLING SPRAY FIRE -RESISTIVE MATERIALS A. Apply fire -resistive material in thicknesses and densities indicated, but not less than those required to achieve fire -resistance ratings designated for each condition and comply with requirements for thickness specified in Part 2 "Concealed Spray Fire - Resistive Materials" Article. 3.05 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified independent testing and inspecting agency to perform field tests and inspections and to prepare test reports. B. Testing Services: Testing and inspecting of completed applications of sprayed fire - resistive materials shall take place in successive stages, in areas of extent and using methods as follows. Do not proceed with application of sprayed fire -resistive material for the next area until test results for previously completed applications of fire - resistive material show compliance with requirements. Tested values must equal or exceed values indicated and required for approved fire -resistance design. 1. Thickness for Floors, Roofs, and Walls: For each 100 sq. ft. area, or partial area, from the average of 4 measurements from a 144 sq. in. sample area, with sample width of not less than 6 inches per ASTM E 605. 2. Thickness for Structural Frame Members: From a sample of 25 percent of structural members per floor, taking 9 measurements at a single cross section for structural frame beams or girders, 7 measurements of a single cross section for joists and trusses, and 12 measurements of a single cross section for columns per ASTM E 605. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 07 81 16 - 9 URS 3. Density for Floors, Roofs, Walls, and Structural Frame Members: At frequency and from sample size indicated for determining thickness of each type of construction, per ASTM E 605 or AWCI Technical Manual 12-A, Section 5.4.5 "Displacement Method." 4. Bond Strength for Floors, Walls, and Structural Framing Members: For each 10,000 sq. ft area, or partial area, on each floor, cohesion and adhesion from one sample of size indicated for determining thickness of each type of construction and structural framing member, per ASTM E 736. 5. If testing finds applications of fire -resistive material are not in compliance with requirements, testing and inspecting agency will perform additional random testing to determine extent of noncompliance. C. Remove and replace applications of fire -resistive materials where test results indicate that they do not comply with specified requirements for cohesion and adhesion, for density, or both. D. Apply additional fire -resistive material per manufacturer's written instructions where test results indicate that the thickness does not comply with specified requirements. E. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 3.06 CLEANING, REPAIR, AND PROTECTION A. Cleaning: Immediately after completing spraying operations in each containable area of Project, remove material overspray and fallout from surfaces of other construction and clean exposed surfaces to remove evidence of soiling. B. Protect sprayed fire -resistive material, according to advice of product manufacturer and Installer, from damage resulting from construction operations or other causes so that fire protection will be without damage or deterioration at the time of Substantial Completion. D. Coordinate application of sprayed fire -resistive material with other construction to minimize the need to cut or remove fire protection. As installation of other construction proceeds, inspect fire -resistive material and patch any damaged or removed areas. E. Repair or replace work, which has not been successfully protected. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 07 81 16-10 • SECTION 07 84 00 FIRESTOPPING PART 1— GENERAL 1.01 SUMMARY A. This Section includes the firestopping of all penetrations through fire -rated floors, walls, and ceilings as indicated on Drawings and herein specified. 1.02 RELATED WORK A. CONCRETE UNIT MASONRY: Section 04 22 00. B. COLD -FORMED METAL FRAMING: Section 05 40 00. C. SPRAYED INSULATION: Section 07 21 00. D. CEMENTITIOUS FIREPROOFING: Section 07 81 16. 1.03 DEFINITIONS A. Fire Barrier: Any floor, wall, or ceiling that is indicated as having a fire -resistance rating. B Firestopping: Materials or devices used to seal openings that have been made in fire - rated floors, walls, and/or ceilings for the purposes of passing building service penetrations such as electrical conduits, electrical, data or communications cabling, plumbing or mechanical pipes, HVAC or mechanical ducting of any type. 1.04 QUALITY ASSURANCE A. Reference Standards: Comply with provisions of the following: 1. Underwriters Laboratories Inc. (UL): a. Building Materials Directory, latest edition. b. Fire Resistance Directory, latest edition. c. UL 1479 - Fire Tests of Through -Penetration Firestops. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 07 84 00 - 1 2. Factory Mutual Global (FMG): a. FMS P7825 - Approval Guide; Factory Mutual System. 3. American Society for Testing and Materials (ASTM): a. ASTM E 814 - Standard Method of Fire Tests of Through -Penetration Firestops. b. ASTM E 84 - Surface Burning Characteristics of Building Materials. B. Testing Requirements: All materials shall be tested as firestop systems in accordance with ASTM E 814 (UL1479) or equivalent. System designs shall provide a fire -resistance rating equal to or exceeding the fire -resistance rating of the floor, wall, or ceiling assembly in which it is being installed. Testing shall have been conducted or witnessed by an independent testing agency acceptable to the authorities having jurisdiction. C. Environmental and In Service Requirements: Comply with the following: 1. All materials supplied under this Specification, when installed as firestop systems, shall be suitable for use in the specified environment, and to the expected service conditions of the installation. 2. Environmental Conditions: The following conditions shall be considered in selection of appropriate materials for environmental conditions: a. Water Sealing: Openings requiring water sealing (such as openings through exterior walls or below grade subject to hydrostatic pressure) shall be sealed using appropriate waterproofing methods and materials subject to Architect/Engineer's approval. FIRESTOPPING SHALL BE INDEPENDENT AND IN ADDITION TO THIS FUNCTION. b. Water -Resistance: All firestopping materials and firestop designs shall be water-resistant and shall be insoluble in water when dried or cured (where said drying and/or curing is required for firestop functionally). All firestopping materials shall be capable of maintaining functionality under conditions of high humidity or transient exposure to water. c. Ambient Installation Temperatures: Firestop materials supplied shall be capable of being installed under prevailing temperature conditions unless provisions have been made to heat or cool the area of installation as required. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 078400-2 • • • • 3. In -Service Conditions: The following conditions (along with any other specifications or requirements pertinent to this document) shall be considered in the selection of materials and designs for firestopping. a. Ampacity Derating: Materials and system designs shall not require ampacity derating in power cable installations. b. Materials Compatibility: Materials supplied under this Specification shall be compatible with all materials used in the system including materials used in or on penetrants, as well as all construction materials used in conjunction with the system. No solvent based materials shall be used unless specific test documentation is provided certifying compatibility with all contact materials. c. Flammability and Outgassing: All materials supplied under this Specification shall pose no particular fire hazard in storage, installation, cure or under in-service conditions. d. Installations Subject to Movement of Penetrants: Openings with penetrants subject to movement or vibration shall be sealed with products and systems designed to accommodate such movement without reduction or loss of functionality. e. Installations Subject to Frequent Retrofit: Materials and designs provided for through -penetrations where changes of penetrations will be made on a frequent basis, shall be capable of retrofit without damage to the system. 1.05 SUBMITTALS A. Product Data: Submit manufacturer's technical information and installation instructions and drawings for each manufactured product/assembly. B. Certification: Submit the following: 1. Certificates indicating that said materials conform to specified requirements. 2. Evidence of UL Classification, FMG Approval, or equivalent third party testing. Submit certificate that such listings are current and subject to follow- up service inspection by listing body. 1.06 DELIVERY, STORAGE AND HANDLING A. Coordinate delivery of products to minimize storage time at Project Site. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 078400-3 URS B. Deliver products to Project Site in original unopened containers bearing the name of the manufacturer, product name, type, and testing agency's identification mark. C. Store products in accordance with manufacturer's published instructions and provide protection from damage and exposure to the elements. All materials shall be stored in locations providing the temperature conditions as detailed by the manufacturer's written instructions. All damaged or deteriorated materials shall be removed from the Project Site. 1.07 PROJECT CONDITIONS A. Sequencing/Scheduling: Perform firestopping work after completion of work that penetrates fire barriers, but prior to covering up or eliminating access to the penetration. Coordinate with installers of such other work. B. Protection: Protect installed work during and after curing period. Protect installed work from damage from construction operations using substantial barriers if necessary. Repair damaged materials in accordance with manufacturer's instructions. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Products: Provide firestopping products by one of the following manufacturers: 1. International Protective Coatings Corporation. 2. 3M Fire Protection Products. 3. Bio Fireshield Div., Rectorseal Corporation. 4. Specified Technologies, Inc. B. DO NOT substitute for products required by the tested assembly. 2.02 FIRESTOPPING MATERIALS A. Provide penetration seal assemblies whose fire -resistance ratings have been determined by testing in the configurations required and which have fire -resistance ratings at least as high as that of the fire -rated assembly in which they are to be installed. B. Use the materials required for the tested assemblies indicated on the schedule. Where no tested assembly is indicated for a particular penetration, use any tested assembly that complies with the requirements of the specifications. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 078400-4 • • • C. Provide products that perform as follows: 1. Allow normal expansion and contraction movement of the penetrating item without failure of the penetration seal. 2. Emit no hazardous, combustible, or irritating by-products during installing or curing period. 3. Do not require special tools for installation. D. Labels: Comply with the following: 1. Red, permanent marking using the words "FIRE -RATED ASSEMBLY - DO NOT DISTURB - SEE MAINTENANCE INSTRUCTIONS" or equivalent as approved by the authorities having jurisdiction. 2. For marking fire barriers, use wording "FIRE BARRIER - PROTECT ALL OPENINGS" in a manner acceptable to the authorities having jurisdiction. E. NO ASBESTOS CONTAINING MATERIALS SHALL BE USED ON THIS PROJECT. • PART 3 - EXECUTION • 3.01 EXAMINATION A. Inspect all fire barriers for penetrations of any type; mark or otherwise identify all penetrations indicating action required: 1) repair; 2) firestopping. Conduct inspection prior to covering up or enclosing walls or ceilings. B. If the configuration of a particular penetration does not conform to the configuration to suit the assembly; do not use the firestopping assembly in other configurations except as specifically stated in the test report or as approved by the authorities having jurisdiction. 3.02 PREPARATION A. Prepare penetration in accordance with the material manufacturer's published instructions. B. All contact surfaces including penetrants and construction surfaces, shall be free of loose dirt, scale or rust, as well as grease or oil. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 078400-5 C. Power to exposed cables shall be shut off, all cable jacketing inspected, and any damage shall be reported to the Electrical Work Installer and repaired by same before proceeding. D. Provide drop cloths or other protection as needed to protect surrounding areas. 3.03 INSTALLATION A. Install penetration seals pursuant to design requirements in strict accordance with manufacturer's published instructions and in conformance with applicable UL Design No. requirements. B. Inspect installation including sealant materials and any damming or support materials to verify integrity of installation. Where system design permits, remove damming or support materials only after it has been determined that sealant materials have fully cured or dried. C. Install any covering materials or finish pursuant to design requirements and manufacturer's published instructions and in conformance with applicable UL Design No. requirements. 3.04 PERMANENT IDENTIFICATION OF PENETRATIONS A. Mark each fire barrier above lay -in ceilings with words identifying it as a fire barrier at intervals required by authorities having jurisdiction, but not less than 20 -feet pursuant to Article 2.02, Paragraph B., herein. 3.05 REPAIRS AND MODIFICATIONS A. Identify damaged and/or improperly installed seals for repair or modification. B. Modify penetrants in accordance with the firestop manufacturer's published instructions and current recommendations. C. Only materials used in the original seal and designated by the manufacturer as suitable for repair shall be used. 3.06 FIELD QUALITY CONTROL A. All seals shall be inspected for proper installation, drying, curing, adhesion as appropriate for the materials and systems being used. Where necessary, repairs shall be made and repaired installations shall be reinspected. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 078400-6 URS • • • • B. Access to work areas shall remain in place until designated inspector is notified that installation has been completed and is ready for inspection as required and this inspection has found the Work properly complete. C. Obtain the services of firestopping material manufacturer's representative to instruct installers and to inspect the completed installations for correctness. 3.07 CLEANING A. Clean up excess material adjacent to penetrations sealed as work progresses by methods and with cleaning materials approved by the manufacturers of the materials and of products to be cleaned. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 078400-7 THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 078400-8 r • • SECTION 07 92 00 JOINT SEALANTS PART 1— GENERAL 1.01 SUMMARY A. This Section includes the furnishing and installation of joint sealants and caulking as indicated on the Drawings and as specified herein. 1.02 RELATED WORK A. CONCRETE UNIT MASONRY: Section 04 22 00. B. HOLLOW METAL DOORS AND FRAMES: Section 08 11 13. C. OVERHEAD COILING DOORS: Section 08 33 23. D. GYPSUM WALLBOARD: Section 09 29 00. E. PAINTING OF ARCHITECTURAL COMPONENTS: Section 09 91 00. • F. PAINTING OF EXTERIOR CONCRETE PANELS: Section 09 92 00. 1.03 QUALITY ASSURANCE A. Installer Qualifications: The Installer shall have a minimum of five (5) years continuous documented experience in the application of the types of materials required, and approved or licensed by the manufacturer to install elastomeric sealants required for this Project. B. Product Testing: Obtain test results for test reports required as submittals from a qualified testing agency based on testing current sealant formulations within a 36 month period preceding commencement of the Work. 1. Testing Agency Qualifications: An independent testing agency qualified according to ASTM C 1021 to conduct the testing indicated, as documented according to ASTM E 548. 2. Test elastomeric joint sealants for compliance with requirements specified by reference to ASTM C 920, and where applicable, to other standard test methods. 3. Test other joint sealants for compliance with requirements indicated by • referencing standard specification and test methods. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 079200-1 URS C. Performance Requirements: Provide elastomeric joint sealants that establish and maintain watertight and airtight continuous joint seals without staining or deteriorating joint substrates. 1.04 SUBMITTALS A. Product Data: Submit complete manufacturer's technical data for each manufactured item. Include the following: 1. Certification that each product to be furnished is recommended for the application shown. 2. Complete instructions for handling, storage, mixing, priming, installation, curing, and protection of each type of sealant. B. Samples: Submit the following samples: 1. One tube, in original sealed container, of each sealant specified. 2. 12 inch length of each joint filler specified. C. Qualification Data: For Installer and testing agency. D. Compatibility and Adhesion Test Reports: From sealant manufacturer, indicating the following: 1. Materials forming joint substrates and joint sealant backings have been tested for compatibility and adhesion with joint sealants. 2. Interpretation of test results and written recommendations for primers and substrate preparation needed for adhesion. 1.05 PRODUCT DELIVERY AND STORAGE A. Deliver all products to the Project site undamaged, and in the manufacturer's original packing. Store products within the manufacturers' published temperature tolerances. 1.06 ENVIRONMENTAL CONDITIONS A. Do not install joint sealant materials when the ambient and substrate temperatures are below 40 degrees F, unless the manufacturer specifically recommends application of materials at lower temperatures. If Project progress or any other condition requires installations when ambient and substrate temperatures are below 40 degrees F (or below the minimum installation temperature recommended by the manufacturer), consult the manufacturer's representative and establish the minimum provisions required to ensure satisfactory work. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 079200-2 URS r • B. Record in writing to the manufacturer, with a copy to the Architect/Engineer, the conditions under which such installation must proceed, and the provisions made to ensure satisfactory work. C. Do not proceed with installation of bulk compounds during inclement weather unless the full compliance with all requirements and manufacturer's published instructions. D. Do not proceed with the installation of elastomeric sealants under extreme temperature conditions which would cause joint openings to be at either maximum or minimum width, or when such extreme temperatures or heavy wind loads are forecast during the period required for initial or nominal cure of elastomeric sealants. Whenever possible, schedule the installation and cure of elastomeric sealants during periods of mean temperatures (nominal joint width shown) so that subsequent stresses upon the cured sealants will be minimized. 1.07 WARRANTY A. Special Project Warranty: Provide a written warranty, signed by the installer and Contractor, against defects materials and workmanship for joint sealants which fail to perform as airtight or watertight joints; or fail in joint adhesion, cohesion, abrasion resistance, weather resistance, extrusion resistance, migration resistance, stain resistance, or general durability; or appear to deteriorate in any other manner not clearly specified in joint sealant manufacturer's published data as an inherent quality of the material for the exposure indicated. 1. Warranty Period: Five (5) years from the date of Final Acceptance. PART 2 - PRODUCTS 2.01 GENERAL A. Hardnesses indicated and specified are intended to indicate the general range necessary for overall performance. The manufacturer's technical representative shall determine the actual hardness recommended for the conditions of installation and use. Except as otherwise indicated or recommended, compounds shall be provided within the range of hardness (Shore A, Fully cured, at 75 degrees F) of 25 to 40. B. Prior to installation of each specified sealant, confirm its compatibility with the joint surfaces, joint fillers, and other materials in the joint system. Only materials that are known to be fully compatible with the actual installation conditions, as shown by manufacturer's published data or certification, shall be provided. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 079200-3 URS 2.02 SEALANTS A. Exterior Sealants: Sealants for exterior locations and all interior and exterior expansion joints shall be cold -applied elastomeric joint sealant, two-part polyurethane sealant complying with ASTM C 920. 1. Products, Horizontal Joints: Provide one of the following Type M (multicomponent), Class 25, Use T (traffic) sealants: a. "Urexpan NR -200"; Pecora Corporation. b. "Vulkem 245"; Tremco. c. "Sonolastic SL 2"; Sonneborn, Div. of ChemRex Inc. 2. Products, Vertical Joints: Provide one of the following Type M (multicomponent), Class 25, Use NT (nontraffic) sealants: a. "Dynatrol II"; Pecora Corporation. b. "Vulkem 227"; Tremco. c. "Sonolastic NP 2"; Sonneborn, Div. of ChemRex Inc. B. Interior Sealants: Sealants for interior locations shall be acrylic latex sealant compound, non- staining, non-bleeding, paintable, complying with ASTM C 834. 1. Products: Provide one of the following sealants: a. "AC -20+"; Pecora Corporation. b. "Tremflex 834"; Tremco. c. "Sonolac"; Sonneborn, Div. of ChemRex Inc. 2.03 MISCELLANEOUS MATERIALS A. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants to joint substrates. B. Bond -Breaker Tape: Polyethylene tape or other plastic tape recommended by the sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint filler materials or joint surfaces at back of joint where such adhesion would result in sealant failure. Provide self-adhesive tape where applicable. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 079200-4 • • C. Backer Rods: Provide closed -cell, expanded polyethylene backer rods. The size and shape of the rod shall be that which will control the joint, form optimum shape of sealant bead on the back side, and provide a highly compressible backer to minimize the possibility of sealant extrusion when the joint is compressed. 1. Basis of Design: "Ethafoam"; Dow Chemical Company. 2.04 COLORS A. For concealed joints, provide manufacturer's standard color from the product that has the best overall performance qualities for the application shown. For exposed joints, the Architect/Engineer and/or City will select colors from the manufacturer's standard or premium line of colors from the product that provides the match to the materials. PART 3 - EXECUTION 3.01 INSPECTION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint sealant performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint sealant manufacturer's written instructions and the following requirements: 1. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant, including dust, paints (except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer), old joint sealants, oil, grease, waterproofing, water repellents, water, surface dirt, and frost. 2. Clean concrete, masonry, and similar porous joint substrate surfaces by brushing, grinding, blast cleaning, mechanical abrading, or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with joint sealants. Remove loose particles remaining after cleaning operations above by vacuuming of blowing out joints with oil -free compressed air. 3. Remove laitance and form -release agents from concrete. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 079200-5 4. Clean metal and similar nonporous surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. B. Joint Priming: Prime joint substrates, where recommended in writing by joint sealant manufacturer, based on prior experience. Apply primer to comply with joint sealant manufacturer's written instructions. Confine primers to areas of joint sealant bond; do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. 3.03 JOINT SEALANT INSTALLATION A. General: Comply with joint sealant manufacturers' published instructions, unless more stringent requirements are shown or specified, or the manufacturer's technical representative recommends otherwise. B. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Prime or seal joint surfaces as indicated or recommended by the sealant manufacturer. Do not spill or allow primers or sealers to migrate onto adjoining surfaces. D. Install sealant backer rods for all elastomeric sealants, unless indicated to be omitted or recommended to be omitted by sealant manufacturer for the application shown. E. Install bond breaker tape where required by manufacturer's recommendations to ensure that elastomeric sealants will perform properly, or as indicated on the Drawings. F. Employ only proven installation techniques that will ensure sealants are deposited in uniform, continuous ribbons without gaps or air pockets, with complete "wetting" of the joint bond surfaces equally on opposite sides. Unless otherwise indicated, fill sealant joints to a slightly concave surface and slightly below adjoining surfaces. Where horizontal joints occur between a horizontal surface and a vertical surface, fill joints to form a slight cove, so that the joint will not trap moisture and dirt. 1. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. G. Install sealants to depths indicated, or if not indicated, as recommended by the sealant manufacturer, but within the following general limitations measured at the center (thin) section of the bead. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 079200-6 • • • 1. For sidewalks, pavements, and similar joints sealed with elastomeric sealants and subject to traffic and other abrasion and indentation exposure, fill joints to a depth equal to 75 percent of the joint width, but neither more than 5/8 inch deep nor less than 3/8 inch deep. 2. For normal moving joints sealed with elastomeric sealants, but not subject to traffic, fill joints to a depth equal to 50 percent of joint width, but not more than 3/8 inch nor less than 1/4 inch. 3. For joints sealed with non-elastomeric sealant compounds, fill joints to a depth in the range of 75 percent to 115 percent of the joint width. H. Do not permit joint sealant materials (primers, sealers, or sealants) to spill onto adjoining surfaces, or be allowed to migrate into the voids of adjoining surfaces including rough textures. Use masking tape or other precautionary devices to prevent staining of adjoining surfaces. I. Promptly remove excess sealant from surfaces adjacent to joints as the work progresses. Clean adjoining surfaces as necessary to eliminate evidence of spillage, without damage to the adjoining surfaces or finishes. 3.04 CURING AND PROTECTION A. Cure sealants in compliance with the manufacturer's published instructions and • current recommendations to obtain high early bond strength, internal cohesive strength, and surface durability. • B. The installer shall advise the Contractor of procedures required for the curing and protection of sealants compounds during the construction period, so that they will be without deterioration or damage (other than normal wear and weathering), at the time of Final Acceptance. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 079200-7 URS THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 079200-8 URS • • SECTION 0811 13 HOLLOW METAL DOORS AND FRAMES PART 1— GENERAL 1.01 SUMMARY A. This work shall include furnishing and installing all steel doors and frames complete as located and detailed on Drawings. B. Types of steel doors used on this Project shall include, but not be limited to: 1. Flush Steel Doors. 2. Steel Doors with Lites and/or Louvers. 3. Full Louver Steel Doors. 1.02 RELATED WORK A. CONCRETE UNIT MASONRY: Section 04 22 00. • B. JOINT SEALANTS: Section 07 92 00. C. WOOD DOORS: Section 08 14 00. D. ALUMINUM WINDOWS: Section 08 51 13. E. DOOR HARDWARE: Section 08 71 00. F. GLASS AND GLAZING: Section 08 80 00. G. FIXED LOUVERS: Section 08 91 19. H. PAINTING OF ARCHITECTURAL COMPONENTS: Section 09 91 00. I. PRE-ENGINEERED METAL BUILDING SYSTEM: Section 13 34 19. 1.03 QUALITY ASSURANCE • A. Approved Products: As applicable, products used herein shall comply with requirements of the Florida Product Approval System as required by Florida Statute 553.842 and Florida Administrative Code 9B-72. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 081113-1 URS B. Manufacturer/Fabricator: Steel doors and frames shall be manufactured by a single firm specializing in the production of this type of work. C. Reference Standards: Comply with provisions of the following, unless otherwise indicated or specified: 1. American National Standards Institute (ANSI): a. Referenced Standards. 2. American Society for Testing and Materials (ASTM): a. Referenced Standards. 3. Glass Association of North America (GANA): a. Referenced Standards. 4. National Fire Protection Association (NFPA): a. Referenced Standards. 5. Steel Door Institute (SDI): a. SDI 100 Recommended Specifications for Standard Steel Doors and Frames. b. SDI 105 Recommended Erection Instructions for Steel Frames. 6. Door and Hardware Institute (DHI) a. Installation Guide for Doors and Hardware. D. Fire -Resistance Classifications: Where fire -resistance classifications are shown or scheduled for steel doors and frame assemblies, the doors and frames shall comply with the requirements of NFPA 80, and shall have been tested and rated with the appropriate hardware by Underwriters Laboratories (UL). A UL label shall be provided on each door and frame so classified. E. Design Criteria: Transmission Characteristics of Fixed Glazed Framing: Comply with requirements indicated below for transmission characteristics and test methods. 1. Air Infiltration: Air infiltration of not more than 0.06 CFM per square foot of fixed area per ASTM E 283. 2. Water Penetration: No uncontrolled water penetration per ASTM E 331 at pressure differential of 6.24 psf (excluding operable door edges). City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 081113-2 URS 3. Wind Resistance: Exterior door assemblies shall comply with Florida Building Code Test Protocol TAS 201- Impact and Test Procedures and Test Protocol TAS 203 - Criteria for Testing Products Subject to Cyclic Wind Pressure Loading. 1.04 SUBMITTALS A. Product Data: Submit manufacturer's technical information and installation instructions for each type of door and frame. B. Shop Drawings: Submit shop drawings for steel doors and frames as follows, and as a package with submittals for other doors and finish hardware to enable a coordinated review of all door openings for the Project. 1. Submit shop drawings for the fabrication and installation of the steel doors and frames. Drawings shall include details of the following items: a. Frame elevations. b. Door design elevations. c. Frame sections. d. Details of construction. e. Anchorage. f. Opening conditions. g. Joints and connections. h. Hardware locations. i. Glazed opening including sidelites (if applicable). 2. Shop drawings shall indicate accurate dimensions of work shown. Frame returns shall allow for conditions (i.e. 5/8 inch gypsum board or exposed masonry as scheduled). Except where otherwise shown, 1/4 inch sealant space shall be provided for each jamb and head abutting wall materials. 3. Shop drawings shall list and locate all items of finish hardware furnished under other Sections of the Specifications, but prepared for by the manufacturer of hollow metal doors and frames, from templates provided by the hardware supplier. C. Schedule: 1. A schedule of doors and frames shall be provided using the same opening numbers referenced on the Drawings and the same schedule format. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 081113-3 URS 1.05 PRODUCT DELIVERY AND STORAGE A. Doors and frames shall be protected during transit, storage, and handling to prevent damage, soiling, and deterioration. B. Each door shall be packaged at the factory in a separate heavy paper carton. Each carton shall be marked for location to correspond with the Shop Drawings. C. Ship welded frames in bundles securely strapped or in packages. D. Store doors and frames at the building site under cover. Frames shall be stored in an upright position. Place the units on at least 4 inch wood sills or on floors in a manner that will prevent rust or damage. Avoid the use of nonvented plastic or canvas shelters that create a humidity chamber. If the wrapper on the door becomes wet, remove the carton immediately. Provide a 1/4 inch air space between the doors to promote air circulation. 1.06 PROJECT CONDITIONS A. Field Measurements: Obtain and verify all measurements at the buildings as required to properly fabricate and install all special door and frame requirements if and when they occur. Verify all conditions that may affect door installation. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Doors: Provide one of the following: 1. Steelcraft/Ingersoll Rand: Series LW with flush top closure. 2. Curries Company: 707T, flush top closure, 12 -gage hinge channel. 3. Ceco Door Products: Regent with welded vertical edges and flush top closure. B. Frames: Provide one of the following: 1. Steelcraft/Ingersoll Rand: F Series. 2. Curries Company: M Series. 3. Ceco Door Products: SF Series. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 081113-4 URS • 2.02 MATERIALS AND FABRICATION A. Pressed Steel Frames: 1. Frames shall be double rabbeted design, depth and profile as detailed and furnished with minimum 5/8 inch stop. Frames shall be fabricated from 14 gauge (exterior openings) and 16 gauge (interior openings) commercial quality, level, cold -rolled steel conforming to ASTM A 1008 or hot -rolled, pickled and oiled steel conforming to ASTM A 1011. Frames shall have zinc coating applied by hot -dip process conforming to ASTM A 653 (G60) with coating weight not less than 0.60 oz. per square foot (0.30 oz. per square foot per side). Frames shall be designed with integral stop and trim. 2. Frame corners shall be mitered and continuously arc welded (both inside of mitered corners and butt edges) with all exposed welds ground and sanded smooth. Mitered corners shall be reinforced with 18 -gauge channel -shaped reinforcements. 3. Head members shall be as indicated. 4. Strike jambs shall be provided with three (3) holes for rubber bumpers (silencers); refer to Section 08 71 00 - DOOR HARDWARE for furnishing and installation of silencers. B. Steel Doors: 1. Hollow metal steel doors shall be fabricated from 14 gauge (exterior openings) and 18 gauge (interior openings) commercial quality, level, cold- rolled steel conforming to ASTM A 1008 or hot -rolled, pickled and oiled steel conforming to ASTM A 1011. Face sheets for doors shall have zinc coating applied by hot -dip process conforming to ASTM A 653 (G60) with coating weight not less than 0.60 oz. per square foot (0.30 oz. per square foot per side). 2. Door face sheets shall be 1-3/4 inches thick heavy-duty, full flush hollow steel formed from one sheet of metal with no seams permitted on the door face. Lock seam shall occur on hinge edge with seam continuously welded and welds ground smooth. Tops shall be flush and closed with no holes. Top and bottom of door shall be closed with a minimum 16 gauge flush or inverted closure channel. 3. A full -width dense rigid polyurethane core conforming to ASTM C 591 shall be installed in all doors to provide dimensional stability and high resistance to facial impact. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 081113-5 URS 4. The clearances for doors shall be 3/32- to 1/8 -inch at jambs and heads. The lock edges of stiles shall be beveled 1/8 inch in 2 inches for steel doors. 5. The top and bottom edges of all exterior steel doors shall be closed to provide a weather seal. This seal shall be provided as part of the door construction or by the addition of inverted steel channels or other suitable shapes welded, caulked and sealed to the face sheets and formed (shaped) so the assembly will not retain water. 6. All exterior double doors shall have a steel astragal attached to the active leaf. 7. Louvers shall be manufacturer's standard sightproof stationary louvers constructed of inverted V-shaped or Y-shaped blades formed of 18 gauge cold -rolled galvanized steel set into 18 -gauge galvanized steel frame. Use type louver for exterior doors as recommended by door manufacturer. a. Provide manufacturer's standard insect and bird screen backup for all louvers and louvered doors. Screens shall be removable for maintenance and cleaning. C. Labeled Steel Doors and Frames: 1. Where indicated on Drawings, furnish UL Labels with appropriate fire resistance ratings for the class of opening specified. Both doors and frame shall have label attached. Construction details and hardware application shall be as approved by the labeling authority. 2. All approved fire doors shall be arranged to either remain in normally closed position with suitable self-closing device or in normally open position with a fusible element or smoke detector actuated mechanism, which will close the door automatically in case of fire, as indicated on Drawings and/or as required by governing authorities. 3. Pairs of UL label fire doors shall have an overlapping steel astragal welded or bolted to the active leaf. 4. The clearances for fire doors shall be as required by the authority having jurisdiction. 5. Louvers shall be door manufacturer's standard as specified above under Paragraph 2.02, B.7; equipped with UL approved fusible link fire damper for label required. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April2013 081113-6 URS • • D. Glazing Stops and Beads: Stops and beads for glazed openings shall be formed from 20 gauge steel and furnished with synthetic rubber or felt gaskets. Secure beads to frames on secure side of opening with oval -head, countersunk phillips-head fasteners approximately 12 inches to 16 inches on center. Miter folded shapes at corners. Butt or miter square or rectangular beads at comers. Glazing arrangements shall accommodate glass thickness indicated. 1. Glazing materials shall be as specified under Section 08 80 00 - GLASS AND GLAZING. E. Exterior Door Louvers: 1. Fabricate louvers and mount flush into doors without overlapping moldings on surface of door facing sheets. 2. Provide internal support as recommended by louver manufacturer. Prime paint after fabrication. 3. Provide not less than 16 gage galvanized steel sheet. Fabricate units with stationary, weatherproof Z-shaped blades and U-shaped frames, not less than 1-3/4 inches thick. Space louver blades not more than 1-1/2 inches o.c. Assemble units by welding. Provide removable insect screens on interior side of frame, consisting of 18-14 aluminum wire mesh, 0.011 inch diameter, in rigid, formed metal frame. F. Fire -Rated Door Louvers: Louvers shall be manufacturer's standard sightproof stationary louvers constructed of inverted V-shaped or Y-shaped blades formed of 18 gauge cold -rolled galvanized steel set into 18 -gauge galvanized steel frame. Use weather -tight type louver for exterior doors as recommended by door manufacturer. 1. Louvers shall be equipped with UL approved fusible link fire damper for label required. 2. Provide manufacturer's standard insect and bird screen backup for all louvers. Screens shall be removable for maintenance and cleaning. G. Metal Finishes: 1. Shop Applied Primer Finish: a. Apply a primed finish to all galvanized and non -galvanized metal surfaces furnished under this Section. Clean and chemically treat metal surfaces to assure maximum paint adhesion; follow with a dip or spray coat of rust -inhibitive metallic oxide, zinc chromate, or synthetic resin primer on all exposed surfaces. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 08 11 13 - 7 URS b. Finished surfaces shall be smooth and free from irregularities and rough spots. Paint shall be baked or oven dried. The time and temperature for drying shall be in accordance with manufacturer's recommendations for developing maximum hardness and resistance to abrasion. 2. Field Paint Finish: Finish painting of steel doors and frames is specified under Section 09 91 00 — PAINTING OF ARCHITECTURAL COMPONENTS. H. Hardware Provisions and Reinforcing: 1. Hardware Provisions for Pressed Steel Frames: a. Unless a different strike is noted on Hardware Schedule, frames shall have steel hinge plate reinforcement projection welded with provisions for 4-1/2 inch x 4-1/2 inch full mortise type hinges and steel strike tap plate reinforcement projection welded with provisions for Universal ANSI A115.1 or A115.2 strike. b. Frames shall be provided for 1-1/2 pair of hinges, unless noted otherwise. Mortar guards shall be formed from 26 -gauge galvanized steel and shall be welded in place. c. Closer reinforcement shall be sleeve type installed in frame header for all doors that are indicated to receive door closers. d. Provide metal reinforcements for all other hardware items indicated. e. Minimum gauges of hardware reinforcing plates shall be as follows: (1) Hinge Reinforcements: 8 gauge, 1-1/4 x 10 -inch min. size. (2) Lock Reinforcements: 12 gauge. (3) Closer Reinforcements: 12 gauge. (4) Surface -Mounted Hardware: 12 gauge. 2. Hardware Provisions for Steel Doors: a. Mortise, reinforce, drill, and tap doors at the factory to receive all mortised type hardware. Drilling and tapping for surface applied hardware shall be performed in field. Provide concealed metal reinforcement for surface applied hardware indicated in the Hardware Schedule. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 081113-8 URS • • b. Doors shall have steel integral hinge reinforcement with provisions for 4-1/2 inch x 4-1/2 inch full mortise template type hinges for 1-1/2 pair of hinges per door, unless noted otherwise. c. Doors shall have steel integral lock reinforcement with provisions for locksets as indicated. d. Doors shall have steel closer reinforcement concealed in the door for all doors that are indicated to receive closers. e. Minimum gauges for hardware reinforcing plates shall be as follows: (1) Hinge Reinforcements: 8 gauge. (2) Lock Reinforcements: 12 gauge. (3) Closer Reinforcements: 12 gauge. (4) Surface Mounted Hardware: 16 gauge. I. Location of Hardware: The location of hardware in connection with hinged and other swing type hollow metal doors and frames shall be as follows, unless indicated or specified otherwise: 1. Top Hinge: To manufacturer's standard, but not greater than 5 inches from head rabbet to top of hinge. 2. Bottom Hinge: To manufacturer's standard but not greater than 10 inches from finish floor to bottom of hinge. 3. Intermediate Hinge: Equally spaced between top and bottom hinge. 4. Locks (cylindrical, mortise, unit, or integral): 38 inches from finish floor to center of strike. 5. Refer to Section 08 71 00 - DOOR HARDWARE for additional locations. J. Frame Anchors: 1. All frames shall have an integral or welded on sill anchor. 2. Furnish six (6) per frame, 10 inch long corrugated or other deformed type adjustable anchors as condition applies. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 081113-9 URS 2.03 FABRICATION A. All work shall be shop fabricated to required profiles by forming and welding with corners, angles, and edges straight and sharp. B. Fit and fabricate accurately with corners, joints, seams and surfaces free from warp, buckles, or other defects. PART 3 - EXECUTION 3.01 INSPECTION A. Examine the areas and conditions under which steel doors and frames are to be installed. Do not proceed with steel door and frame installation until unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. General: Install standard steel doors, frames and accessories in accordance with approved shop drawings, manufacturer's data and as herein specified. B. Steel Frames: 1. Comply with provisions of SDI 105, unless otherwise indicated. 2. Except for frames located at in-place drywall installations, place frames prior to construction of enclosing walls and ceilings. Set frames accurately in position, plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is completed, remove temporary braces and spreaders leaving surfaces smooth and undamaged. 3. In masonry and cast -in-place concrete construction, wall anchors shall be located at the hinge and strike levels, and frames shall be grouted solid (Jambs and Heads). 4. Install fire -rated frames in accordance with NFPA 80. 5. In concrete construction, locate three (3) wall anchors per jamb at hinge and strike levels. C. Steel Doors: 1. Fit steel doors accurately in frames, within clearances specified in SDI 100. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 08 11 13-10 • • • • 2. Place fire -rated doors with clearances as specified in NFPA 80. 3. Comply with "Installation Guide for Doors and Hardware" published by DHI for additional details. D. Glazing: 1. Glazing Standards: Comply with recommendations of Glass Association of North America (GANA) "Glazing Manual" and "Sealant Manual" except where more stringent requirements are indicated. Refer to those publications for definitions of glass and glazing terms not otherwise defined in this section or other referenced standards. 2. Inspect all sash, frames, and surroundings to be glazed and verify compliance with the following: a. The frames are firmly anchored in proper position, plumb, and square within 1/8 inch of nominal dimensions on approved shop drawings. b. That all rivet, screw, bolt, and nail heads; welding fillets; and other projections are removed from glazing rabbets to provide the specified clearances. c. That all corners and fabrication intersections are sealed and frames are weathertight. d. That all rabbets are of sufficient depth and width to receive the glass and provide the required overlap of glass. 3. The sizes of glass or polycarbonate sheet indicated on drawings are approximate only; determine the actual sizes required by measuring frames to receive the glass at the project site, or from guaranteed dimensions provided by the frame supplier. Dimensions for glass and glass holding surroundings shall be coordinated to provide the following minimum clearances: a. At perimeter edge of glass on all four sides, provide clearance equal to glass thickness. b. The sealer space between face of glass and fixed or applied glazing stops shall not be less than 1/16 inch plus glass and sash tolerance, but 1/8 inch minimum. 4. No attempt shall be made to change the size of heat strengthened or tempered glass units after they leave the factory. Nipping to remove flares or to reduce oversized dimensions of any type of glass shall not be permitted. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 08 11 13- 11 URS 3.03 ADJUST AND CLEAN A. Prime Coat Touch-up: Immediately after installation, sand smooth all rusted or damaged areas of prime coat and apply touch-up of compatible air -drying primer. B. Final Adjustments: Check and readjust operating finish hardware items, leaving steel doors and frames undamaged and in complete and proper operating condition. C. Cleaning: Immediately prior to final inspection and before Final Acceptance, remove all protective materials and clean all exposed members. Thoroughly clean all glass, including removal of manufacturer's labels or any other material or substance on the glass, in the event this has not been performed at a prior time. Cleaning shall be performed by the use of cleaning materials and methods that will not damage the glass or surroundings in any way. 1. Do not use abrasives or harmful cleaning agents. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 08 11 13-12 URS • SECTION 08 11 16 ALUMINUM DOORS AND FRAMES PART 1— GENERAL 1.01 SUMMARY A. This work shall include furnishing and installing all flush (with stippled texture) aluminum doors and frames complete as indicated on the Drawings and specified herein. 1.02 RELATED WORK A. CONCRETE UNIT MASONRY: Section 04 22 00. B. JOINT SEALANTS: Section 07 92 00. C. HOLLOW METAL DOORS AND FRAMES: Section 08 11 13. D. WOOD DOORS: Section 08 14 00. F. DOOR HARDWARE: Section 08 71 00. • G. PAINTING OF ARCHITECTURAL COMPONENTS: Section 09 91 00. 1.03 QUALITY ASSURANCE • A. Product Compliance: Door and frame assemblies shall have a Miami -Dade County Product Control Notice of Acceptance (NOA)and comply with requirements of the Florida Product Approval System as required by Florida Statute 553.842 and Florida Administrative Code 9B-72. B. Manufacturer/Fabricator: Doors and frames shall be manufactured by a single firm specializing in the production of this type of work. C. Reference Standards: Comply with provisions of the following, unless otherwise indicated or specified: 1. American National Standards Institute (ANSI): a. Referenced Standards. 2. American Society for Testing and Materials (ASTM): a. Referenced Standards. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 081116-1 URS 1.04 SUBMITTALS A. Product Data: Submit manufacturer's technical information and installation instructions for each type of door and frame. B. Shop Drawings: Submit shop drawings for aluminum doors and frames as follows, and as a package with submittals for other doors and finish hardware to enable a coordinated review of all door openings for the Project. 1. Submit shop drawings for the fabrication and installation of the aluminum doors and frames. Drawings shall include details of each frame type, elevations of door design types, louvers, conditions at openings, details of construction, location and installation requirements of finish hardware, and reinforcements and details of joints and connections, showing anchorage and accessory items. 2. Shop drawings shall indicate accurate dimensions of work shown. Frame returns shall allow for conditions (i.e. exposed masonry as scheduled). Except where otherwise shown, 1/4 inch sealant space shall be provided for each jamb and head abutting wall materials. 3. Shop drawings shall list and locate all items of finish hardware furnished under other Sections of the Specifications, but prepared for by the manufacturer of aluminum doors and frames, from templates provided by the hardware supplier. C. Schedule: 1. A schedule of doors and frames shall be provided using the same opening numbers referenced on the Drawings and the same schedule format. 1.05 PRODUCT DELIVERY AND STORAGE A. Doors and frames shall be protected during transit, storage, and handling to prevent damage, soiling, and deterioration. B. Each door shall be packaged at the factory in a separate heavy paper carton. Each carton shall be marked for location to correspond with the Shop Drawings. C. Ship welded frames in bundles securely strapped or in packages. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 081116-2 • • D. Store doors and frames at the building site under cover. Frames shall be stored in an • upright position. Place the units on at least 4 -inch wood sills or on floors in a manner that will prevent damage. Avoid the use of nonvented plastic or canvas shelters that create a humidity chamber. If the wrapper on the door becomes wet, remove the carton immediately. Provide a 1/4 inch air space between the doors to promote air circulation. 1.06 PROJECT CONDITIONS A. Field Measurements: Obtain and verify all measurements at the buildings as required to properly fabricate and install all special door and frame requirements if and when they occur. Verify all conditions that may affect door installation. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Basis of Design: ALUTECH CORPORATION, 8548 NW 64th Street, Miami, Florida 33166, (800) 966-2080. 2.02 MATERIALS AND FABRICATION • A. General: 1. Aluminum Alloy for Doors and Frames: a. ASTM B221, Alloy 6063-T5 for extrusions. • b. ASTM B 209, Alloy and temper best suited for sheets and finish required. 2. Fasteners: All screws and miscellaneous fasteners shall be stainless steel. B. Aluminum Frames: 1. Aluminum door frames shall be Series FR575 by ALUTECH CORPORATION. Mill joints in frame members to a hairline fit, reinforce and weld corners. Minimum wall thickness shall be 0.125 -inch thick. Frames shall be designed with integral stop and trim. 2. Frame corners shall be mitered and continuously welded (both inside of mitered corners and butt edges) with all exposed welds ground and sanded smooth. Mitered corners shall be reinforced with channel -shaped reinforcements. 3. Head members shall be 4 -inches high unless otherwise indicated. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents 08 11 16 - 3 April 2013 URS C. Aluminum Doors: 1. Aluminum doors shall be Series 295I by ALUTECH CORPORATION, nominal 1 -3/4 -inch thick flush design with stippled texture. Door edges shall have a strong, rigid aluminum sub -frame with integral edges caps. The sub - frame shall be connected by a 3/8 -inch cadmium plated steel tie rod top and bottom. No snap -on or applied door edge at hinge or lock edge is permitted. 2. Face sheet shall be one-piece .090 -inch smooth aluminum of anodizing quality with a minimum tensile strength of 22,000 psi. Face sheets shall be concealed under a 1/2 -inch cap full perimeter. 3. Insulated Core: All voids between sub -frames shall be filled with a urethane foam board that is fire -retardant and has an R -value of 9. Urethane core and sub -frame shall be laminated between two sheets of .090 -inch fiber -glass sheets for impact reinforcing. 4. Lamination: Sub -frame, insulated core, hardboard and skins shall be bonded together with a thermosetting adhesive under 110 -pounds pressure to form a water, heat, and chemical resistant bond. 5. Aluminum sub -frame shall have an integral edge cap to insure proper protection from the weather. Overall door tolerance shall be plus or minus 1/16 -inch. Extrusion tolerance shall be as set by the American Aluminum Manufacturer's Association. C. Metal Finishes: 1. Finish shall be 204-R1 clear (natural) anodize, designation AA -M10 -C22 - A31, Architectural Class II (0.4 Mil to 0.7 Mil). D. Hardware Provisions and Reinforcing: 1. Hardware Provisions for Aluminum Frames: a. Unless a different strike is noted on Hardware Schedule, frames shall have aluminum hinge plate reinforcement projection welded with provisions for 4-1/2 inch x 4-1/2 inch full mortise type hinges and strike tap plate reinforcement projection welded with provisions for Universal ANSI A115.1 or A115.2 strike. b. Frames shall be provided for 1-1/2 pair of hinges, unless noted otherwise. Mortar guards shall be formed from aluminum and shall be welded in place. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 08 11 16 - 4 • • c. Closer reinforcement shall be sleeve type installed in frame header for all doors that are indicated to receive door closers. d. Provide metal reinforcements for all other hardware items indicated. 2. Hardware Provisions for Aluminum Doors: a. Mortise, reinforce, drill and tap doors at the factory to receive all mortised type hardware. Drilling and tapping for surface applied hardware shall be performed in field. Provide concealed metal reinforcement for surface applied hardware indicated in the Hardware Schedule. b. Doors shall have aluminum integral hinge reinforcement with provisions for 4-1/2 inch x 4-1/2 inch full mortise template type hinges for 1-1/2 pair of hinges per door, unless noted otherwise. c. Doors shall have aluminum integral lock reinforcement with provisions for locksets as indicated. d. Doors shall have aluminum closer reinforcement concealed in the door for all doors that are indicated to receive closers. • I. Location of Hardware: The location of hardware in connection with hinged and other swing type aluminum doors and frames shall be as follows, unless indicated or specified otherwise: 1. Top Hinge: To manufacturer's standard, but not greater than 5 inches from head rabbet to top of hinge. 2. Bottom Hinge: To manufacturer's standard but not greater than 10 inches from finish floor to bottom of hinge. 3. Intermediate Hinge: Equally spaced between top and bottom hinge. 4. Locks: 38 inches from finish floor to center of strike. 5. Refer to Section 08 71 00 - DOOR HARDWARE for additional locations. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 081116-5 URS J. Frame Anchors: 1. All frames shall have an integral or welded on sill anchor. 2. Furnish six (6) per frame, 10 inch long corrugated or other deformed type adjustable anchors as condition applies. Wire-type anchors are not permissible. 2.03 FABRICATION A. All work shall be shop fabricated to required profiles by forming and welding with corners, angles and edges straight and sharp. B. Fit and fabricate accurately with corners, joints, seams and surfaces free from warp, buckles or other defects. PART 3 - EXECUTION 3.01 INSPECTION A. Examine the areas and conditions under which aluminum doors and frames are to be installed. Do not proceed with aluminum door and frame installation until unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. General: Install aluminum doors, frames and accessories in accordance with approved shop drawings, manufacturer's data and as herein specified. B. Aluminum Frames: 1. Place frames prior to construction of enclosing walls and ceilings. Set frames accurately in position, plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is completed, remove temporary braces and spreaders leaving surfaces smooth and undamaged. 2. In masonry construction, wall anchors shall be located at the hinge and strike levels, and frames shall be grouted solid (Jambs and Heads). C. Aluminum Doors: 1. Fit aluminum doors accurately in frames, within clearances specified by manufacturer. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 081116-6 URS • 3.03 ADJUST AND CLEAN A. Final Adjustments: Check and readjust operating finish hardware items, leaving aluminum doors and frames undamaged and in complete and proper operating condition. B. Cleaning: Immediately prior to final inspection and before Final Acceptance, remove all protective materials and clean all exposed members. 1. Do not use abrasives or harmful cleaning agents. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 08 11 16 - 7 URS THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 081116-8 SECTION 0814 00 WOOD DOORS PART 1— GENERAL 1.01 SUMMARY A. Provide all wood doors as shown on the Drawings, in schedules, and as herein specified. B. Types of doors required include the following: 1. Solid Core Flush Wood Doors with Veneer Faces. 2. Solid Core Flush Wood Doors with Lites and/or Louvers. C. Factory -preparation for hardware (pre -machining) for wood doors is included under this Section. 1.02 RELATED WORK • A. FINISH CARPENTRY: Section 06 22 00. B. HOLLOW METAL DOORS AND FRAMES: Section 08 11 13. C. DOOR HARDWARE: Section 08 71 00. D. GLASS AND GLAZING: Section 08 80 00. E. PAINTING OF ARCHITECTURAL COMPONENTS: Section 09 91 00. 1.03 QUALITY ASSURANCE A. Source Limitations: Obtain flush wood doors through one source from a single manufacturer. • B. Reference Standards: Comply with the applicable requirements of the following standards unless otherwise indicated or specified: 1. National Wood Window and Doors Association (NWWDA). a. NWWDA Industry Standard I,S. 1-A-97. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 081400-1 2. Architectural Woodwork Institute (AWI). a. Architectural Woodwork Quality Standards, 7th Edition, Version 1.0. 3. American National Standards Institute (ANSI). a. Referenced Standards. 4. National Fire Prevention Association (NFPA). a. Referenced Standards. 5. Warnock Hersey (ITS -WH) a. Labeling Agencies. C. Quality Standard: Comply with referenced AWI Standards. Provide AWI Quality Certification Labels or an AWI letter of licensing for Project indicating that doors comply with requirements of grades specified. D. Fire -Rated Wood Doors (Where indicated and/or required): Doors complying with NFPA 80 that are listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for fire ratings indicated, based on testing according to NFPA 252. Test pressure pursuant to Code requirements. 1.04 SUBMITTALS A. Product Data: Submit door manufacturer's product data, specifications and installation instructions for each type of wood door. 1. Include details of core and edge construction, trim for lite openings and louvers, and similar components. 2. Include certifications as may be required to show compliance with specifications. B. Shop Drawings: 1. Submit shop drawings indicating location and size of each wood door, elevation of each type of wood door, details of construction, location and extent of hardware blocking, fire ratings (if required), and other pertinent data. 2. A schedule of wood doors shall be provided using the same opening numbers referenced on the Drawings and the same schedule format. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 08 14 00 - 2 • • • 1.05 • DELIVERY, HANDLING AND STORAGE A. Comply with requirements of referenced standard and manufacturer's written instructions. B. Package doors individually in plastic bags or cardboard cartons. C. Mark each door on top and bottom rail with opening number used on shop drawings. D. HVAC systems shall be operating and balanced prior to arrival of doors. Acceptable humidity shall be no less than 25%, nor greater than 55 %. 1.06 WARRANTY A. Special Warranty: Submit written agreement on door manufacturer's standard form signed by manufacturer, Installer, and Contractor, agreeing to repair or replace defective doors which have warped (bow, cup or twist) or which show telegraphing of core construction below face veneers, or do not conform to AWI tolerance limitations. B. The warranty shall also include re -finishing and re -installation that may be required due to repair or replacement of defective doors. C. Warranty shall be in effect during the following period of time after date of Substantial Completion: 1. Solid Core Flush Interior Doors with Veneer Faces: Life of installation. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Products: Provide products by one of the following manufacturers: 1. Algoma Hardwoods, Inc. 2. Eggers Hardwood Products Corp. 3. Weyerhaeuser Company. 2.02 MATERIALS AND COMPONENTS, GENERAL A. Provide flush wood doors complying with applicable requirements of referenced standards for type(s) of doors indicated and as specified. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 081400-3 URS B. Door Construction Grade: 1. Except as otherwise indicated, fabricate the work of this Section to NWWDA "Premium Grade"/AWI "Custom Grade". C. Flush Door Facing, Slice or Cut, Matching, and Finish for Transparent Finish: 1. Wood Veneer: AWI — A Grade: The veneer species, slice or cut, finish and matching shall be: a. White Maple, Plain Sliced, Book Match, Clear Finish. - or — b. Red Oak, Plain Sliced, Book Match, Clear Finish. D. Doors in Pairs or Sets: 1. Where pairs of doors are indicated, the veneer, slice or cut, finish and veneer matching shall match. Matching between paired doors shall be in sequence. 2.03 FABRICATION A. Solid Core Doors and Transom Panel Core Construction: 1. Non -Rated: ANSI A208. 1 -LD -2 Particleboard Core. 2. 45, 60 or 90 Minute Fire -Rated: Mineral Core. 3. Bond stiles and rails to core, abrasive sand core assembly to achieve uniform thickness. B. Vertical Edges (Stiles): 1. Non -Rated: Edges to match face veneer. (May include veneer banding and structural composite lumber backers or inner -plies). 2. 45, 60 or 90 Minute Fire Rated Pairs: Mineral core stiles to be veneer banded to match faces veneer over manufacturer's edge for improved screw holding. (Metal edges required). 3. Mineral Core: Mineral core door stiles shall be veneer banded to match faces veneer over manufacturer's edge for improved screw holding. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 081400-4 • • C. Horizontal Edges (Rails): 1. Mill option structural composite lumber or hardwood lumber. D. Adhesives: 1. Facing Adhesive: Type 1— Waterproof. E. Inner -Blocking for Mineral Core Fire Doors: 1. Supply inner -blocking for all surface applied hardware. Through bolts are not acceptable. F. Machining for Rated Doors: 1. Factory fit and machine doors for frame and finish hardware in accordance with hardware and NFPA 80 requirements and dimensions. No not machine for surface hardware. Apply appropriate fire labels. 2.04 LOUVERS AND LIGHT FRAMES A. Metal Louvers: 1. Non -Rated Metal Louvers: Equal to Air Louver Model 800A1. 2. Fire -Rated Metal Louvers: Equal to Air Louver Model 1900A1. B. Glazing Stops: 1. Non -Rated: Wood, same wood species as door faces. Flush rectangular bead profile with mitered comers. 2. Fire -Rated: Metal Vision Frames. 2.05 PREFITTING AND PREPARATION FOR HARDWARE A. Pre -fit and pre -machine wood doors at factory. B. Comply with tolerance requirements of AWI for pre -fitting. Machine doors for hardware requiring cutting of doors. Comply with final hardware schedules and door frame shop drawings and with hardware templates and other essential information required to ensure proper fit of doors and hardware. C. Take accurate field measurements of hardware mortises in metal frames to verify dimensions and alignment before proceeding with machining in factory. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 081400-5 URS D. Openings: Cut and trim openings through doors to comply with applicable requirements of referenced standards for kinds of doors required. 1. Light Openings: Trim openings with moldings of material and profile indicated. 2. Louvers: Factory install louvers in prepared openings. 2.06 FACTORY FINISH A. Factory finish doors in accordance with NWWDA G-17 Finish System Description or AWI Division 1500-S-4 — Finish System Standards. Factory finish shall be water based stain and ultraviolet (UV) cured polyurethane sealer to comply with EPA Title 5 guidelines for Volatile Organic Compound (VOC) emissions limitations. Finish shall meet or exceed performance standards of TR -6 catalyzed polyurethane. Color shall be a "Clear" finish as specified herein. B. Factory finished doors shall be installed just prior to Substantial Completion. PART 3 - EXECUTION 3.01 INSPECTION A. Installer shall examine door frames and verify that frames are correct type and have been installed as required for proper hanging of corresponding doors. 3.02 INSTALLATION A. Condition wood doors to average prevailing humidity in installation area prior to hanging. B. Refer to Section 08 71 00 — DOOR HARDWARE for installation of hardware. C. Install wood doors in accordance with manufacturer's published instructions and as indicated on Drawings. D. Install fire -rated doors in corresponding fire -rated frames in accordance with requirements of NFPA 80. E. Pre -fit doors; fit to frames and machine for hardware to whatever extent not previously worked at factory as required for proper fit and uniform clearance at each edge. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 081400-6 • • • • F. Clearances: 1. For non -rated doors, provide clearances of 1/8 -inch at jambs and heads; 1/8 - inch at meeting styles for pairs of doors; and 3/4 -inch from bottom of door to top of decorative floor finish or covering. Where threshold is shown and/or scheduled, provide 1/4 -inch clearance from bottom of door to top of threshold, unless specific undercuts are indicated on Door Schedule. 2. For fire -rated doors, provide clearances complying with NFPA 80. G. Bevel non -rated doors 1/8 -inch in 2 -inches at lock and hinge edges. H. Bevel fire -rated doors 1/8 -inch in 2 -inches in lock edge; trim stiles and rails only to extent permitted by labeling agency. I. Finish: Finish all doors in accordance with Section 09 91 00 — PAINTING OF ARCHITECTURAL COMPONENTS. 3.03 WARRANTY TOLERANCES A. Conform to NWWDA standards and testing methods for warp, cup, bow and telegraphing. 3.04 ADJUST AND CLEAN A. Operation: Re -hang or replace doors that do not swing or operate freely; as directed by Architect/Engineer. B. Finished Doors: Re -finish or replace doors damaged during installation, as directed by Architect/Engineer. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 081400-7 URS THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 081400-8 SECTION 08 31 13 ACCESS DOORS AND PANELS PART 1— GENERAL 1.01 SUMMARY A. This Section includes the following: 1. Flush type access door and panel assemblies with a locking device manufactured as an integral unit. Access door and panel assemblies shall be fire rated where indicated and/or required. 1.02 QUALITY ASSURANCE A. Source Limitation: Obtain doors and frames through one source from a single manufacturer. B. Fire Rated Door Access Doors and Frames: Units complying with NFPA 80 that are identical to access door and frame assemblies tested for fire -test -response characteristics per the following test method and that are labeled and listed by UL, ITS, or another testing and inspecting agency acceptable to authorities having jurisdiction. 1. NFPA 252 or UL 10B for vertical access doors. 2. ASTM E 119 or UBC Standard 7.1 or UL 263 for horizontal access doors and frames. C. Size Variations: Obtain Architect/Engineeris acceptance of manufacturers standard size units, which may vary slightly from sizes indicated. 1.03 SUBMITTALS A. Product Data: For each type of door and frame indicated. Include details relative to materials, individual components and profiles, finishes, and fire ratings (if required) for access doors and frames. B. Shop Drawings: Show fabrication and installation details of customized doors and frames. Include plans, elevations, sections, details, and attachments to other work. C. Samples: For each door face material, at least 3 inches by 5 inches in size, in specified finish. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 083113-1 URS D. Schedule: Provide complete door and frame schedule, including types, general locations, sizes, construction details, latching or locking provisions, and other data pertinent to installation. E. Coordination Drawings: Reflected ceiling plans drawn to scale and coordinating penetrations and ceiling -mounted items with concealed framing, suspension systems, piping, ductwork, and other construction. Show the following: 1. Method of attaching door frames to surrounding construction. 2. Ceiling -mounted items including access doors and frames, lighting fixtures, diffusers, grilles, speakers, sprinklers, and special trim. 1.04 COORDINATION A. Verification: Determine specific locations and sizes for access doors needed to gain access to concealed equipment, and indicate on schedule specified in ESubmittals. Article. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide units by one of the following: 1. Access Doors: a. Cesco Products. b. Jensen Industries. c. J.L. Industries. d. Larsen's Manufacturing Co. e. MIFAB Manufacturing, Inc. f. Milcor Limited Partnership. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 08 31 13 - 2 • • 2. Floor Doors (if indicated and/or required): a. Babcock -Davis Hatchways, Inc. b. The Bilco Company. c. Dur -Red Products, Inc. d. Milcor Limited Partnership. e. Nystrom Building Products Co. f. U.S.F. Fabrication, Inc. 2.02 MATERIALS A. Steel Plates, Shapes, and Bars: ASTM A 36. B. Hot -Rolled Steel Sheets: ASTM A 569, Commercial Steel (CS), Type B; free of scale, pitting, and surface defects; pickled and oiled; with minimum thickness indicated representing specified nominal thickness according to ASTM A 568. C. Cold -Rolled Steel Sheets: ASTM A 366, Commercial Steel (CS), or ASTM A 620, Drawing Steel (DS), Type B; stretcher -leveled standard of flatness; with minimum thickness indicated representing specified nominal thickness according to ASTM A 568. Electrolytic zinc -coated steel sheet, complying with ASTM A 591, Class C coating, may be substituted at fabricatorsA option. D. Electrolytic Zinc -Coated Steel Sheet: ASTM A 591, Commercial Steel (CS), with Class C coating and phosphate treatment to prepare surface for painting; with minimum thickness indicated representing specified nominal thickness according to ASTM A 568 for uncoated base metal. E. Rolled -Steel Floor Plate: ASTM A 786, rolled from plate complying with ASTM A 36 or ASTM A 283, Grade C or D. F. Rolled Stainless Steel Floor Plate: ASTM A 793. G. Aluminum Extrusions: ASTM B 221, alloy 6063-T6. H. Aluminum -Alloy Rolled Tread Plate: ASTM B 632, alloy 6061-T6. I. Drywall Beads: Edge trim formed from 0.0299 inch zinc -coated steel sheet formed to receive joint compound and in size to suit thickness of gypsum board, gypsum base for veneer plaster, and/or gypsum board and gypsum base for veneer plaster. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 083113-3 J. Plaster Bead: Casing bead formed from 0.0299 inch zinc -coated steel sheet with flange formed out of expanded metal lath and in size to suit thickness of plaster. 2.03 PAINT A. Primers: Provide primers that comply with Section 09 91 00 - PAINTING. B. Primer for Ferrous Metal: Fast -curing, lead- and chromate -free, universal modified - alkyd primer complying with performance requirements in FS TT -P-664; selected for good resistance to normal atmospheric corrosion, compatibility with finish paint systems indicated, and capability to provide a sound foundation for field -applied topcoats despite prolonged exposure. C. Primer for Metallic -Coated Steel: Organic zinc -rich primer complying with SSPC- Paint 20 and compatible with topcoat. D. Galvanizing Repair Paint: High -zinc -dust -content paint for regalvanizing welds in steel, complying with SSPC-Paint 20. 2.04 ACCESS DOORS AND FRAMES A. Flush, Insulated, Fire -Rated Access Doors and Frames with Exposed Trim: Fabricated from steel sheet. 1. Locations: Masonry, concrete, drywall, ceramic tile wall and ceiling surfaces. 2. Fire -Resistance Rating: As indicated and/or required. 3. Temperature Rise Rating: 250 deg F at the end of 30 minutes. 4. Door: Flush panel with a core of mineral -fiber insulation enclosed in sheet metal with a minimum thickness of 0.036 inch. 5. Frame: Minimum 0.060 inch thick sheet metal with 1 inch wide, surface - mounted trim. 6. Hinges: Continuous piano hinge. 7. Automatic Closer: Spring type. 8. Lock: Key -operated cylinder lock with interior release. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 08 31 13 - 4 • B Flush, Insulated, Fire -Rated Access Doors and Trimless Frames: Fabricated from steel sheet. 1. Locations: Drywall, veneer plaster wall and ceiling surfaces. 2. Fire -Resistance Rating: As indicated and/or required. 3. Temperature Rise Rating: 250 deg F at the end of 30 minutes. 4. Door: Flush panel with a core of mineral -fiber insulation enclosed in sheet metal with a minimum thickness of 0.036 inch. 5. Frame: Minimum 0.060 inch thick sheet metal with drywall bead or plaster bead as applicable. 6. Hinges: Continuous piano hinge. 7. Automatic Closer: Spring type. 8. Lock: Key -operated cylinder lock with interior release. C. Flush Access Doors and Trimless Frames: Fabricated from steel sheet. 1. Locations: Gypsum board, veneer plaster, plaster wall, and ceiling surfaces. 2. Door: Minimum 0.060 inch thick sheet metal, set flush with exposed face flange of frame. 3. Frame: Minimum 0.060 inch thick sheet metal with 1 inch wide, surface - mounted trim. 4. Hinges: Continuous piano hinge. 5. Lock: Key -operated cylinder lock. D. For exterior locations, provide weatherproof assembly with extruded door gasket. 2.05 FLOOR DOORS A. Floor Doors, General: Equip each door with adjustable counterbalancing springs, heavy-duty hold -open arm that automatically locks door open at 90 degrees, release handle with red vinyl grip that allows for one -handed closure, and recessed lift handle. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 083113-5 B. Aluminum Floor Door: Extruded aluminum angle frame with 1/4 inch thick, diamond -pattern, aluminum tread plate door; nonwatertight; loading capacity to support 300-lbf/sq. ft. pedestrian live AASHTO H-20 concentrated wheel, without impact load. Aluminum anodized finish. C. Watertight Aluminum Floor Door: Extruded aluminum gutter frame with NPS 1-1/2 drainage coupling and 1/4 inch thick, diamond pattern, aluminum tread plate door; watertight; loading capacity to support 300 lbf/sq. ft. pedestrian live and AASHTO H- 20 concentrated wheel, without impact load. Aluminum anodized finish. 2.06 FABRICATION A. General: Provide access door assemblies manufactured as an integral unit ready for installation. B. Metal Surfaces: For metal surfaces exposed to view in the completed Work, provide materials with smooth, flat surfaces without blemishes. Do not use materials with exposed pitting, seam marks, roller marks, rolled trade names, or roughness. C. Steel Doors and Frames: Grind exposed welds smooth and flush with adjacent surfaces. Furnish attachment devices and fasteners of type required to secure access panels to types of supports indicated. 1. Exposed Flanges: Nominal 1 to 1-1/2 inches wide around perimeter of frame or as indicated. 2. For trimless frames with drywall bead for installation in gypsum board assembly and gypsum veneer plaster, provide edge trim for € ypsum board and gypsum base securely attached to perimeter of frames. 3. For trimless frames with plaster bead for full -bed plaster applications, provide zinc -coated expanded metal lath and exposed casing bead welded to perimeter of frames. 4. Provide mounting holes in frames to attach frames to metal or wood framing in plaster and drywall construction and to attach masonry anchors in masonry construction. Furnish adjustable metal masonry anchors. D. Recessed Access Doors: Form face of panel to provide recess for application of applied finish. Reinforce panel as required to prevent buckling. 1. For recessed doors with plaster infill, provide self -furring expanded metal lath attached to door panel. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 083113-6 • • • • E. Latching Mechanism: Furnish number required to hold door in flush, smooth plane when closed. 1. For cylinder lock, furnish 2 keys per lock and key all locks alike. 2. For recessed panel doors, provide access sleeves for each locking device. Furnish plastic grommets and install in holes cut through finish. F. Extruded Aluminum: After fabrication, apply manufactureras standard protective coating on aluminum that will come in contact with concrete. 2.07 FINISHES, GENERAL A. Comply with NAAMM•s 1VIeta1 Finishes Manual for Architectural and Metal Products. for recommendations for applying and designating finishes. B. Finish metal fabrications after assembly. 2.08 ALUMINUM FINISHES A. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes. • B. As -Fabricated Finish: AA -M10 (Mechanical Finish: as fabricated, unspecified). • C. Class I, Clear Anodic Finish: AA-M12C22A41 (Mechanical Finish: nonspecular as fabricated; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, clear coating 0.018 mm or thicker) complying with AAMA 611. 2.09 METALIC-COATED STEEL FINISHES A. Galvanizing of Steel Shapes and Plates: Hot -dip galvanize items indicated to comply with applicable standard listed below: 1. ASTM A 123, for galvanizing steel and iron products. 2. ASTM A 153, for galvanizing steel and iron hardware. B. Surface Preparation: Clean surfaces with nonpetroleum solvent so surfaces are free of oil and other contaminants. For galvanized surfaces, apply, after cleaning, a conversion coating suited to the organic coating to be applied over it. For metallic - coated surfaces, clean welds, mechanical connections, and abraded areas, and apply galvanizing repair paint specified below to comply with ASTM A 780. 1. Galvanizing Repair Paint: High -zinc -dust -content paint for regalvanizing welds in steel, complying with SSPC-Paint 20. C. Factory Priming for Field -Painted Finish: Apply shop primer immediately after City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) URS Conformed Documents 08 31 13 - 7 April 2013 cleaning and pretreating. 2.10 STEEL FINISHES A. Surface Preparation: Prepare uncoated ferrous -metal surfaces to comply with minimum requirements indicated below for SSPC surface -preparation specifications and environmental exposure conditions of installed metal fabrications: 1. Exteriors (SSPC Zone 1B): SSPC-SP 6/NACE No. 3 'Commercial Blast Cleaning.. 2. Interiors (SSPC Zone 1A): SSPC-SP 3'Power Tool Cleaning.. B. Apply shop primer to uncoated surfaces of metal fabrications. Comply with SSPC-PA 1 aint Application Specification No. 1" for shop painting. PART 3 - EXECUTION 3.01 PREPARATION A. Advise Installers of other work about specific requirements relating to access door and/or floor door installation, including sizes of openings to receive access door and frame, as well as locations of supports, inserts, and anchoring devices. 3.02 INSTALLATION A. Comply with manufacturers written instructions for installing access doors and frames and/or floor doors and frames. B. Set frames accurately in position and attach securely to supports with plane of face panels aligned with adjacent finished surfaces. C. Install access doors with trimless frames and/or floor doors flush with adjacent finish surfaces or recessed to receive finish material. 3.03 ADJUSTING AND CLEANING A. Adjust doors and hardware after installation for proper operation. B. Remove and replace panels or frames that are warped, bowed, or otherwise damaged. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 083113-8 • • • SECTION 08 33 23 OVERHEAD COILING DOORS PART 1— GENERAL 1.01 SUMMARY A. This Section includes the following types of overhead coiling door(s): 1. Overhead Coiling Motorized Insulated (where indicated) Service Doors. 1.02 RELATED WORK A. CONCRETE UNIT MASONRY: Section 04 22 00. B. METAL FABRICATIONS: Section 05 50 00. C. HOLLOW METAL DOORS AND FRAMES: Section 08 11 13. 1.03 QUALITY ASSURANCE A. Approved Products: As applicable, products used herein shall comply with requirements of the Florida Product Approval System as required by Florida Statute 553.842 and Florida Administrative Code 9B-72. B. Single Source Responsibility: Furnish overhead coiling doors as complete units produced by one manufacturer, including hardware, accessories, mounting and installation components. C. Installer's Qualifications: Installation shall be performed only by manufacturer authorized installers with at least five (5) years' experience in installation of a similar nature, and as approved by the Architect/Engineer. 1.04 SUBMITTALS A. Product Data: Submit manufacturer's product data, roughing -in diagrams, and installation instructions for type and size of overhead door. Provide operating instructions and maintenance information. Include motor wiring diagram. B. Shop Drawings: Submit complete shop drawings indicating the materials, size of unit, and methods of securing to the steel channel framed opening. Manufacturer's names and numbers of products shall be clearly indicated on all shop drawings. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 083323-1 URS 1.05 DELIVERY, STORAGE AND HANDLING A. All materials and accessories shall be delivered to the Project Site in the manufacturer's original, unopened, labeled containers or packages, and shall be stored in enclosed and protected areas until time of installation. 1.06 PROJECT CONDITIONS A. Field Measurements: Examine and field measure door opening prior to fabrication to ensure proper fit of work. Show measurements on final shop drawings. B. Coordination: Coordinate electrical power wiring requirements and connections with requirements Division 26 - ELECTRICAL. PART 2 - PRODUCTS 2.01 MANUFACTURER/TYPE A. Rolling Service Doors, Face of Wall Mount, Motor Operated; The Cookson Company, Inc. or Overhead Door Corporation. 2.02 MATERIALS AND CONSTRUCTION A. Curtain: 1. Slats: Cold roll flat formed in continuous lengths of galvanized steel interlocked to form curtains. 2. Endlocks: Each end of alternate slats shall be fitted with endlocks to act as a wearing surface in the guides and to remain slat alignment. 3. Windload Resistance: Door construction shall be designed to satisfy windload per Florida Building Code, Latest Adopted Edition, as amended. 4. Gauge: Thickness of slat material shall be determined by width of opening and wind loading requirements. 5. Galvanizing: Zinc coated in accordance with ASTM A 563, G90. 6. Bottom Bar: Curtain shall be reinforced with a bottom bar consisting of steel angles. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 083323-2 • • • B. Spring Counterbalance: 1. Counterbalance: House in a steel pipe of diameter and wall thickness to restrict maximum deflection to .03 inch per foot of door width. 2. Springs: Helical torsion designed to include an overload factor of 25 percent and for optimum ease of operation. Springs shall be grease packed and mounted on a cold rolled steel inner shaft. 3. Spring Tension: Adjustable from outside of end bracket plate. 4. Ball Bearing: Sealed, to minimize wear of pipe shaft rotation around inner shaft. C. Bracket Plates: 1. Bracket Plates: Plates shall carry pipe counterbalancing shaft and be not less than 1/4" thick to house ends of door coil. 2. Drive End Bracket Plate: Plate shall be fitted with a sealed ball bearing. D. Guide and Wall Angle Assembly: 1. Guides/Wall Angles: Structural steel angles of 3/16" minimum thickness. 2. Depth of Guide: Provide adequate slat penetration to satisfy required wind loading. E. Hoods: 1. Hoods to house coil shall be fabricated of 24 gauge galvanized steel. 2. Reinforcing: Provide lateral reinforcing to prevent sag. 3. Intermediate Hood Supports: Provide where door width exceeds 16 -feet. F. Locking: 1. Provide integral gearing of motor operator to provide locking of door. G. Weatherstripping: 1. Doors shall be fully weatherstripped at sill, hood and guides. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 083323-3 H. Motor Operator: 1. 1/2 HP, 208-230 Voltage, 3 Phase, 2.1 Amp, with emergency auxiliary hand chain. Provide 3 -button push button station for each door. I. Safety Edge: 1. Provide safety edges for motor operated door. Upon contact: with obstruction, door shall stop and reverse to open position. J. Finish: 1. Factory applied powder -coat 500 finish to both faces of door and all hardware. Color to be selected by Architect/Engineer and/or City. PART 3 - EXECUTION 3.01 INSTALLATION A. Install overhead coiling doors and operating equipment complete with all necessary hardware, anchors, inserts, hangers, and equipment, supports in accordance with final shop drawings, manufacturer's instructions, and as herein specified. B. Upon completion of installation including work by other trades, lubricate, test and adjust doors to operate easily, free from warp, twist or distortion. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 08 33 23 - 4 • SECTION 08 42 00 ALUMINUM ENTRANCES AND STOREFRONTS PART 1— GENERAL 1.01 SUMMARY A. This Section includes exterior aluminum -framed entrances and storefronts. Glazing is retained mechanically with gaskets on four sides. Work includes: 1. Exterior manual -swing aluminum doors. 2. Glazed aluminum -framed exterior openings. B. Refer to Security Access Drawings 171 through 180 for locations of doors receiving card readers. 1.02 RELATED WORK A. JOINT SEALANTS: Section 07 92 00. • B. HOLLOW METAL DOORS AND FRAMES: Section 08 11 13. C. WOOD DOORS: Section 08 14 00. D. ALUMINUM WINDOWS: Section 08 51 13. E. DOOR HARDWARE: Section 08 71 00. F. GLASS AND GLAZING: Section 08 80 00. 1.03 QUALITY ASSURANCE • A. Approved Products: As applicable, products used herein shall comply with requirements of the Florida Product Approval System as required by Florida Statute 553.842 and Florida Administrative Code 9B-72. B. Code Compliance: Total installation must comply with the requirements of the Florida Building Code, latest adopted edition, as amended, including Test Protocols for High Velocity Hurricane Zones. C. Wind Loads: Installed windows to withstand wind pressure loads (positive and negative) normal to wall plane indicated in accordance with the Florida Building Code for the geographical location of the Project. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 08 42 00 - 1 URS D. Installer Qualifications: Capable of assuming engineering responsibility and performing work of this Section and who is acceptable to manufacturer. 1. Engineering Responsibility: Preparation of data for aluminum -framed systems including shop drawings based on testing and engineering analysis of manufacturer's standard units in assemblies similar to those indicated for this Project and submission of reports of tests performed on manufacturer's standard assemblies. E. Testing Agency Qualifications: An independent agency qualified according to ASTM E 699 for testing indicated. F. Accessible Entrances: Comply with the U.S. Architectural & Transportation Barriers Compliance Board's "Americans with Disabilities Act (ADA), Accessibility Guidelines for Buildings and Facilities (ADAAG)." G. Welding: Qualify procedures and personnel according to AWS D1.2 "Structural Welding Code - Aluminum." 1.04 PERFORMANCE REQUIREMENTS A. General: Provide aluminum -framed systems, including anchorage, capable of withstanding, without failure, the effects of the following: 1. Structural loads. 2. Thermal movements. 3. Movements of supporting structure indicated on Drawings :including, but not limited to, deflection from uniformly distributed and concentrated live loads. 4. Dimensional tolerances of building frame and other adjacent construction. 5. Failure includes the following: a. Deflection exceeding specified limits. b. Thermal stresses transferred to building structure. c. Framing members transferring stresses, including those caused by thermal and structural movements, to glazing. d. Noise or vibration created by wind and thermal and structural movements. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 084200-2 URS • • e. Loosening or weakening of fasteners, attachments, and other • components. f. Sealant failure. g. Failure of operating units to function properly. B. Deflection of Framing Members: 1. Deflection Normal to Wall Plane: Limited to 1/175 of clear span or an amount that restricts edge deflection of individual glazing lites to 3/4 inch, whichever is less. 2. Deflection Parallel to Glazing Plane: Limited to 1/360 of clear span or 1/8 inch, whichever is smaller. D. Structural Test Performance: Provide aluminum -framed systems tested according to ASTM E 330 as follows: 1. When tested at positive and negative wind load design pressures, systems do not evidence deflection exceeding specified limits. 2. When tested at 150 percent of positive and negative wind load design pressures, systems, including anchorage, do not evidence material failures, structural distress, and permanent of main framing members exceeding 0.2 percent of span. 3. Test Durations: As required by design wind velocity but not less than 10 seconds. E. Windbome-Debris-Impact-Resistance-Test Performance: Provide aluminum -framed systems that pass large and small missile -impact tests and cyclic -pressure tests according to Florida Building Code, latest adopted edition, as amended. F. Thermal Movements: Provide aluminum -framed systems that allow for thermal movements from the following maximum change (range) in ambient and surface temperatures. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. 1. Temperature Change (Range): 120 deg F ambient; 180 deg F, material surfaces. 2. Test Performance: No buckling; stress on glass; sealant failure; excess stress on framing, anchors, and fasteners; or reduction of performance when tested according to AAMA 501.5. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 084200-3 a. Test High Exterior Ambient Air Temperature: That which produces an exterior metal surface temperature of 180 deg F. b. Test Low Exterior Ambient Air Temperature: 0 deg F. G. Water Penetration Under Static Pressure: Provide aluminum -framed systems that do not evidence water penetration through fixed glazing and framing areas when tested according to ASTM E 331 at a minimum static -air -pressure difference of 20 percent of positive wind load design pressure, but not less than 6.24 lbf/sq. ft. H. Water Penetration Under Dynamic Pressure: Provide aluminum -framed systems that do not evidence water leakage through fixed glazing and framing areas when tested according to AAMA 501.1 under dynamic pressure equal to 20 percent of positive wind load design pressure, but not less than 6.24 lbf/sq. ft.. 1. Maximum Water Leakage: According to AAMA 501.1. Water controlled by flashing and gutters that is drained to exterior and cannot damage adjacent materials or finishes is not considered water leakage. I. Condensation Resistance: Provide aluminum -framed systems with fixed glazing and framing areas having condensation resistance factor (CRF) of not less than 54 when tested according to AAMA 1503. J. Average Thermal Conductance: Provide aluminum -framed systems with fixed glazing and framing areas having average U -factor of not more than 0.48 But/sq. ft. x h x deg F when tested according to AAMA 1503. 1.05 SUBMITTALS A. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each type of product indicated. B. Shop Drawings: For aluminum -framed systems. Include plans, elevations, sections, details, and attachments to other work. 1. Include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 2. Include details of provisions for system expansion and contraction and for draining moisture occurring within the system to the exterior. 3. For entrances, include hardware schedule and indicate operating hardware types, functions, quantities, and locations. C. Samples for Verification: For each type of exposed finish required, in manufacturer's City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents 08 42 00 - 4 April 2013 URS • • • standard sizes. D. Welding certificates. E. Qualification Data: For Installer and testing agency. F. Field quality control test and inspection reports. G. Maintenance Data: For aluminum -framed system to include in maintenance manuals. H. Warranties: Special warranties specified in this Section. 1.06 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of structural supports for aluminum - framed systems by field measurements before fabrication and indicate measurements on shop drawings. 1.07 WARRANTY A. Special Assembly Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of aluminum -framed systems that do not comply with requirements or that deteriorate as defined in this Section within the specified warranty period. 1. Failures include, but are not limited to, the following: a. Structural failures including, but not limited to, excessive deflection. b. Noise or vibration caused by thermal movements. c. Deterioration of metals, metal finishes, and other materials beyond normal weathering. d. Water leakage through fixed glazing and framing areas. e. Failure of operating components to function properly. 2. Warranty Period: Two years from date of Substantial Completion. B. Special Finish Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components on which finishes fail within specified warranty period. Warranty does not include normal weathering. 1. Warranty Period: 20 years from date of Substantial Completion. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 084200-5 PART 2 - PRODUCTS 2.01 MANUFACTURER/SYSTEM A. Subject to compliance with requirements, aluminum entrance and storefront system shall be as follows: 1. StormMax MSD -375 Impact Resistant Entrance System as manufactured by Vistawall Architectural Products. a. Medium stile (9" bottom rail, 4" top rail, 4-3/4" verticals) 2.02 STOREFRONT FRAMING SYSTEM A. Description: Center rabbet, exterior flush glazed; jambs and vertical mullions continuous; head, sill, intermediate horizontal attached by screw spline joinery. Continuous and wept sill flashing. 2.03 MATERIALS A. Aluminum: Alloy and temper recommended by manufacturer for type of use and finish indicated. 1. Sheet and Plate: ASTM B 209, Alloy 5005-H16. 2. Extruded Bars, Rods, Profiles, and Tubes: ASTM B 221, Alloy 6063-T6. 3. Extruded Structural Pipe and Tubes: ASTM B 429. 4. Structural Profiles: ASTM B 308. 5. Welding Rods and Bare Electrodes: AWS A5.10. B. Steel Reinforcement: With manufacturer's standard corrosion -resistant primer complying with SSPC-PS Guide No. 12.00 applied immediately after surface preparation and pretreatment. Select surface preparation methods according to recommendations in SSPC-SP COM and prepare surfaces according to applicable SSPC standard. 2.04 FRAMING SYSTEMS A. Framing Members: Manufacturer's standard extruded aluminum framing members of thickness required and reinforced as required to support imposed loads. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 084200-6 URS • • • 1. Construction: Framing members are composite assemblies of two separate extruded aluminum components permanently bonded by an elastomeric material of low thermal conductance. B. Brackets and Reinforcements: Manufacturer's standard high-strength aluminum with non -staining, nonferrous shims for aligning system components. C. Fasteners and Accessories: Manufacturer's standard corrosion -resistant, nonstaining, non-bleeding fasteners and accessories compatible with adjacent materials. 1. Where fasteners are subject to loosening or turning out from thermal and structural movements, wind loads, or vibration, use self-locking devices. 2. Reinforce members as required to retain fastener threads. 3. Use exposed fasteners with countersunk Phillips screw heads, finished to match framing system. D. Concrete and Masonry Inserts: Hot -dip galvanized cast iron, malleable iron, or steel inserts complying with ASTM A 123 or ASTM A 153 requirements. E. Flashing: Manufacturer's standard corrosion -resistant, nonstaining, nonbleeding flashing compatible with adjacent materials. Form exposed flashing from sheet aluminum finished to match framing and of sufficient thickness to maintain a flat appearance without visible deflection. F. Framing System Gaskets and Sealants: Manufacturer's standard recommended by manufacturer for joint type. 2.05 GLAZING SYSTEMS A. Glass: As specified in Section 08 80 00 - GLASS AND GLAZING. B. Glazing Gaskets: Manufacturer's standard compression types, replaceable, molded or extruded, that maintain uniform pressure and watertight seal. C. Spacers and Setting Blocks: Manufacturer's standard elastomeric types. D. Bond -Breaker Tape: Manufacturer's standard TFE-fluorocarbon or polyethylene material to which sealants will not develop adhesion. 2.06 DOORS A. Doors: Manufacturer's standard glazed doors, for manual swing operation. 1. Door Construction: 1 -3/4 -inch overall thickness, with minimum 0.125 inch • thick, extruded aluminum tubular rail and stile members. Mechanically fasten City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents 08 42 00 - 7 April 2013 URS corners with reinforcing brackets that are deep penetration and fillet welded or that incorporate concealed tie rods. 2. Door Design: Medium stile as described herein. a. Accessible Doors: Smooth surfaced for width of door in area within 10 inches above floor or ground plane. 3. Glazing Stops and Gaskets: Beveled, snap -on, extruded aluminum stops and preformed gaskets. a. Provide non -removable glazing stops on outside of door. 2.07 DOOR HARDWARE A. General: Provide heavy-duty units in sizes types recommended by entrance system and hardware manufacturers for entrances and uses indicated. 1. Opening -Force Requirements, Egress Doors: Not more than 30 lbf required to set door in motion and not more than 15 lbf required to open door to minimum required width. B. Continuous -Gear Hinges: Manufacturer's standard with stainless steel bearings between knuckles; fabricated to full height of door and frame. C. Locking Devices, General: Do not require use of key, tool, or special knowledge for operation. 1. Opening -Force Requirements: a. Delayed -Egress Locks: Lock releases within 15 seconds after applying a force of not more than 15 lbf for not more than 3 seconds. b. Latches and Exit Devices: Not more than 15 lbf required to release latch. D. Panic Exit Devices: Listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for panic protection, based on testing according to UL 305. 1. Standard: BHMA A156.3, Grade 1. 2. Exit Device (active door): 3. Exit Device (inactive door): City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 084200-8 Von Duprin 3348-F with Electric Latch (EL). Von Duprin 3348-F • • • 4. Exterior Trim (active door): Von Duprin 370L - 06 Lever Design - key retraction of the latch on the outside trim. Door handle shall not be fixed. 5. Exterior Trim (inactive door): None 6. Power Transfer Device (active door): Von Duprin EPT-10 E. Cylinders: As specified in Section 08 71 00 - DOOR HARDWARE. F. Strikes: Provide strike with black plastic dust box for each latch or lock bolt; fabricated for aluminum framing. G. Closers: With accessories required for a complete installation, sized as required by door size, exposure to weather, and anticipated frequency of use, and adjustable to meet field conditions and requirements for opening force. 1. Standard: BHMA A156.4, Grade 1. H. Weather Stripping: Manufacturer's standard replaceable components. 1. Compression Type: Made of ASTM D 2000, molded neoprene, or ASTM D 2287, molded PVC. 2. Sliding Type: AAMA 701, made of wool, polypropylene, or nylon woven pile with nylon -fabric or aluminum -strip backing. I. Weather Sweeps: Manufacturer's standard exterior door bottom sweep with concealed fasteners on mounting strip. J. Thresholds: Raised thresholds beveled with a slope of not more than 1:2, with maximum height of 2 inch. 2.08 ACCESSORY MATERIALS A. Joint Sealants: For installation at perimeter of aluminum -framed systems, as specified in Section 07 92 00 - JOINT SEALANTS. B. Bituminous Paint: Cold -applied asphalt -mastic paint complying with SSPC-Paint 12 requirements except containing no asbestos, formulated for 30 -mil thickness per coat. 2.09 FABRICATION A. Form aluminum shapes before finishing. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 084200-9 B. Weld in concealed locations to greatest extent possible to minimize distortion or discoloration of finish. Remove weld spatter and welding oxides from exposed surfaces by descaling or grinding. C. Framing Members, General: Fabricate components that, when assembled, have the following characteristics: 1. Profiles that are sharp, straight, and free of defects or deformation. 2. Accurately fitted joints with ends coped or mitered. 3. Means to drain water passing joints, condensation occurring within framing members, and moisture migrating within the system to exterior. 4. Physical and thermal isolation of glazing from framing members. 5. Accommodations for thermal and mechanical movements of glazing and framing to maintain required glazing edge clearances. 6. Provisions for field replacement of glazing from exterior. 7. Fasteners, anchors, and connection devices that are concealed from view to greatest extent possible. D. Mechanically Glazed Framing Members: Fabricate for flush glazing (without projecting stops). E. Storefront Framing: Fabricate components for assembly using stick fabrication pressure glazed system. F. Door Frames: Reinforce as required to support loads imposed by door operation and for installing hardware: 1. At exterior doors, provide compression weather stripping at fixed stops. G. Doors: Reinforce doors as required for installing hardware. 1. At pairs of exterior doors, provide sliding weather stripping retained in adjustable strip mortised into door edge. 2. At exterior doors, provide weather sweeps applied to door bottoms. H. Hardware Installation: Factory install hardware to the greatest extent possible. Cut, drill, and tap for factory -installed hardware before applying finishes.. I. After fabrication, clearly mark components to identify their locations in Project according to shop drawings. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 08 42 00-10 URS • 2.10 ALUMINUM FINISHES • A. General: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations relative to applying and designating finishes. B. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes. C. Finish: Organic Coating (high performance fluorocarbon) conforming to AAMA 2605 as follows: 1. Surfaces shall be cleaned and prepared using a conversion coating pre- treatment prior to application of 0.3 mil dry film thickness (DFT) of epoxy or acrylic primer in accordance coating manufacturer's written instruction. 2. Finish coat of 70% minimum fluorocarbon resin fused to primed surfaces at temperature recommended by manufacturer to achieve minimum 1.0 mil DFT. 3. Acceptable coating systems are: a. Trinar by Akzo Coatings, Inc. b. Nubelar by Glidden Company. c. Fluoroceram ny Morton International, Inc. d. Duranar by PPG Industries, Inc. e. Fluropon by Valspar Corporation. 4. Provide 3 or 4 coat system as required for color selected. Color shall be as selected by Architect/Engineer from manufacturer's full (standard and custom) color line. PART 3 - EXECUTION 3.01 EXAMINATION A. Examine areas, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of work. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION 411 A. General: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents 08 42 00 - 11 April 2013 URS 1. Comply with manufacturer's written instructions. 2. Do not install damaged components. 3. Fit joints to produce hairline joints free of burrs and distortion. 4. Rigidly secure non -movement joints. 5. Install anchors with separators and isolators to prevent metal corrosion and electrolytic deterioration. 6. Seal joints watertight, unless otherwise indicated. B. Metal Protection: 1. Where aluminum will contact dissimilar metals, protect against galvanic action by painting contact surfaces with primer or by applying sealant or tape or installing nonconductive spacers as recommended by manufacturer for this purpose. 2. Where aluminum will contact concrete or masonry, protect against corrosion by painting contact surfaces with bituminous paint. C. Install components to drain water passing joints, condensation occurring within framing members, and moisture migrating within the system to exterior. D. Set continuous sill members and flashing in a full bed of sealant as specified in Section 07 92 00 - JOINT SEALANTS. E. Install components plumb and true in alignment with established lines and grades, without warp or rack. F. Install glazing as specified in Section 08 80 00 - GLASS AND GLAZING. G. Entrances: Install to produce smooth operation and tight fit at contact points. 1. Exterior Entrances: Install to produce tight fit at weather stripping and weathertight closure. 2. Field -Installed Hardware: Install surface -mounted hardware according to hardware manufacturers' written instructions using concealed fasteners to greatest extent possible. H. Install perimeter joint sealants as specified in Section 07 92 00 - JOINT SEALANTS and to produce weathertight installation. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents 08 42 00 - 12 April 2013 1 • • • I. Erection Tolerances: Install aluminum -framed systems to comply with the following maximum tolerances: 1. Location and Plane: Limit variation from true location and plane to 1/8 inch in 12 feet; 1/4 inch over total length. 2. Alignment: a. Where surfaces abut in line, limit offset from true alignment to 1/16 inch. b. Where surfaces meet at corners, limit offset from true alignment to 1/32 inch. 3. Diagonal Measurements: Limit difference between diagonal measurements to 1/8 inch. 3.03 FIELD QUALITY CONTROL A. Testing Agency: The City may, at the City's discretion, engage a qualified independent testing agency to perform field inspections and prepare field reports. t B. Repair or remove work where inspections indicate that it does not comply with specified requirements. i C. Additional inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 3.04 ADJUSTING A. Entrances: Adjust operating hardware for smooth operation according to hardware manufacturers' written instructions. For doors accessible to people with disabilities, adjust closers to provide a 3 -second closer sweep period for doors to move from a 70 - degree open position to 3 inches from the latch measured to the leading door edge. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 08 42 00 - 13 URS THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 08 42 00- 14 • • SECTION 08 51 13 ALUMINUM WINDOWS PART 1— GENERAL 1.01 SUMMARY A. This Section includes Heavy Commercial Grade fixed aluminum windows of the performance class indicated. B. All drilling, tapping and anchors required for attaching window members shall be included in this branch of work. Sealants used for aluminum window framing members in contact with adjoining surfaces shall be installed under this Section. 1.02 RELATED WORK A. JOINT SEALANTS: Section 07 92 00. B. ALUMINUM ENTRANCES AND STOREFRONTS: Section 08 42 00. C. GLASS AND GLAZING: Section 08 80 00. 111 1.03 QUALITY ASSURANCE A. Approved Products: As applicable, products used herein shall comply with requirements of the Florida Product Approval System as required by Florida Statute 553.842 and Florida Administrative Code 9B-72. B. Code Compliance: Total installation must comply with the requirements of the Florida Building Code, latest adopted edition, as amended, including Test Protocols for High Velocity Hurricane Zones. C. Wind Loads: Installed windows to withstand wind pressure loads (positive and negative) normal to wall plane indicated in accordance with the Florida Building Code for the geographical location of the Project. D. Design Criteria: 1. General: Provide windows that have been designed and fabricated to comply with requirements for system performance characteristics listed below as demonstrated by testing manufacturer's corresponding stock systems according to test methods designated. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 085113-1 2. Thermal Movement: a. Allow for expansion and contraction resulting from ambient temperature range of 120 -degrees F (49 -degrees C). 3. Air Infiltration of Fixed Framing: a. Provide fixed framing system with an air infiltration rate of not more than 0.06 CFM per square foot of fixed area when tested in accordance with ASTM E 283 at an inward test pressure differential of 6.24 psf. 4. Water Penetration: a. Provide framing systems with no water penetration as defined in the test method when tested in accordance with ASTM E 331 at an inward test pressure differential of 6.24 lbf. per square foot. 5. Windborne-Debris-Impact-Resistance-Test Performance: Provide fixed aluminum window systems that pass large and small missile -impact tests and cyclic -pressure tests according to Florida Building Code, latest adopted edition, as amended. E. Qualifications: 1. Installer Qualifications: Installer experienced (as determined by Contractor) to perform work of this Section who has specialized in the installation of work similar to that required for this project. If requested by City, submit reference list of completed projects. 2. Manufacturer Qualifications: Manufacturer capable of providing field service representation during construction, approving acceptable installer and approving application method. F. Reference Standards: Comply with provisions of the following, unless otherwise indicated or specified: 1. Aluminum Association (AA): a. Referenced Standards. 2. Architectural Aluminum Manufacturers Association (AAMA): a. Referenced Standards. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 08 51 13 - 2 • • 3. American Society for Testing and Materials (ASTM): a. Referenced Standards. 4. American Welding Society (AWS): a. Referenced Standards. 5. National Association of Architectural Metal Manufacturers (NAAMM): a. Referenced Standards. 1.04 SUBMITTALS A. Product Data: Submit product data for each type of window series specified. B. Shop Drawings: Submit shop drawings showing layout, profiles, and product components, including anchorage, accessories, finish colors, and textures. C. Samples: Submit verification samples for colors on actual aluminum substrates indicating full color range expected in installed system. D. Quality Assurance/Control Submittals: 1. Test Reports: Submit certified test reports showing compliance with specified performance characteristics and physical properties. 2. Installer Qualification Data: Submit installer qualification data. 3. Manufacturer Qualification Data: Submit manufacturer qualification data. E. Close-out Submittals: 1. Warranty: Submit warranty documents specified herein. 1.05 PROJECT CONDITIONS A. Field Measurements: Verify actual measurements and openings by field measurement before fabrication; show recorded measurements on shop drawings. Coordinate field measurements and fabrication schedule with construction progress to avoid construction delays. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 085113-3 1.06 WARRANTY A. Special Assembly Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of aluminum windows that do not comply with requirements or that deteriorate as defined in this Section within the specified warranty period. Failures include, but are not limited to, the following: 1. Structural failures including, but not limited to, excessive deflection. a. Noise or vibration caused by thermal movements. b. Deterioration of metals, metal finishes, and other materials beyond normal weathering. c. Water leakage through fixed glazing and framing areas. 2. Warranty Period: Two years from date of Substantial Completion. B. Special Finish Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components on which finishes fail within specified warranty period. Warranty does not include normal weathering. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Aluminum Windows shall be a product of the following manufacturers subject to compliance with specification requirements: 1. Kawneer 2. Traco. 2.02 MATERIALS A. Window Units: 1. Fixed windows shall be Heavy Commercial Series, or approved equal, extruded from aluminum alloy 6063-T5; ASTM B 221-54T, Alloy GS -10A - T5. 2. Provide flush -glazed framing system with provisions for glass replacement. Shop -fabricate and preassemble frame components where possible. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 08 51 13 - 4 URS • • IIP 2.03 WINDOW FRAMING SYSTEM A. Description: Thermally improved framing system. Horizontal and vertical members shall have a nominal face and depth dimensions as indicated on Drawings. Provide a flush glazed appearance on all sides with no protruding glass stops. B. Laminated Impact Resistant Glass: Refer to Section 08 80 00 - GLASS AND GLAZING. C. Glazing: Manufacturer's standard glazing stops with EPDM glazing gaskets to prevent water infiltration at the exterior and Dow Corning's "995 Structural Silicone Adhesive" with fixed stops at the interior; interior spacers and gaskets shall be silicone. 2.04 ACCESSORIES A. Manufacturer's standard accessories, including: 1. Fasteners: Zinc -plated steel concealed fasteners. Hardened aluminum alloys or AISI 300 Series stainless steel exposed fasteners, countersunk and finished to match aluminum color. 2. Perimeter Sealant: Non -skinning type, AAMA 803.3. 3. Glazing: Setting blocks, edge blocks, and spacers in accordance with ASTM C 864, shore durometer hardness as recommended by manufacturer. Exterior EPDM glazing gaskets in accordance with ASTM C 864, designed to lock into gasket reglet. Interior by means of spacer and specified Dow 995 product. 4. Glazing Adhesive: Dow Corning's "995 Structural Silicone Adhesive." 2.05 FABRICATION A. Shop Assembly: Fabricate and assemble units with joints only at intersection of aluminum members with hairline joints; rigidly secure, and sealed in accordance with manufacturer's written recommendations. 1. Welding: Conceal welds on aluminum members in accordance with AWS recommendations or methods recommended by manufacturer. Members showing welding bloom or discoloration on finish or material distortion will be rejected. B. Shop Finishing: Prepare aluminum surfaces for specified finish. C. Fabrication Tolerances: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 085113-5 1. Material Cuts: Square to 1/32 inch off square, maximum, over largest dimension; proportionate amount of 1/32 inch on other two dimensions. 2. Maximum Offsets: a. 1/64 inch in alignment between two consecutive members in line, end to end. b. 1/64 inch between framing members at glazing pocket corners. 3. Joints (Between adjacent members in same assembly): Hairline and square to adjacent member. 4. Variation (In squaring diagonals for doors and fabricated assemblies): 1/16 inch. 5. Flatness (For fabricated assemblies): +/- 1/16 inch off neutral plane. 2.06 ALUMINUM FINISHES A. General: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations relative to applying and designating finishes. B. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved samples and are assembled or installed to minimize contrast. C. Finish designations prefixed by AA conform to the system established by the Aluminum Association for designating aluminum finishes. D. Finish: Polymer resin based powder coating system. 1.2 mils coating thickness. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with AAMA 2604 and with coating manufacturer's written instruction. 1. Basis of Design: Kawneer Company, Inc.'s "Interpon D2000 Advanced Powder Coating" in color as selected by Architect/Engineer from manufacturer's full color line. PART 3 - EXECUTION 3.01 EXAMINATION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 085113-6 URS • • • A. Verify substrate conditions to receive the work are acceptable for product installation in accordance with manufacturer's written instructions. 1. Verify location of preset anchors, perimeter fasteners, and block-outs are in accordance with shop drawings. 3.02 PREPARATION A. Adjacent Surfaces Protection: Protect adjacent work areas and finish surfaces from damage during product installation. 1. Where aluminum will contact dissimilar metals, protect against galvanic action by painting contact surfaces with primer or by applying sealant or tape or installing nonconductive spacers as recommended by manufacturer for this purpose. 2. Where aluminum will contact concrete or masonry, protect against corrosion by painting contact surfaces with bituminous paint. 3.03 INSTALLATION A. Compliance: Comply with manufacturer's published instructions and current recommendations. B. General: Install manufacturer's system in strict accordance with approved shop drawings and within specified tolerances. 1. Shim and brace aluminum system before anchoring to structure. 2. Provide sill flashing at window system. Extend extruded flashing continuous with splice joints; set in continuous beads of sealant and weeped. 3. Verify window system allows water entering system to be collected in gutters and weeped to exterior. Verify metal joints are sealed in accordance with the manufacturer's written instructions. 4. Seal metal -to -metal window system joints using sealant recommended by system manufacturer. 3.04 FIELD QUALITY CONTROL A. Testing Agency: The City may, at the City's discretion, engage a qualified • independent testing agency to perform field inspections and prepare field reports. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 0851 13-7 URS B. Repair or remove work where inspections indicate that it does not comply with specified requirements. C. Additional testing, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 3.05 CLEANING A. Cleaning: Clean installed products in accordance with manufacturer's written instructions prior to Final Acceptance. B. Protection: Protect the installed system finish surfaces from damage during remainder of construction period. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 08 51 13 - 8 • • SECTION 08 7100 DOOR HARDWARE PART 1— GENERAL 1.01 SUMMARY A. Work covered by this Section consists of furnishing and installing all finish hardware as shown on the Drawings, indicated on schedules, and as specified herein. 1. Hardware for labeled openings shall meet UL requirements whether specified herein or not. 2. All hardware on accessible doors shall meet or exceed the requirements of the Americans with Disabilities Act (ADA) whether or not full compliance is indicated in the Hardware Schedule located at the end of this Section. 3. Refer to Security Access Drawings 171 through 180 for locations of doors receiving card readers. 1.02 RELATED WORK A. FINISH CARPENTRY: Section 06 22 00. B. HOLLOW METAL DOORS AND FRAMES: Section 08 11 13. C. ALUMINUM DOORS AND FRAMES: Section 08 11 16. D. WOOD DOORS: Section 08 14 00. E. ALUMINUM ENTRANCES AND STOREFRONTS: Section 08 42 00. 1.03 QUALITY ASSURANCE A. Code Compliance: Total installation must comply with the requirements of the Florida Building Code, latest adopted edition, as amended, including Test Protocols for High Velocity Hurricane Zones. B. Approved Products: As applicable, products used herein shall comply with requirements of the Florida Product Approval System as required by Florida Statute 553.842 and Florida Administrative Code 9B-72. C: Reference Standards: Comply with provisions of the latest adopted editions of the following: 1. Door and Hardware Institute (DHI): a. Referenced Standards. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 087100-1 2. National Fire Protection Association (NFPA): a. NFPA 80 Fire Doors and Fire Windows. b. NFPA 101 Life Safety Code. 3. Underwriters Laboratories (UL): a. UL 10C Standard for Positive Pressure Fire Tests of Door Assemblies. 4. National Board of Fire Underwriters (NBFU): a. A.I.A. Pamphlet 80 B. Installer Qualifications: An experienced installer who has completed finish hardware similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. C. Fire -Rated Openings: 1. Provide hardware for fire -rated openings in compliance with A.I.A. (NBFU) Pamphlet No. 80, NFPA Standards No. 101 and UL 10C. This requirement shall take precedence over other requirements for such hardware. Provide only hardware that has been tested and listed by UL for the types and sizes of doors required, and complies with the requirements of the door and door frame labels. 2. Where panic exit devices are required on fire -rated doors, provide supplementary marking on door UL label indicating Fire Door to be equipped with fire exit hardware and provide UL label on exit device indicating "Fire Exit Hardware". 1.04 SUPPLIER QUALIFICATIONS A. Finish Hardware shall be furnished by one supplier, approved by the Engineer, with appropriate technical knowledge and experience to correctly interpret Drawings and Specifications. Supplier shall be prepared at all times during progress of installation to promptly provide a qualified Architectural Hardware Consultant (AHC) to approve its complete installation, in order that all items shall be installed in the best manner and function properly. This shall necessitate a project site visit prior to final inspection. Supplier shall be bona -fide direct distributor of all materials furnished and shall have an office and warehouse facilities to accommodate the materials used on this Project. The AHC shall be available for consultation to the Architect/Engineer, City, and Contractor at reasonable times during the course of the Work. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April2013 087100-2 URS B. It shall be the supplier's responsibility to furnish hardware in accordance with the intent of this specification. Where, by virtue of architectural design or by function, a change is necessary, hardware of equal design and quality shall be furnished upon written approval of Architect/Engineer. 1.05 MANUFACTURER A. The hardware manufacturer(s) shall supply both a pre -installation class as well as a post -installation walk-thru to insure proper installation and provide for any and all adjustments or replacements of hardware as required. 1.06 SUBMITTALS A. Product Data: Submit six (6) sets of complete product data for each item of finish hardware listed in the Finish Hardware Schedule. Include installation details, material descriptions, dimensions of individual components and profiles, and finishes. B. Finish Hardware Schedule: Submit six (6) sets of complete typewritten sets of the Finish Hardware Schedule. Organize the Hardware Schedule into door hardware sets indicating complete designations of every item required for each door. List each door and organize door hardware sets in the same order as in Article 3.03 - FINISH HARDWARE SCHEDULE. No factory order shall be placed for finish hardware items until approval has been given by the Architect/Engineer. 1. Each item in the Finish Hardware Schedule shall be identified on the first page of the Schedule by the manufacturer's name. 2. Submit hardware schedule for review, make corrections as directed and re- submit the corrected schedule for fmal review and approval. Approval of schedule will not relieve the Contractor of the responsibility for furnishing all necessary hardware, including the responsibility for furnishing correct quantities. 3. No manufacturing orders shall be placed until detailed schedule has been submitted to the Architect/Engineer and written approval received. C. Keying Schedule: Submit a keying schedule prepared by the supplier, detailing the City's keying instructions for locks. Include a schematic keying diagram and index each key to unique door designations. Refer to keying schedule at the end of this Section for additional information. D. Supplier Qualifications: 1. Submit documented evidence of supplier's qualifications. • 1.07 DELIVERY, STORAGE, AND HANDLING City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April2013 087100-3 A. All items of finish hardware shall be delivered to the Project site, or as otherwise specified or required, and shall be checked in for completeness and familiarization with the Contractor. B. All items of finish hardware shall be packaged, numbered, and labeled to identify each opening for which it is intended, and to correspond with item numbers on the approved Finish Hardware Schedule. 1.08 COORDINATION A. Templates: All finish hardware to be installed on, or in metal doors and/or frames, shall be manufactured to template. Template machine screws shall be furnished for all such materials. Supplier shall furnish an approved Finish Hardware Schedule and all necessary template transmittals to metal frame fabricators, or other suppliers requiring same, for their coordination and use. 1.09 WARRANTY A. The material furnished shall be warranted for one (1) year after installation or longer as the individual manufacturer's warranty permits. B. Overhead door closers shall be warranted in writing by the manufacturer against failure due to defective materials and workmanship for a period of ten (10) years commencing on the Date of Final Completion and Acceptance, and in the event of failure, the manufacturer shall promptly repair or replace the defective closer with no additional cost to the City. PART 2 - PRODUCTS 2.01 GENERAL A. To the greatest extent possible, obtain each kind of hardware from only one manufacturer. B. Other than those doors that are restricted to less than 180 degree opening by building or by overhead holders or stops, all butts and closer arms shall be of sufficient size to allow full 180 -degree opening of doors. 2.02 ACCEPTABLE MANUFACTURERS A. The following is a schedule of acceptable manufacturers for hardware materials listed along with their acceptable substitutes, as applicable. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 ACCEPTABLE ACCEPTABLE 087100-4 URS • • PRODUCT MANUFACTURER SUBSTITUTE Hinges Hagar Stanley, Bommer Locks & Latches Best Schlage Cylinders, Keys, Keying Best No Substitution Exit Devices Von Duprin No Substitution Door Closers LCN No Substitution OH Stops/Holders Glynn Johnson Rixon Push Button Access Schlage CO Series No Substitution Magnetic Locks Locknetics Sentronics Wall Stops/Floor Ives Rockwood, Trimco Stops, Flushbolts Kickplates Ives Rockwood, Quality Threshold/Weather-strip National Guard Pemko, Zero Silencers Ives Rockwood, Trimco Key Cabinet Lund Key Control B. If material manufactured (other than that specified or listed herewith as an acceptable substitute) is proposed for use; permission shall be requested from the Architect/Engineer seven (7) days prior to bidding. If a substitution is accepted, an addendum will be issued by the City noting same. 2.03 FINISHES A. Hinges - Exterior: US32D B. Hinges - Interior: US26D C. Locks: US26D D. Exit Devices: US26D E. Closers: AL F. Door Stops, Holders, Miscellaneous: US26D G. Flat Goods: US26D or US32D H. Thresholds: Mill Finish Aluminum 2.04 LOCATIONS A. Hardware locations dimension shall be as follows: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 087100-5 1. Distance from finish floor to center line of: a. Door Knob or Lever: 38 inches. b. Door Pull: 42 inches. c. Deadlock: 60 inches. 2. Hinges: a. Bottom Hinge: Finish floor to bottom of hinge 10 inches. b. Top Hinge: Head rabbet to top of hinge 5 inches. c. Center Hinge: Equidistant between top and bottom hinges. 2.05 HINGES AND PIVOTS A. Doors (1-3/4 Inch Thick): Minimum 4-1/2 inches high. B. Each door shall not have less than three (3) hinges. Furnish four (4) hinges for doors C. All hinges used with door closers shall be ball bearing. All exterior doors shall have ball bearing hinges, except as otherwise specified. D. All exterior out -swinging doors shall have hinges with non -removable pins (NRP). 2.06 LOCKSETS A. Locksets shall be furnished in the functions as specified in the hardware sets. B. Levers, escutcheons, locksets and cylinders shall be the products of one manufacturer. C. Minimum wall thickness of levers and roses shall be .101 inch and .099 inch, respectively. D. All latch bolts shall have 3/4 inch throw. All deadbolts shall have hardened steel inserts and 1 inch throw. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 087100-6 E. Products: Provide one of the following: 1. BEST "35H" Series, 15H Design on new construction 2. BEST "93K" Series, 15D Design only where scheduled. 3. Acceptable Substitution: a. SCHLAGE "L9000" Series, 06C Design. 2.07 ELECTRIFIED LOCKS AND POWER TRANSFER DEVICES A. Products: Provide the following: 1, Electrified Locks: SCHLAGE L9080EL. 2. Power Transfer Device: VON DUPRIN EPT-10. 2.08 KEYING/KEY CONTROL SYSTEM A. All locks and cylinders shall be keyed to the City's existing BEST system. All locks shall be Grand Master Keyed as indicated. Permanent cores are required to be ordered at least five (5) weeks prior to turn over to the City. B. Provide two (2) change keys per lock. City will provide additional keys as required. C. Provide temporary cores during the construction phase. The City will change out the temporary cores for permanent cores. All cores will become the property of the City upon completion of the work. D. Key Control System: Provide a key control system including envelopes, labels, tags with self-locking key clips, receipt forms, 3 -way visible card index, temporary markers, permanent markers, and standard metal cabinet, all as recommended by systems manufacturer, with capacity for 150 percent of the number of locks required for the Project. 1. Provide complete cross index system set up by key control manufacturer, and place keys on markers and hooks in the cabinet as determined by the final keying schedule. 2. Provide hinged -panel lockable type cabinet for wall mounting as indicated on Drawings. 3. Products: Provide one of the following: (1) Lund (2) Acceptable Substitution: Key Control City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 087100-7 URS 2.09 EXIT DEVICES A. All exit devices shall be listed under "Panic Hardware" in accident equipment list of Underwriters' Laboratories (UL). B. All labeled doors with "Fire Exit Hardware" shall have labels attached and be in strict accordance with UL requirements. C. All exit devices shall be tested to ANSI/BHMA A156.3 test requirements by a BHMA certified testing laboratory. A written certification showing successful completion of a minimum of 1,000,000 cycles shall be provided. D. All surface strikes shall be roller type and come complete with a plate underneath to prevent movement, and shall be provided with a dead -latching feature to prevent latchbolt tampering. E. On pairs of doors, vertical rod devices are not approved for use. Key removable mullions with rim exit devices shall be used. F. Products: Provide one of the following: 1. Von Duprin 98 Series in types and functions specified. 2. Acceptable Substitution: a. None (No Substitutions). 2.10 DOOR CLOSERS A. All closers shall have non-ferrous covers, forged steel arms, separate valves for adjusting backcheck, closing and latching cycles and adjustable spring up to 50% increase in spring power. Closers shall be furnished with parallel arm mounted on all exterior doors opening out, interior doors opening into corridors or other public spaces and shall be mounted to permit 180 -degree door swing (except exterior doors) wherever wall conditions permit. Furnish with non -hold open arms unless otherwise indicated. B. Door closer cylinders shall be of high strength cast iron construction to provide low wear operating capabilities of internal parts throughout the life of the installation. All door closers shall be tested to ANSIBHMA A156.4 test requirements by a BHMA certified testing laboratory. A written certification showing successful completion of a minimum of 10,000,000 cycles shall be provided. C. Door closers shall utilize temperature stable fluid capable of withstanding temperature ranges of 120 -degrees to (-) 30 -degrees Fahrenheit, without requiring seasonal adjustment of closer speed to properly close the door. Closers for fire -rated doors shall be provided with temperature stabilizing fluid that complies with the standards UL 10C. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 087100-8 D. Door closers shall incorporate tamper resistant non-critical screw valves of V -slot • design to reduce possible clogging from particles within the closer. Closers shall have separate and independent screw valve adjustments for latch speed, general speed, and hydraulic backcheck. Backcheck shall be properly located so as to effectively slow the swing of the door at a minimum of 10 degrees in advance of the dead stop location to protect the door frame and hardware from damage. Pressure relief valves (PRVs) are not acceptable. E. Products: Provide one of the following: 1. LCN 4011 or 3111 Series. 2. Acceptable Substitution: a. None (No Substitutions). 2.11 TRIM AND PLATES A. Kick plates, mop plates, and armor plates shall be .050 gauge stainless steel (US 32D) finish. Kick plates shall be 8 -inches high, mop plates shall be 4 -inches high. All plates shall be 2 -inches less door width (LDW). B. Push plates, pull plaates, door pulls, and miscellaneous door trim shall be shown in • the hardware schedule. • C. Products: Provide one of the following: 1. Ives. 2. Acceptable Substitutions: a. Rockwood. b. Trimco. 2.12 DOOR STOPS A. Door stops shall be furnished for all doors to prevent damage to doors or hardware from striking adjacent walls or fixtures. B. Wall bumpers equal to Ives WS407 shall be used. Where wall bumpers are not practical, use floor stops equal to Ives FS436 or FS438 Series. Where conditions prohibit the use of either wall or floor type stops, furnish surface mounted overhead stops equal to Glynn Johnson 450 Series. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 087100-9 URS C. Products: Provide one of the following: 1. Ives. 2. Acceptable Substitutions: a. Rockwood. b. Trimco. 2.13 DOOR SILENCERS A. Furnish rubber door silencers equal to Ives SR64 for all new interior hollow metal frames, two (2) per pair and three (3) per single door frame. 2.14 THRESHOLDS AND WEATHERSTRIP A. General: Continuous weatherstripping shall be installed at each edge of every exterior door leaf. Provide non -corrosive fasteners as recommended by manufacturer for application indicated. Include door top protection (drip caps) for exterior doors where scheduled or as required. B. Replaceable Seal Strips: Provide only those units where resilient or flexible seal strip is easily replaceable and readily available from stocks maintained by manufacturer. C. Weatherstripping at Jambs and Heads: Bumper -type resilient insert and metal retainer strips, surface -applied. Extruded aluminum retainer, natural anodized finish; closed cell EPDM sponge neoprene insert, except vinyl insert for door shoes. D. Products: Provide one of the following: 1. National Guard. 2. Acceptable Substitutions: a. Pemco. b. Zero. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 08 71 00-10 URS • • • 2.15 DOOR BOTTOMS A. Products: Provide one of the following: 1. National Guard. 2. Acceptable Substitutions: a. Pemco. b. Zero. 2.16 DRIP CAPS A. Install on all exterior doors not under cover as scheduled. B. Products: Provide one of the following: 1. National Guard. 2. Acceptable Substitutions: a. Pemco. b. Zero. 2.17 FASTENERS A. Provide door hardware manufactured to comply with published templates generally prepared for machine screw installation. Provide screws according to commercially recognized industry standards for application intended. B. Furnish each item complete with all screws required for installation. Typicall, all exposed screw installation. C. Insofar as practical, furnish concealed type fasteners and hardware units that have exposed screws, shall be furnished with Phillips flat -head screws with finished heads to match surface of adjacent door hardware. D. Door closers and exit devices shall be installed with closed head through bolts (sex bolts). City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 08 71 00-11 PART 3 - EXECUTION 3.01 EXAMINATION A. Examine doors and frames, with Installer present, for compliance with requirements for installation tolerances, labeled fire door assembly construction, wall and floor construction, and other conditions affecting performance. B. Examine roughing -in for electrical power systems to verify actual locations of wiring connections before electrified door hardware installation. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Preparation: Comply with the following: 1. Steel Doors and Frames: Comply with Door and Hardware Institute (DHI) A115 Series, "Specifications for Steel Door and Frame Preparation for Hardware (ANSI)." B. Mount hardware units at heights indicated in the following applicable publications, except as specifically listed herein under Article 2.03 LOCATIONS, and/or otherwise directed by the Engineer and required to comply with governing regulations. 1. Steel Doors and Frames: Comply with DHI "Recommended Locations for Architectural Hardware for Standard Steel Doors and Frames." C. Install each hardware item in compliance with the manufacturer's published instructions and current recommendations. Where cutting and fitting is required to install hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and re -installation or application of surface protection with finishing work specified in Division 09 Sections. Do not install surface -mounted items until finishes have been completed on the substrates involved. 1. Set units level, plumb, and true to line and location. Adjust and reinforce the attachment substrate as necessary for proper installation and operation. 2. Drill and countersink units that are not factory prepared for anchorage fasteners. Space fasteners and anchors in accordance with industry standards. 3. Re -install designated hardware for doors indicated on Drawings. Repair and/or replace hardware as required to provide a complete operable, secure closure. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 08 71 00-12 URS • • • D. Set thresholds for exterior doors in full bed of butyl -rubber or polyisobutylene mastic sealant. E. Adjust and check each operating item of hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate freely and smoothly or as intended for the application made. F. Clean adjacent surfaces soiled by hardware installation. Clean operating items as necessary to restore proper function and finish. G. No hardware shall be installed until the hardware manufacturers have provided a pre -installation class to insure proper installation of the specified products. 3.03 FINISH HARDWARE SCHEDULE A. The following hardware set(s) apply to the City of Clearwater Water Treatment Plant No. 2 Reverse Osmosis Expansion and are based on door location types as indicated. Refer to Drawings for specific door numbers, sizes, types, and swings. Exterior (Typical Exterior Access) - MD x MF — RHR/LHR Hinges: 1-1/2 pr Hager BB1191 NRP 4-1/2 X 4-1/2 Deadlock: 1 Best 35H - F05 15H Closer: 1 LCN 4011 AL Threshold 1 National Guard Door Bottom 1 National Guard Weatherstripping 1 National Guard Drip Cap 1 National Guard Exterior Equipment/Storage Rooms Double Doors - MD x MF — RHR Active Hinges: 3 pr Hager BB1191 NRP 4-1/2 X 4-1/2 Deadlock: 1 Best 35H - F07 15H Closer: 1 (Active) LCN 4011 AL Flush Bolts 1 Set Ives Threshold 1 National Guard Door Bottom 2 National Guard Weatherstripping 1 National Guard Drip Cap 1 National Guard City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 08 71 00- 13 URS Exterior Electrical Room Hinges: Exit Device: Closer: Threshold Door Bottom Weatherstripping Drip Cap (Exit) Door(s) - MD x MF — RHR Active Hager BB1191 NRP 4-1/2 X 4-1/2 Von Duprin 9827 L LCN 4011 AL National Guard National Guard National Guard National Guard 1-1/2 pr 1 1 1 1 1 1 Interior (Typical Interior Access) — MD x MF — RH/LH Hinges: 1-1/2 pr Hager BB1191 4-1/2 X 4-1/2 Deadlock: 1 Best 35H - F05 15H Closer: 1 LCN 4011 AL Stop: 1 Wall Type Interior Conference Room — WD x MF — RH/LH Hinges: Deadlatch: Closer: Stop: 1-1/2 pr Hager BB1191 4-1/2 X 4-1/2 1 Best 35H - F01 15H 1 LCN 4011 AL 1 Wall Type Interior Unisex Restroom (Single) — MD x MF — LH/RH Hinges: 1-1/2 pr Hager BB1191 4-1/2 X 4-1/2 Privacy Latch: 1 Best 35H - FO1 15H Kickplate: 2 Ives 12" x 2" LDW Closer: 1 LCN 4011 AL Stop: 1 Wall Type Interior Restroom (Multi) - MD x MF - LHR Hinges: 1-1/2 pr Hager BB1191 4-1/2 X 4-1/2 Push Plate 1 Ives Pull 1 Ives Kickplate 2 Ives 12" x 2" LDW Closer: 1 LCN 4011 AL Stop: 1 Wall Type City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 08 71 00 - 14 Interior Janitor — MD x MF — LHR/RHR Hinges: Deadlock: Stop: Interior Office — WD x MF — RH/LH Hinges: Deadlock: Closer: Stop: Exterior (Typical Exterior RHR/LHR Hinges: Electrified Lock: Power Transfer Device: Closer: Threshold: Door Bottom: Weatherstripping: Drip Cap: Hager BB1191 4-1/2X4-1/2 Best 35H - F07 15H Floor Type Hager BB1191 4-1/2 X 4-1/2 Best 35H - F04 15H LCN 4011 AL Wall Type Access w/ Electrified Lock) - MD x MF — 1-1/2 pr 1 1 1 1 1 1 1 Exterior (Typical Exterior Double MF — RHR Active Hinges: 3 pr Electrified Lock (Active Leaf):1 Power Transfer Device: 1 Closer (Active Leaf): 1 Flush Bolts (Inactive Leaf): 1 Set Threshold: 1 Door Bottom: 2 Weatherstripping: 1 Drip Cap: 1 Hager BB1191 NRP 4-1/2 X 4-1/2 Schlage L9080EL 15H Von Duprin EPT-10. LCN 4011 AL National Guard National Guard National Guard National Guard Door Access w/ Electrified Lock) - MD x Hager BB1191 NRP 4-1/2 X 4-1/2 Schlage L9080EL 15H Von Duprin EPT-10. LCN 4011 AL Ives National Guard National Guard National Guard National Guard Interior (Typical Interior Access w/ Electrified Lock) — MD x MF — RH/LH Hinges: 1-1/2 pr Hager BB1191 4-1/2 X 4-1/2 Electrified Lock: 1 Schlage P9080EL 1511 Power Transfer Device: 1 Von Duprin EPT-10 Closer: 1 LCN 4011 AL Stop: 1 Wall Type City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 08 71 00-15 THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 08 71 00-16 • • • SECTION 08 80 00 GLASS AND GLAZING PART 1— GENERAL 1.01 SUMMARY A. This work includes the furnishing and fabrication of all glass and glazing materials required, as applicable, for the following: 1. Aluminum storefronts and entrances. 2. Aluminum windows. 3. Hollow metal doors. 4. Aluminum doors. 5. Wood doors. B. Installation of glass and glazing materials required for steel doors and frames is specified under Section 08 11 13 — HOLLOW METAL DOORS AND FRAMES. • C. Installation of glass and glazing materials required for aluminum doors is specified • under Section 08 11 16 — ALUMINUM DOORS AND FRAMES. D. Installation of glass and glazing materials required for wood doors is specified under Section 08 14 00 - WOOD DOORS. E. Installation of glass and glazing materials required for aluminum entrance doors is specified under Section 08 42 00 — ALUMINUM ENTRANCES AND STOREFRONTS. F. Installation of glass and glazing materials required for aluminum windows is specified under Section 08 51 13 — ALUMINUM WINDOWS. G. Definitions: 1. "Glass" includes both primary and fabricated glass products as described in FGMA "Glazing Manual." 2. "Glazing" includes glass installation and materials used to install glass. H. All exterior glazing shall meet/exceed Florida Building Code wind and impact resistance requirements for Project location. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 08 80 00 - 1 1.02 A. B. C. D. E. F. G. 1.03 A. RELATED WORK JOINT SEALANTS: Section 07 92 00. HOLLOW METAL DOORS AND FRAMES: Section 08 11 13. ALUMINUM DOORS AND FRAMES: Section 08 11 16. WOOD DOORS: Section 08 14 00. ALUMINUM ENTRANCES AND STOREFRONTS: Section 08 42 00. ALUMINUM WINDOWS: Section 08 51 13. TOILET ACCESSORIES: Section 10 28 13. QUALITY ASSURANCE Design Criteria: Provide glass and glazing that has been produced, fabricated, and installed to withstand normal temperature changes, wind loading, impact loading (where applicable), without failure of sealants or gaskets to remain watertight and airtight, deterioration of glass and glazing materials, and other defects in the work. 1. Comply with Florida Building Code requirements for wind loading. 2. Comply with Florida Building Code requirements for impact resistance. B. Provide monolithic glazed assemblies that have been produced and fabricated to comply with requirements for system performance characteristics specified herein as demonstrated by testing manufacturer's corresponding stock systems. C. Single Source Responsibility: Provide materials obtained from one source for each type of glass and glazing product indicated. D. E. Source Quality Control: All glass shall bear the manufacturer's identifying label. Safety Glazing Standard: 1. Where safety glass is indicated or required by authorities having jurisdiction, provide type of products indicated which comply with ANSI Z 97.1, and testing requirements of 16 CFR Part 1201 for category II materials. 2. Comply with Florida Statues - Chapter 553, Part III, Safety Performance Specifications and Methods of Test for Safety Glazing Used in Buildings. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 088000-2 • • • 3. Subject to compliance with requirements, provide safety glass permanently marked with certification label of Safety Glass Certification Council (SGCC) or other certification agency acceptable to authorities having jurisdiction. F. Reference Standards: Comply with provisions of the following, unless otherwise indicated or specified: 1. American Architectural Manufacturers Association (AAMA): a. AAMA 800 Voluntary Specifications and Test Methods for Sealants. 2. American National Standards Institute (ANSI): a. ANSI Z 97.1 Glazing Materials Used in Buildings - Safety Performance Specifications and Methods of Test. 3. American Society for Testing and Materials (ASTM): a. ASTM C 1036 Standard Specification for Flat Glass. b. ASTM C 1048 Standard Specification for Heat -Treated Flat Glass - Kind HS, Kind FT Coated and Uncoated Glass. c. ASTM E 774 Standard Specification for Sealed Insulating Glass Units. 4. Code of Federal Regulations (CFR): a. 16 CFR 1201 Safety Standard for Architectural Glazing Materials. 1.04 SUBMITTALS A. Product Data: Submit manufacturer's technical data for each glazing material and fabricated glass product required, including installation and maintenance instructions. B. Samples: Submit two (2) 12 inch square samples of each type of glass to be installed, and two (2) 12 inch lengths of each type of gasket to be used in the work. C. Guarantee: Submit a sample copy of the specified guarantee. D. State of Florida Product Approval Certificates as applicable. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 088000-3 URS 1.05 DELIVERY, STORAGE AND HANDLING A. Product Delivery: Deliver glass to job site in suitable containers that will provide protection from weather and breakage. B. Storage and Handling: Comply with manufacturer's published directions and as required to prevent edge damage to glass, and damage to glass and glazing materials from effects of moisture including condensation, of temperature changes, of direct exposure to sun, and from other causes; and keep glass free from contamination by materials capable of staining material. 1.06 PROJECT CONDITIONS A. Measurements: Sizes for glass and polycarbonate sheet shall be measured from the actual installed openings, frames, and doors. B. Environmental Requirements: Perform glazing when ambient temperature is above 40 degrees F., and on dry surfaces only. • C. Sequence, Scheduling: Schedule glass sheet deliveries to coincide with glazing schedules. 1.07 GUARANTEE A. Special Project Guarantee: Provide a five (5) year written guarantee against defects in • materials and workmanship, commencing on the date of Substantial Completion. PART -PRODUCTS 2.01 MANUFACTURERS A. Products: Subject to compliance with requirements, provide products of one of the following manufacturers. 1. PPG Industries, Inc. (PPG). 2. Pilkington Building Products North America (Pilkington). 3. Guardian Industries (Guardian). City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 088000-4 • 2.02 GLASS TYPES A. Glass Standards: Comply with the following: 1. Primary Glass Standard: Provide primary glass that complies with ASTM C 1036 requirements, including those indicated by reference to type, class, quality, and, if applicable; form, finish, mesh and pattern. 2. Heat -Treated Glass Standard: Provide heat-treated glass which complies with ASTM C 1048 requirements, including those indicated by reference to kind, condition, type, quality, and, if applicable; form, finish, and pattern. 3. All windows shall be tinted and Low E coated. B. Clear Float Glass: Type I (transparent glass, flat), Class 1 (clear), Quality Q3 (glazing select), 1/4 inch thick unless otherwise indicated or specified. C. Coated Tinted Float Glass: Type I (transparent glass, flat), Class 2 (tinted), Quality q3 (glazing select), Kind FT (fully tempered) float glass. 1/4 inch thick unless otherwise indicated or specified. 1. Basis of Design: Tint color as indicated on Drawings or as selected by Architect/Engineer. D. Wire Glass (if occurring): Type II (patterned and wired glass, flat), Class 1 (transparent), Quality q8 (glazing); complying with ANSI Z 97.1; 1/4 inch thick; of the following form and mesh pattern: 1. Polished Wire Glass: Form 1 (wired, polished both sides), Mesh m2 (square). 2. Products: Provide wire glass by one of the following manufacturers: a. AFG Industries, Inc. b. Pilkington Sales (North America) Ltd. c. Asahi/AMA Glass Corp. E. Laminated Impact Resistant Glass (All Transparent Exterior Glass): Provide impact resistant laminated glass composed of the following: 1. Outboard Glass Layer: Low -E heat-treated coated tinted glass; 1/4 inch thick. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 088000-5 2. PVB/Polyester Intermediate Laminate Layer: .043 mil thick polyvinyl butyral (PVB) layer laminated to a .007 mil thick polyester layer, with an abrasion - resistant polysiloxane coating applied over the PVB layer of the film composite. The polyester layer of the film composite adhered to glass surface. 3. Inboard Glass Layer: Clear float heat-treated glass, 1/4 inch thick. F. Insulating Glass Unit Assemblies: 1. Exterior Lite: 1/4 inch. 2. Air Space: 1/2 inch. 3. Interior Lite: Laminated Impact Resistant Glass (2.02, Paragraph E., above). G. Fire -Rated Ceramic Glass: 1. Monolithic Ceramic Glazing Material: Proprietary product in the form of clear flat sheets of 3/16 -inch nominal thickness weighing 2.5 lb/sq. ft., and as follows: a. Fire -Protection Rating: As indicated for the fire window in which the glazing material is installed, and permanently labeled by a testing and inspecting agency acceptable to authorities having jurisdiction. b. Product: Subject to compliance with requirements, provide the following product manufactured by Nippon Electric Glass Co., Ltd. and distributed by Technical Glass Products: (1) "Obscure FireLite" (textured). (2) "Premium FireLite" (polished on both surfaces). (3) "Standard FireLite" (unpolished on both surfaces). 2.03 GLAZING MATERIALS A. General: Comply with the following: 1. Comply with recommendations of sealant and glass manufacturers for selection of glazing materials that have performance characteristics suitable for applications indicated and conditions at time of installation. 2. Select glazing materials with proven compatibility with surfaces contacted in the installation and under service conditions indicated, as demonstrated by testing and field experience. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 088000-6 • • • B. Glazing Sealants: 1. Silicone Glazing Sealant: Single component elastomeric silicone sealant complying with ASTM C 920, Type S, Grade NS; class and modulus as specified herein to suit installation conditions. 2. Colors: Provide color of exposed sealants as selected by Engineer from manufacturer's standard colors. 3. Class 50 Low -Modulus Products: Provide one of the following glazing sealants: a. "SilPruf SCS2000"; GE Silicones. b. "864"; Pecora Corporation. c. "Omniseal"; Sonneborn, Div. of ChemRex, Inc. d. "Spectrem 3"; Tremco. 4. Class 50 Medium -Modulus Products: Provide one of the following glazing sealants: a. "799"; Dow Corning Corporation. b. "SilPruf NB SCS9000"; GE Silicones. c. "865"; Pecora Corporation. C. Preformed Butyl -Polyisobutylene Glazing Tape: Blend of butyl polyisobutylene rubber with a solid content of 100 percent, in extruded tape form, complying with AAMA 807.1, packaged on rolls with a release paper on side, with or without continuous spacer rod as recommended by manufacturers of tapes and glass for application indicated. 1. Products: Provide one of the following glazing tapes: a. "PTI 606"; H.B. Fuller Company. b. "PTI 303"; H.B. Fuller Company. c. "Tremco 440 Tape"; Tremco, Inc. d. "MBT-35"; Tremco, Inc. e. "Extru-Seal"; Pecora Corp. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 088000-7 D. Glazing Gaskets: 1. Dense Elastomeric Compression Seal Gaskets: Molded or extruded neoprene or EPDM gaskets of profile and hardness required to maintain watertight seal; complying with ASTM C 864, Option 1. 2. Cellular Elastomeric Preformed Gaskets: Extruded or molded closed cell, integral -skinned neoprene of profile and hardness required to maintain watertight seal; complying with ASTM C 509, Type II; black. 3. Products: Provide products by one of the following manufacturers: a. D.S. Brown Co. b. Maloney Precision Products Co. c. Tremco, Inc. E. Setting Blocks: Neoprene, EPDM, or silicone blocks are required for compatibility with glazing sealants, 80 to 90 Shore A durometer hardness. F. Spacers: Neoprene, EPDM or silicone blocks, or continuous extrusions, as required for compatibility with glazing sealant, of size, shape, and hardness recommended by glass and sealant manufacturers for application indicated. G. Edge Blocks: Neoprene, EPDM or silicone blocks as required for compatibility with glazing sealant, of size and hardness required to limit lateral movement (side - walking) of glass. H. Cleaners, Primers, and Sealers: Type recommended by sealant or gasket manufacturer. 2.04 SEALED INSULATING GLASS UNITS A. General: Provide pre -assembled units consisting of organically sealed panes of glass enclosing a hermetically sealed dehydrated air space and complying with ASTM E 774 for performance classification indicated as well as with other requirements specified for glass characteristics, air space, sealing system, spacer material, corner design and desiccant. 1. For products of individual glass panels making up units, refer to product design requirements herein specified applicable to types, classes, kinds, and conditions of glass products indicated. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 088000-8 • • B. Type and Construction: • 1. Performance Classification: ASTM E 774, Class A. 2. Thickness of Each Pane: 1/4 inch, unless otherwise indicated. 3. Thickness of Air Space: 1/2 inch (Minimum). 4. Sealing System: Manufacturer's standard. 5. Spacer Material: Manufacturer's standard. 6. Dessicant: Manufacturer's standard; either molecular sieve or silica gel or a blend of both. 7. Corner Construction: Manufacturer's standard corner construction. 2.05 FABRICATION A. Sizes: Fabricate glass and glazing material to sizes required for glazing openings indicated, with edge clearances and tolerances complying with recommendations of glass manufacturer. Provide thicknesses indicated or, if not otherwise indicated, as recommended by glass manufacturer for application indicated. B. Tong Marks: Provide tempered glass produced by manufacturer's special process, which eliminates tong marks, for locations and installation condition where tong marks would otherwise be exposed. No exposed tong marks shall be permitted. PART 3 - EXECUTION 3.01 INSTALLATION A. Refer to Sections 08 11 13 — HOLLOW METAL DOORS AND FRAMES, 08 11 16 — ALUMINUM DOORS AND FRAMES, 08 14 00 - WOOD DOORS, 08 42 00 - ALUMINUM ENTRANCES AND STOREFRONTS, and 08 51 13 — ALUMINUM WINDOWS for installation of glass and glazing materials, unless otherwise specified. B. Comply with combined written instructions of manufacturers, glass, sealants, gaskets, and other glazing materials, unless more stringent requirements are indicated, including those in referenced glazing publications. C. Glazing channel dimensions, as indicated on Drawings, provide necessary bite on glass, minimum edge and face clearances, and adequate sealant thicknesses, with reasonable tolerances. Adjust as required by Project conditions during installation. D. Protect glass edges from damage during handling and installation. Remove damaged City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) URSConformed Documents 08 80 00 - 9 April 2013 glass from Project site and legally dispose of off Project site. Damaged glass is glass with edge damage or other imperfections that, when installed, could weaken glass and impair performance and appearance. E. Protect glass from contact with contaminating substances resulting from construction operations, including weld splatter. If, despite such protection, contaminating substances do come into contact with glass, remove substances immediately as recommended by glass manufacturer, or replace contaminated glass. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 08 80 00-10 • • • i SECTION 08 91 19 FIXED LOUVERS PART 1— GENERAL 1.01 SUMMARY A. Furnish and install exterior fixed metal louvers as indicated on the Drawings and specified herein. 1.02 RELATED WORK A. CONCRETE UNIT MASONRY: Section 04 22 00. B. ROUGH CARPENTRY: Section 06 10 53. C. JOINT SEALANTS: Section 07 92 00. D. ALUMINUM WINDOWS: Section 08 51 13. 1.03 QUALITY ASSURANCE A. Reference Standards: Comply with provisions of the following, unless otherwise indicated or specified: 1. American Architectural Manufacturers Association (AAMA): a. Referenced Standards. 2. Air Movement and Control Association (AMCA): a. Referenced Standards. 3. American Society for Testing and Materials (ASTM): a. Referenced Standards. 4. American Welding Society (AWS): a. Referenced Standards. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 089119-1 URS 5. Steel Structures Painting Council (SSPC): a. Referenced Standards. B. Welding: Qualify procedures and personnel according to AWS D1.2 "Structural Welding Code." 1.04 PERFORMANCE REQUIREMENTS A. Approved Products: As applicable, products used herein shall comply with requirements of the Florida Product Approval System as required by Florida Statute 553.842 and Florida Administrative Code 9B-72. B. Structural Performance: Provide louvers capable of withstanding the effects of wind loads and stresses within limits and under conditions indicated without permanent deformation of louver components, noise or metal fatigue caused by louver blade rattle or flutter, or permanent damage to fasteners and anchors. Wind pressures shall be considered to act on vertical projection of louvers. 1. Wind Loads: Determine loads based on pressures in compliance with the Florida Building Code, Latest Adopted Edition, as amended, for the geographical location of the Project. C. Provide louvers complying with performance requirements for louver types specified, as demonstrated by testing manufacturer's stock units identical to those provided, except for length and width, according to AMCA Standard 500-L. D. Provide louvers with AMCA Certified Ratings Seal evidencing that product complies with specified requirements. 1.05 SUBMITTALS A. Product Data: 1. Submit manufacturer's specifications, certified test data, and installation instructions for required products, including finishes. B. Shop Drawings: 1. Complete shop drawings shall be prepared for this work indicating the materials, sizes of members and units, construction and clearances required, and methods of securing to attachment substrates. Include instructions for installation of anchoring devices built into other work. As a minimum, fasteners must be equal to test assembly. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 0891 19-2 IMS • i • • C. Samples: 1. Submit three (3) 6 inch square samples of each required finish. Prepare samples on metal of same gauge and alloy to be used in work. D. Warranty: 1. Submit specimen copy of specified warranty. 1.06 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver louver units in substantial, protective cartons and with protective masking over finished surfaces. Retain masking until completion of Project work, unless otherwise determined by the Contractor. B. Store louver units indoors and protected from any building contamination resulting from construction activities. C. Handle all units carefully to preclude damage to surface finishes. In the event of damage, immediately make all repairs, or replacements, as necessary to the approval of the Architect/Engineer and at no additional cost to the City. 1.07 PROJECT CONDITIONS A. Field Measurements: Take field measurements prior to preparation of shop drawings and fabrication to ensure proper fitting of work. B. Shop Assembly: Pre -assemble units in shop to greatest extent possible and disassemble as necessary for shipping and handling limitations. Clearly mark units for re -assembly and coordinated installation. C. Coordination: Coordinate field measurements and shop drawings with fabrication and shop assembly to minimize field adjustments, splicing, mechanical joints, and field assembly of units. 1.08 WARRANTY A. Special Finish Warranty: Provide manufacturer's standard twenty (20) year finish performance warranty. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 0891 19-3 URS PART 2 - PRODUCTS 2.01 MANUFACTURER A. Products: Provide products by one of the following manufacturers: 1. The Airolite Company. 2. Construction Specialties, Inc. 3. Industrial Louvers, Inc. 4. Ruskin Company. 2.02 LOUVERS A. Standard profile, sightproof design, louvers, depth as indicated and assembled completely by welding. Blades and frame shall be 12 gauge (.081 inch) extruded aluminum, alloy 6063-T52, ASTM B 221. 1. Basis of Design: "SCH501X Storm Class Louvers"; The Airolite Company. B. Louvers shall bear AMCA Certified Ratings Seals for air performance and water penetration ratings and shall have received the State of Florida Notice of Approval meeting Florida Building Code requirements. 2.03 ACCESSORIES A. Fastenings: Use same material as items fastened. Provide types, gauges, and lengths to suit unit installation conditions. Use phillips flat -head machine screws for exposed fastenings, unless otherwise indicated and/or required. B. Screens: Provide for all louvers, and as follows: 1. Insect Screens: 18 - 14 mesh, 0.011 inch aluminum wire. Provide on all intake louvers. 2. Locate screens on inside face of louvers, unless otherwise indicated. Secure screens to louver frames with machine screws, located at each corner and spaced 12 inches on center. Screens shall be removable for maintenance and cleaning. C. Bituminous Coatings: Cold -applied asphalt mastic complying with SSPC-PS 12, compounded for 40 -mil thickness per coat on surfaces of dissimilar metals. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 0891 19-4 URS • • • 2.04 METAL FINISHES A. High Performance Coating: Provide manufacturer's standard fluoropolymer 2 -coat thermocured coating system composed of specially formulated inhibitive primer and fluoropolymer color top coat containing not less than 70 percent polyvinylidene fluoride resin by weight; comply with AAMA 2605. 1. Color to be selected by Architect/Engineer. 2. Products, Resin Manufacturers: Provide fluoropolymer coating systems containing one of the following resins: a. "Hylar 5000"; Ausimont USA, Inc. b. "Kynar 500"; Elf Atochem North America, Inc. PART 3 - EXECUTION 3.01 INSPECTION A. Examine the areas and conditions under which the metal louvers are to be installed. Do not proceed with metal louver work until unsatisfactory conditions have been corrected. 3.02 FIELD MEASUREMENT A. Verify louver openings by field measurements, before fabrication and indicate measurements on shop drawings. 3.03 INSTALLATION A. Comply with manufacturer's published instructions and current recommendations for installation of metal louvers. B. All items under this heading shall be set in their correct locations as shown on the Drawings and shall be level, square, plumb, and at proper elevations and in alignment with other work. C. Install all members with adequate provisions for settling, expanding, and contracting to occur without bending louver blades. Firmly anchor all members, using all anchoring devices required to ensure positive attachment of the members. Set sill members in full bed of mastic. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 0891 19-5 URS D. Use concealed anchorages wherever possible. Provide brass or lead washers fitted to screws where required to protect metal surfaces and to make a weathertight connection. E. Form tight joints with exposed connections accurately fitted together. Provide reveals and openings for sealants and joint fillers as indicated and/or required. F. Provide concealed gaskets, flashings, and joint fillers, and install as work progresses to make installations weathertight. G. Sealants at perimeter joints of units be applied under Section 07 92 00 — JOINT SEALANTS. 3.04 FINISH REPAIRS A. Repair finishes which are damaged by cutting, welding, soldering, and grinding operations that are required for fitting and jointing. B. Restore finishes so there is no evidence of corrective work. Return items that cannot be re -finished in field to shop; make required alterations; and re -finish entire unit, or provide new units at the direction of the Architect/Engineer. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 0891 19-6 1 • • SECTION 09 29 00 GYPSUM WALLBOARD PART 1— GENERAL 1.01 SUMMARY A. This Section includes the furnishing and installation of gypsum wallboard as indicated on the Drawings and specified herein. 1.02 RELATED WORK A. CONCRETE UNIT MASONRY: Section 04 22 00. B. COLD FORMED METAL FRAMING: Section 05 40 00. C. FINISH CARPENTRY: Section 06 22 00. D. SPRAYED INSULATION: Section 07 21 00. E. JOINT SEALANTS: Section 07 92 00. • F. PAINTING OF ARCHITECTURAL COMPONENTS: Section 09 91 00. G. FIRE EXTINGUISHERS: Section 10 44 16. 1.03 QUALITY ASSURANCE • A. Fire -Test -Response Characteristics: For gypsum board assemblies with fire -resistance ratings, provide materials and construction identical to those tested in assembly indicated according to ASTM E 119 by an independent testing and inspecting agency acceptable to authorities having jurisdiction. 1. Fire -Resistance -Rated Assemblies: Indicated by designations from UL's "Fire Resistance Directory," unless otherwise indicated. B. Sound Transmission Characteristics: For gypsum board assemblies with STC ratings, provide materials and construction identical to those tested in assembly indicated according to ASTM E 90 and classified according to ASTM E 413 by a qualified independent testing agency. 1. STC -Rated Assemblies: Indicated by design designations from Gypsum Association's GA -600 "Fire -Resistance Design Manual," unless otherwise indicated. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 09 29 00 - 1 1.04 SUBMITTALS A. Product Data: Submit manufacturer's technical information and installation instructions for each manufactured product. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver materials in original packages, containers, or bundles bearing brand name and identification of manufacturer or supplier. B. Store materials inside under cover and keep them dry and protected against damage from weather, direct sunlight, surface contamination, corrosion, construction traffic, and other causes. Stack gypsum panels flat to prevent sagging. 1.06 PROJECT CONDITIONS A. Environmental Limitations: Comply with ASTM C 840 requirements or gypsum board manufacturer's written recommendations, whichever are more stringent. PART 2 - PRODUCTS 2.01 METAL SUPPORT MATERIALS A. General: Comply with ASTM C 754 for conditions indicated. B. Steel Framing and Furring: Specified in Section 05 40 00 — COLD FORMED METAL FRAMING. C. Fasteners: Type and size recommended by the manufacturer for the substrate and application as indicated. Comply with ASTM C 1002. 1. Screws attaching gypsum board to metal studs shall be corrosion resistant No. 6 Phillips, bugle head drywall screws designed for fastening to metal, sized to be 3/8 inch longer than total thickness of gypsum board and metal studs. 2.02 GYPSUM BOARD A. Products: All gypsum board shall be domestically produced (Manufactured in USA). Provide gypsum board products by one of the following manufacturers: 1. G -P Gypsum Corp. 2. National Gypsum Company. 3. United States Gypsum Co. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 092900-2 • • B. Panel Size: Provide in maximum lengths and widths available that will minimize • joints in each area and correspond with support system indicated. C. Gypsum Wallboard: 5/8 inch panel thickness. Tapered long edges. Type X where indicated or required for fire -resistance -rated assembly. Comply with ASTM C 36. D. Cementitious Backer Units: Provide where indicated for showers. Comply with ANSI A118.9. 1. Products: Subject to compliance with requirements, provide one of the following: a. Wonderboard; Custom Building Products. b. Util-A-Crete Concrete Backer Board; FinPan, Inc. c. DUROCK Cement Board; United States Gypsum Co. 2. Thickness: As indicated on Drawings. C. Water Resistant Type: Provide where indicated and/or required in toilet rooms, janitor's closet, and other "wet" areas. Comply with ASTM C 630. • 2.03 TRIM ACCESSORIES A. Interior Trim: Comply with ASTM C 1047. B. Material: Solid zinc. • C. Casing Beads (J -Beads): Type for securing through face of tapered edge, and embedding and taping to conceal surface flange. U -moldings and channel -shaped plaster/stucco type casing beads are NOT acceptable. 1. Products: Provide one of the following: a. "D-200 Series L Bead"; Dale Industries, Inc. b. "No. 200 Wallboard Casing"; National Gypsum Company. c. "Sheetrock 200 Series"; United States Gypsum Co. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 092900-3 D. Corner Beads: Standard type zinc with perforated surface flanges to be attached through each gypsum face and concealed by embedding, of sizes for pertinent application. 1. Products: Provide one of the following: a. "Drywall Corner Bead"; Dale Industries, Inc. b. "Gold Bond Wallboard Cornerbead"; National Gypsum Company. c. "Dur -a -Bead Corner Bead"; United States Gypsum Co. E. Control Joints: One-piece, formed with vee -shaped slot per Figure 1 in ASTM C 1047, with slot opening covered with removable strip. 2.04 JOINT TREATMENT MATERIALS A. General: Comply with ASTM C 475. B. Joint Tape: Paper, except as recommended by panel manufacturer for tile backing panels. C. Joint Compound: Adhesive, with or without fillers. Provide in dry powder form or pre -mixed ready for application as follows: 1. Two -Compound Treatment: Provide manufacturer' s compatible single - component setting -type and drying -type compounds; one compound for bedding and another finishing joints. D. Prefilling: At open joints and damaged surface areas use setting -type taping compound. PART 3 - EXECUTION 3.01 INSPECTION A. Examine the areas and conditions under which the gypsum board is to be installed. Do not proceed with gypsum wallboard work until unsatisfactory conditions have been corrected. 3.02 INSTALLATION OF STEEL FRAMING A. Refer to Section 05 40 00 — COLD FORMING METAL FRAMING for installation of steel framing. Comply with ASTM C 754 and ASTM C 840 requirements that apply to framing installation. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 092900-4 • • 3.03 INSTALLATION OF GYPSUM WALLBOARD • A. Gypsum Board Application and Finishing Standards: ASTM C 840 and GA -216. B. Spray insulation to be applied to walls prior to installing cold -formed metal framing and gypsum panels. Refer to Section 07 21 00 — SPRAYED INSULATION for additional requirements. C. Install gypsum panels with face side out. Butt panels together for a light contact at edges and ends with not more than 1/16 inch of open space between panels. Do not force into place. D. Locate edge and end joints over supports. Do not place tapered edges against cut edges or ends. Stagger vertical joints on opposite sides of partitions. Do not make joints other than control joints at corners of framed openings. E. Attach gypsum panels to steel studs so leading edge or end of each panel is attached to open (unsupported) edges of stud flanges first. F. Attach gypsum panels to framing provided at openings and cutouts. G. Form control and expansion joints with space between edges of adjoining gypsum panels. H. Cover both faces of steel stud partition framing with gypsum panels in concealed spaces (above ceilings, etc.), except in chases braced internally. 1. Unless concealed application is indicated or required for sound, fire, air, or smoke ratings, coverage may be accomplished with scraps of not less than 8 sq. ft. in area. 2. Fit gypsum panels around ducts, pipes, and conduits. Isolate perimeter of non -load-bearing gypsum board partitions at structural abutments, except floors. Provide 1/4- to 1/2 -inch wide spaces at these locations, and trim edges with U -bead edge trim where edges of gypsum panels are exposed. Seal joints between edges and abutting structural surfaces with acoustical sealant. J. Space fasteners in gypsum panels according to referenced gypsum board application and finishing standard and manufacturer's written recommendations. 1. Space screws a maximum of 12 inches o.c. for vertical applications. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 092900-5 3.03 PANEL APPLICATION METHODS A. Single -Layer Application: 1. On partitions/walls, apply gypsum panels vertically parallel to framing, unless otherwise indicated or required by fire -resistance -rated assembly, and minimize end joints. a. Stagger abutting end joints not less than one framing member in alternate courses of board. B. Single -Layer Fastening Methods: 1. Apply gypsum panels to supports with steel drill screws. 3.04 INSTALLING TRIM ACCESSORIES A. General: For trim with back flanges intended for fasteners, attach to framing with same fasteners used for panels. Otherwise, attach trim according to manufacturer's written instructions. B. Control Joints: Install control joints according to ASTM C 840 and in specific locations approved by Architect/Engineer for visual effect. 3.05 FINISHING GYPSUM BOARD ASSEMBLIES A. General: Treat gypsum board joints, interior angles, edge trim, control joints, penetrations, fastener heads, surface defects, and elsewhere as required to prepare gypsum board surfaces for decoration. Promptly remove residual joint compound from adjacent surfaces. B. Prefill open joints and damaged surface areas. C. Apply joint tape over gypsum board joints, except those with trim having flanges not intended for tape. D. Gypsum Board Finish Levels: Finish panels to levels indicated below, according to ASTM C 840, for locations indicated: 1. Level 1: Embed tape at joints, unless a higher level of finish is required for fire -resistance -rated assemblies and sound -rated assemblies. a. Locations: Ceiling plenum areas, concealed areas. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 092900-6 URS • 2. Level 2: Embed tape and apply separate first coat of joint compound to tape, • fasteners, and trim flanges. • a. Locations: Backing board where appearance is not of primary concern. 3. Level 3: Embed tape and apply separate first and fill coats of joint compound to tape, fasteners, and trim flanges. a. Locations: Areas that are to receive heavy texture (spray or hand applied) fmish before painting. 4. Level 4: Embed tape and apply separate first, fill, and finish coats of joint compound to tape, fasteners, and trim flanges at panel surfaces that will be exposed to view. a. Locations: Areas where wallcoverings, flat and satin paints, or light textures are indicated. 5. Level 5: Equal to Level 4, and in addition, a skim coat shall be applied. Excess material shall be immediately sheared off, leaving a film covering the paper. a. Locations: Areas where glossy (epoxy) paints are applied or where severe lighting occurs. E. Cementitious Board and Backer Units: Finish according to manufacturer's written instructions. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 092900-7 URS THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 092900-8 • • • PART 1— GENERAL 1.01 SUMMARY A. B. SECTION 09 3013 TILE WORK Furnish and install all tile work as indicated on Drawings. Types of tile work, in general, shall include the following: 1. Porcelain floor tile and base. 2. Ceramic floor and wall tile. 3. Shower ceramic tile and ADA accessories. 4. Marble thresholds. 1.02 RELATED WORK A. CONCRETE UNIT MASONRY: Section 04 22 00. B. GYPSUM WALLBOARD: Section 09 29 00. C. RESILIENT FLOORING: Section 09 65 00. • D. CARPETING: Section 09 68 00. 1.03 QUALITY ASSURANCE • A. Installer's Qualifications: Installation shall be performed only by a qualified installer with at least five (5) years documented experience in installations of a similar nature. B. Reference Standards: Comply with provisions of the following, unless otherwise indicated or specified: 1. Tile Council of America (TCA): a. Handbook for Ceramic Tile Installation. 2. American National Standards Institute (ANSI): a. ANSI A108.10 "Specifications for Installation of Grout Work." b. ANSI A118.4 c. ANSI A137.1 City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 in Tile "Specifications for Latex -Portland Cement Mortar." Specifications for Ceramic Tile.. 093013-1 3. American Society for Testing and Materials (ASTM): a. Referenced Standards. 4. Americans with Disabilities Act (ADA): a. Referenced Standards for Shower Accessories. C. Source of Materials: Provide materials obtained from one source for each type and color of grout and setting materials. 1.04 SUBMITTALS A. Schedule of Tile Materials: Submit schedule of all Tile materials proposed for use. B. Product Data: Submit manufacturer's technical information and installation instructions for materials required, except bulk materials. C. Shop Drawings: Submit shop drawings indicating tile patterns and locations and widths of expansion, contraction, control, and isolation joints in tile substrates and finished tile surfaces. Locate precisely each joint and crack in tile substrates by measuring, record measurements on shop drawings, and coordinate them with tile joint locations, in consultation with Architect/Engineer. D. Samples: Submit samples of the following: 1. Samples for each type of tile and for each color and texture required, not less than 12 inches square, on plywood or hardboard backing and grouted. 2. Three (3) samples of the specified marble material for thresholds. Submit finished samples in 6 inch lengths. 3. Samples shall be representative of all color range extremities and individually identified by numbers placed on the samples. 4. Installed materials shall match approved samples. E. Installer Qualifications: Submit documented evidence of installers qualifications. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. All porcelain and ceramic tile shall be graded and containers grade -sealed in accordance with minimum grade specifications established in ANSI A137.1. B. Deliver and store packaged materials in original containers with seals unbroken and labels intact until time of use. Store and handle materials in a manner to prevent damage or contamination with water or foreign matter. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 09 30 13 - 2 • 1.06 PROJECT CONDITIONS A. Protect the adjoining surfaces and the work of other trades at all times. B. Maintain environmental conditions and protect work during and after installation to comply with referenced standards and manufacturer's printed recommendations. PART 2 - PRODUCTS 2.01 MANUFACTURER A. Products: Provide products of one of the following manufacturers: 1. Porcelain, Ceramic and Marble Tile: a. American Olean Tile Co., Inc. b. Dal -Tile Corp. c. Mid -State Tile. d. United States Ceramic Tile Co. e. Winburn Tile Mfg. Co. 2. Grout: a. Bostik. b. Mapei Corp. c. Laticrete International, Inc. 2.02 MATERIALS A. Tile: Porcelain and ceramic floor tile, ceramic wall tile, porcelain and ceramic cove base, accent strips, and all trim required: 1. Standard Grade conforming to ANSI A137.1. 2. Size(s): a. Porcelain and Ceramic Floor Tile: 12" x 12". b. Ceramic Wall Tile: 4-1/4" X 4-1/4". c. Ceramic Base: Coved base to match wall tile. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 093013-3 URS 3. Type/Color: As indicated on Drawings or as selected by Architect/Engineer and/or City's Representative. 4. Factory mount smaller size floor tile, as applicable, into units or sheets to facilitate handling and installation. B. Marble Thresholds: Provide marble thresholds at all entrances to toilet rooms indicated complying with ASTM C 503 requirements for exterior use and for abrasion resistance where exposed to foot traffic, a minimum hardness of 10 per ASTM C 241. Marble thresholds shall extend the entire width of the door frame. Top of threshold shall be set no more than 1/4 inch above highest adjacent floor surface, and edges shall be chamfered. 1. Provide one-piece units, where possible. For window openings larger than 6 feet; joints shall align with mullions. 2. Colors: As indicated on Drawings or as selected by Architect/Engineer and/or City's Representative. 2.03 TILE AND SETTING AND GROUTING MATERIALS A. Latex -Portland Cement Mortar: ANSI A118.1, composition as follows: 1. Manufacturer standard latex additive (water emulsion), serving as replacement for part or all of gauging water, combined at job site with prepackaged dry mortar mix supplied or specified by latex additive manufacturer. 2. Products: Provide one of the following: a. d-Iydroment Tile -Mate. with ■Hydroment Multi -Purpose Acrylic Latex 425"; Bostik. b. •Laticrete 272 Premium Floor and Wall Thin -Set Mortar. with •Laticrete 3701 Mortar Admix.; Laticrete International, Inc. c. .(ERABOND. with XERAPLASTIC.; Mapei Corp. B. Chemical -Resistant, Water -Cleanable, Tile -Grouting Epoxy: ANSI A118.3. 1. Provide product capable of withstanding continuous and intermittent exposure to temperatures of up to 140 deg F. and 212 deg F., respectively, and certified by manufacturer for intended use. 2. As indicated on Drawings or as selected by Architect/Engineer and/or City's Representative from manufacturer's standard range. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 09 30 13 - 4 URS 3. Products: Provide one of the following: a. HIydroment Color-Poxy.; Bostik. b. d,aticrete 2000 Industrial Epoxy Grout.; Laticrete International, Inc. c. XER 400 Series KERAPDXY.; Mapei Corp. 2.04 MISCELLANEOUS MATERIALS A. Shower Accessories: 1. Provide shower liner, mesh and drainage aggregate per ANSI and TCA recommended guidelines. 2. Provide ADA grab bars and ceramic soap holder for each shower stall in color to match tile. Mount soap holder on left side of shower faucet or as indicated. B. One -Part Mildew Resistant Silicone Sealant: 1. ASTM C 920; Type S; Grade NS; Class 25; Uses NT, G, A, and as applicable to nonporous joint substrates indicated, 0; formulated with fungicide for sealing interior ceramic tile corners, and joints in and around ceramic tile with plumbing fixtures. 2. Products: Provide one of the following: a. "Chem -Calk 900"; Bostik. b. "Dow Corning 786"; Dow Corning Corp. c. "Sanitary 1700"; GE Silicones. C. Tile Cleaner: Product specifically acceptable to manufacturer of tile and grout manufacturer for application indicated and as recommended by the Ceramic Tile Institute of America (CTI). PART 3 - EXECUTION 3.01 INSPECTION AND PREPARATION A. Prior to commencement of work, all substrates to receive tile work shall be inspected to assure that the surfaces are ready for tile application. All surfaces shall be dry, clean and free of oily or waxy films. Do not proceed with work until surfaces and conditions comply with requirements indicated in referenced tile installation standard. B. Do not start work until Electrical and Mechanical work in or behind tile work has been completed. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 093013-5 URS 3.02 INSTALLATION, GENERAL A. ANSI Tile Installation Standard: Comply with applicable parts of ANSI 108 series of • tile installation standards included under "American National Standard Specifications for the Installation of Ceramic Tile." B. TCA Installation Guidelines: TCA "Handbook for Ceramic Tile Installation;" comply with TCA installation methods indicated or, if not otherwise indicated, as applicable to installation conditions shown. C. Determine location of all movement joints before starting tilework. D. Extend tile work into recesses and under or behind equipment and fixtures, to form a complete covering without interruptions, except as otherwise shown. Terminate work neatly at obstructions, edges and corners without disruption of pattern or joint alignments. Extend accent tiles to abut door jambs. Use bullnose tiles at door jambs. E. Accurately form intersections and returns. Perform cutting and drilling of tile without marring visible surfaces. Carefully grind cut edges of tile abutting trim, finish or built-in items for straight aligned joints. Fit tile closely to electrical outlets, piping, fixtures and other penetrations so that plates, collars or covers overlap tile. Ensure that cut tiles occur in the most inconspicuous locations. F. Jointing Pattern: Unless otherwise shown, lay tile in grid pattern. Align joints when adjoining tiles on floor, base, walls and trim are same size. Layout tile work and center tile fields in both directions in each space or on each wall area. Adjust to minimize tile cutting. Provide uniform joint widths, unless otherwise shown. Joints in floor tile and vertical joints in wall tile shall match. G. DO NOT use less than 1/2 tile at any location. H. Grout tile to comply with ANSI A108.10, using grout materials indicated. 1. Mix and install proprietary components to comply with grout manufacturer's directions. I. Marble thresholds and trim to have all exposed faces smooth finished. J. All tile on walls shall have cove base adjoining floors. 3.03 INSTALLATION METHODS A. Install Tile to comply with requirements indicated below for setting bed methods, ANSI, and TCA installation methods related to types of substrate construction. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 093013-6 URS • B. Porcelain and Ceramic Tile Floors, and Marble Thresholds: 1. Latex -Portland Cement Mortar and Epoxy Grout: ANSI A108.5. a. Concrete Subfloors, Interior: TCA F115. C. Ceramic Tile Walls, Base, and Trim: 1. Latex -Portland Cement Mortar and Epoxy Grout: ANSI A108.5. a. Concrete Masonry Units, Interior: TCA W243. b. Drywall on Metal Studs: TCA B411. D. Shower Walls: 1. Latex -Portland Cement Mortar: ANSI A108.5. a. Metal Studs: TCA B411. b. Masonry or Concrete: TCA B414 or TCA W221. E. Shower Receptors: • 1. Cement Mortar Bed: ANSI A108 • a. Concrete: TCA B414 or TCA W221. 3.04 CLEANING AND PROTECTION A. Upon completion of placement and grouting, clean all ceramic tile surfaces so they are free of foreign matter. B. Unglazed tile may be cleaned with acid solutions only when permitted by tile and grout manufacturer's printed instructions, but not sooner than 14 days after installation. Protect metal surfaces, cast iron and vitreous plumbing fixtures from the effects of acid cleaning. Flush surface with clean water before and after cleaning. C. Leave finished installation clean and free of cracked, chipped, broken, unbonded, or otherwise defective tile work. D. When recommended by tile manufacturer, apply a protective coat of neutral protective cleaner to completed tile walls and floors. Protect installed tile work with Kraft paper or other heavy covering during construction period to prevent damage and wear. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 093013-7 E. Prohibit foot and wheel traffic from using tiled floors for at least 3 days after grouting is completed. 3.05 EXTRA STOCK A. Upon completion of work, deliver to the City extra tile of size and color used on the job, for use in future repair and maintenance work. Furnish tile in original boxes, properly marked, in quantities as listed below and in types and colors as directed. 1. Porcelain and Ceramic Floor, and Wall Tile: 3 percent of total quantity of each color. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 093013-8 URS • • SECTION 09 5100 ACOUSTICAL CEILINGS PART 1— GENERAL 1.01 SUMMARY A. Furnish and install all acoustical panels and suspension systems for acoustical ceilings complete as located and detailed on Drawings. B. Review Architectural, Mechanical and Electrical Drawings for layout, location, and pattern of acoustical panels, location of recessed light fixtures, ceiling diffusers, and grilles, details of suspension system, details of change of level, details at ceiling penetrations, access door locations, special edge treatment, and all necessary connections to work of other trades. 1.02 RELATED WORK A. GYPSUM WALLBOARD: Section 09 29 00. B. LIGHTING FIXTURES AND CONTROLS: Section 26 50 00. 1.03 DEFINITIONS A. CAC: Ceiling Attenuation Class. B. LR: Light Reflectance Coefficient. C. NRC: Noise Reduction Coefficient. D. Recycled Content: Average percentage based on weight of component materials. Material recovered or diverted from the solid waste stream, either during the manufacturing process (pre -consumer) or after consumer use (post -consumer). 1.04 QUALITY ASSURANCE A. Installer Qualifications: 1. Installation shall be performed only by a qualified installer with at least five (5) years documented experience in installations of a similar nature, and as approved by the manufacturer and Architect/Engineer. B. Source Limitations: 1. Acoustical Ceiling Panel: Obtain each type through one source from a single manufacturer. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 095100-1 URS 2. Suspension System: Obtain each type through one source from a single manufacturer. 3. Acoustical Ceiling System: Obtain each type of ceiling panel and suspension system component from a single manufacturer. C. Fire -Test -Response Characteristics: Provide acoustical panel ceilings that comply with the following requirements: 1. Fire -Resistance Characteristics: Where indicated, provide acoustical panel ceilings identical to those of assemblies tested for fire resistance per ASTM E 119 by UL or other testing and inspecting agency acceptable to authorities having jurisdiction. a. Fire -Resistance Ratings: Indicated by design designations from UL's "Fire Resistance Directory." b. Identify materials with appropriate markings of applicable testing and inspecting agency. 2. Surface -Burning Characteristics: Provide acoustical panels with the following surface -burning characteristics complying with ASTM E 1264 for Class A materials as determined by testing identical products per ASTM E 84. D. Design Criteria: 1. The Acoustical grid system shall conform to structural classifications of ASTM C 635, and those established by the Ceiling and Interior Systems Construction Association (CISCA). 1.05 SUBMITTALS A. Product Data: 1. Submit product data for each type of product specified. B. Shop Coordinate Drawings: 1. Submit reflected ceiling plans drawn to scale and coordinating penetrations and ceiling -mounted items. Indicate, as a minimum, the following: a. Ceiling suspension members. b. Method of attaching hangars to building structure. c. Ceiling -mounted items including lighting fixtures, diffusers, grilles, speakers, access panels, and special moldings. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 095100-2 2. Manufacturer's names and product data shall be clearly indicated on all shop drawings. C. Samples for Verification: 1. Submit duplicate sets of samples of each kind of acoustical material proposed for use including suspension system. Each sample shall bear a label indicating the type, quality, and color of the material, and shall bear the manufacturer's name. Samples shall be prepared in size(s) as follows: a. Acoustical Panels: Set of 6 -inch by 12 -inch samples of each type, color, pattern, and texture. b. Exposed Suspension System Members, Moldings, and Trim: Set of 12 - inch long samples of each type, finish, and color. D. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for each acoustical panel ceiling and suspension system. 1. UL Acoustical Compliance: For acoustical performance, each carton of materials shall carry Underwriters' Laboratory (UL) certification for AC (if applicable), CAC and NRC. 2. UL Suspension System Load Compliance: Manufacturer shall certify that the metal suspension system is UL Classified to be load compliant per ASTM C 635. For load compliance, each carton of main tees shall carry Underwriters' Laboratory certification for load compliance. E. Installer Qualifications: 1. Submit documented evidence of installer's qualifications. F. Research/Evaluation Reports: 1. Submit research/evaluation reports for each acoustical panel ceiling and components. G. Maintenance Data: 1. Submit maintenance data for finishes to include in maintenance manuals. 1.05 PRODUCT, DELIVERY, STORAGE AND HANDLING A. The materials shall be delivered to the Site in the manufacturer's original, unopened, labeled containers, or packages. Materials shall be stored in enclosed areas with same temperature and humidity conditions as areas in which materials are to be installed. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents 09 51 00 - 3 April 2013 UPS B. All packages under this Section shall be properly marked on the outside with the identification of the material contained in the packages, so that they may be readily identified with the location to be used. C. Handle acoustical panels carefully to avoid chipping edges or damaging units in any way. 1.06 PROJECT CONDITIONS A. Mechanical and electrical equipment and fixture installers shall furnish all necessary supports for their materials independent of, and prior to, installation of suspended grid systems. B. Environmental Limitations: Do not install acoustical panel ceilings until spaces are enclosed and weatherproof, wet work in spaces is complete and dry, work above ceilings is complete, and ambient temperature and humidity conditions are maintained at the levels indicated for Project when occupied for its intended use. PART 2 - PRODUCTS 2.01 ACOUSTICAL PANEL CEILING MATERIALS, GENERAL A. Manufacturers/Products: Subject to compliance with specification requirements, provide products by the manufacturers specified. B. Acoustical Panel Standard: Provide manufacturer's standard panels of configuration indicated that comply with ASTM E 1264 classifications as designated by types, patterns, acoustical ratings, and light reflectance, unless otherwise indicated. C. Mounting Method for Measuring NRC: Type E-400; plenum mounting in which face of test specimen is 15-3/4 inches away from test surface per ASTM E 795. D. Acoustical Panel Colors and Patterns: Match appearance characteristics indicated for each product type. 2.02 WATER -FELTED, MINERAL BASE ACOUSTIC PANELS FOR ACOUSTICAL PANEL CEILING APC -#1 A. Manufacturer: USG Interiors, Inc. B. Product Name: Radar ClimaPlus, Item Number(s) 2215 or 2415 as indicated or if not indicated, as selected by Architect and/or City; as follows: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 095100-4 URS • • 1. Classification: Provide fire -resistance -rated panels complying with ASTM E 1264 for Type III, Form 2, mineral base with painted finish; Form 2, water felted; and pattern as follows: a. Pattern: CD. 2. Color: White. 3. LR: Not less than 0.84. 4. NRC: Not less than 0.55. 5. CAC: Not less than 35. 6. Recycled Content: Not less than 40%. 7. Edge Detail: Square (SQ). 8. Thickness: 5/8 -inch. 9. Size: 24 x 24 -inches. C. NO Substitutions. • 2.03 METAL SUSPENSION SYSTEMS, GENERAL A. Metal Suspension System Standard: Provide manufacturer's standard direct hung metal suspension systems of types, structural classifications, and finishes indicated that comply with applicable requirements of ASTM C 635. B. Finishes and Colors: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. Provide manufacturer's standard factory -applied finish for type of system indicated. • 1. High -Humidity Finish: Comply with ASTM C 635 requirements for "Coating Classification for Severe Environmental Performance" where high -humidity finishes are indicated. C. Attachment Devices: Size for five times the design load indicated in ASTM C 635, Table 1, "Direct Hung," unless otherwise indicated. 1. Anchors in Concrete: Anchors of type and material indicated below, with holes or loops for attaching hangars of type indicated and with capability to sustain, without failure, a load equal to five times that imposed by ceiling construction, as determined by testing per ASTM E 488 or ASTM E 1512 as applicable, conducted by a qualified testing and inspecting agency. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 095100-5 URS a. Type: Post -installed expansion anchors. b. Corrosion Protection: Stainless-steel components complying with ASTM F 593 and ASTM F 594, Group 1 alloy 304 or 316 for bolts; alloy 304 or 316 for anchor. 2. Power -Actuated Fasteners in Concrete: Fastener system of type suitable for application indicated, fabricated from corrosion -resistant materials, with clips or other accessory devices for attaching hangers of type indicated, and with capability to sustain, without failure, a load equal to 10 times that imposed by ceiling construction, as determined by testing per ASTM E 1190, conducted by a qualified testing and inspecting agency. D. Wire Hangars, Braces, and Ties: provide wires complying with the following requirements: 1. Nickel -Copper -Alloy Wire: ASTM B 164, nickel -copper -alloy UNS No. N04400. 2. Size: Select wire diameter so its stress at three times hangar design load (ASTM C 635, Table 1, "Direct Hung") will be less than yield stress of wire, but provide not less than 0.135 -inch diameter wire. E. Hangar Rods and/or Flat Hangars: Mild steel, zinc coated or protected with rust - inhibitive paint. F. Angle Hangars: Angles with legs not less than 7/8 -inch wide; formed with 0.04 -inch thick, galvanized steel sheet complying with ASTM A 653, G90 coating designation; with bolted connections and 5/16 -inch diameter bolts. G. Seismic Struts: Manufacturer's standard compression struts designed to accommodate seismic forces. H. Seismic Clips: Manufacturer's standard seismic clips designed and spaced to secure acoustical panels in-place. 2.04 METAL SUSPENSION SYSTEM FOR ACOUSTICAL PANEL CEILING APC -#1 A. Manufacturer: USG Interiors, Inc. B. Product Name: Donn DXL. C. Wide -Face, Capped, Double -Web, Fire -Rated Steel Suspension System: Main and cross runners roll formed from cold -rolled steel sheet, prepainted, electrolytically zinc coated, or hot -dip galvanized conforming to ASTM A 653, not less than G30 coating designation, with prefinished 15/16 -inch wide metal caps on flanges, as follows: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 095100-6 URS • 1 1. Structural Classification: Intermediate -duty system. Four -foot tees shall carry a minimum of 12 lbs., per lineal foot and also be rated intermediate duty. 2. End Condition of Cross Runners: Override (stepped) type. 3. Face Design: Flat, flush. 4. Cap Material: Steel cold -rolled sheet. 5. Cap Finish: Painted white. 6. NO substitutions. 2.05 ACOUSTICAL SEALANT A. Products: 1. Acoustical Sealant for Exposed and Concealed Joints: a. United States Gypsum Co. (USG): SHEETROCK Acoustical Sealant. 2. Acoustical Sealant for Concealed Joints: a. Tremco, Inc.: Tremco Acoustical Sealant. B. Acoustical Sealant for Exposed and Concealed Joints: Manufacturer's standard non - sag, paintable, non -staining latex sealant complying with ASTM C 834 and effective in reducing airborne sound transmission through perimeter joints and openings in building construction as demonstrated by testing representative assemblies according to ASTM E 90. C. Acoustical Sealant for Concealed Joints: Manufacturer's standard nondrying, non - hardening, non -skinning, non -staining, gunnable, synthetic -rubber sealant recommended for sealing interior concealed joints to reduce airborne sound transmission. 2.06 FABRICATION A. Suspension system components shall be designed to support the ceiling assembly indicated on project Drawings with maximum deflection of 1/360 of the span, including appropriate load -carrying capacity for acoustical panels, light fixtures, and HVAC elements, and shall be 1-1/2 inch high double -web intermediate main tees with 1-1/8 inch or 1-1/2 inch high cross tees. PART 3 - EXECUTION • 3.01 INSPECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 095100-7 A. Examine the areas and conditions under which the acoustical ceiling system is to be installed. Examine substrates, areas, and conditions, including structural framing to which acoustical panel ceilings attach or abut, with installer present, for compliance with requirements specified in this and other Sections that affect ceiling installation and anchorage and with requirements for installation tolerances and other conditions affecting performance of acoustical panel ceilings. B. Do not proceed with acoustical ceiling work until unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Measure each ceiling area and establish layout of acoustical panels to balance border widths at opposite edges of each ceiling. Comply with layout shown on reflected ceiling plans. 3.03 INSTALLATION A. Installation of acoustical ceilings shall be in strict accordance with ASTM C 636 and seismic requirements as indicated, per manufacturer's published instructions and CISCA's "Ceiling Systems Handbook," unless otherwise specified. B. Install acoustical ceiling panels in a true and even plane, in straight line course laid out symmetrically about center lines of ceiling or panel. Border panels shall not be less than 6 inches wide. Unless shown otherwise on reflected ceiling plan Drawings, the work shall be so laid out that border panels shall be of the same width on opposite sides and fit neatly against vertical surfaces. C. Suspend ceiling hangars from building's structural members as follows: 1. Install hangars plumb and free from contact with insulation or other objects within ceiling plenum that are not part of supporting structure or of ceiling suspension system. 2. Splay hangars only where required to miss obstructions; offset resulting horizontal forces by bracing, countersplaying or other equally effective means. 3. Where width of ducts and other construction within ceiling plenum produces hangar spacings that interfere with location of hangars at spacings required to support suspension system, install supplemental suspension members and hangars in form of trapezes or equivalent devices. Size supplemented suspension members and hangars to support ceiling loads within performance limits established by referenced standards and publications. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April2013 095100-8 • 4. Secure wire hangers to ceiling suspension members and to supports above with a minimum of three tight turns. Connect hangars directly either to structures or to inserts, eye screws, or other devices that are secure and appropriate for substrate and that will not deteriorate or otherwise fail due to age, corrosion, or elevated temperatures. 5. Secure flat, angle, channel, and rod hangars to structure, including intermediate framing members, by attaching to inserts, eye screws, or other devices that are secure and appropriate for both structure to which hangars are attached and type of hangar involved. Install hangars in a manner that will not cause them to deteriorate or fail due to age, corrosion, or elevated temperature. 6. Do not support ceilings directly from permanent metal forms or floor deck. Fasten hangars to cast -in-place hangar inserts, post -installed mechanical or adhesive anchors, or power -actuated fasteners that extend through forms into concrete. 7. Do not attach hangars to steel deck tabs. 8. Do not attach hangars to steel roof deck. Attach hangars to structural members. 9. Space hangars not more than 48 -inches o.c. along each member supported directly from hangars, unless otherwise indicated; provide hangars not more than 8 -inches from ends of each member. D. Secure bracing wires to ceiling suspension members and to supports with a minimum of four tight turns. Suspend bracing from building's structural members as required for hangars, without attaching to permanent metal forms, steel deck, or steel deck tabs. Fasten bracing wires into concrete with cast -in-place or post -installed anchors. E. Install edge moldings and trim of type indicated at perimeter of acoustical ceiling area and where necessary to conceal edges of acoustical panels. 1. Apply acoustical sealant in a continuous ribbon concealed on back of vertical legs of moldings before they are installed. 2. Screw attach moldings to substrate at intervals not more than 16 -inches o.c. and not more than 3 -inches from ends, leveling with ceiling suspension system to a tolerance of 1/8 -inch in 12 -feet. Miter corners accurately and connect securely. 3. Do not use exposed fasteners, including pop rivets, on moldings and trim. F. Install suspension system runners so they are square and securely interlocked with one another. Remove and replace dented, bent, or kinked members. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 095100-9 G. Install acoustical panels with undamaged edges and fit accurately into suspension system runners and edge moldings. Scribe and cut panels at borders and penetrations to provide a neat, precise fit. 1. For square -edged panels, install panels with edges fully hidden from view by flanges of suspension system runners and moldings. 2. For reveal -edged panels on suspension system runners, installpanels with bottom of reveal in firm contact with top surface of runner flanges. 3. For reveal -edged panels on suspension system members with box -shaped flanges, install panels with reveal surfaces in firm contact with suspension system surfaces and panel faces flush with bottom face of runners. 4. Paint cut edges of panel remaining exposed after installation; match color of exposed panel surfaces using coating recommended in writing for this purpose by acoustical panel manufacturer. 5. Install hold-down clips in areas indicated, in areas required by authorities having jurisdiction, and for fire -resistance ratings; space as recommended by panel manufacturer's written instructions, unless otherwise indicated. 6. Protect lighting fixtures and air ducts to comply with requirements indicated for fire -resistance -rated assembly. H. Keep finished surface of acoustical ceiling panels free of soiling and left in a condition acceptable to the City. Replace all damaged units at no cost to the City. I. All suspension grid components damaged during construction activities shall be replaced prior to panel installation. 3.04 EXTRA STOCK A. Furnish to the City prior to Final Acceptance, extra stock of acoustical materials described below, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Acoustical Ceiling Panels: Full-size panels equal to 2.0 percent of quantity installed. 2. Suspension System Components: Quantity of each exposed component equal to 2.0 percent of quantity installed. 3. Hold -Down Clips: Equal to 2.0 percent of amount installed. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 09 51 00-10 URS • • SECTION 09 65 00 RESILIENT FLOORING PART 1— GENERAL 1.01 SUMMARY A. Provide resilient flooring, base, and accessories as indicated on the Drawings and specified herein. 1.02 RELATED WORK A. TILE WORK: Section 09 30 13. B. CARPETING: Section 09 68 00. C. PAINTING OF ARCHITECTURAL COMPONENTS: Section 09 91 00. 1.03 QUALITY ASSURANCE A. Installer's Qualifications: Installation shall be performed only by a qualified installer with at least five (5) years' experience in installations of a similar nature. • 1.04 SUBMITTALS • A. Product Data: Submit manufacturer's technical data for each type of resilient flooring and accessory. B. Samples: Submit the following samples of each type, color and pattern of resilient flooring required, showing full range of color and pattern variations. 1. Full size tile samples. 2. 2-1/2 inch long samples of resilient base and flooring accessories. 3. Other materials as requested. C. Maintenance Instructions: Submit manufacturer's recommended maintenance practices for each type of resilient flooring and accessory required. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver materials to Site in manufacturer's original unopened containers with manufacturer's brand name and color clearly marked thereon, and store in conformity with manufacturer's recommendations. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 096500-1 1.06 PROJECT CONDITIONS A. Maintain minimum temperature of 65 degrees F in spaces to receive resilient flooring for at least 48 hours prior to installation, during installation, and for not less than 48 hours after installation. Stored resilient flooring materials in spaces where they will be installed for at least 48 hours before beginning installation. B. Install resilient flooring and accessories after other finishing operations, including painting, have been completed. Do not install resilient flooring over concrete slabs until the latter have been cured and are sufficiently dry to achieve bond with adhesive as determined by resilient flooring manufacturer's recommended bond and moisture test. 1.07 EXTRA STOCK A. Deliver stock of maintenance materials to the City. Furnish maintenance materials from same manufactured lot as materials installed and enclosed in protective packaging with appropriate identifying labels. 1. Tile Flooring: Furnish 2% of installed tiles, but not less than ten (10) full size tiles, for each type, color, pattern and size installed. 2. Resilient Base: 2% of installed material, but not less than 4 feet of each type installed. PART 2 - PRODUCTS 2.01 MATERIALS A. Vinyl Composition Tile: 12 inches x 12 inches, 1/8 inch gage, vinyl composition tile: FS -SS -T-312 B (1), Type IV, Composition 1. 1. Basis of Design Acceptable Manufacturers and Products: Azrock or Armstrong in pattern and color as selected by the Architect/Engineer and/or City. B. Resilient Base: 4 -inch high coved or straight (at carpeted areas) base, 1/8 inch gage, FS SS -W-40, Type II, with matching end stops and preformed corner units. 1. Acceptable Manufacturers and Products: As selected by Architect/Engineer and/or City. 2 Provide set -on cove base at masonry walls whether or not there is a tile floor. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 09 65 00 - 2 URS • • C. Adhesives (Cements): Waterproof stabilized type as recommended by flooring • manufacturer to suit material and substrate conditions. D. Resilient Edge Strips: Vinyl 1 inch x 1/8 inch thick beveled. E. Concrete Slab Primer: Non -staining type as recommended by flooring manufacturer. F. Leveling and Patching Compounds: Latex type as recommended by flooring manufacturer. PART 3 - EXECUTION 3.01 INSPECTION A. Inspect subfloor surfaces to determine that they are satisfactory for resilient flooring installation. Subfloor surface shall be smooth and free from cracks, holes, ridges or coatings preventing adhesive bond, and other defects impairing performance or appearance. B. Perform bond and moisture tests on concrete subfloors to determine if surfaces are sufficiently cured and dry as well as to ascertain presence of curing compounds. • C. Do not allow resilient flooring work to proceed until subfloor surfaces are satisfactory. D. Do not start work until painting (where applicable) has been substantially completed. 3.02 PREPARATION A. Prepare subfloor surfaces as follows: 1. Use leveling and patching compounds as recommended by resilient flooring manufacturer for filling small cracks, holes and depressions in subfloors. 2. Remove coatings from subfloor surfaces that will prevent adhesive bond, include curing compounds incompatible with resilient flooring adhesives, paint, oils, waxes and sealers. B. Broom clean or vacuum surfaces to be covered, and inspect subfloor. C. Apply concrete slab primer, if recommended by flooring manufacturer, prior to application of adhesive. Apply in compliance with manufacturer's directions. 3.03 INSTALLATION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 096500-3 URS A. Installation General: 1. Install resilient flooring using method indicated in strict compliance with manufacturer's printed instructions. Extend resilient flooring into toe spaces, door reveals, and into closets and similar openings. 2. Scribe, cut and fit resilient flooring to permanent fixtures, built-in furniture and cabinets, pipes, outlets and permanent columns, walls and partitions. 3. Maintain reference markers, holes or openings that are in place or plainly marked for future cutting by repeating on finish flooring as marked on subfloor. Use chalk or other non -permanent marking device. 4. Install resilient flooring on covers for telephone and electrical ducts, and, similar items occurring within finished floor areas. Maintain overall continuity of color and pattern with pieces of flooring installed on these covers. Tightly cement edges to perimeter of floor around covers and to covers. 5. Tightly cement resilient flooring to subbase without open cracks, voids, raising and puckering at joints, telegraphing of adhesive spreader marks, or other surface imperfections. Hand roll resilient flooring at perimeter of each covered area to assure adhesion. B. Installation of Tile Floors: 1. Lay tile from center marks established with principal walls, discounting minor offsets, so that tile at opposite edges of room area of equal width. Adjust as necessary to avoid use of cut widths less than 1 /2 tile at room perimeters. Lay tile square to room axis, unless otherwise shown. 2. Match tiles for color and pattern by using tile from cartons in same sequence as manufactured and packaged if so numbered. Cut tile neatly around all fixtures. Broken, cracked, chipped, or deformed tiles are not acceptable. 3. Adhere tile flooring to substrates using full spread of adhesive applied in compliance with flooring manufacturer's directions. C. Installation of Base and Accessories: 1. Apply wall base to walls, columns, pilasters, casework and other permanent fixtures in rooms or areas where base is required. Install base in lengths as long as practicable, with preformed corner units, or fabricated from base materials with mitered or coped inside comers. Tightly bond base to substrate throughout length of each piece, with continuous contact at horizontal and vertical surfaces. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 096500-4 • • • a. On masonry surfaces, or other similar irregular substrates, fill voids along top edge of resilient wall base with manufacturer's recommended adhesive filler material. 2. Install resilient edging strips at edges of flooring which would otherwise be exposed. Place resilient edge strips tightly butted to flooring and secure with adhesive. 3.04 CLEANING AND PROTECTION A. Perform following operations immediately upon completion of resilient flooring: 1. Sweep or vacuum floor thoroughly. 2. Do not wash floor until time period recommended by resilient flooring manufacturer has elapsed to allow resilient flooring to become well-seated in adhesive. 3. Damp -mop floor being careful to remove black marks and excessive soil. 4. Remove excess flooring adhesive or other surface blemishes, using appropriate cleaner recommended by resilient flooring manufacturer. B. Protect flooring against damage during construction period to comply with resilient flooring manufacturer's directions. 1. Protect resilient flooring against damage from rolling loads for initial period following installation by covering with plywood or hardboard. Use dollies to move stationary equipment or furnishing across floors. 2. Cover resilient flooring with undyed, untreated building paper until inspection for Final Acceptance. 3. Replace all damaged tile and base at no cost to the City. C. Wax Treatment: 1. All resilient flooring shall receive three (3) coats of "Carefree" wax treatment as manufactured by Johnson Wax Professional. 2. Apply in strict accordance with manufacturer's written instructions after all Work in the area has been completed and prior to occupancy. END OF SECTION 096500-5 City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 URS THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 096500-6 • • SECTION 09 68 00 CARPETING PART 1— GENERAL 1.01 SUMMARY A. This Section includes the following: 1. Tufted carpet. 1.02 RELATED SECTIONS A. CAST -IN-PLACE CONCRETE: Section 03 30 00. B. TILE WORK: Section 09 30 13. C. RESILIENT FLOORING: Section 09 65 00. 1.03 QUALITY ASSURANCE A. Reference Standards: Comply with provisions of the following, unless otherwise indicated or specified: 1. Carpet and Rug Institute (CRI): Referenced Standards 1.04 SUBMITTALS A. Product Data: For each type of product indicated. Include manufacturer's written data on physical characteristics, durability, and fade resistance. Include installation recommendations for each type of substrate required. B. Samples: For each of the following products and for each color and texture required. Label each sample with manufacturer's name, material description, color, pattern, and designation indicated on Drawings and in schedules. 1. Carpet: 12 inch square sample. 2. Exposed Edge Stripping and Accessory: 12 inch long samples. D. Product Schedule: Use same room and product designations indicated on Drawings and in schedules. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 09 68 00 - 1 E. Maintenance Data: For carpet to include in maintenance manuals. Include the following: 1. Methods for maintaining carpet, including cleaning and stain removal products and procedures and manufacturer's recommended maintenance schedule. 2. Precautions for cleaning materials and methods that could be detrimental to carpet. 1.05 QUALITY ASSURANCE A. Installer Qualifications: An experienced Installer who is certified by the Floor Covering Installation Board or who can demonstrate compliance with its certification program requirements. B. Fire -Test -Response Characteristics: Provide products with the critical radiant flux classification indicated in Part 2, as determined by testing identical products per ASTM E 648 by an independent testing and inspecting agency acceptable to authorities having jurisdiction. 1.06 DELIVERY, STORAGE, AND HANDLING A. General: Comply with CRI 104, Section 5 "Storage and Handling." 1.07 PROJECT CONDITIONS A. General: Comply with CRI 104, Section 6.1 "Site Conditions; Temperature and Humidity." B. Environmental Limitations: Do not install carpet until wet work in spaces is complete and dry, and ambient temperature and humidity conditions are maintained at the levels indicated for its intended use. C. Do not install carpet over concrete slabs until slabs have cured and are sufficiently dry to bond with adhesive and concrete slabs have pH range recommended by carpet manufacturer. D. Where demountable partitions or other items are indicated for installation on top of carpet, install carpet before installing these items. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 096800-2 URS • • • 1.08 WARRANTY A. Special Carpet Warranty: Written warranty, signed by carpet manufacturer agreeing to replace carpet that does not meet comply with requirements or that fails within specified warranty period. Warranty does not include deterioration or failure of carpet due to unusual traffic, failure of substrate, vandalism, or abuse. Failures include, but are not limited to, more than 10 percent loss of face fiber, edge raveling, snags, runs, and delaminations. • 1. Warranty Period: 10 years from date of Substantial Completion. 1.09 EXTRA MATERIALS A. Furnish extra materials described below, before installation begins, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Carpet: Full -width rolls equal to 5 percent of amount installed for each type indicated, but not less than 10 sq. yd. PART 2 - PRODUCTS 2.01 CARPET A. Basis of Design: To be selected by Architect/Engineer and/or City. B. Width: 12 feet. C. Performance Characteristics: As follows: 1. Flammability: ASTM E 648, Class 1 (Glue Down). 2. Smoke Density: ASTM E 662 NBS Smoke Chamber, less than 450. 3. Static Propensity: AATCC-134, under 3.5 KV. 2.02 INSTALLATION ACCESSORIES A. Trowelable Leveling and Patching Compounds: Latex -modified, hydraulic -cement - based formulation provided by or recommended carpet manufacturer. B. Adhesives: Water-resistant, mildew -resistant, nonstaining type to suit products and subfloor conditions indicated, that complies with flammability requirements for installed carpet and that is recommended by carpet manufacturer. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 096800-3 URS C. Seaming Cement: Hot -melt adhesive tape or similar product recommended by carpet manufacturer for taping seams and butting cut edges at backing to form secure seams and to prevent pile loss at seams. PART 3 - EXECUTION 3.01 EXAMINATION A. Examine substrates, areas, and conditions for compliance with requirements for maximum moisture content, alkalinity range, installation tolerances, and other conditions affecting carpet performance. Verify that substrates and conditions are satisfactory for carpet installation and comply with requirements specified . B. Concrete Subfloors: Verify that concrete slabs comply with ASTM F 710 and the following: 1. Slab substrates are dry and free of curing compounds, sealers, hardeners, and other materials that may interfere with adhesive bond. Determine adhesion and dryness characteristics by performing bond and moisture tests recommended by the carpet manufacturer. 2. Subfloor finishes comply with requirements specified in Section 03 30 00 — CATS -IN-PLACE CONCRETE for slabs receiving carpet. 3. Subfloors are free of cracks, ridges, depressions, scale, and foreign deposits. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. General: Comply with CRI 104, Section 6.2 "Site Conditions; Floor Preparation," and carpet manufacturer's written installation instructions for preparing substrates indicated to receive carpet installation. B. Use trowelable leveling and patching compounds, according to manufacturer=s written instructions, to fill cracks, holes, and depression in substrates. C. Remove coatings, including curing compounds, and other substances that are incompatible with adhesives and that contain soap, wax, oil, or silicone, without using solvents. Use mechanical methods recommended in writing by carpet manufacturer. D. Broom and vacuum clean substrates to be covered immediately before installing carpet. After cleaning, examine substrates for moisture, alkaline salts, carbonation, or dust. Proceed with installation only after unsatisfactory conditions have been corrected. 3.03 INSTALLATION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents 09 68 00 - 4 April 2013 URS • • • A. Direct Glue -Down Installation: Comply with CRI 104, Section 8 "Direct Glue -Down • Installation." B. Comply with carpet manufacturer's written recommendations for seam locations and direction of carpet; maintain uniformity of carpet direction and lay of pile. At doorways, center seams under the door in closed position. 1. Bevel adjoining border edges at seams with hand shears. 2. Level adjoining border edges. C. Cut and fit carpet to butt tightly to vertical surfaces, permanent fixtures, and built-in furniture including cabinets, pipes, outlets, edgings, thresholds, and nosings. Bind or seal cut edges as recommended by carpet manufacturer. D. Extend carpet into toe spaces, door reveals, closets, open -bottomed obstructions, removable flanges, alcoves, and similar openings. E. Maintain reference markers, holes, and openings that are in place or marked for future cutting by repeating on finish flooring as marked on subfloor. Use nonpermanent, nonstaining marking device. F. Install pattern parallel to walls and borders. 3.04 CLEANING AND PROTECTION A. Perform the following operations immediately after installing carpet: 1. Remove excess adhesive, seam sealer, and other surface blemishes using cleaner recommended by carpet manufacturer. 2. Remove yarns that protrude from carpet surface. 3. Vacuum carpet using commercial machine with face -beater element. B. Protect installed carpet to comply with CRI 104, Section 15 "Protection of Indoor Installations." C. Protect carpet against damage from construction operations and placement of equipment and fixtures during the remainder of construction period. Use protection methods indicated or recommended in writing by carpet manufacturer. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 096800-5 URS THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 096800-6 • SECTION 09 90 01 PAINTING AND COATING OF PROCESS EQUIPMENT PART 1 - GENERAL 1.01 SCOPE OF WORK A. The Contractor shall furnish all labor, materials; equipment and incidentals required to provide a protective or aesthetic coating system for the surfaces listed herein and not otherwise excluded. All surfaces described, whether new or existing, shall be included within the scope of this section. B. The work includes painting and finishing of interior and exterior process related items and surfaces. The omission of minor items in the schedule of work shall note relieve the Contractor of his obligation to include such items where they come within the general intent of the Specifications as stated herein. C. The following water treatment process related items, not including architectural/building related facilities, shall be painted: 1. Any exposed surfaces of ferrous metal or galvanized components of process equipment. This excludes stainless steel components. 2. Any exterior surfaces of exposed metallic piping, fittings, and valves located in either the interior or exterior of the process building. This excludes stainless steel components. 3. Any embedded aluminum, or aluminum in contact with dissimilar metals. D. The following items of the Project shall not be painted: 1. Any code -required labels, equipment identification, performance rating, name, or nomenclature plates, or signage. 2. Any moving parts of operating units, mechanical and electrical parts unless otherwise indicated. 3. Any stainless steel components. 4. Any products with polished chrome, aluminum, nickel, or stainless steel finishes. 5. Any flexible couplings, lubricated bearing surfaces, insulation, or metal and plastic pipe interiors. 6. Any plastic switch or receptacle plates. 7. Any finish hardware. 1.02 RELATED WORK • A. Section 09 91 05 — Piping, Valve, and Equipment Identification System B. Section 40 23 20 — Above Ground Pipe and Fittings City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) REISS NEERING Conformed Documents 09 90 01 - 1 April 2013 C. Section 40 23 21 — Above Ground Valves and Piping Appurtenances 1.03 DEFINITIONS A. The term "Paint" as used herein refers to all coating systems, materials, including primers, emulsions, enamels, sealers and fillers, and other applied materials used as prime, intermediate, or finish coats. 1.04 REFERENCES A. OSHA 1. 1926 Subpart C 2. 1926 Subpart D 3. 1926 Subpart E - 4. 1926 Subpart F - 5. 1926 Subpart H 6. 1926 Subpart Z - B. - General Safety and Health Provisions - Occupational Health and Environmental Controls Personal Protective and Life Saving Equipment Fire Protection and Prevention - Materials Handling, Storage, Use, and Disposal Toxic and Hazardous Substances The Society for Protective Coatings 1. SSPC-SP 1 - Solvent Cleaning 2. SSPC-SP 6 — Commercial Blast Cleaning 1.05 QUALITY ASSURANCE A. Provide the best quality grade of the various types of coatings as regularly manufactured by approved paint materials manufacturers. Materials not displaying the manufacturer's identification as a standard, best -grade product will not be acceptable. B. Provide undercoat paint produced by the same manufacturer as the finish coats. Use only thinners approved by the paint manufacturer, and use only within recommended limits. C. Undercoat and finish coat paints shall be compatible. D. Painting shall be accomplished by experienced painters specializing in industrial painting and familial with all aspects of surface preparations and applications required for this project. E. All surface preparation, coating, and materials shall comply with the SSPC recognized standards. 1.06 SUBMITTALS A. Submittals shall include manufacturer's data and samples as indicated below and shall be prepared and submitted in time to provide adequate review by the Engineer. B. Samples: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 09 90 01 -2 • REISS ENGINEERING • 1. Paint colors will be selected by the Engineer with final approval by the Owner. Compliance with all other requirements is the exclusive responsibility of the Contractor. 2. Samples of each finish and color shall be submitted to the Engineer for approval before any work is started. 3. Samples shall be prepared so that an area of each sample indicates the appearance of the various coats. For example, where three coat work is specified, the sample shall be divided into three areas: one showing application of one coat only, one showing the application of two coats, and the third showing the application of three coats. 4. Such samples when approved in writing shall constitute a standard, as to color and finish only, of acceptance or rejection of the finish work. 5. For piping, valves, equipment, and miscellaneous metal work, provide sample chips or color charts of all paint selected showing color, finish, and general characteristics. 6. Rejected samples shall be resubmitted until approved. 1.07 DELIVERY, HANDLING, AND STORAGE A. Deliver all materials to the job site in original, unopened packages and containers • bearing the manufacturer's name and label. 1. Provide labels on each container with the following information: a. Name or title of material b. Fed. Spec. number if applicable c. Manufacturer's stock number and date of manufacture d. Manufacturer's formula or specification number e. Manufacturer's batch number f. Manufacturer's name g. Generic type h. Contents by volume, for major pigment and vehicle constituents i. Thinning instructions j. Application instructions k. Color name and number 2. Containers shall be clearly marked to indicate any hazards connected with the use of the paint and steps which should be taken to prevent injury to those handling the product. • City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 09 90 01 -3 REISS ENGINEERlNG B. All containers shall be handled and stored in such a manner as to prevent damage or loss of labels or containers. C. The Engineer shall designate areas for storage and mixing of all painting materials. D. Contractor must comply with the requirements of the pertinent codes and fire regulations when handling all materials. Proper containers outside of the building shall be provided by the Contractor and used for painting wastes. No plumbing fixtures shall be used for this purpose. E. All used rags shall be removed from buildings every night and every precaution shall be taken to prevent spontaneous combustion of flammable materials. PART 2 - PRODUCTS 2.01 MATERIALS A. All paint used shall be manufactured by one of the following: 1. Porter/International, 2. Tnemec Company, Inc., 3. Glidden, 4. Colorwheel, 5. Koppers, B. All paint used shall be of the highest grade regularly manufactured. C. Coating systems included in this specification are identified by name in order to establish a standard of quality. Other products of the same generic type may be submitted to the Engineer for review. When a coating system other than that specified herein is proposed, the Contractor shall submit a typed list giving the proposed coatings, brand, trade name, generic type, and catalog number of the proposed system for the Engineer's review. D. Paint used in successive field coats shall be produced by the same manufacturer. Paint used in the first field coat over shop painted or previously painted surfaces shall cause no wrinkling, lifting, or other damage to the underlying paint. Emulsion and alkyd paints shall contain a mildewcide and both the paint and mildewcide shall conform to OSHA and Federal requirements, including Federal Specification TT -P-19. Coatings applied to interior ferrous metal substrates must not exceed the VOC content limit of 250 g/L established in Green Seal Standard GC -03, Anti -Corrosive Paints, 2nd Edition, January 7, 1997. E. All rags associated with this work shall be clean painters' rags, and be completely sterilized. • 2.02 COATING SYSTEMS A. Metals, Non -Immersion, Interior/Exterior • City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) 411)REISS EN INEERING Conformed Documents 09 90 01 - 4 April 2013 • • 1. Surfaces shall include interior and exterior metal surfaces that do not come in direct contact with corrosive materials or atmospheres and shall include the following: a. Aboveground piping, fittings, valves, and metal electrical conduit. b. Miscellaneous steel plates, shapes, hardware, etc. c. Galvanized steel surfaces. d. Pumping and other equipment. e. Other surfaces obviously requiring field coating or as specified to be field coated in Section 09 91 05: Piping, Valve, and Equipment Identification System. 2. Surfaces shall be prepared as specified in Paragraph 3.02 herein and, in addition, the following: a. All bare metals or areas that were shop primed that have been damaged shall be abrasive blast cleaned to SSPC-SP6, commercial blast cleaning standards. b. Shop primed items, stored on site for a prolonged period prior to coating, shall be prepared for coating following the coating manufacturer's recommendations prior to applying touch-up and subsequent coats. Surface preparation may include brush-off abrasive blasting or spot blasting to SSPC-SP6, commercial blast cleaning standards, for areas where the primer has been damaged and bare metal is showing. c. Non-ferrous metals shall be degreased and cleaned in compliance with SSPC-SP1 for solvent cleaning. 3. The prime coat for ferrous metals shall be a two-part epoxy polyamide primer, 4-6 mils DFT; manufactured by Porter/International, Tnemec, Glidden, Colorwheel, Koppers. 4. The prime coat for non-ferrous metals shall be wash primer, 0.5-1 mils DFT; manufactured by Porter/International, Tnemec, Glidden, Colorwheel, Koppers. 5. The intermediate coat shall be a two component cross-linked epoxy, 7-9 mils DFT; manufactured by Porter/International, Tnemec, Glidden, Colorwheel, Koppers. 6. The finish coats shall be a single component, water -borne acrylic topcoat, two (2) coats, 1-3 mils DFT per coat; manufactured by Porter/International, Tnemec, Glidden, Colorwheel, Koppers. 7. Total minimum system finish coating thickness shall be 14-18 mils DFT for ferrous metals and 10-14 mils DFT for non-ferrous metals. B. Plastic Conduit 1. Surfaces include the following: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 09 90 01 -5 C) RE SS ENGINEERING a. Electrical conduits requiring color coding in accordance with Section 09 91 05. 2. The surfaces shall be prepared as specified in Paragraph 3.02 herein, including cleaning and washing with detergent to remove all dirt and foreign material, and light surface abrasion using medium grade sandpaper. Remove dust, dirt and debris with clean rags prior to coating. 3. The finish coats shall be Porter/International, Tnemec, Glidden, Colorwheel, Koppers, two (2) coats, 3-4 mils DFT per coat. 4. Total minimum system finish coating thickness shall be 6-8 mils DFT. C. Aluminum 1. Surfaces include aluminum surfaces embedded or in contact with concrete, mortar or plaster, or aluminum in contact with dissimilar metals which may cause corrosion due to electrolysis, and shall include the following: a. Aluminum surfaces in contact with concrete, mortar or plaster, such as slide gate frames, hatch cover frames, stair stringers, portions of grating and frames, floor plate and frames, etc. b. Aluminum surfaces in contact with dissimilar metals which may cause corrosion due to electrolysis. 2. Surfaces shall be prepared as specified in Paragraph 3.02 herein, including solvent cleaning in accordance with SSPC-SP1 standards for solvent cleaning. 3. Prime coat shall be Carboline/Kop Coat 40 Passivator zinc chromate wash primer, 0.5-1 mils DFT. 4. Finish coats for aluminum exposed to view shall be Carboline Carbomastic 90 two -component, high build, modified aluminum epoxy mastic, two (2) coats, 10 -12 mils DFT per coat. Color shall be aluminum. 5. Finish coat for aluminum not exposed to view shall be Kop Coat Bitumastic No. 300-M polyamide cured coal tar epoxy, 18-22 mils DFT. Color shall be black. 6. Total minimum system finish coating thickness shall be 20-21 mils DFT. PART 3 - EXECUTION 3.01 SURFACE PREPARATION A. In addition to the aforementioned preparations, all dirt, rust, scale, splinters, loose particles, disintegrated paint, grease, oil, and other deleterious substances shall be removed from all surfaces which are to be coated. B. Hardware, hardware accessories, machined surfaces, plates, lighting fixtures, and similar items in contact with painted surfaces and not to be painted shall be removed, masked, or otherwise protected prior to surface preparation and painting operations. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 099001-6 • • 11 l ENGINEERING • • C. Before commencing work, the painter must make certain that the surfaces to be covered are in perfect condition. Should the painter find such surfaces unacceptable, he shall report the condition to the Engineer. The application of paint shall be held as an acceptance of the surfaces and working conditions and the painter will be held responsible for the results reasonably expected from the materials and processes specified. D. Program the cleaning and painting so contaminants from the cleaning process will not fall onto wet, newly -painted surfaces. E. Clean ferrous substances, which are not galvanized or shop -coated, of oil, grease, dirt, loose mill scale, and other foreign substances by solvent or mechanical cleaning. All welds, blisters, etc. shall be ground and sanded smooth. All pits and dents shall be filled and all imperfections shall be corrected so as to provide a smooth surface for painting. F. Surface profile as obtained from sandblasting shall be as recommended by the coating manufacturer. 3.02 MATERIALS PREPARATION A. Mix and prepare painting materials in strict accordance with the manufacturer's recommendations and directions. Materials should be stirred prior to and during application to maintain a mixture of uniform density, free of film, dirt, and other foreign materials. B. No thinners shall be used except those specifically mentioned by the manufacturer, and only in such quantities as directed by the manufacturer's instructions. If thinning is used, sufficient additional coats shall be applied to assure the required dry film thickness is achieved. The manufacturer's recommended thinner or clean-up solvent shall be used for all clean-up. 3.03 APPLICATIONS A. Application by brush, spray, airless spray, or roller shall be as recommended by the manufacturer for optimum performance and appearance. B. Color Selection for Color Coding: 1. Color Coding of Piping: All exposed piping shall be identified as specified in Section 09 91 05. Pipe identification system shall include color coding or banding, legends, and arrows. 2. Color Coding of Conduit: All exposed electrical conduit with conductors over 120 volts shall be color banded as specified in Division 26 and Section 09 91 05. C. All painting shall be done by skilled and experienced craftsmen and shall be of the highest quality workmanship. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 09 90 01 -7 CD REISS ENG NEERING D. Apply paint in accordance with the manufacturer's directions. Use applications and techniques best suited for the type of material being applied. E. All paint shall be at room temperature and the surfaces to be painted shall be dry and clean. F. Apply a prime coat to material which is required to be painted or finished, and which has not been prime coated by others. G. Recoat primed and sealed walls and ceilings where there is evidence of suction spots or unsealed areas in first coat, to assure a finish coat with no burn -through or other defects due to insufficient sealing. H. Apply additional coats when undercoats, or other conditions show through the final coat of paint, until the paint film is of uniform finish, color, and appearance. I. Paint shall be applied in a neat manner with finished surfaces free of runs, sags, ridges, laps, and brush marks. Each coat shall be applied in a manner that will produce an even film of uniform and proper thickness. J. Paint surfaces behind moveable equipment and furniture the same as :similar exposed surfaces. Paint surfaces behind permanently fixed equipment or furniture with prime coat only. K. Sand lightly between each succeeding enamel or varnish coat. L. Omit the first coat (primer) on metal surfaces which have been shop -primed and touch-up painted, unless otherwise specified. M. The prime and intermediate coats as specified for the various coating systems may be applied in the shop by the manufacturer. The shop coats shall be of the type specified and shall be compatible with the field coat or coats. Such shop -painted items as pumps, motors, equipment, etc. shall be given at least one touch-up coat with the intermediate coat material and one complete finish coat in the field. 3.04 APPLICATIONS RESTRICTIONS. A. Application of materials shall be done only on properly prepared surfaces as herein specified, and all exterior painting shall be done only in dry weather. Any surface coating damaged by moisture or rain shall be removed and redone as directed by the Engineer. B. Under no circumstances shall paint be applied to surfaces which show a moisture content greater than 15 percent. 3.05 MINIMUM COATING THICKNESS A. Coatings shall be applied in accordance with the manufacturer's recommendations. Minimum coating millage shall be as specified above. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 099001-8 • LEIS ENGINEER NS • 3.06 FINISHES A. Pigmented (Opaque) Finishes: Completely cover to provide opaque, smooth surface of uniform finish, color, appearance, and coverage. Cloudiness, spotting, holidays, laps, brush marks runs, sags, ropiness, or other surface imperfections will not be acceptable. B. Complete Work: Match approved samples for color, texture, and coverage. Remove, refinish, or repaint work not in compliance with specific requirements. 3.07 FIELD QUALITY CONTROL A. All completed surfaces will be checked by the Engineer, and the Contractor shall provide the necessary properly calibrated gauges. All non-ferrous surfaces shall be checked for film thickness by use of a Tooke gauge. All ferrous surfaces shall be checked for film thickness by use of an Elcometer or Micro -Test magnetic dry film gauge, properly calibrated. In addition, submerged tank linings and metals shall be tested for freedom from holidays and pinholes by use of a Tinker-Rason or K -D Bird Dog Holiday Detector. B. The presence of moisture shall be determined prior to coating by testing with a moisture detection device such as a Delmhors Model DB. C. All defects shall be corrected to the satisfaction of the Engineer. • 3.08 PROTECTION A. All other surfaces shall be protected while painting equipment, piping, etc. B. Protection of furniture and other movable objects, equipment, fittings, and accessories shall be provided throughout the painting operation. Remove all electrical plates, surface hardware, etc. before painting. Protect and replace such items when painting is completed. C. Mask all machinery nameplates and all machined parts not to receive paint prior to coating. D. Lay drop cloths in all areas where painting is being done to adequately protect structures, flooring, piping, equipment, and other work from all damage. • 3.09 CLEANING A. The Contractor shall perform the work under this Section while keeping the premises free from accumulation of debris and rubbish, and shall remove all scaffolding, paint cloths, paint, and brushes from buildings and project site when painting is completed. B. All paint brushed, splattered, spilled, or splashed on any surface not specifies to be painted shall be removed. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 09 90 01 -9 RISS ENGINEERING • THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) CD CESS E GI EERING Conformed Documents 09 90 01 - 10 April 2013 • SECTION 09 9100 PAINTING OF ARCHITECTURAL COMPONENTS PART 1— GENERAL 1.01 SUMMARY A. This Section includes the surface preparation and application of painting and related work in locations indicated on the Drawings and specified herein. 1.02 RELATED WORK A. CONCRETE UNIT MASONRY: Section 04 22 00. B. METAL FABRICATIONS: Section 05 50 00. C. METAL STAIRS: Section 05 51 19. D. FINISH CARPENTRY: Section 06 22 00. E. JOINT SEALANTS: Section 07 92 00. • F. HOLLOW METAL DOORS AND FRAMES: Section 08 11 13. G. GYPSUM WALLBOARD: Section 09 29 00. H. PAINTING AND COATING OF PROCESS EQUIPMENT: Section 09 90 01. I. PAINTING OF EXTERIOR CONCRETE PANELS: Section 09 92 00. 1.03 QUALITY ASSURANCE • A. All surfaces of fabricated items that are left unfmished by the requirements of other Sections shall be painted under this Section. All work specified in this Section shall be in addition to shop and mill coats, priming and field coats which are specified in other Sections. B. Perform all touching up of shop coats and field coats of paint on structural steel and miscellaneous steel or iron as required and/or specified. C. Aluminum, steel, stainless steel, copper, bronze, chromium plating, nickel, monel metal, lead, lead coated copper and other surfaces with factory finishes shall not be painted or finished, except as otherwise specified. D. Remove and re -finish or otherwise correct in a manner approved by Architect all City of Clearwater WTP No. 2 — Contract 4: RO Plant es+ Site Expansion Project - 10 -0039 -UT -(D) S Conformed Documents 09 91 00 - 1 April 2013 work under this Section which peels, crazes, blisters, fails to adhere or otherwise fails to properly serve its intended purpose at no additional cost to the City. 1.04 PRODUCT DELIVERY AND STORAGE A. All materials shall be delivered to the Site in manufacturers' sealed packages, with labels intact. 1.05 SUBMITTALS A. Product Data: Submit manufacturer•% product data for each type of product used. B. Samples: Submit three (3) sets of full color chip line for each type of paint specified, for color selection(s) by the Architect/Engineer and/or City. C. Draw Downs: Provide three (3) stepped draw downs, defining each separate coat, including block fillers and primers, for each color and material to be applied. Use representative colors when preparing draw down for review. PART 2 - PRODUCTS 2.01 MATERIALS A. Ready -mixed paints, both exterior and interior, varnish, stains, coatings, and waxes shall be first-line (best quality grade) retail products. B. Thinners and additives shall be of types recommended by the paint manufacturer. C. The use of lead -containing paint is not permitted. D. Products: Provide paint products by one of the following manufacturers: 1. Sherwin-Williams. 2. Benjamin Moore. 3. ICI Dulux. 4. Porter Paints. 5. PPG Architectural Finishes, Inc. 6. Pratt & Lambert. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 099100-2 • PART 3 - EXECUTION 3.01 INSPECTION • A. Examine the areas and conditions under which painting is to be applied. Do not proceed with painting work until unsatisfactory conditions have been corrected. 3.02 COLORS A. Colors shall be as indicated on Drawings or if not indicated, the Architect/Engineer and/or City will select all colors and provide a schedule of colors and finishes. B. Each coat of paint shall be applied in varying shades, with the final coat matching the approved color selected. 3.03 PREPARATION FOR PAINTING A. Surfaces to be painted shall be clean, smooth, free from scratches and dust and thoroughly dry. Wood surfaces shall be well sanded before painting work is started. B. Concrete surfaces shall be cleaned, grouted, rubbed and pointed, water flushed clean and free of all dust, oily grease and laitance, and allowed to dry prior to painting. C. Steel and iron shall be free from grease, rust, scale and dust. Touch up any chipped or abraded places on items that have been shop coated. Where steel and iron have heavy coating of scale, it shall be removed by wire brush or sand blasting necessary to produce a satisfactory surface for painting. 3.04 PROTECTION A. Adjacent fixtures and hardware shall be removed during the painting application. B. Particular care shall be taken by the use of clean drop cloths, masking and other suitable means, to protect adjoining surfaces, fixtures, and materials of all kinds. Painting applicator shall be held responsible for, and shall repair, all damages resulting from the painting operation. C. All ceiling and soffit overhead painting shall be applied only while the floor is completely and continuously covered with drop cloths. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Issued for Bid December 2012 099100-3 3.05 APPLICATION A. Paints shall be applied in the colors and minimum number of coats scheduled herein and at the square foot coverage as stated in the paint manufacturer's printed specifications. It is intended that paint so applied shall cover to the satisfaction of the Architect/Engineer and/or City or additional coats shall be applied until approval is obtained. B. Paints shall not be applied to surfaces which show a moisture content greater than 15 percent as determined by an electronic moisture meter. C. Paints shall not be applied when the temperature falls below 45 degrees F., in damp, rainy weather, or when the relative humidity exceeds 85 percent. D. Paint shall be evenly spread and well distributed. The finish coats shall be free from any noticeable laps, brush marks, streaks, runs, sags, wrinkles, and shiners. E. All wood surfaces shall be thoroughly sanded between coats as required for a flaw - free finish. 3.06 BACK PRIMING A. All wood surfaces (except pressure treated wood) to be placed against concrete or masonry substrates shall be painted with a sealer coat of paint or clear varnish before installation 3.07 TOUCH UP AND CLEANING A. Upon completion, all touching -up as required shall be applied and any paint shall be removed from all surfaces which are not specified to receive paint. 3.08 PAINTING OF PIPING FOR IDENTIFICATION A. Exposed piping, piping concealed in accessible pipe spaces and piping behind access panels shall be identified to designate service. B. Legend shall be stencil applied (painted on) at 40 feet spacing on straight runs where pipes pass through walls or floors and regulators, strainers, and clean -outs (except valves and fittings on plumbing fixtures and equipment). C. Legend shall give name in full or abbreviations. Size of stenciled identity lettering shall vary with the diameter of pipe covering as follows: 1. Up to 1": 1/2" high letters. 2. Over 1": 3/4" high letters. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Issued for Bid December 2012 099100-4 • • • 3.09 PAINTING SCHEDULE A. The following surfaces shall be finished with the designated number of coats (in addition to shop or manufacturer's coats) with the respective designated products of Sherwin Williams (SW), or equivalent products by one of the other listed manufacturers, with a Dry Film Thickness (DFT) of not less than indicated: • B. Trade names used are only to set a standard of quality desired. C. Omit primer on items with shop coat primer. All shop coats shall be touched up with the same kind of paint as the shop coat and allowed to dry before application of finish coats. EXTERIOR 1. Metal, Galvanized: Gloss Finish. a. 1 -coat SW Water Based Catalyzed Epoxy Primer: 3.0 - 5.0 DFT b. 2 -coats SW Corothane II: 2.0 - 4.0 DFT each coat. c. Total 7.0 - 13.0 mils DFT. 2. Metal, Ferrous: Gloss Finish. a. 1 -coat SW Tile -Clad High Solids: 2.5 - 4.0 DFT b. 2 -coats SW Corothane II: 2.0 - 4.0 DFT each coat. c. Total 6.5 - 12.0 mils DFT. 3. Concrete (Fascia): Refer to Section 09 92 00 — PAINTING OF EXTERIOR CONCRETE SURFACES for requirements. 4. Concrete: Elastomeric Coating for Concrete Tank Surfaces; Light Texture Finish. a. 1 -coat SW Loxon Exterior Acrylic Masonry Primer: 3.1 DFT. b. 1 -coat SW ConFlex XL Light Texture High Build: 12-15 DFT (excluding texture). c. Total 15.1 to 18.1 mils DFT. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Issued for Bid December 2012 099100-5 INTERIOR 1. Wood For Opaque Eggshell Finish: Each coat of enamel applied and re -rolled to achieve uniform stipple. a. 1 -coat SW ProBlock Interior/Exterior Latex Primer Sealer: 1.4 mils DFT. b. 2 -coats SW MPI -52 Gloss Level 3 Interior Latex Eg-Shel: 1.5 mils DFT each coat. c. Total 4.4 mils DFT. 2. Wood For Clear Finish: Medium rubbed effect. a. 1 -coat SW Sher -Wood Kem Aqua Lacquer Sanding Sealer. 0.8 — 1.1 mils DFT. b. 1 -coat SW Sher -Wood Kem Aqua Lacquer: 0.8 —1.1 mils DFT. c. Total 1.6 — 2.2 mils DFT. 3. Galvanized Metal For Eggshell Finish: a. 1 -coat SW PrepRite ProBlock Interior/Exterior Latex Primer Sealer: 1.4 mils DFT. b. 2 -coats SW MPI -52 Gloss Level 3 Interior Latex Eg-Shel: 1.5 mils DFT. c. Total 4.4 mils DFT. 4. Ferrous Metal For Eggshell Finish: a. 1 -coat SW PrepRite ProBlock Interior/Exterior Latex Primer Sealer: 14. mils DFT. b. 2 -coats SW MPI -52 Gloss Level 3 Interior Latex Eg-Shel: 1.5 mils DFT. c. Total 4.4 mils DFT. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Issued for Bid December 2012 099100-6 URS • • INTERIOR 5. Piping and Conduit; Exposed Surfaces For Semi -Gloss Finish. a. Ferrous Metal: (1) 1 -coat SW PrepRite ProBlock Interior/Exterior Latex Primer Sealer: 1.4 mils DFT. (2) 2 -coats SW MPI -52 Gloss Level 3 Interior Latex Eg-Shel: 1.5 mils DFT each coat. (3) Total 4.4 mils DFT. b. Aluminum and Galvanized Metal: (1) 1 -coat SW PrepRite ProBlock Interior/Exterior Latex Primer Sealer: 1.4 mils DFT. (2) 2 -coats SW MPI -52 Gloss Level 3 Interior Latex Eg-Shel: 1.5 mils DFT each coat. (3) Total 4.4 mils DFT. 6. Gypsum Drywall For Eggshell Finish: a. 1 -coat SW PrepRite ProBlock Interior/Exterior Latex Primer Sealer: 1.4 DFT. b. 2 -coats SW MPI -52 Gloss Level 3 Interior Latex Eg-Shel: 1.5 DFT each coat. c. Total 4.4 mils DFT. 7. Masonry and Concrete For Eggshell Finish: a. 1 -coat SW PrepRite Block Filler: 8.0 DFT. b. 2 -coats SW MPI -52 Gloss Level 3 Interior Latex Eg-Shel: 1.5 mils DFT each coat. c. Total 11.0 mils DFT City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Issued for Bid December 2012 END OF SECTION 099100-7 THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Issued for Bid December 2012 099100-8 URS • • SECTION 09 9105 PIPING, VALVE, AND EQUIPMENT IDENTIFICATION SYSTEM PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work 1. The work included under this Section consists of providing an identification system for piping systems and related equipment. B. Related Work Described Elsewhere: 1. Underground Piping and accessories are included in Section 33 11 16. 2. Above Ground Pipe and Fittings are included in Section 40 23 20. C. General Design 1. Piping color codes, and code labels for pipe identification shall conform to Florida DEP labeling requirements. 2. Pipelines, equipment, or other items which are not listed here shall be assigned a color by the Engineer and shall be treated as an integral part of the Contract. 3. Color coding shall consist of color code painting and identification of all exposed conduits, through lines and pipelines for the transport of gases, liquids, or semi -liquids including all accessories such as valves, insulated pipe coverings, fittings, junction boxes, bus bars, connectors and any operating accessories which are integral to a whole functional mechanical pipe and electrical conduit systems. 4. All moving parts, drive assemblies, and covers for moving parts which are potential hazards shall be Safety Red. 5. All safety equipment shall be painted in accordance with OSHA standards. 6. All inline equipment and appurtenances not assigned another color shall be painted the same base color as the piping. If the equipment and/or appurtenances have been assigned another color, the pipe system shall be painted with the pipe color up to, but not including, the flanges attached to pumps and mechanical equipment assigned another color. 7. All hangers and pipe support floor and accessories stands shall be painted to match their piping. The system shall be painted up to, but not including, the face of flanges or the flexible conduit connected to electrical equipment. Structural members used solely for pipe hangars or supports shall be painted to match their piping. Where the contact of dissimilar metals may cause City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 099105-1 C"--) RE1S NSINEERING electrolysis and where aluminum will contact concrete, mortar or plaster, the contact surface of the metals shall be coated in accordance with Section 09 91 01. 8. All systems which are an integral part of the equipment, that is originating from the equipment and returning to the same piece of equipment, shall be painted between and up to, but not including, the face of flanges or connections on the equipment. 9. System code lettering and arrows shall conform to the requirements of ANSI for marked piping. 1.02 QUALITY ASSURANCE A. All work shall be in accordance with ANSI Standard A13.1, Scheme for the Identification of Piping Systems and American Public Works Associate standards. 1.03 SUBMITTALS A. Submit manufacturer's descriptive literature, illustrations, specifications, and other pertinent data. B. Schedules: 1. Provide a typewritten list of all tagged valves giving tag color, shape, letter code and number, the valve size, type, use, and general location. 2. Provide a complete list of materials to be furnished and surfaces on which they will be used. C. Samples: 1. Provide a sample of each type valve tag supplied. 2. Provide a sample of each type of identification tape supplied. 3. Provide manufacturer's color charts for color selection by Engineer. 1.04 DELIVERY, STORAGE, AND HANDING A. Except for locally mixed custom colors, deliver sealed containers with labels legible and intact. B. Materials shall be stored as follows: 1. Store only acceptable project materials on project site. 2. Store in suitable location. 3. Restrict storage to paint materials and related equipment. 4. Comply with health and fire regulations. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) CRE S ENGINEERING Conformed Documents 09 91 05 - 2 April 2013 • PART 2 - PRODUCTS 2.01 PIPING AND VALVE IDENTIFICATION A. Above ground piping shall be identified by self-adhesive pipe markers equal to those manufactured by W. H. Brady Company. 1. Lettering shall be: a. 2 1/4 -inches high for pipes 3 inches diameter and larger. b. 1 1/8 -inches high for pipes less than 3 inches diameter. 2. Flow arrows shall be: a. 2 1/4 -inches by 6 inches for pipes 3 inches diameter and larger. b. 1 1/8 -inches by 3 inches for pipes less than 3 inches diameter. 3. Buried piping shall be identified by identification tape installed over the centerline of the pipelines. Marking tape shall consist of a 2 -inch minimum width plastic and metallized foil for detection by pipeline locating equipment. Marking Tape: manufactured by Lineguard Inc., of Wheaton, IL. B. A coded and numbered tag attached shall be provided on all valves. 1. Tags for valves on pipe shall be stainless steel etched with braided stainless steel cable for attachments. Square tags shall be used to indicate normally closed valves and round tags shall indicate normally open valves. 2. In addition to the color coding, each tag shall be stamped or engraved with wording or abbreviations to indicate the valve service and number. All color and letter coding shall be approved by the Engineer. Valve service shall be as listed included in this Section, or by equipment abbreviation if associated with a particular piece of equipment. Valve numbering, if required, shall be as approved by the Engineer. C. Buried valves shall have valve boxes protected by a concrete pad. The concrete pad for the valve box cover shall have a 3 -inch diameter, bronze disc embedded in the surface as shown on the Drawings. The bronze disc shall have the following information neatly stamped on it: 1. Size of valve, inches 2. Type of valve: a. GV - Gate Valve b. BFV - Butterfly Valve c. PV - Plug Valve 3. Valve Service - See Table 09 91 01 for abbreviations 4. Number of turns to fully open City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 099105-3 *TO RESS ENGINEERING 5. Direction to open 6. Year of installation 2.02 EQUIPMENT IDENTIFICATION A. All equipment shall have nametags in accordance with Section 40 01 20. PART 3 - EXECUTION 3.01 PREPARATION A. Unless otherwise indicated or specifically approved, all fabricated equipment shall be shop primed and finished. B. The Contractor shall be responsible for and take whatever steps are necessary to properly protect the shop prime and finish coats against damage from weather or any other cause. C. Where specified in other sections of these specifications for mechanical equipment, the Contractor shall apply field coat or coats of paint in accordance with Section 40 23 20. If shop finish coat is unsatisfactory due to poor adhesion or other problems with primer or finish coats, coatings shall be removed and replaced by sandblasting, priming and finishing in accordance with Section 40 23 20 and this Section. D. Wherever fabricated equipment is required to be sandblasted, the Contractor shall protect all motors, drives, bearings, gears, etc., from the entry of grit. Any equipment found to contain grit shall be promptly and thoroughly cleaned. Equipment contaminated by grit in critical areas, such as bearings, gears, seals, etc., shall be replaced at no cost to the Owner. 3.02 INSTALLATION A. Identification tape shall be installed for all buried water, wastewater force main, and reuse lines in accordance with the manufacturer's installation instructions and as specified herein. B. Identification tape for piping shall be installed one (1) foot directly above and parallel to the pipe with the printed side up for visual identification. C. Marker balls shall be placed at 100 feet intervals with at least one marker on every straight run and additional markers at turns, tees, where pipe passes through walls, or other points of connection and as directed by the City or Engineer. On gravity sewer systems, markers will only be placed at the terminal ends of service laterals. D. An arrow indicating direction of flow shall be placed adjacent to each marker. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 099105-4 • REISS ENGINEERING E. The bronze valve identification disc for buried valves shall be embedded in the • concrete pad surrounding the valve box. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 099105-5 I S ENGINEERING THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 099105-6 • EI S EN NEERING SECTION 09 92 00 PAINTING OF EXTERIOR CONCRETE PANELS PART 1— GENERAL 1.01 SUMMARY A. This Section includes the surface preparation and application of painting and related work to exterior concrete panels surfaces in locations indicated on the Drawings and specified herein. 1.02 RELATED WORK A. PAINTING AND COATING OF PROCESS EQUIPMENT: Section 09 90 01. B. PAINTING OF ARCHITECTURAL COMPONENTS: Section 09 91 00. 1.03 QUALITY ASSURANCE A. Remove and re -finish or otherwise correct in a manner approved by Architect/Engineer all work under this Section which peels, crazes, blisters, fails to adhere or otherwise fails to properly serve its intended purpose at no additional cost to the City. 1.04 PRODUCT DELIVERY AND STORAGE A. All materials shall be delivered to the Project site in manufacturers' sealed packages, with labels intact. 1.05 SUBMITTALS A. Product Data: 1. Submit manufacturer's product data for each type of product used. B. Samples: 1. Submit three (3) sets of full color chip line for type of paint specified, for color selection(s) by the Architect/Engineer. C. Draw Downs: 1. Provide three (3) stepped draw downs, defining each separate coat, including block fillers and primers, for each color and material to be applied. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 09 92 00 - 1 URS PART 2 - PRODUCTS 2.01 MATERIALS A. Basis of Design: 1. Sherwin Williams (SW) Loxon® XP, A24 Series Waterproofing System, with the following characteristics: a. Wind -Driven Rain Test Passes ASTM D 6904 (2cts. @ 6.4 to 8.3 mils DFT/ct) b. Water Vapor Permeance 13.4 Perms ASTM D 1653 (lct @ 9.4 mils DFT, 14 day cure @ 77°F & 50% RH) c. Elongation 350% ASTM D 2370 (lct @ 9.4 mils DFT, 14 day cure @ 77°F & 50% RH) d. Tensile Strength 350 psi ASTM D 2370 (lct @ 9.4 mils DFT, 14 day cure @ 77°F & 50% RH) e. Flexibility Passes ASTM D 522 f. Alkali Resistance Passes ASTM D 1308 g. Mildew Resistance Passes 2. Color shall be as selected by Architect/Engineer and/or City. B. The use of lead -containing paint is not permitted. PART 3 - EXECUTION 3.01 INSPECTION A. Examine the areas and conditions under which painting is to be applied. Do not proceed with painting work until unsatisfactory conditions have been corrected. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 099200-2 3.02 PREPARATION A. Exterior Concrete Panel Surfaces: 1. Concrete shall be cured at least 7 -days at 75°F. 2. Commercial detergents and sandblasting may be necessary to remove sealers, release compounds, and to provide an anchor pattern. 3. Allow the surface to dry thoroughly. 4. Sand glossy surfaces dull. 5. Fill bugholes, air pockets, cracks, and other voids with ConSealTM Sealant or Patch. 6. Rough surfaces shall be filled to provide a smooth surface. 3.03 PROTECTION A. Adjacent fixtures and hardware shall be removed during the painting application. B. Particular care shall be taken by the use of clean drop cloths, masking and other suitable means, to protect adjoining surfaces, fixtures, and materials of all kinds. Painting applicator shall be held responsible for, and shall repair, all damages resulting from the painting operation. 3.04 APPLICATION A. Paint shall be applied in two (2) coats, applied between 14.0 and 18.0 mils wet per coat, in the color selected and in accordance with paint manufacturer's printed specifications. It is intended that paint so applied shall cover to the satisfaction of the Architect/Engineer or additional coats shall be applied until approval is obtained. B. Apply at temperatures between 50°F and 100°F. Do NOT reduce. C. Application Methods: 1. Brush: Use a nylon/polyester brush. 2. Roller: Use a 1/2" to 1-1/2" nap synthetic roller cover. 3. Spray — Airless: a. Pressure, minimum 2300 psi b. Tip, minimum 021" City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 099200-3 4. The substrate and its condition will determine the application procedure. Considerations to minimize pinholes: a. 2 -coat application with overnight drying between coats. b. Spray application with backrolling. c. Power rolling. D. Paint shall be evenly spread and well distributed. The finish coats shall be free from any noticeable laps, brush marks, streaks, runs, sags, wrinkles, and shiners. 3.05 DESTROYING WASTE A. At the end of each day, all cloths and waste materials that have been used in preparation and application of inflammable paint materials shall be destroyed or placed in closed metal containers. Under no circumstances shall any waste be emptied into plumbing fixtures, drains, or clean -outs of the plumbing systems of the building. Waste shall not be allowed to accumulate on the Site. 3.06 TOUCH UP AND CLEANING A. Upon completion, perform all touching -up as required and clean spills and spatters shall be applied and any paint shall be removed from all surfaces that are not specified to receive paint. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 099200-4 URS • • SECTION 10 11 00 VISUAL DISPLAY BOARDS PART 1— GENERAL 1.01 SUMMARY A. This Section includes the following: 1. Wall -mounted class room type boards. B. Refer to Drawings for locations. 1.02 SUBMITTALS A. Product Data: For each type of visual display board indicated. B. Shop Drawings: For each type of visual display board required. 1. Include dimensioned elevations. 2. Include sections of typical trim members. 3. Show anchors, grounds, reinforcement, accessories, layout, and installation details. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Products: Provide visual display boards by one of the following manufacturers: 1. Claridge Products and Equipment, Inc. 2. Greensteel, Inc. 3. Nelson Adams Company. 2.02 MATERIALS A. Porcelain Enamel Markerboards: Balanced, high -pressure -laminated, porcelain enamel markerboards of 3 -ply construction consisting of face sheet, core material, and backing. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 101100-1 URS 1. Face Sheet: 0.024 inch enameling grade steel especially processed for temperatures used in coating porcelain on steel. Coat exposed face and edges with a 3 -coat process consisting of primer, ground coat, and color cover coat. Coat concealed face with a 2 -coat process consisting of primer and ground coat. Fuse cover and ground coats to steel at the manufacturer's standard firing temperatures, but not less than 1200 deg F. a. Cover Coat: Provide manufacturer's standard light-colored, special writing surface with gloss finish intended for use with erasable dry markers. 2. Core: 1/4 inch thick tempered hardboard core material. 3. Backing Sheet: 0.005 inch thick aluminum foil sheet backing. 4. Laminating Adhesive: Manufacturer's standard, moisture -resistant, thermoplastic -type adhesive. 2.03 FABRICATION A. Porcelain Enamel Markerboards: Laminate facing sheet and backing sheet to core material under pressure with manufacturer's recommended flexible, waterproof adhesive. B. Assembly: Provide factory -assembled units. PART 3 - EXECUTION 3.01 EXAMINATION A. Examine wall surfaces, with Installer present, for compliance with requirements and other conditions affecting installation of visual display boards. 1. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Deliver factory -built visual display boards completely assembled in one piece without joints. B. Install units in locations and at mounting heights indicated, and according to manufacturer's written instructions. Keep perimeter lines straight, plumb, and level. Provide grounds, clips, backing materials, adhesives, brackets, anchors, trim, and accessories necessary for complete installation. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 101100-2 • • 3.03 ADJUST AND CLEAN A. Verify that accessories required for each unit have been properly installed and that operating units function properly. B. Clean units according to manufacturer's written instructions. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 101100-3 THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 101100-4 • • • SECTION 1014 00 SIGNAGE PART 1— GENERAL 1.01 SUMMARY A. Provide signage indicated on Drawings to include the following: 1. Room Identification Plaques. 1.02 QUALITY ASSURANCE A. Requirements of Regulatory Agencies: 1. Comply with requirements of the Americans with Disabilities Act (ADA). B. Uniformity of Manufacturer: 1. For each sign form and graphic image process indicated, furnish products by a single manufacturer. • 1.03 SUBMITTALS A. Product Data: 1. Submit manufacturer's technical data and installation instructions for each type of sign required. B. Samples: 1. Submit samples of the proposed sign form and material showing finishes, colors, and copy. 2. Color selection charts/chips. • PART 2 - PRODUCTS 2.01 MANUFACTURER A. Subject to compliance with specification requirements, provide products of one of the following: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 101400-1 1. Manufacturers of Panel Signs: a. ABC Signing Division of Nelson -Harkins Industries. b. Andco Industries Corp. c. APCO Graphics Inc. d. Vomar Products, Inc. 2.02 MATERIALS A. Plastic Laminate: Provide high pressure plastic laminate engraving stock with face and core plies in contrasting colors, in finishes and color combinations to be selected by Architect/Engineer and/or City from manufacturer's standards. 2.03 FABRICATION A. Panel Signs: Fabricate panel signs to comply with requirements and sizes indicated on Drawings and as specified for materials, thicknesses finishes, colors, designs, shapes, sizes and details of construction. 1. Produce smooth, even, level sign panel surfaces, constructed to remain flat under installed conditions within a tolerance of plus or minus 1/16 -inch measured diagonally. 2. Fabricate unframed panel signs with edges mechanically and smoothly finished to comply with the following requirements: a. Edge Condition: Beveled. b. Edge Color for Plastic Laminate: Provide edge color same as background. c. Corner Condition: Provide square corners. d. Letter Size: Size according to viewing distance from which they are to be read subject to Architect/Engineer's and/or City's review and approval. e. Character Proportion: Letters shall have a width -to -height ratio between 3:5 and 1:1 and a stroke -width -to -height ratio between 1:5 and 1:10. f. Letter Style: Raised 1/32" upper case, sans serif or simple serif type accompanied with Grade 2 Braille. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 101400-2 • • • g. Finish and Contrast: The characters and background of signs shall be "Black," matte, or other non -glare fmish. Characters and symbols shall be "White" in contrast color to their background. h. Mounting Height: 60" above fmish floor. 4. Pictograms shall be accompanied by the equivalent verbal description placed directly below the pictogram. B. Graphic Content and Style: Provide sign copy to comply with the requirements indicated for sizes, styles, spacing, content, positions, materials, finishes and colors of letters, numbers, symbols and other graphic devices. PART 3 - EXECUTION 3.01 INSTALLATION A. General: 1. Locate sign units and accessories where shown or scheduled using mounting methods of the type described and in compliance with the sign manufacturer's instructions. 2. Install signs level, plumb and at height indicated, with sign surfaces free from distortion or other defects in appearance. B. Wall Mounted Panel Signs: 1. Attach panels signs to surfaces using vinyl -tape mounting with double -sided foam tape as recommended by sign manufacturer. 3.02 CLEANING AND PROTECTION A. At completion of sign installation, clean soiled sign surfaces in accordance with the sign manufacturer's instructions. Protect units from damage until acceptance by the Architect/Engineer and/or City. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 101400-3 THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 101400-4 URS • • SECTION 10 21 13 TOILET COMPARTMENTS PART 1— GENERAL 1.01 SUMMARY A. Furnish and install all solid plastic floor supported, overhead braced toilet partitions located in Toilet Rooms, all as indicated on Drawings and/or specified herein. 1.02 RELATED WORK A. CONCRETE UNIT MASONRY: Section 04 22 00. B. GYPSUM WALLBOARD: Section 09 29 00. C. TILE WORK: Section 09 30 13. D. TOILET ACCESSORIES: Section 10 28 13. 1.03 QUALITY ASSURANCE A. Installer's Qualifications: 1. Installation shall be performed only by a qualified installer with at least five (5) years documented experience in installations of a similar nature. B. Reference Standards: Comply with provisions of the following, unless otherwise indicated or specified: 1. American Society for Testing and Materials (ASTM): a. Referenced Standards. 2. National Electrical Manufacturers Association (NEMA): a. Referenced Standards. 1.04 SUBMITTALS A. Product Data: 1. Submit manufacturer's detailed technical data for materials, fabrication, and installation, including catalog cuts of anchors, hardware, fastenings, and accessories. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 10 21 13 - 1 URS B. Shop Drawings: 1. Submit complete shop drawings indicating the materials, sizes of members and units, construction and clearances required, and methods of securing to the building. Include instructions for installation of anchorage devices built into other work. C. Samples: 1. Submit full range of color samples for each type of unit required. Submit 6 - inch square samples of each color and finish on same substrate to be used in work, for color verification after selections have been made. D. Installer Qualifications: 1. Submit documented evidence of installer's qualifications. 1.05 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver all units in substantial, protective cartons and with protective masking. Retain masking until completion of construction. B. Store all materials indoors. Locate and keep free from building contamination as might occur during the course of construction. C. Handle all materials carefully so as not to injure surface finishes. In the event of damage, immediately make all repairs and replacements necessary. 1.06 PROJECT CONDITIONS A. Field Measurements: Take field measurements prior to preparation of shop drawings and fabrication to ensure proper fitting of work. B. Coordination: Furnish inserts and anchorages which must be built into other work for installation of toilet partitions and related work; coordinate delivery with other related work to avoid delay. PART 2- PRODUCTS 2.01 MANUFACTURERS A. Basis of Design: Santana Products Co. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 10 21 13 - 2 URS • • • 2.02 MATERIALS A. General: Provide materials that have been selected for surface flatness and smoothness. Exposed surfaces that exhibit pitting, seam marks, roller marks, stains, discolorations, telegraphing of core materials, or other imperfections on finished units are not acceptable. B. Solid Plastic: High density, solid polymer resin with homogenous color throughout. Provide material not less than 1 inch thick with seamless construction with edges eased. C. Pilaster Shoes: ASTM A 666, Type 302/304 stainless steel, not less than 3 -inches high, 20 gauge, finished to match hardware. D. Stirrup Brackets: Manufacturer's standard design for attaching panels to walls and pilasters, either chromium -plated non-ferrous cast alloy ("Zamac") or anodized aluminum. E. Overhead Bracing: Continuous extruded aluminum tubing in anti -grip profile, with clear anodized finish. G. Hardware and Accessories: Manufacturer's standard design, heavy-duty operating hardware and accessories of chromium -plated non-ferrous cast alloy ("Zamac"). H. Anchorages and Fasteners: Manufacturer's standard exposed fasteners of stainless steel, chromium -plated steel, or brass finished to match hardware, with theft -resistant type heads and nuts. For concealed anchors, use hot -dip galvanized, cadmium -plated, or other rust -resistant protective -coated steel. 2.03 FABRICATION A. Furnish standard doors, panels, screens, and pilasters fabricated for partition system, unless otherwise indicated. Furnish units with cutouts, drilled holes, and internal reinforcement to receive partition -mounted hardware, accessories, and grab bars, as indicated. B. Door Dimensions: Unless otherwise indicated, furnish 24 inch wide in -swinging doors for ordinary toilet stalls and 32 inch wide (clear opening) out -swinging doors for stalls equipped for use by handicapped. C. Overhead Braced Partitions: Furnish galvanized steel supports and leveling bolts at pilasters, as recommended by manufacturer to suit floor conditions. Make provisions for setting and securing continuous aluminum overhead bracing tube at top of each pilaster. Furnish shoe at each pilaster to conceal supports and leveling mechanism. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 10 21 13 - 3 D. Hardware: Furnish hardware for each compartment in partition system, as follows: 1. Hinges: Cutout inset type, adjustment to hold door open at any angle up to 90 degrees. Provide gravity type, spring -action cam type, or concealed torsion rod type, to suit manufacturer's standards. Accessible toilet stall doors shall be self-closing to the fully closed position. 2. Latch and Keeper: Recessed latch unit, designed for emergency access, with combination rubberfaced door strike and keeper. Use model complying with requirements of ADA. 3. Coat Hook: Manufacturer's standard unit, combination chrome -plated hook and rubber -tipped bumper. a. For doors that swing in, provide one combination hook and bumper mounted on inside face of doors. 4. Door Pull: Manufacturer's standard unit. 2.04 FINISH A. Color: As selected by Architect/Engineer and/or City. PART 3 - EXECUTION 3.01 INSTALLATION A. General: Comply with manufacturer's recommended procedures and installation sequence. Install partitions rigid, straight, plumb, and level. Provide clearances of not more than 1/2 -inch between pilasters and panels, and not more than 1 -inch between panels and walls. Secure panels to walls with not less than two stirrup brackets attached near top and bottom of panel. Locate wall brackets so that holes for wall anchorages occur in masonry or tile joints. Secure panels to pilasters with not less than two stirrup brackets located to align with stirrup brackets at wall. Secure panels in position with manufacturer's recommended anchoring devices. B. Overhead Braced Partitions: Secure pilasters to floor and level, plumb, and tighten installation with devices furnished. Secure overhead brace to each pilaster with not less than two fasteners. Hang doors and adjust so that tops of doors are parallel with overhead brace when doors are in closed position. C. Accessories: Coordinate accessories' mounting with other trades. Refer to Section 10 28 13 - TOILET ACCESSORIES. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 10 21 13 - 4 • • 3.02 ADJUST AND CLEAN A. Hardware Adjustment: Adjust and lubricate hardware for proper operation. Set hinges on inswinging doors to hold open approximately 30 degrees from closed position when unlatched. At handicap accessible stall adjust door for ADA requirements. B. Clean exposed surfaces of partition systems using materials and methods recommended by manufacturer, and provide protection as necessary to prevent damage during remainder of construction period. Replace surfaces that become scarred or chipped prior to City's acceptance. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 10 21 13 - 5 URS THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 10 21 13 - 6 1 • • SECTION 10 2813 TOILET ACCESSORIES PART 1— GENERAL 1.01 SUMMARY A. Provide all toilet accessories as indicated on the Drawings and herein specified. B. Refer to Drawings for listing of accessories. 1.02 RELATED WORK A. COLD -FORMED METAL FRAMING: Section 05 40 00. B. GLASS AND GLAZING: Section 08 80 80. C. GYPSUM WALLBOARD: Section 09 29 00. D. TILE WORK: Section 09 30 13. • E. TOILET COMPARTMENTS: Section 10 21 13. 1.03 QUALITY ASSURANCE • A. Manufacturer's Qualifications: Products used in the work of this Section shall be produced by manufacturers regularly engaged in manufacture of similar items and with a history of successful production acceptable to the Architect/Engineer. B. Codes and Regulations: Comply with requirements of the Florida Building Code. 1.04 SUBMITTALS A. Product Data: Submit manufacturer's technical information, catalog cuts, and installation instructions for each product to be furnished and installed. B. Warranty: Submit manufacturers standard 10 year warranty for mirror glass against silver spoilage. 1.05 PRODUCT DELIVERY AND STORAGE A. Materials shall be delivered to Site undamaged. Materials shall be stored on the site in an area and in a manner to provide protection from damage until incorporated in the Work. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 102813-1 URS 1.06 JOB CONDITIONS A. Inserts and Anchorages: Furnish inserts and anchoring devices which must be set in metal framed or masonry walls; coordinate delivery with other work to avoid delay. B. Accessory Locations: 1. Coordinate accessory locations with other work to avoid interference and to assure proper operation and servicing of accessory units. 2. Locations shall comply with State and Federal handicapped accessibility requirements for handicapped accessible units. PART 2 - PRODUCTS 2.01 MANUFACTURER A. Products: Model numbers shown for accessories are units manufactured by Bobrick Washroom Equipment Company, Inc., unless otherwise specified. Provide products by Bobrick or by one of the following manufacturers: 1. A&J Washroom Accessories. 2. American Specialties Inc. 3. Bradley Corp. 2.02 MATERIALS, GENERAL A. Stainless Steel: ASTM A 666 Type 304, with polished No. 4 finish, 22 gauge minimum, unless otherwise indicated. B. Mirror Glass: ASTM C 0148, Type I, Class 1, Quality q2, 1/4 inch thick, with silvering, copper coating, and protective organic coating complying with FS DD -M- 411. Polished edge, fully protected with padding. C. Galvanized Steel Mounting Devices: ASTM A 153, hot -dip galvanized after fabrication. D. Fasteners: Screws, bolts, and other devices of same material as accessory unit or of galvanized steel where concealed, theft and vandal resistant. 2.03 FABRICATION A. General: Stamped names or labels on exposed faces of toilet accessory units are NOT permitted. Where locks are required for a particular type of toilet accessory, provide same keying throughout Project. Furnish two (2) keys for each lock. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents 10 28 13 - 2 April 2013 • • B. Recessed Toilet Accessories: Except where otherwise indicated, fabricate units of all welded construction, without mitered corners. Hang doors or access panels with continuous stainless steel piano hinges. Provide anchorage which is fully concealed when unit is closed. PART 3 - EXECUTION 3.01 INSTALLATION A. Install toilet accessories in accordance with manufacturer's instructions, using fasteners which are appropriate to substrate and recommended by manufacturer of unit. Install units plumb and level, firmly anchored in locations and at heights indicated. 3.02 ADJUSTING AND CLEANING A. Adjust toilet accessories for proper operation and verify that mechanisms function smoothly. Replace damaged or defective items. B. Clean and polish all exposed surfaces after removing temporary labels and protective coatings. • 3.03 TOILET ACCESSORY SCHEDULE • A. Refer to Drawings for the toilet accessory schedule. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 102813-3 URS THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 10 28 13 - 4 URS • • • SECTION 10 4416 FIRE EXTINGUISHERS PART 1— GENERAL 1.01 SUMMARY A. Work of this Section shall include the following: 1. Fire Extinguishers. 2. Cabinets. 3. Brackets. 4. Accessories. 1.02 RELATED WORK A. CONCRETE UNIT MASONRY: Section 04 22 00. B. GYPSUM WALLBOARD: Section 09 29 00. 1.03 QUALITY ASSURANCE • A. Reference Standards: • 1. National Fire Protection Association (NFPA): a. NFPA 10 - Portable Fire Extinguishers. B. Single Source Responsibility: 1. Provide fire extinguishers, cabinets, brackets, and accessories by single manufacturer. C. Requirements of Regulatory Agencies: 1. All fire extinguishers shall be Underwriters' Laboratories (UL) approved and labeled. 1.04 SUBMITTALS A. Product Data: 1. Submit manufacturer's technical data and installation instructions for fire extinguishers and accessories to the Architect/Engineer for review and approval. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 10 44 16 - 1 URS PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Products: Provide fire extinguishers, cabinets, and accessories by one of the following manufacturers: 1. J.L. Industries, Inc. 2. Larsen's Manufacturing Company. 3. Potter -Roemer. 2.02 FIRE EXTINGUISHERS A. Description: Fire extinguishers shall be multi-purpose, dry chemical type. B. Products: Provide one of the following: 1. "MP 10"; Larsen's Manufacturing Company. 2. "Cosmic 10E"; J.L. Industries, Inc. 3. "3010"; Potter -Roemer. 2.03 FIRE EXTINGUISHER CABINETS A. Fire extinguisher cabinets shall be used for finished areas, types as follows: 1. Products, Semi -Recessed (Interior): Provide one of the following cabinets: a. "Architectural Series 2409-5R Full Glass, Acrylic", baked enamel finish; Larsen's Manufacturing Co. b. "Ambassador Series 1017 F 12", baked enamel finish; J.L. Industries, Inc. c. "1700 Series"; Potter -Roemer. 2. Color shall be white. B. Brackets shall be used for all utility/service areas. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 104416-2 URS PART 3 - EXECUTION • 3.01 INSPECTION A. Verify servicing, charging, and tagging of all fire extinguishers. 3.02 INSTALLATION • A. Install the items of this Section in strict accordance with the original design, approved Shop Drawings, NFPA 10, and requirements of agencies having jurisdiction, as approved by the Architect/Engineer, anchoring all components firmly into position. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 104416-3 THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 104416-4 URS • • • • SECTION 10 51 13 METAL LOCKERS PART 1— GENERAL 1.01 SUMMARY A. This Section includes the following: 1. Single -tier wardrobe lockers. 2. Locker room benches. 1.02 SUBMITTALS A. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each type of locker and bench. B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other Work. 1. Show locker fillers, trim, base, sloping tops, and accessories. Include locker - numbering sequence. C. Samples for Verification: For the following products, in manufacturer's standard sizes, showing the full range of color, texture, and pattern variations expected. Prepare samples from the same material to be used for the Work. 1. Lockers. 2. Locker benches. D. Maintenance Data: For adjusting, repairing, and replacing locker doors and latching mechanisms shall be included in maintenance manuals. 1.03 QUALITY ASSURANCE A. Source Limitations: Obtain locker units and accessories through one source from a single manufacturer. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 10 51 13 - 1 1.04 DELIVERY, STORAGE, AND HANDLING A. Do not deliver lockers until spaces to receive them are clean, dry, and ready for locker installation. B. Protect lockers from damage during delivery, handling, storage, and installation. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Manufacturer: Subject to compliance with requirements, provide products by one of the following: 1. Interior/Medart. 2. List Industries, Inc. 3. Lyon Metal Products, Inc. 4. Penco Products, Inc.; Subsidiary of Vesper Corporation. 5. Republic Storage Systems Co., Inc. 2.02 MATERIALS A. Cold -Rolled Steel Sheet: ASTM A 366, matte finish, suitable for exposed applications, and stretcher leveled or roller leveled to stretcher -leveled flatness. B. Fasteners: Zinc, or nickel -plated steel, slotless type exposed bolt heads, self-locking nuts or lock washers for nuts on moving parts. 2.03 WARDROBE LOCKERS A. Body: Form backs, tops, bottoms, sides, and intermediate partitions from steel sheet; flanged for double thickness at back vertical corners. Comply with the following: 1. Back -Material Sheet Thickness: 0.0478 inch. 2. Side -Material Sheet Thickness: 0.0478 inch. 3. Exposed Ends: Form exposed ends of nonrecessed lockers from minimum 0.0598 inch. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 10 51 13 - 2 URS • • B. Frames: Form channel frames from minimum 0.0598 inch thick steel sheet; lapped • and welded at corners. Form continuous integral door strike on vertical frame members. Provide resilient bumpers to cushion door closing. 1. Latch Hooks: Form from minimum 0.1046 inch thick steel; welded or riveted to door frames. 2. Cross Frames: Form intermediate channel cross frames between tiers from minimum 0.0598 inch thick steel sheet. Weld to vertical frame members. 3. Frame Vents: Fabricate vertical face frames with vents. C. Doors: One-piece steel sheet, formed into channel shape at vertical edges and flanged at right angles at top and bottom edges. Fabricate to prevent springing when opening or closing, and to swing 180 degrees. Comply with the following: 1. Sheet Thickness: 0.0598 inch minimum. 2. Reinforcement: Brace or reinforce inner face of doors over 15 inches wide. 3. Reinforcing and Sound -Dampening Panels: Brace or reinforce inner face of doors with manufacturer's standard reinforcing angles, channels, or stiffener panels. 4. Acoustical Treatment: Fabricate lockers for quiet operation with manufacturer's standard rattle -free latching mechanism and moving components isolated to prevent metal -to -metal contact. 5. Louvered Vents: Stamped, louvered vents in door face, as follows: a. Single -Tier Lockers: No fewer than six louver openings top and bottom. D. Hinges: Steel, full -loop, five or seven knuckle; tight pin; minimum 2 inches high. Weld to inside of door frame and attach to door with at least two factory -installed fasteners that are completely concealed and tamper resistant when door is closed. 1. Provide at least three hinges for each door over 42 inches high and at least two hinges for each door 42 inches high or less. E. Recessed Handle and Latch: Manufacturer's standard housing, formed from 0.0359 inch thick nickel -plated steel or stainless steel, with integral door pull, recessed for latch lifter and locking devices; nonprotruding latch lifter; and automatic, prelocking, pry -resistant latch, as follows: • 1. Provide minimum three-point latching for each door more than 42 inches high; minimum two-point latching for each door 42 inches high or less. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 10 51 13 - 3 URS 2.04 LOCKS A. Fabricate lockers to receive the following locking devices, installed on lockers using security -type fasteners: 1. Built -In Combination Locks: Key -controlled, three -number dialing combination locks; capable of at least five combination changes made automatically with a control key. Comply with the following: a. Bolt Operation: Automatically locking dead bolt. 2.05 LOCKER ACCESSORIES A. Interior Equipment: Furnish each locker with the following items, unless otherwise indicated: 1. Hooks: Manufacturer's standard zinc -plated, ball -pointed steel. Provide one double -prong ceiling hook for single -tier units. Attach hooks with at least two fasteners. 2. Number Plates: Manufacturer's standard etched, embossed, or stamped, aluminum number plates with numerals at least 3/8 inch high. Number lockers in sequence indicated. Attach plates to each locker door, near top, centered, with at least two aluminum rivets. 3. Shelves: Full height lockers shall have one shelf. B. Continuous Metal Base: Minimum 0.0598 thick steel sheet, channel or zee profiled for stiffness, fabricated in lengths as long as practicable to enclose base and base ends of lockers, and finished to match lockers. 1. Height: 4 inches. C. Continuous Sloping Tops: Manufacturer's standard, fabricated from minimum 0.0359 inch thick steel sheet, for installation over lockers with separate flat tops. Fabricate tops in lengths as long as practicable, without visible fasteners at splice locations, finished to match lockers. Provide fasteners, filler plates, supports, and closures, as follows: 1. Closures: Hipped -end type. D. Recess Trim: Manufacturer's standard; fabricated from minimum 0.0478 inch thick steel sheet, minimum 2-1/2 inch face width, and finished to match lockers. Fabricate trim in lengths as long as practicable. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 10 51 13 - 4 • i E. Filler Panels: Manufacturer's standard; fabricated from minimum 0.0478 inch thick steel sheet in an unequal leg angle shape, and finished to match lockers. Provide slip joint filler angle formed to receive filler panel. F. Finished End Panels: Manufacturer's standard; fabricated from minimum 0.0239 inch steel sheet, finished to match lockers, and designed for concealing exposed ends of nonrecessed lockers. 1. Provide one-piece panels for double -row (back-to-back) locker ends. 2.06 LOCKER BENCHES A. Bench Tops: Provide manufacturer's standard one-piece units, of the following material, minimum 9-1/2 inches wide by 1-1/4 inches thick, with rounded corners and edges: 1. Laminated maple with one coat of clear sealer on all surfaces, and one coat of clear lacquer on top and sides. B. Pedestals: Provide manufacturer's standard steel pedestal supports, with predrilled fastener holes, complete with fasteners and anchors, and as follows: 1. Type: Tubular steel, minimum 1-1/2 inch diameter, threaded on both ends, with standard pipe flange at top and bell-shaped cast base; baked enamel finish; floor anchored with concealed fasteners. 2. Color: Match locker units. 2.07 FABRICATION A. Unit Principle: Fabricate each locker with an individual door and frame, individual top, bottom, back, and shelves, and common intermediate uprights separating compartments. B. Knocked -Down Construction: Fabricate lockers for nominal assembly at Project site. C. All -Welded Construction: Preassemble lockers by welding all joints, seams, and connections, with no bolts, screws, or rivets used in assembly. Grind exposed welds flush. D. Fabricate lockers square, rigid, and without warp, with metal faces flat and free of dents or distortion. Make exposed metal edges free of sharp edges and burrs, and safe to touch. Weld frame members together to form a rigid, one-piece assembly. 1. Form locker body panels, doors, shelves, and accessories from one-piece steel • sheet, unless otherwise indicated. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 10 51 13 - 5 2.08 FINISHES, GENERAL A. Finish all steel surfaces and accessories, except prefinished stainless steel and chrome -plated surfaces. B. Comply with NAAMM "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. C. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. D. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved samples and they are assembled or installed to minimize contrast. 2.09 STEEL SHEET FINISHES A. Surface Preparation: Clean surfaces of dirt, oil, grease, mill scale, rust, and other contaminants that could impair paint bond. Use manufacturer's standard methods. B. Baked Enamel Finish: Immediately after cleaning and pretreating, apply manufacturer's standard baked enamel finish consisting of a thermosetting topcoat. Comply with paint manufacturer's written instructions for applying and baking to achieve a minimum dry film thickness of 1.4 mils on doors, frames, and legs, and 1.1 mils elsewhere. 1. Color and Gloss: As selected by Architect/Engineer and/or City from manufacturer's full range. PART 3 - EXECUTION 3.01 EXAMINATION A. Examine concrete bases for suitable conditions where metal lockers are to be installed. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Install metal lockers and accessories level, plumb, rigid, and flush according to manufacturer's written instructions. B. Assemble knocked -down lockers with standard fasteners, with no exposed fasteners on door faces and face frames. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) U Conformed Documents 10 51 13 - 6 April 2013 • • C. Connect groups of all -welded lockers together with standard fasteners, with no exposed fasteners on face frames. D. Anchor lockers to floors and walls at intervals recommended by manufacturer, but not more than 36 inches. Install anchors through backup reinforcing plates where necessary to avoid metal distortion, using concealed fasteners. E. Fit exposed connections of trim, fillers, and closures accurately together to form tight, hairline joints, with concealed fasteners and splice plates. 1. Attach recess trim to recessed lockers with concealed clips. 2. Attach sloping top units to lockers, with closures at exposed ends. F. Attach finished end panels with fasteners only at perimeter to conceal exposed ends of nonrecessed lockers. G. Anchor locker benches to floors. Uniformly space pedestals not more than 72 inches apart, and securely fasten to bench top and anchor to floor. 3.03 ADJUSTING, CLEANING, AND PROTECTION • A. Adjust doors and latches to operate easily without binding. Verify that integral locking devices operate properly. • B. Clean interior and exposed exterior surfaces and polish stainless steel and nonferrous metal surfaces. C. Protect lockers from damage, abuse, dust, dirt, stain, or paint. Do not permit locker use during construction. D. Touch up marred finishes, or replace units that cannot be restored to factory -finished appearance. Use only materials and procedures recommended or furnished by locker manufacturer. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 10 51 13 - 7 URS THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 10 51 13 - 8 URS • • SECTION 11 0513 • COMMON MOTOR REQUIREMENTS FOR EQUIPMENT PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work 1. The electric motors shall be provided in accordance with the requirements specified under this section, the General and Detailed Specifications and the Contract Drawings. B. Coordination 1. Obtain motor nameplate data on equipment being furnished for properly sizing circuit breakers, starters, and overloads. 2. Obtain data on motor space heater and other accessories for properly sizing control power transformers. 1.02 REFERENCES • A. Electric motors shall comply with the latest applicable provisions and recommendations of the following: • 1. NFPA 70 - National Electrical Code. 2. NEMA Standard -MG1- Motors and Generators. 3. UL Standard -674 - Electric Motors and Generators for use in Hazardous Locations. 4. UL Standard -1004 - Electric Motors. 5. AFBMA Standard -9 - Load Ratings and Fatigue Life for Ball Bearings. 6. AFBMA Standard -11 -Load Ratings and Fatigue Life for Roller Bearings. 7. IEEE Standard 841- Severe Duty Totally Enclosed Fan- Cooled Motors. 8. NETA, ATS International Electrical Testing Association Acceptance Testing Specifications. 1.03 SYSTEM DESCRIPTION A. Specific motor data such as HP, RPM, enclosure type shall be as stated in the Detailed Specifications. The specific motor data is specified under the Detailed Specification for the mechanical equipment with which the motor is supplied. The motor types specified under this section shall include: City of Clearwater WTP No. 2 — Contact 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 110513-1 \D REISS ENGINEER G 1. Single Phase, alternating current, fractional horsepower induction motors. 2. Three Phase, alternating current, NEMA frame, squirrel cage, induction motors. 3. Three Phase, alternating current, above NEMA frame, squirrel cage, induction motors. 4. Three Phase, alternating current, submersible, squirrel cage, induction motors. 5. Three Phase, alternating current, wound -rotor, squirrel cage, induction motors. 6. Direct current, small motors. 1.04 DESIGN REQUIREMENTS A. Motors shall be designed, built, and tested in accordance with the latest applicable editions of ANSI/IEEE, NEMA, NFPA, and UL. The classifications, ratings, performance and testing of all motors shall be in accordance with the latest edition of NEMA Publication No. MG1. B. Motors shall be of sufficient capacity to operate the driven equipment under all conditions of operation without loading the motors beyond their rated nameplates current and power under all operating conditions imposed by the driven equipment. C. The rating of the motors offered shall in no case be less than the horsepower shown on the Contract Drawings or stated in the Detailed Specifications. Both the rating and the characteristics of the motor shall be suitable for the successful operation of the driven equipment, under load conditions, within nameplates values of service factor and ambient temperatures. D. Unless otherwise stated in the Detailed Specifications, motors shall be of three phase construction for ratings above 1/3 horsepower and single phase construction for 1/3 horsepower or less. E. All motors operating at 460 volts and below shall be of a type approved for starting characteristics and ruggedness as may be required under the actual conditions of operation. Unless otherwise stated in the Detailed Specifications, motors shall be designed for full voltage starting. When the motor is reduced voltage started, the motor shall develop ample torque for acceleration under the conditions imposed by the reduced voltage starting method. F. Multi -speed motors shall have a separate winding for each speed unless otherwise stated in the Detailed Specifications. G. Portable devices shall have totally enclosed motors and approved cord with provisions for grounding. They shall be suitable for the available power supply. H. All motors shall be continuous time rated suitable for operation in a 40 degrees C ambient unless stated otherwise in the Detailed Specification. City of Clearwater WTP No. 2 — Contact 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 110513-2 • REISENGINEERING I. Motors specified in the General and Detailed Specifications as premium efficiency • type shall have nominal efficiencies in accordance with NEMA MG1, energy efficiency requirements. Motors with horsepower or RPM's not listed by NEMA shall conform to comparable standards of construction and materials as those for listed NEMA motors. J. Motors applied in speed varying service and operated from variable frequency drives shall comply with NEMA MG1 performance standards for inverter fed motors. 1.05 SUBMITTALS A. Contractor shall submit working drawings, shop drawings and material specifications for the approval of the Engineer in accordance with the requirements of the General Conditions, as specified under Division 1 of the Detailed Specifications. A. Working Drawings: 1. Prior to equipment submission, submit a list of proposed manufacturers with the products they produce proposed for the contract. 2. For fractional horsepower motors, data sheets showing nameplate data shall be submitted. 3. For motors rated one horsepower or greater, Motor Test Data Sheets shall be submitted. All values shall be from tests of previously manufactured, electrically duplicate motors or calculated data. Sheets shall be marked to indicate motor application location, manufacturer, type, frame size, bearing type, lubrication medium and enclosure type. Sheets shall include: a. Winding resistances. b. Torques. c. Efficiencies. d. Power factors. e. Slip. f. Full load. g. Locked rotor and no load amperes. h. Rotor voltage and amperes for wound rotor units. i. Nameplates temperature and results of dielectric tests. 4. An outline drawing or an outline data sheet showing complete motor dimensions shall be submitted to cover every motor rated greater than 1/3 horsepower. Several motors of the same type and rating for the same application may be covered by a single drawing or outline sheet. Drawings or sheets shall bear complete identifying data including frame size, speed, horsepower ratings and application for each particular unit. 5. Description of proposed shop and field testing methods, procedures and apparatus with calibration dates shall be submitted. Testing methods and City of Clearwater WTP No. 2 — Contact 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 110513-3 EISS E'NGgNEERIN procedures shall be submitted at least 45 days in advance prior to conformation of witness testing dates and actual testing. 6. Qualifications of proposed testing firm to perform acceptance testing shall be submitted. Submit firm experience records at least 45 days in advance to actual testing, five recent references with phone numbers shall be submitted. 7. All motor accessories, heaters, detectors, etc., shall be submitted. B. Certificates of Compliance: 1. Certified copies of motor characteristic curves and all other data necessary for establishing control and protective equipment settings shall be submitted. 2. Results of shop tests shall be certified. When routine tests are made in conjunction with complete initial tests, results shall be certified and copies shall be submitted. Results shall be included for each test. 3. Data and results of witness tests shall be submitted with copies of certified initial tests, accompanied by a certificate of authenticity sworn to before a notary public by an officer of the manufacturing company. Upon approval, release for shipment to site shall proceed and the Engineer shall be notified of the arrival date. C. Reports: 1. Shop test and field test reports shall be submitted. 2. Manufacturer's site visit and acceptance testing reports shall be submitted. D. Operation and maintenance manuals shall be submitted in accordance with the Detailed Specifications. 1.06 QUALITY ASSURANCE A. General: 1. The motor manufacturer shall maintain a documented Quality Assurance Program implementing suitable procedures and controls to monitor all aspects of production and testing. The Quality Assurance Program shall be the manufacturer's standard program specifically dedicated to ensure each motor is designed, assembled and tested in accordance with the requirements specified. 2. Motor manufacturer shall use a shop test facility that has calibrated testing apparatus, a dynamometer and qualified experienced technicians for all shop tests. Calibration of testing apparatus shall be within one year. 3. All test equipment, instrument calibration and test reports shall be in accordance with the latest edition of the accuracy standard of The U.S. National Institute of Standards and Technology and NETA acceptance testing specification. City of Clearwater WTP No. 2 — Contact 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 110513-4 c.) REISS ENG NEERING 4. Nameplates shall be provided for each motor. Nameplates shall clearly indicate information in accordance with NEMA requirements. Nameplates shall be engraved or embossed on stainless steel and fastened to the motor frame with stainless steel screws or drive pins. B. Field Tests: 1. The motors shall be field tested. Field testing shall be performed in accordance with the requirements specified under Article 3.02. 2. Retain the services of the motor manufacturer for field service. Field service shall be in accordance with the requirements specified under Article 3.03. 3. Acceptance testing shall be in accordance with the requirements specified under Section 26 01 26. 1.07 DELIVERY, STORAGE AND HANDLING A. Electric motors shall be delivered, stored and handled in accordance with the Detailed Specifications, the motor manufacturer's instructions and the following: 1. Motors shall be inspected for shipping damage when received. 2. All sleeve or oil lubricated bearings motors shall be identified and the bearing reservoirs filled to normal level. 3. Motors shall be handled using motor base lifting lugs. Avoid pounding or bumping of motor which may damage motor. A hoist and spreader bar arrangement shall be used to avoid damage. 4. Motors shall be stored indoors in clean, dry heated areas. 5. Motor space heaters shall be energized to prevent moisture condensation throughout the storage and construction period. 6. Motors shall not be stored in areas subject to continuous vibration. A small quantity of grease shall be injected into each bearing on a monthly basis. Purged grease shall be inspected for water or rust. Motor shaft shall be rotated by hand to check for binding. 1.08 SPARE PARTS A. The Contractor shall furnish and deliver to the Engineer, at that part of the site and at such time as the Engineer may direct, spare parts for the electric motors in accordance with the Detailed Specifications. B. The spare parts shall be listed in an index and packed in containers suitable for long term storage, bearing labels clearly designating the manufacturer's part number with complete information for use and reordering. C. Spare parts shall be furnished in accordance with the manufacturer's • recommendations for the motor size and type. Spare parts shall include at a minimum the following: City of Clearwater WTP No. 2 — Contact 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 11 05 13 - 5 April 2013 REI ENGINEERING 1N 1. One set of brushes shall be provided for each DC type motor and wound rotor type motor requiring them. 2. One complete set of bearing linings, or renewable ball or roller bearings shall be provided for each three (or less) of each type and size of motor. Spare bearings shall be furnished for all motor types. When sleeve bearing motors are provided, spare oil rings shall be furnished for those motors. 3. One complete assembly of brush holders and supports shall be provided for each size of DC type motor and wound rotor type motor requiring them. 4. One complete assembly of collector rings shall be provided for each size of wound rotor type motor requiring them. 5. One complete set of fans and guards shall be provided (per each set of three, or less) for each size totally enclosed fan cooled type motor. 6. One set of bearing temperature detectors shall be provided (per each set of three, or less) of each type of motor 250 horsepower and larger. 7. One set of upper and outer seal assemblies shall be provided (per each set of three, or less) for each size submersible type motor. 8. One set of 0 ring kit shall be provided (per each set of three, or less) for each size submersible type motor. 9. One set of wear rings shall be provided (per each set of three, or less) for each size submersible type motor. D. Lubricants: The Contractor shall furnish as part of the bulk lubricant order the quantity of lubricants required to operate and maintain the motors furnished under this section for a period of one year after acceptance. As a minimum, there shall be provided sufficient oil and grease to make a least one lubricant change for each motor as applicable. Replace all lubricants used during startup and testing prior to acceptance of equipment. Furnish this replacement lubricant in addition to the lubricants included in the bulk order. PART 2 - PRODUCTS 2.01 SINGLE PHASE AC MOTORS A. Unless otherwise specified in the Detailed Specifications, single phase motors shall be rated 104/208 or 115/230 volt, capacitor start. Small fan motors may be split - phase or shaded pole type if such are standard for the equipment. B. Bearings for single phase, open, enclosed and explosion -proof motors shall be sealed type. C. Motors shall be totally -enclosed except small fan motors may be open type if suitably protected from moisture, dripping water, and lint accumulation. Motor features shall be in accordance with the following: City of Clearwater WTP No. 2 — Contact 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 110513-6 • • CDREISS ENGINEER NG 1. Open motors shall be split phase or capacitor start in accordance with torque requirements, 1.35 Service Factor, 40 degrees C Ambient Class B Insulation. 2. Enclosed motors shall be capacitor start, fan cooled 1.15 service factor, 40 degrees C ambient, Class F, treated insulation. Enclosed motors shall be totally enclosed fan cooled, or non -ventilated. Enclosed motors shall be designed to withstand chemical corrosion and shall be severe duty type equipped with cast iron end shields, neoprene gaskets, stainless steel shaft, heavy pressed steel fan cover and provision for threaded conduit connection. 3. Explosion -proof motors shall be fan cooled, split phase or capacitor start in accordance with torque requirements, 1.15 service factor, 40 degrees C ambient, equipped with swivel conduit connector and long leads for external connection. 4. Direct drive fan motors shall be shaded pole or permanent split capacitor, 1.35 service factor, 40 degrees C ambient. 2.02 THREE PHASE AC MOTORS A. General: 1. Three phase motors shall be squirrel cage induction type, designed for operation on a 3 phase, 60 hertz alternating current system. Motor voltage and where required adjustable frequency operation shall be as stated in the Detailed Specifications. 2. Unless otherwise required by the load, all motors shall be NEMA Design B, normal starting torque. Locked rotor KVA/HP shall not exceed NEMA Code Letter G for 20 HP motors and larger. 3. The design of the stator, rotor and shaft shall be in accordance with the approved practice of leading manufacturers. The motor frame shall be a rigid structure, designed to maintain the lamination in correct alignment and shall not be dependent on the lamination or bolts for rigidity. 4. Motors having considerable core length shall be provided with approved means for taking up shrinkage in length. 5. Motor rotors shall be of cast or fabricated aluminum or fabricated copper or copper alloy as required to meet the motor performance characteristics of slip, torque, and efficiency. 6. Unless otherwise specified in the Detailed Specifications, three phase squirrel cage motors shall be severe duty totally enclosed. Severe duty motors shall conform to the requirements of IEEE Standard 841. B. Bearings: 1. Horizontal motors shall be provided with either the rolling element (anti - friction) or sliding element (sleeve) type bearings. Anti -friction type bearings shall be used for all NEMA frame motors. Where greater power and speeds are required by the driven equipment, sleeve type bearings shall be used. The City of Clearwater WTP No. 2 — Contact 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 110513-7 lS N lN ERING bearings for all motors larger than 200 horsepower shall be insulated to prevent shaft currents and related bearing damage. 2. Bearings for 3 phase drip -proof, enclosed and explosion -proof motors shall be grease lubricated, ball type. Bearings shall be fitted with inlet fittings and outlet plugs. Motor bearings and grease reservoirs shall be protected from the entry of contaminants. 3. Bearings for direct drive fan motor shall be of the oil lubricated sleeve type. 4. When anti -friction bearing are furnished on horizontal motors for ratings to 500 horsepower and speeds to 3600 RPM they shall have a minimum bearing life of 100,000 hours as defined by AFBMA. Suitable fittings shall be provided to permit convenient positive purging of old grease during regreasing operation. Close running shaft seals shall prevent leakage of grease as well as prevent the entrance of foreign materials such as water and dirt into the bearing area. Motors equipped with anti -friction bearings shall have the appropriate AFBMA number stamped on a nameplate attached to the motor. 5. When furnished, sleeve bearings shall be ring -oiled with an adequate, integral self -cooled oil reservoir. The bearing sleeves shall be lined with a high tin content babbitt to minimize oil contamination. Close running shaft seals shall prevent oil leakage as well as prevent entrance of foreign material such as water and dirt into the bearing area. Oil level sight gages with permanently marked easily discernible oil level shall be provided. In addition, inspection openings to observe the oil rings shall also be provided. 6. When required by motor speed and bearing size, provision shall be made for forced lubrication. The oil supply shall be supplied with motor. In addition, oil rings and an adequate oil reservoir in the bearing housings shall be provided to permit orderly shutdown of the motor in the event of failure of the formed feed lubrication system. 7. Vertical motors shall be provided with thrust bearings adequate for all thrusts to which they can be subjected. The rated minimum life of the thrust bearings shall be at least 15,000 hours when operated at rated speed and full load thrust. The driven equipment manufacturer shall supply the motor manufacturer with the speed and thrust conditions required by the driven equipment. 8. Submersible motor bearings shall be permanently sealed and lubricated. Anti - friction guide and thrust bearings shall be replaceable. Bearings shall have a rated minimum life of 15,000 hours. C. Insulation: 1. The insulation system for three phase AC motors shall be rated Class F, with a service factor of 1.15 times the nameplate horsepower rating when operated on a sine wave supply and a service factor of 1.0 on an adjustable frequency supply. Temperature rise shall be limited to Class B insulation system when City of Clearwater WTP No. 2 — Contact 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 110513-8 EIS ENG NEERIG motor is operated continuously at rated horsepower with an ambient temperature not exceeding 40 degrees C. 2. Windings shall be epoxy coated. The windings shall be thoroughly treated with approved insulating compound suitable for protection against moisture, salt air and slightly acid or alkaline conditions. The insulation system for enclosed motors shall be upgraded by additional dips and bakes to increase moisture resistance. 3. Motors for outdoor service and all motors larger than 200 horsepower shall have vacuum/pressure impregnated epoxy insulation (VPI) for moisture resistance. Motors shall be preheated before VPI and baked in a temperature controlled oven. 4. Motors applied in speed varying service and operated from variable frequency drives shall have an inverter grade insulation system designed and built in accordance with NEMA MG1 Part 31. 5. The stator windings and end turn connections shall be fully brazed to withstand full voltage starting regardless of the starting method indicated in the Detailed Specifications. The bracing system shall essentially eliminate coil vibration under the high current conditions of starting as well as during normal operation. If a tied system is used, it shall be such that no tie depends on the integrity of any other tie within the system. 6. Motors larger than 200 horsepower shall be form wound. Form wound coils with a micaceous ground wall insulation is required with additional insulation similar to Mica 5 and hot pressed to make a sealed system. Coils shall be form wound with mica insulation and each separate coil shall be vacuum pressure impregnated before inserting into slots. D. Enclosures: 1. Wound rotor motors shall be drip -proof, except for crane and hoist installations and where specified otherwise. 2. Motors shall have a steel or cast iron frame and a cast iron or steel conduit box. For wound rotor motors separate boxes for stator and rotor connections shall be provided. For NEMA frame size motors cast aluminum frames and terminal boxes may be used. 3. Motor enclosures shall conform to the NEMA classifications specified and to the following: a. Open Drip proof: Motors shall have a steel or cast iron frame, cast iron end brackets and steel conduit box. Vertical motors of the open type shall be provided with drip hoods ' of approved shape and construction. When the drip hood is too heavy to be easily removed, provision shall be made for access for testing. Open motors shall be provided with corrosion resistant screens over the air openings in accordance with NEMA requirements for guarded machines. City of Clearwater WTP No. 2 — Contact 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 110513-9 REISS ENGINE1[N b. Totally enclosed fan cooled and non -ventilated motors shall have a cast iron frame, cast iron end brackets and cast iron conduit box. Drain holes shall be provided on each end of motor. c. Explosion proof motors shall have a cast iron frame, cast iron end brackets and cast iron conduit box. Unless shown otherwise on the Contract Drawings or stated in the Detailed Specifications, explosion proof motors shall be UL listed for Class 1, Division 1, Group D hazardous areas. d. Severe duty motors shall include a corrosion resistant treatment. Severe duty motors shall have a cast iron frame, cast iron end brackets, cast iron conduit box, stainless steel "T" drains in both end brackets, corrosion resistant fan and stainless steel hardware. e. Submersible motors shall be hermetically sealed, watertight with tandem mechanical seals suitable for continuous submergence and listed for Class 1, Division 1, Group D locations. 4. Motor conduit box shall be split from top to bottom and shall be capable of being rotated to four positions. Motor conduit box shall be in accordance with the following: a. Conduit box shall be gasketed and shall include rubber -like gaskets between the frame and the conduit box and between the conduit box and its cover. b. Conduit boxes or openings in motor housings shall be provided with conduit hub type fittings to permit threaded conduit connections. Single phase, explosion -proof and direct drive fan motors shall be provided with conduit fittings and leads to permit external connection. c. Conduit box sizes shall be in accordance with code requirements. This shall include high-voltage terminations or stress cones. Protective and auxiliary devices shall terminate in auxiliary conduit boxes for motors rated above 600 volt. d. Terminal leads shall be flexible and shall be of sufficient length to extend for a distance of not less than ten inches beyond the face of the terminal box. Terminal leads shall be fitted with solder less lugs suitable for attachment to lugs installed on external wiring. Leads shall be sealed with a non -wicking, non -hygroscopic insulating material or an insulating "wrap -cap" as manufactured by Ideal Industries. e. Provisions for terminal box size, length of leads, size of conduit openings and type of terminal lugs shall be complied with irrespective of any other standards or practice. f. A motor frame grounding stud shall be provided inside the conduit box. A drilled and tapped hole shall be included. 2.03 DC MOTORS A. General: City of Clearwater WTP No. 2 — Contact 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April2013 11 05 13-10 C---) REISS ENGINEERING 1. DC motors shall be designed and built in accordance with NEMA Standard MG1-12 for use on a full wave, single phase, rectified power supply. 2. DC motors shall be heavy duty, industrial SCR drive type, direct current. Motor construction shall be shunt-wound or permanent -magnet type as stated in the Detailed Specifications. 3. DC motors shall provide a constant torque output over the operating speed range, with fixed shunt excitation and variable DC armature voltage. B. Bearings shall be grease lubricated, double shielded, with shaft seals. C. Insulation: 1. The insulation system for DC motors shall be Class F, with a service factor of 1.15 times the nameplate horsepower rating. 2. The windings shall be epoxy coated and include a thermostat protector. Thermostat shall be in accordance with the requirements specified under Paragraph 2.04 C. D. Enclosures: 1. DC motor enclosure shall be totally enclosed fan cooled, or non -ventilated. The frame size shall be selected by the manufacturer to prevent overheating when continuously operated at low speeds. 2. Motor enclosures shall be severe duty type, designed to withstand chemical corrosion, and shall utilize corrosion resistant materials for special finishes in their construction. Motors shall be equipped with cast iron end shield, neoprene gaskets, stainless steel shaft, heavy pressed steel fan cover and provisions for threaded conduit connection. 3. When stated in the Detailed Specification, the motor enclosure shall be fitted with a factory mounted tachometer generator. The generator shall be C -face or flange mounted construction. 2.04 ACCESSORIES A. General: 1. Motor accessories shall be provided in accordance with the requirements specified under this section unless otherwise stated in the Detailed Specifications. 2. Each outdoor motor 5 horsepower and larger shall be provided with space heaters. 5 horsepower and larger enclosed motors installed indoors in damp, unheated spaces shall also be provided with space heaters. 3. Winding thermal protection, thermostat type shall be provided for each motor in accordance with the following: a. Submersible motors and explosion proof motors. b. Variable speed motors up to 200 horsepower. City of Clearwater WTP No. 2 — Contact 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 11 05 13- 11 CD REISS ENG NE IN c. Constant speed motors 5 horsepower and larger up to 200 horsepower. 4. Space heaters, stator and bearing temperature detectors shall be provided for each motor 100 horsepower and larger. 5. Cranes, elevators, hoists, and other devices complying with special safety codes shall be furnished complete with their control equipment, and with all accessories and safety devices for approved safe and efficient operation. B. Space Heaters: 1. Space heaters for condensation prevention shall be rated 120 volt. Wattage shall be suitable for the particular frame size and type in accordance with the manufacturer's recommendation. 2. Space heater wire leads shall be brought out to an auxiliary conduit box on the motor. Box construction shall match main power conduit box. C. Winding thermal protection shall be in accordance with the following: 1. Thermostats shall be bi-metal disk or rod type embedded in the stator windings. Thermostat contacts shall be automatic reset type, rated 120 volt AC, 5 amps minimum opening on excessive temperature. 2. Thermistors embedded in each stator phase winding shall be in direct contact with the winding conductors. Each thermistor circuit shall be factory wired to 120 volt solid state control module mounted at the motor in a NEMA 4X box. The control module contacts shall be automatic reset type, rated 120 volt AC, 5 amps minimum opening on excessive temperature. 3. Resistance temperature detectors shall be 100 ohm precision type with calibrated resistance -temperature characteristics. Detectors, two per phase, shall be positioned to detect highest winding temperature and located between coil sides in stator slots. Detector leads shall be wired to a separate NEMA 4X terminal box. D. Single Phase Motors: Single phase motors requiring auxiliary starting resistors, capacitors or reactors and switching devices shall be furnished as combination units with such auxiliaries either incorporated within motor housings or housed in suitable enclosures, mounted upon motor frames. Each combination unit shall be mounted upon a single base and shall be provided with a single conduit box. 2.05 PAINTING A. External Surfaces: 1. All severe duty motors shall have all external surfaces pretreated, primed and painted. External surfaces shall be pretreated so the surface is clean and free of contaminants. After pretreatment, the surface shall be primed with an oxide primer and then spray painted with a minimum of .003 inch thick epoxy polyamide and semi -gloss coating that is chemical, solvent, salt water, and acid resistant. City of Clearwater WTP No. 2 — Contact 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 11 05 13- 12 • • REISS ENG NEER lNG 2. All other motors shall have external surfaces pretreated, primed and painted in accordance with the manufacturer's standard treatment. B. Internal Surfaces: 1. All severe duty motors shall have all internal surfaces pretreated, primed and painted. Internal surfaces shall be pretreated so the surface is clean and free of contaminants. After pretreatment, the surface shall be primed with an oxide primer and then painted with an epoxy paint. Machined joints and threaded parts shall be coated with rust inhibiting compound. 2. All other motors shall have internal surfaces pretreated and primed in accordance with the manufacturer's standard treatment. C. All machined bolts and screws and other hardware shall be of the hex head type and shall be zinc plated. Stainless steel hardware shall be used on severe duty motors. 2.06 SHOP TESTS A. Certified Shop Tests: 1. Shop testing shall be performed on the motors at the manufacturer's plant prior to shipment. Shop test shall be in accordance with the latest revisions of NEMA MG1 and shall demonstrate that the equipment tested conforms to the requirements specified. 2. The Contractor shall provide a shop test report. The report shall identify the tests performed and the results obtained. 3. Every motor rated less than 200 horsepower shall be given a routine test at the manufacturer's factory. The routine test shall consist of: a. No Load Speed, Voltage and Current at rated frequency. b. Locked Rotor Current. c. Winding Resistance. d. High Potential. e. Bearing Inspection. f. Measurement of Secondary Volts at standstill for wound -rotor units. 4. Motors rated at 200 horsepower or greater shall be given complete initial tests consisting of: a. Full -load Heat Run. b. Percent Slip. c. No Load Speed, Voltage, Current and losses at rated frequency. d. Full Load Current. e. Locked rotor Torque. f. Locked -rotor Current. g. Breakdown Torque (Calculated). h. Starting Torque (squirrel -cage). i. Winding Resistance. City of Clearwater WTP No. 2 — Contact 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 11 05 13- 13 {SS ENGINEERING j. High Potential. k. Sound. 1. Vibration. m. Efficiencies at 125, 100, 75 and 50 percent of full load. n. Power Factors at 125, 100, 75 and 50 percent of full load. o. Bearing Inspection. p. Measurement of Secondary Volts at collector rings for wound -rotor units. B. Witnessed Shop Tests: 1. The Contractor shall perform witnessed shop tests in accordance with the Detailed Specifications. 2. When stated in the Detailed Specifications, motors shall be witness tested. Motors shall be given a complete test two weeks before and then retested in the presence of the witness. 3. When complete initial or witness tests are required for a group of the same type, rating and horsepower for the same application, all units of the group shall be subjected to the complete test, unless specifically stated otherwise in the Detailed Specifications. PART 3 - EXECUTION 3.01 INSTALLATION A. Motors shall be installed in accordance with manufacturer's instructions and recommendations. B. Each motor shall be carefully and properly aligned with the driven equipment. C. Equipment shall be secured to mounting surface with anchor bolts. Anchor bolts shall be provided meeting manufacturer's recommendations and of sufficient size and number to secure equipment. D. Motor nameplates shall be installed for identification of equipment. Nameplates shall be provided in accordance with the requirements of General Specification 15076 - Piping and Equipment Identification. 3.02 FIELD TESTS A. After installation, motors shall be field tested for operation and conformance. The Contractor shall perform field tests in accordance with the Detailed Specifications. The field tests shall be witnessed by the Engineer and certified by the Contractor. B. Motor testing shall be performed by the manufacturer's representative, prior to energizing equipment. Equipment shall not be energized without the permission of City of Clearwater WTP No. 2 — Contact 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 11 05 13-14 • CD LEIS ENGINEERING the Engineer. The testing shall be in accordance with the recommendations of the • manufacturer's representative and shall include at a minimum the following: • 1. Motors shall be checked to determine that they have been properly installed, lubricated and connected. 2. Motors shall be checked to determine they are not overloading, overheating or defective. 3. Motors shall be checked to determine they comply with performance and design parameters. 3.03 MANUFACTURER'S FIELD SERVICES A. A qualified manufacturer's service representative shall assist in the installation of the motors, check the motor installation before it is placed into operation, assist in the performance of field tests, observe and assist initial operations and train the plant operations and maintenance staff in the care, operation and maintenance of the motors. B. The Contractor shall provide equipment start-up services and training in accordance with the Detailed Specifications. C. The Contractor shall provide a field report from the manufacturer's representative for each visit to the site. The report shall include complete information on time, schedule, tasks performed, persons contacted, problems corrected, tests results, training, instruction and all other pertinent information. D. The service representative shall sign in with the Engineer on each day they are at the site. 3.04 ACCEPTANCE TESTING A. The Contractor shall provide acceptance testing of the motors. All acceptance testing shall be performed by the testing firm, after the completion of the field tests specified under Section 26 01 26 The acceptance testing shall be witnessed by the Engineer and certified by the Contractor. B. Acceptance testing inspection shall be performed on each motor larger than 25 horsepower. Inspection shall include the following: 1. Electrical and grounding connections shall be inspected. 2. Shaft alignment, proper mounting and lubrication shall be inspected. 3. Ventilating air passageways shall be inspected for blockage. 4. Excessive noise shall be inspected. 5. Any overheating shall be inspected. 6. Correct rotation shall be inspected. City of Clearwater WTP No. 2 — Contact 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 11 05 13 - 15 April 2013 E1 ENGINEERING 7. Protective detectors operation shall be checked. 8. Any excessive vibration shall be checked. 9. Space heater operation shall be checked. C. Acceptance electrical testing shall be performed on each motor larger than 25 horsepower. Testing shall include the following: 1. Insulation resistance tests shall be performed. 2. Surge comparison testing shall be performed. 3. Vibration tests shall be performed. 4. Bearing insulation resistant tests on insulated bearings shall be performed. 5. Running current and voltage shall be measured and evaluated relative to load conditions and nameplate full -load amperes. 6. High -potential tests shall be performed. 7. For wound rotor motors, additional electrical testing at minimum and normal operating load points and at ring short shall be performed. 8. Motors shall be operated with driven equipment for a minimum of 48 continuous hours and rechecked for overheating and vibration. D. All tests and values for AC and DC motors shall be in accordance with the manufacturer's recommendations and NETA, ATS Acceptance Testing Specification. E. The Contractor shall provide an acceptance testing report. The report shall be in accordance with NETA, ATS Acceptance Testing Specification. City of Clearwater WTP No. 2 — Contact 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 11 05 13-16 • • • REISS ENG NEER N • SECTION 12 21 13 HORIZONTAL LOUVER BLINDS PART 1— GENERAL 1.01 SUMMARY A. The extent of Window Treatment Work includes: 1. Horizontal Louver Blinds. 1.02 QUALITY ASSURANCE A. Single Source Responsibility: 1. Provide window treatment units which are complete assemblies produced by one manufacturer for type required, including hardware, accessory items, mounting brackets, and fastenings. 1.03 SUBMITTALS • A. Product Data: • 1. Submit manufacturer's specifications and installation instructions for window treatment units required. Include methods of installation for each type of opening and supporting structure. B. Shop Drawings: 1. Submit shop drawings for special components and application conditions of window treatment units which are not fully dimensioned or detailed in manufacturer's product data. Show relationship to adjoining work. 2. Include typical elevation layout indicating proposed division between blind units and meeting edges at corners. Provide sections and details at head and sill between blind units and corners. C. Mock-Up/Samples: 1. Mock -Up: a. Submit one small -size operating unit complete with all components and finish to be used in full-size units. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 122113-1 2. Samples: a. Submit manufacturer's color charts consisting of sections of exposed components with integral or applied finishes showing full range of colors available for window treatment assembly required. 3. Obtain Architect/Engineer's approval of Mock -Up unit and color selection prior to fabrication and/or shipment. D. Maintenance Stock: 1. Furnish to the City prior to Final Acceptance, quantity of full-size typical window treatment units equal to 5 -percent of amount installed. Furnish units matching products installed, packaged with protective covering for storage and identified with appropriate labels. 1.04 PRODUCT, DELIVERY, STORAGE AND HANDLING A. The units shall be delivered to the Site in the manufacturer's original, unopened, labeled containers or packages, and shall be stored in enclosed areas with same temperature and humidity conditions as areas in which materials are to be installed. B. All packages under this Section shall be properly marked on the outside with the identification of the material contained in the package, so that they may be readily identified with the location to be used. PART 2 - PRODUCTS 2.01 MATERIALS A. Manufacturer: 1. Subject to compliance with specification requirements, provide products of one of the following: a. Levolor®, Division of Newell Rubbermaid. b. Hunter Douglas. c. Spring Window Fashions. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 12 21 13 - 2 • • B. Horizontal Blinds: 1. Basis of Design: Horizontal binds shall be "Riviera" series as manufactured by Levolor®, constructed of the following components: a. Headrail: Manufacturer's standard headrail consisting of channel - shaped section complete with tilting mechanism, top and end braces, top cradles, cord lock, and accessory items required for type of blind and installation indicated. b. Bottom Rail: Manufacturer's standard tubular steel bottom rail, designed to withstand twisting or sagging. Contour top surface to match slat curvature, with flat or slightly curved bottom. Close ends with manufacturer's standard metal or plastic end caps, of same color a rail. Finish rail in same color as slats, unless otherwise indicated. c. Slats: Manufacturer's standard, spring -tempered aluminum slats, nominal 0.008 " thick, (louver blades), rounded corners with forming burrs removed, as follows: (1) Slat Width: 2" nominal slats, with other components sized to suit. (2) Provide slats designed and spaced to achieve maximum overlap and closure for optimum light exclusion. Notch rear of blade at ladders and offset rout holes at lift cords to enable blades to touch one another when closed. d. Ladders: Manufacturer's standard twill tape ladder construction designed to support and maintain slats at proper spacing and alignment in open and closed positions as follows: (1) Braided polyester cord design consisting of vertical components of not less than 0.043" nor more than 0.068" in diameter and integrally braided ladder rungs of not less than 4 threads;. space ladders not further than 23" apart and 7" from ends of slats. e. Tilting Mechanism: Manufacturer's standard assembly including disengaging worm and gear mechanism to eliminate overdrive, low friction gear tilter, drum and cradle at each ladder, tilt rod, tape clips, and grommet guides to prevent wear on ladder and cords; designed to hold slats at any angle and prevent movement of slats due to vibration, operated as follows: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 12 21 13 - 3 (1) Wand Operation: Manufacturer's standard, detachable clear plastic wand, of proper length to suit blind installation, to provide convenient operation, and detachable without tools by raising locking sleeve. f. Lifting Mechanism: Manufacturer's standard, including crash -proof cord locks with cord separators and braided polyester or nylon lift cords with plastic cap at ends. Size cord to suit blind type. Include cord equalizers of self -aligning type designed to maintain horizontal blind position. g. Installation Brackets: Manufacturer's standard brackets designed to facilitate removal of head channels. Provide intermediate brackets at spacing recommended by blind manufacturer. Include hardware necessary for secure attachment of brackets to adjoining construction and to head rails. Design brackets to support safely the weight of blind assemblies plus forces applied to operate blinds. h. Finish: provide finishes indicated below. Finish exposed accessories and hardware to match rail color. Provide manufacturer's standard corrosion resistant finish to concealed items of hardware. (1) Steel Components: Galvanize and either phosphate coat or prime exposed steel surfaces, followed by manufacturer's standard baked -on synthetic resin enamel finish. (2) Aluminum Slats: Provide manufacturer's standard factory - applied finish system consisting of chemical conversion coating followed by baked -on synthetic resin enamel finish coat. (3) Color(s) to be as selected by Architect/Engineer. 2.02 FABRICATION AND OPERATION A. Prior to fabrication, verify actual opening dimensions by accurate site measurements. Adjust dimensions for proper fit at openings. Cooperate with other trades for securing tracks to substrates and other finished surfaces. B. Fabricate window treatment components from non -corrosive, non -staining, non - fading materials which are completely compatible with each other, and which do not require lubrication during normal expected life. C. Fabricate blind units to completely fill the openings as shown, from head -to -sill and jamb -to -jamb. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 12 21 13 - 4 • • D. For continuous window wall installations (if occurring), fabricate blinds so that ends occur only over mullions or other defined vertical separation, unless otherwise indicated. E. Space supporting ladders to comply with manufacturer's standards, unless otherwise indicated. F. Space slats to provide overlap for light extrusion when in fully closed position. G. Equip horizontal blind units, unless otherwise indicated for the following operation: 1. Full -tilting operation with slats rotating approximately 180E. Place tilt operating controls on left-hand side of blind units unless otherwise indicated. 2. Full -height raising, to manufacturer's minimum stacking dimension, with lifting cord locks for stopping blind at any point of ascending or descending travel. Place pull cords on right-hand side of blind units, unless otherwise indicated. PART 3 - EXECUTION • 3.01 INSTALLATION A. Install window treatment units recessed in window frame and flush with interior wall and in manner indicated to comply with manufacturer's instructions. Position units level, plumb, secure, at proper height and locations relative to adjoining window units and other related work. Securely anchor units with proper clips, brackets, anchorages, suited to type of mounting indicated. • B. Provide adequate clearance between sash and blinds to permit unencumbered operation of sash hardware. C. Isolate metal parts from concrete and mortar to prevent galvanic action. Use tape or thick coating or other means recommended by manufacturer to effect separation. D. Protect installed units to ensure their being in operating condition, without damage, blemishes, or indication of use at completion of Project. Repair or replace damaged units as directed by Architect/Engineer. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 12 21 13 - 5 3.02 CLEANING A. Immediately prior to Final Acceptance, remove all protective materials and clean all exposed units furnished and installed under this Section. B. This will include removal of manufacturer's labels or any other material or substance on the surface, in the event this has not been performed at a prior time. Cleaning shall be performed by the use of cleaning materials and methods which will not damage the units or surroundings in any way. C. Do not use abrasives or harmful cleaning agents. D. Remove from the premises all waste materials and debris accumulating on account of this Work. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 12 21 13 - 6 1 • SECTION 13 3419 PRE-ENGINEERED METAL BUILDING AND CANOPY SYSTEMS PART 1— GENERAL 1.01 SUMMARY A. Provide all materials, labor, equipment, and services to engineer, fabricate and erect pre-engineered, clear span tapered column, rigid -frame -type metal building system including structural supports and foundations for Ozone Building and Reverse Osmosis Expansion Building Canopies as indicated on the Drawings and specified herein. Metal building system shall include, but not be limited to, the following: 1. Structural steel framing. 2. Exterior walls constructed of manufacturer's standard pre -formed non - insulated wall panels mechanically attached to steel framing. Use liner panels on inside of structure to 8' height above finished floor. 3. Roof system consisting of manufacturer's standard standing -seam non -insulated roof panels mechanically attached to steel framing. 4. Steel doors, coiling overhead service doors and louvers complete with all operating hardware and accessories. 5. Mechanical and electrical systems as indicated and/or required. B. Canopies used on Reverse Osmosis Expansion building shall be engineered and erected using same materials as Ozone Building. 1.02 RELATED WORK A. CAST -IN-PLACE CONCRETE: Section 03 30 00. B. UNDERSLAB VAPOR BARRIER: Section 07 26 17. C. HOLLOW METAL DOORS AND FRAMES: Section 08 11 13. D. OVERHEAD COILING DOORS: Section 08 33 23. E. DOOR HARDWARE: Section 08 71 00. F. FIXED LOUVERS: Section 08 91 19. G. TERMITE TREATMENT: Section 31 31 16. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 13 34 19 - 1 1.03 QUALITY ASSURANCE A. Product Compliance: 1. The pre-engineered building system including doors, coiling overhead doors, and canopies shall have a State of Florida Product Control Notice of Acceptance (NOA) and meet all requirements of the Florida Product Approval System as required by Florida Statute 553.842 and Florida Administrative Code 9B-72. B. Manufacturer's Qualifications: 1. Provide pre-engineered metal building and canopy systems manufactured by a firm experienced in manufacturing metal building systems that are similar to those indicated for this Project and have a record of successful in-service performance. Manufacturer must be a member in good standing of the MBMA. 2. Fabricator plant quality control and inspection program shall be of such caliber that will meet the requirements of the building code and/or be approved by the project's governing authority to comply with "special inspections" requirements. 3. Manufacturing plant/facility must have complete, current approval of its internal quality control plan per requirements of the IAS accreditation criteria AC 472 "Inspection Programs for Manufacturers of Metal Building Systems" all three parts. C. Installer's Qualifications: 1. Engage an experienced installer to erect the pre-engineered metal building and canopy systems who has specialized in the erection and installation of types of metal building and canopy systems similar to that required for this Project and who is certified in writing by the metal building system manufacturer as qualified for erection of the manufacturer's products. 2. Installer must have minimum of 5 years current experience in erection of similar structures. D. Single -Source Responsibility: 1. Obtain the metal building system components, including structural framing, wall and roof covering, and accessory components, from one source, from a single manufacturer. E. System Performance Requirements: 1. Engineer, design, fabricate and erect the pre-engineered metal building and canopy systems to withstand loads from winds, gravity, structural movement including movement thermally induced, and to resist in-service use conditions City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents 13 34 19 - 2 April 2013 • • that the building will experience, including exposure to the weather, without failure. 2. Design each member to withstand stresses resulting from combinations of loads that produce the maximum allowable stresses in that member as prescribed in Metal Building Manufacturers' Association (MBMAs) "Design Practices Manual." F. Design Loads: 1. Basic design loads, as well as auxiliary and collateral loads, are indicated on the Drawings and in the Florida Building Code. a. Basic design loads include live load and wind load, in addition to the dead load. b. Collateral loads include additional dead loads over and above the weight of the metal building system such as lighting systems. Provide no less than 5 psf. G. Building Foundation: 1. All footings, foundations, anchor bolts and piers have been verified based on • existing conditions and on assumed loadings and reactions. a. Member sizes and geometry may vary depending on the building being supplied. b. Do not install anchor bolts until Engineer has verified design with approved Shop Drawings of metal building being supplied. c. Buildings shall be designed with hinged column bases. Fixed base columns are not permitted. H. Reference Standards: 1. Florida Building Code: a. Latest adopted edition, as amended. 2. Metal Building Manufacturers Association (MBMA): a. "Design Practices Manual." 3. American Institute of Steel Construction (AISC): • a. "Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildings." City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents 13 34 19 - 3 April 2013 4. American Iron and Steel Institute (AISI): a. "Specifications for the Design of Cold Formed Steel Structural Members." b. "Design of Light Gage Steel Diaphragms." 5. American Welding Society (AWS): a. "Standard Code for Arc and Gas Welding in Building Construction." 6. American Society for Testing and Materials (ASTM): a. Reference Standards. 7. American Concrete Institute (ACI): a. ACI Reference Standards. 8. Concrete Reinforcing Steel Institute (CRSI): a. Manual of Standard Practice. 1.04 SUBMITTALS A. Product Data: 1. Submit product data consisting of metal building and canopy systems manufacturer's product information for building components and accessories. B. Structural Calculations: 1. Submit structural calculations for pre-engineered metal building and canopy systems including column reactions for each footing to verify foundation sizes. Structural calculations shall be prepared by or under the supervision of a Professional Engineer currently registered in the State of Florida, and shall verify that the structural framing and covering panels meet indicated loading requirements and codes of authorities having jurisdiction. Submit two (2) sets of these design calculations sealed by the licensed professional engineer. 2. Horizontal sway deflection of building due to combination of required design loads shall be not greater than the height divided by 120. 3. Deflection of purlins and secondary members not to exceed L/180 of its span when supporting applicable vertical live, dead, and auxiliary loads. C. Shop Drawings: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 133419-4 • 1. Submit shop drawings for metal building structural framing and canopy systems, roofing and siding panels, concrete, and other metal building and canopy system components and accessories as required in Section 01 33 00. a. Structural Framing: Furnish complete erection drawings prepared by or under the supervision of a Professional Engineer currently registered in the State of Florida. Include details showing fabrication and assembly of the metal building and canopy systems. Show anchor bolts, ties for horizontal frame thrusts; sidewall, endwall, and roof framing. Include transverse cross-sections. b. Roofing, Siding, and Interior Liner Panels: Provide layouts of panels on walls and roofs, details of edge conditions, joints, corners, profiles, supports, anchorages, trim, flashings, closures, and special details. Include transverse cross-sections. c. Building and Canopy Accessory Components: Provide details of metal building accessory components to clearly indicate methods of installation including the following: (1) Sheet Metal Accessories: Provide layouts at 1/4 -inch scale. Provide details of ventilators, louvers and other sheet metal accessories at not less than 1-1/2 inch scale showing profiles, methods of joining, and anchorages. (2) Fabricate building structure, roof and wall panels, accessories and trim in accordance with requirements of AISC and MBMA. (3) Provide all necessary clips, flashing angles, caps, channels, closures, bases and any other miscellaneous trim required for complete water and airtight installation. (a) Provide an inside closure at the base of all corrugated panels and an outside closure at the top of all corrugated panels in addition to all other closure strips required. (i) Closure strips shall be formed to fit the corrugation of the metal panels and shall be securely supported in place. (ii) Closure strips shall fit between corrugated panels and trim or flashing as required to completely separate the interior of the building from the exterior. (b) Provide flashing at all intersections of wall panels and roof panels, and above all openings in wall and roof panels, in addition to all other flashing required. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 13 34 19 - 5 (4) At door and louver openings, provide additional framing and fasteners as required to structurally replace the wall panel and/or framing displaced. (5) Submit manufacturers certificate of accreditation per IAS AC 472. (6) Samples for Verification Purposes: Provide samples of roofing and siding panels, 12 -inch long by actual panel width, in the profile, style, color, and texture indicated. Include clips, battens, fasteners, closures, and other panel accessories. (7) Installer Certificate: Provide Installer certificates signed by metal building manufacturer certifying that the installer complies with requirements included in Item 1.03 QUALITY ASSURANCE, Paragraph C., of this Section. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver prefabricated components, sheets, panels, and other manufactured items so they will not be damaged or deformed. Package wall and roof panels for protection against transportation damage. B. Exercise care in unloading, storing, and erecting wall and roof covering panels to prevent bending, warping, twisting, and surface damage. C. Stack materials on platforms or pallets, covered with tarpaulins or other suitable weathertight ventilated covering. Store metal wall and roof panels so that water accumulations will drain freely. Do not store panels in contact with other materials that might cause staining, denting or other surface damage. 1.06 WARRANTY A. Roofing and Siding Panel Finish Warranty: 1. Furnish the roofing and siding panel manufacturer's written warranty, covering failure of the factory -applied exterior finish on metal wall and roof panels, and related accessories within the warranty period. 2. Warranty period for factory -applied exterior finishes on wall and roof panels is twenty (20) years after the date of Final Acceptance. PART 2 - PRODUCTS 2.01 MANUFACTURERS City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 133419-6 • • • A. Basis of Design: Butler Buildings. Subject to compliance with specification requirements, manufacturers offering pre-engineered metal building systems that may be incorporated into the Work include, but are not limited to, the following: 1. Star Buildings. 2. Varco-Pruden Buildings. 2.02 MATERIALS A. Hot -Rolled Structural Steel Shapes: Comply with ASTM A 36 or A 529. B. Steel Tubing or Pipe: Comply with ASTM A 500, Grade B, ASTM A 501, or ASTM A 53. C. Steel Members Fabricated from Plate or Bar Stock: Provide 42,000 psi minimum yield strength. Comply with ASTM A 570 or ASTM A 572. D. Steel Members Fabricated by Cold Forming: Comply with ASTM A 607, Grade 50. E. Cold -Rolled Carbon Steel Sheet: Comply with ASTM A 366 or ASTM A 568. • F. Hot -Rolled Carbon Steel Sheet: Comply with ASTM A 568 or ASTM A 569. G. Structural Quality Zinc -Coated (Galvanized) Steel Sheet: Comply with ASTM A 446 with G90 coating complying with ASTM A 525. H. Bolts for Structural Framing: Comply with ASTM A 307 or ASTM A 325 as necessary for design loads and connection details. I. Paint and Coating Materials: 1. Shop Primer for Ferrous Metal: Fast -curing, lead-free, abrasion -resistant, rust -inhibitive primer selected by the manufacturer for compatibility with substrates with types of alkyd finish paint systems indicated and for capability to provide a sound foundation for field -applied topcoats despite prolonged exposure. Comply with Federal Specification (FS) TT -P-86, Types I, II, or III. 2. Shop Primer for Galvanized Metal Surfaces: Zinc dust -zinc oxide primer selected by the manufacturer for compatibility with the substrate. Comply with FS TT -P-641. J. Vapor Barrier: Refer to Section 07 26 17 — UNDERSLAB VAPOR BARRIER for • requirements. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 133419-7 K. Soil Treatment: Refer to Section 31 31 16 — TERMITE TREATMENT for requirements. L. Material Reuse: A minimum of 10 percent (by dollar value) of materials and products for the project must be salvaged, refurbished, reused, or recycled. Contractor shall track and provide documentation. M. Regional Materials: Contractor shall document materials to indicate that a minimum of 20 percent (by dollar value) of materials and products for the project are [extracted, harvested, or recovered, as well as] manufactured, regionally within a 500 mile radius of the project site. 2.04 STRUCTURAL FRAMING A. Rigid Frames: 1. Fabricate from hot -rolled structural steel shapes. Provide factory -welded, shop painted, built-up "I -beam" -shape or open -web -type frames consisting of tapered or parallel flange beams and tapered columns. Furnish frames with attachment plates, bearing plates, and splice members. Factory drill for field - bolted assembly in accordance with requirements of AISC and MBMA. 2. Provide length of span and spacing of frames indicated. Slight variations in length of span and frame spacing may be acceptable if necessary to meet manufacturer's standard. B. Primary Endwall Framing: 1. Provide the following primary endwall framing members fabricated for field - bolted assembly: a. Endwall Columns: Manufacturer's standard shop -painted, built-up factory -welded "I" -shape or cold formed "C steel sections. b. Endwall Beams: Manufacturer's standard shop -painted "C" -shape roll - formed steel sections. C. Secondary Framing: Provide the following secondary framing members: 1. Roof Purlins, Sidewall, and Endwall Girts: "C" -or "Z" -shaped roll -formed steel sections, shop -painted. Purlin spacers shall be fabricated from cold - formed galvanized steel sections. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 133419-8 • • • 2. Eave Struts: Unequal flange "C" -shaped sections formed to provide adequate backup for both wall and roof panels. Fabricate from shop -painted roll -formed steel. 3. Flange and Sag Bracing: 1-5/8- by 1-5/8 inch angles fabricated from shop - painted roll -formed steel. 4. Base or Sill Angles: Fabricate from cold -formed galvanized steel sections. 5. Secondary Endwall Structural Members: Except columns and beams, shall be the manufacturer's standard sections fabricated from cold -formed galvanized steel. D. Wind Bracing: 1. NO X -bracing is permitted. Use rigid frames for lateral loads in each direction. Locate portal frames as shown on Design Drawings. E. Bolts: 1. Provide shop -painted bolts except where structural framing components are in direct contact with roofing and siding panels. Provide zinc -plated or cadmium -plated bolts when structural framing components are in direct contact with roofing and siding panels. F. Shop Painting: 1. Clean surfaces to be primed of loose mill scale, rust, dirt, oil, grease, and other matter precluding paint bond. Follow procedures of SSPC-SP3 for power -tool cleaning, SSPC-SP7 for brush-off blast cleaning, and SSPC-SP1 for solvent cleaning. a. Prime structural steel primary and secondary framing members with the manufacturer's standard rust -inhibitive primer. b. Prime galvanized members after phosphoric acid pretreatment, with manufacturer's standard zinc dust -zinc oxide primer. 2.05 ROOFING AND SIDING PANELS A. Face Sheets: 1. Fabricate wall and roof panel face sheets to manufacturer's standard profile or configuration from structural quality, Grade C, zinc -coated steel sheets. B. Wall Panels: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 133419-9 1. Provide field -assembled wall panel units, consisting of metal interior liner (to 8' high above finished floor) and exterior face sheets. Securely fasten units together with rivets, bolts, studs, "snap -on," or other approved methods of fastening, including interlocking with basic wall units. 2. Design joints between panels to form weathertight seals. C. Standing Seam Roof Panels: 1. Manufacturer's standard factory -formed standing -seam roof panel system designed for mechanical attachment of panels to roof purlins using a concealed clip. Form panels of Grade C, zinc -coated steel sheets. D. Fasteners: 1. Self -tapping screws, bolts, nuts, self-locking rivets, self-locking bolts, end - welded studs, and other suitable fasteners designed to withstand design loads. 2. Provide metal-backed neoprene washers under heads of fasteners bearing on weather side of panels. 3. Use stainless steel fasteners for exterior application and galvanized or cadmium -plated fasteners for interior applications. 4. Locate and space fastenings in true vertical and horizontal alignment. Use proper tools to obtain controlled uniform compression for positive seal without rupture of neoprene washer. 5. Provide fasteners with heads matching color of roofing or siding sheets by means of plastic caps or factory -applied coating. 6. Anchor Bolts: ASTM F593, Type 304 Stainless Steel with matching nut and washer. a. Embedment details to be developed by Engineer upon receipt of anchor bolt and loading information from manufacturer. b. All anchor bolts shall be post installed. See Specification Section 05 50 00 and the Contract Drawings for more details. 7. Fasteners: • a. Building frame, girts, and purlins: ASTM A325 or ASTM A307, hot- • dipped galvanized bolts. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 13 34 19-10 • • b. Roof panels: Stainless steel, similar to "ZAC" by Weatherguard products. c. Wall panels: Stainless steel, similar to "MAC" by Weatherguard Products. d. Miscellaneous fasteners: Corrosion resistant. E. Accessories: 1. Provide the following sheet metal accessories, as applicable, factory -formed of the same material in the same finish as roof and wall panels: a. Wall Louvers. b. Flashings. c. Fillers. d. Ridge Covers. e. Fascias. F. Flexible Closure Strips: 1. Closed -cell, expanded cellular rubber, self -extinguishing flexible closure strips. Cut or pre -mold to match configuration of roofing and siding sheets. Provide closure strips where indicated or as required to ensure weathertight construction. G. Sealing Tape: 1. Pressure -sensitive 100 percent solids grey polyisobutylene compound sealing tape with release paper backing. Provide a permanently elastic, non -sag, nontoxic, non -staining tape 1/2 inch wide and 1/8 inch thick. H. Joint Sealant: 1. One -part elastomeric polyurethane, polysulfide, or silicone rubber sealant as recommended by system building manufacturer. I. Fluoropolymer Finish: 1. Provide shop -applied fluoropolymer finish to galvanized steel roofing and siding panels, and related trim and accessory elements. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 13 34 19-11 2. Clean galvanized steel with an alkaline compound, then treat with a zinc phosphate conversion coating and seal with a chromic acid rinse. 3. Apply a 2 -coat fluoropolymer coating system to pretreated steel. Coating shall consist of a specially formulated inhibitive primer applied to a dry film thickness of 0.15 mil to 0.25 mil and a fluorocarbon color coat containing not less than 70 percent polyvinylidene fluoride resin by weight applied to a dry film thickness of 0.80 mils to 1.3 mils. 4. Color to be selected and approved by the City and Architect prior to application. 2.06 SHEET METAL ACCESSORIES (AS APPLICABLE) A. General: 1. Provide coated steel sheet metal accessories with coated steel roofing and siding panels. B. Wall Louvers: 1. Manufacturer's standard fixed wall louvers in sizes and locations indicated. Louver blades shall be designed to exclude driving rain. Finish to match adjacent wall panels. 2.07 STEEL DOORS AND FRAMES A. Refer to Section 08 11 13 — HOLLOW METAL DOORS AND FRAMES for requirements. 2.08 DOOR HARDWARE A. Refer to Section 08 71 00 — DOOR HARDWARE for requirements. 2.09 OVERHEAD COILING DOORS A. Refer to Section 08 33 23 — OVERHEAD COILING DOORS for requirements. 2.10 FABRICATION A. General: 1. Design prefabricated components and necessary field connections required for erection to permit easy assembly and disassembly. 2. Fabricate components in such a manner that once assembled, they may be disassembled, repackaged, and reassembled with a minimum amount of labor. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 13 34 19 - 12 • • 111 3. Clearly and legibly mark each piece and part of the assembly to correspond • with previously prepared erection drawings, diagrams, and instruction manuals. B. Structural Framing: 1. Shop -fabricate framing components to size and section per approved shop drawings with base plates, bearing plates, and other plates required for erection, welded in-place. Provide holes for anchoring or connections shop - drilled or punched to template dimensions. 2. Shop Connections: Provide power riveted, bolted, or welded shop connections. 3. Field Connections: Provide bolted field connections. 4. Finish: Provide manufacturer's shop applied rust -inhibitive primer per Item 2.04, Paragraph F of this Section. PART 3 — EXECUTION 3.01 SOIL TREATMENT A. Provide soil treatment for termite control at all concrete slabs and foundations to be developed into occupied areas per requirements of Section 31 31 16 — TERMITE TREATMENT. 3.02 VAPOR BARRIER A. Apply directly to compacted earth base, under concrete slabs, one layer of the vapor barrier membrane per requirements of Section 07 26 17 — UNDERSLAB VAPOR BARRIER. 3.03 CONCRETE FOUNDATIONS AND SLABS A. Concrete foundations and floor slabs shall be level and true, and shall be inspected and approved before the structural steel work is started. Anchor bolts shall be installed while the concrete work is in progress; templates or other gaging devices shall be used to assure accurate spacing of the anchor bolts. Defects or errors in the fabrication of building components shall be corrected in an approved manner. Defects or errors in fabrication of components, which cannot be corrected in an approved manner, shall be replaced by non -defective members at no additional cost. Columns, rigid frames, and walls of self -framing buildings shall be plumbed in both City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 13 34 19 - 13 directions, guyed and stayed, and all framing elements shall be accurately spaced to assure the proper fitting of wall and roof panels. B. Refer to Section 03 30 00 — CAST -IN-PLACE CONCRETE for additional requirements. 3.04 BUILDING ERECTION A. Framing: Erect framing true to line, level, plumb, rigid, and secure. Level base plates to a true even plane with full bearing to supporting structures, set with double - nutted anchor bolts. Use a nonshrinking grout to obtain uniform bearing and to maintain a level base line elevation. Moist cure grout for not less than seven (7) days after placement. B. Purlins and Girts: Provide rake or gable purlins with tight -fitting closure channels and fascias. Locate and space wall girts to suit door and window arrangements and heights. Secure purlins and girts to structural framing and hold rigidly to a straight line by sag rods. C. Framed Openings: Provide shapes or proper design and size to reinforce openings and to carry loads and vibrations imposed, including equipment furnished under mechanical and electrical work. D. Field Quality Control: 1. Inspect field welding in accordance with AWS D1.1, Section 6 including the following non-destructive testing: a. Visually inspect all welds. b. Test 50 percent of full penetration welds and 10 percent of fillet welds with liquid dye penetrant. c. Test 20 percent of full penetration welds with ultrasonic or radiographic testing. 2. Inspect high-strength bolting in accordance with the RCSC Specification for Structural Joints, Section 9. a. Inspect while work is in progress. 3. Inspect structural steel which has been erected. 4. Prepare and submit test reports to Engineer. a. Assist Engineer to determine corrective measures necessary for defective work. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 13 34 19 - 14 • • • 3.05 ROOFING AND SIDING A. General: 1. Arrange and nest sidelap joints so prevailing winds blow over, not into, lapped joints. Lap ribbed or fluted sheets one full rib corrugation. Apply panels and associated items for neat and weathertight enclosure. Avoid "panel creep" or application not true to line. Protect factory finishes from damage. 2. Field cutting of exterior panels by torch is not permitted. 2. Provide weatherseal under ridge cap. Flash and seal roof panels at eave and rake with rubber, neoprene, or other closures to exclude weather. B. Standing -Seam Roof Panel System: 1. Fasten roof panels to purlins with concealed clips in accordance with manufacturer's instructions. 2. Install clips at each support with self -drilling fasteners. 3. At end laps of panels, install tape calk between panels. 4. Install factory -caulked cleats at standing -seam joints. Machine -seam cleats to the panels to provide a weathertight joint. C. Wall Sheets: 1. Apply elastomeric sealant continuously between metal base channel (sill angle) and concrete, and elsewhere as necessary for waterproofing. Handle and apply sealant and backup in accordance with the sealant manufacturer's recommendations. 2. Align bottom of wall panels and fasten panels with blind rivets, bolts, or self - tapping screws. Fasten flashings and trim around openings and similar elements with self -tapping screws. Fasten window and door frames with machine screws or bolts. When building height requires two rows of panels at gable ends, align lap of gable panels over wall panels at eave height. 3. Install screw fasteners with power tools having controlled torque adjusted to compress neoprene washer tightly without damage to washer, screw threads, or panels. Install screws in predrilled holes. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 13 34 19 - 15 4. Provide weatherproof (sealed) escutcheons for pipe and conduit penetrating exterior walls. D. Sheet Metal Accessories: 1. Install wall louvers, and other sheet metal accessories in accordance with manufacturer's recommendations for positive anchorage to building and weathertight mounting. Adjust operating mechanism for precise operation. 3.06 MECHANICAL AND ELECTRICAL A. Refer to Drawings for mechanical and electrical work, and Divisions 22, 23, and 26 for requirements. 3.07 CLEANING AND TOUCH-UP A. Clean component surfaces of matter that could preclude paint bond. Touch-up abrasions, marks, skips, or other defects to shop -primed surfaces with same type material as shop primer. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 13 34 19 - 16 • • SECTION 13 34 21 PRE-ENGINEERED ALUMINUM CANOPY STRUCTURES PART 1— GENERAL 1.01 SUMMARY A. Provide all materials, labor, equipment, and services to engineer, fabricate and erect pre-engineered aluminum main entrance canopy and entry canopy systems with smooth sheet aluminum panels, integrated gutter and downspout system (each side) rod and clevis, connection plates and all attachments required for a complete installation. 1.02 RELATED WORK A. PRE-ENGINEERED METAL BUILDING SYSTEM: Section 13 34 19. 1.03 QUALITY ASSURANCE A. Product Compliance: 1. The pre-engineered aluminum canopy systems shall have a State of Florida Product Control Notice of Acceptance (NOA) and meet all requirements of the Florida Product Approval System as required by Florida Statute 553.842 and Florida Administrative Code 9B-72. B. Manufacturer's Qualifications: 1. Provide pre-engineered aluminum canopy systems shall be manufactured by a firm experienced in manufacturing canopy systems that are similar to those indicated for this Project and have a record of successful in-service performance. C. Installer's Qualifications: 1. Engage an experienced installer to erect the pre-engineered aluminum canopy systems who has specialized in the erection and installation of canopy systems similar to that required for this Project and who is certified in writing by the canopy system manufacturer as qualified for erection of the manufacturer's products. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 133421-1 D. Single -Source Responsibility: 1. Obtain the pre-engineered aluminum canopy system components, including structural framing, panels, attachments and accessory components, from one source, from a single manufacturer. E. System Performance Requirements: 1. Engineer, design, fabricate and erect the pre-engineered pre-engineered aluminum canopy systems to withstand loads from winds, gravity, structural movement including movement thermally induced, and to resist in-service use conditions that the building will experience, including exposure to the weather, without failure. F. Reference Standards: 1. Florida Building Code: a. Latest adopted edition, as amended. 2. National Association of Architectural Metal Manufacturers (NAAMM): a. Referenced Standards. 3. American Welding Society (AWS): a. "Standard Code for Arc and Gas Welding in Building Construction." 4. American Society for Testing and Materials (ASTM): a. Reference Standards. 5. Aluminum Association (AA): a. Reference Standards. 1.04 SUBMITTALS A. Product Data: 1. Submit product data consisting of pre-engineered aluminum canopy system manufacturer's product information for canopy components and accessories. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 13 34 21 - 2 • • • • B. Structural Calculations: 1. Submit structural calculations for pre-engineered aluminum canopy systems. Structural calculations shall be prepared by or under the supervision of a Professional Engineer currently registered in the State of Florida, and shall verify that the structural framing and covering panels meet indicated loading requirements and codes of authorities having jurisdiction. Submit two (2) sets of these design calculations sealed by the licensed professional engineer. C. Shop Drawings: 1. Submit shop drawings for pre-engineered aluminum canopy framing system, panels, gutters and downspouts, and other system components and accessories. a. Framing: Furnish complete erection drawings showing fabrication and assembly of the pre-engineered aluminum canopy systems. Indicate anchor bolts, ties, and accessories. Include transverse cross-sections. b. Panels: Provide layouts of panels, details of edge conditions, joints, corners, profiles, supports, anchorages, trim, flashings, closures, and special details. Include transverse cross-sections. c. Accessory Components: Provide details of accessory components including gutters and downspouts to clearly indicate methods of installation. D. Samples: 1. Samples for Verification Purposes: Provide samples of canopy panels, 12 -inch long by actual panel width, in the profile, style, color, and texture indicated. Include clips, battens, fasteners, closures, and other panel accessories. E. Installer Certificate: 1. Provide Installer certificates signed by metal building manufacturer certifying that the installer complies with requirements included in Item 1.03 QUALITY ASSURANCE, Paragraph C., of this Section. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver prefabricated components, sheets, panels, and other manufactured items so they will not be damaged or deformed. Package panels for protection against transportation damage. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 13 34 21 - 3 B. Exercise care in unloading, storing, and erecting panels to prevent bending, warping, twisting, and surface damage. C. Stack materials on platforms or pallets, covered with tarpaulins or other suitable weathertight ventilated covering. Store panels so that water accumulations will drain freely. Do not store panels in contact with other materials that might cause staining, denting or other surface damage. 1.06 WARRANTY A. Finish Warranty: 1. Furnish the panel manufacturer's written warranty, covering failure of the factory -applied exterior finish on panels and related accessories within the warranty period. 2. Warranty period for factory -applied exterior finishes on panels and related accessories is twenty (20) years after the date of Final Acceptance. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Basis of Design: 1. Manufacturer: Awning Works Inc. 14115 63rd Way N. Clearwater, FL 33760 2. Product: a. Main Entrance Canopy: Clearwater Classic: "Global" b. Entry Canopy: Clearwater Classic: "Mansard" with panel face closed at ends. B. Acceptable Manufacturers: Subject to compliance with specification requirements, manufacturers offering pre-engineered aluminum canopy structures that may be incorporated into the Work include the following: 1. Perfection Architectural Systems, Inc. 2310 Mercator Drive Orlando, FL 32807 City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 13 34 21 - 4 • 2. Mitchell Metals, LLC 1761 McCoba Drive, Suite A Smyrna, GA 30080 2.02 MATERIALS A. Aluminum Panel Sheets, Fascia, Gutters, Downspouts and Shapes: Comply with AA 6063-T6 for extruded aluminum. B. Hangar Rods (if indicated and/or required): Galvanized (G 90) steel tubes sized to meet loads required by applicable codes and standards. Comply with ASTM A 500, Grade B, ASTM A 501, or ASTM A 53. C. Fasteners: 1. Self -tapping screws, bolts, nuts, self-locking rivets, self-locking bolts, end - welded studs, and other suitable fasteners designed to withstand design loads. 2. Provide metal-backed neoprene washers under heads of fasteners bearing on weather side of panels. 3. Use stainless steel fasteners for exterior application. 4. Locate and space fastenings in true vertical and horizontal alignment. Use proper tools to obtain controlled uniform compression for positive seal without rupture of neoprene washer. 5. Provide fasteners with heads matching color of canopy sheets by means of plastic caps or factory -applied coating. D. Accessories: 1. Provide the following sheet metal accessories, as applicable, factory -formed of the same material in the same finish as roof and wall panels: a. Flashings. b. Fillers. c. Fascias. E. Sealing Tape: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 13 34 21 - 5 1. Pressure -sensitive 100 percent solids grey polyisobutylene compound sealing tape with release paper backing. Provide a permanently elastic, non -sag, nontoxic, non -staining tape 1/2 inch wide and 1/8 inch thick. F. Joint Sealant: 1. One -part elastomeric polyurethane, polysulfide, or silicone rubber sealant as recommended by canopy system manufacturer. G. Shop Primer for Galvanized Metal Surfaces: 1. Phosphoric acid pretreatment and zinc dust -zinc oxide primer selected by the canopy system manufacturer for compatibility with the substrate. Comply with FS TT -P-641. H. Fluoropolymer Finish: 1. Provide shop -applied fluoropolymer finish to aluminum fabrications and galvanized hangar rods (if occurring), and related aluminum trim and accessory elements. 2. Prepare and clean aluminum surfaces in accordance with coating system manufacturer's instructions. Clean galvanized steel with an alkaline compound, then treat with a zinc phosphate conversion coating and seal with a chromic acid rinse. 3. Apply a 2 -coat fluoropolymer coating system to aluminum and pretreated steel. Coating shall consist of a specially formulated inhibitive primer applied to a dry film thickness of 0.15 mil to 0.25 mil and a fluorocarbon color coat containing not less than 70 percent polyvinylidene fluoride resin by weight applied to a dry film thickness of 0.80 mils to 1.3 mils. 4. Color to be selected and approved by the City and Architect/Engineer prior to application. 2.03 FABRICATION A. General: 1. Design prefabricated components and necessary field connections required for erection to permit easy assembly and disassembly. 2. Fabricate components in such a manner that once assembled, they may be disassembled, repackaged, and reassembled with a minimum amount of labor. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 13 34 21 - 6 • • • 3. Clearly and legibly mark each piece and part of the assembly to correspond with previously prepared erection drawings, diagrams, and instruction manuals. B. Framing: 1. Shop -fabricate framing components to size and section per approved shop drawings and as required for erection, welded in-place. Provide holes for anchoring or connections shop -drilled or punched to template dimensions. PART 3 — EXECUTION 3.04 ERECTION A. Erect canopy framing true to line, level, plumb, rigid, and secure B. Arrange and nest sidelap joints so prevailing winds blow over, not into, lapped joints. Lap ribbed or fluted sheets one full rib corrugation. Apply panels and associated items for neat and weathertight installation. Avoid "panel creep" or application not true to line. Protect factory finishes from damage. C. Field cutting of panels by torch is not permitted. D. Canopy Panel System: 1. Fasten roof panels to purlins with concealed clips in accordance with manufacturer's instructions. 2. Install clips at each support with self -drilling fasteners. 3. At end laps of panels, install tape calk between panels. E. Accessories: 1. Install aluminum sheet metal accessories in accordance with manufacturer's recommendations for positive anchorage to building and weathertight mounting. 3.05 CLEANING AND TOUCH-UP A. Clean component surfaces of matter that could preclude paint bond. Touch-up abrasions, marks, skips, or other defects to shop -primed surfaces with same type material as shop primer. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents 13 34 21 - 7 April 2013 City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 13 34 21 - 8 • • • SECTION 14 24 00 HYDRAULIC ELEVATOR PART 1— GENERAL 1.01 SUMMARY A. Section Includes: Pre -manufactured hydraulic "holeless type" passenger elevator complete in all respects, as located and detailed on Drawings and specified herein. 1. Provide all labor, materials, transportation, protection, apparatus, tools, equipment, and incidentals necessary for a complete in-place, tested, and approved installation. 2. Obtain and pay for all necessary local and governmental Inspections and perform such tests as called for in the regulations of such authorities. These tests shall be made in the presence of the authorized representative of such authorities and the Architect/Engineer. 1.02 RELATED WORK • A. CAST -IN-PLACE CONCRETE: Section 03 30 00. B. CONCRETE UNIT MASONRY: Section 04 22 00. C. SELF -ADHERING SHEET WATERPROOFING: Section 07 13 10. • D. Refer to other Specifications for related work which is not part of this Section, including electrical service with fused disconnect switches for elevator system, hoistway, pits, and machinery room with access, lighting, ventilation and services. 1.03 QUALITY ASSURANCE A. Manufacturer's Qualifications: Products used in the work of this Section shall be produced by manufacturers regularly engaged in the manufacture of similar types and installation required, whose products have been in satisfactory use and similar service for a period of not less than five (5) years. B. Installer's Qualifications: Installation shall be performed only by the elevator manufacturer or a qualified installer approved by the elevator manufacturer with at least five (5) years' experience in installations of a similar nature. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 14 24 00 - 1 C. Requirements of Regulatory Agencies: All work performed and materials furnished shall be in strict accordance with current requirements of the following: 1. Florida Building Code. 2. American Society of Mechanical Engineers Safety Code for Elevators and Escalators. (ASME A17.1) 3. Florida Elevator Code. 4. The Americans with Disabilities Act (ADA), including Accessibility Guidelines for Buildings and Facilities (ADAAG). 5. The National Fire Protection Association Code. 6. The American Insurance Association. 7. The National Electric Code. 8. The National Elevator Industry, Inc. (NEII) Standards for Handicapped: Except as otherwise indicated, comply with NEII "Suggested Minimum Passenger Elevator Requirements for the Handicapped," including clearances, handrails, locations for signal equipment and similar provisions. 9. The elevator installer shall be licensed and strictly governed by local and governmental authorities of this area in order to perform this work. 1.04 SUBMITTALS A. Product Data: Submit the following product data: 1. A complete list of all items proposed to be furnished and installed under this Section. 2. Manufacturer's specifications, catalog cuts, and other data to demonstrate compliance with the specified requirements. 3. Samples of all items of interior finish. 4. Manufacturer's recommended installation procedures which shall be the basis for inspecting and accepting or rejecting actual installation procedures used on the Work. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 142400-2 URS • • B. Shop Drawings: 1. Submit Shop Drawings for hydraulic elevator unit including power hatchway elevator doors as herein specified. 2. Shop Drawings shall indicate reactions that will be transmitted to the building structure by the equipment at each support point. Drawings shall include dimensions, locations, clearances required, electrical requirements, details, finishes, fixtures, and cab design. C. Installer Qualifications: Submit documented evidence of erector's qualifications. D. Samples: Submit three (3) samples for exposed finishes of car, hoistway doors and frames, and signal equipment. Provide 3 -inch square samples of sheet materials and 4 -inch lengths of running trim members. E. Warranty: Submit specimen copy of specified warranty. 1.05 PRODUCT HANDLING A. Protection: Use all means necessary to protect the materials of this Section before, during, and after installation and to protect the work and materials of all other trades. • B. Replacements: In the event of damage, immediately make all repairs and replacements necessary at no additional cost to the City. 1.06 MAINTENANCE SERVICE A. Provide stand-by maintenance for the first three (3) days the elevators are in operation. B. Furnish preventative maintenance and inspection contract for State re -licensing on the elevator(s) covered by this Specification for a period of five (5) years after date of Final Acceptance including 24 hours per day, 7 days per week emergency call back service. Maintenance service shall be furnished as follows: 1. Monthly preventive maintenance including cleaning, making necessary adjustments and repairs, greasing, oiling and replacement of worn or defective parts or components, as required for proper elevator operation in conformance with specified requirements. 2. Work performed under this provision shall be performed by competent and trained personnel. 3. Under this provision, all parts found defective due to ordinary wear and tear • shall be replaced without cost to the City. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents 14 24 00 - 3 April 2013 URS 1.07 WARRANTY A. Provide special project warranty, signed by Manufacturer, agreeing to replace/repair/restore defective materials and workmanship of elevator work during warranty period. "Defective" is hereby defined to include, but not by way of limitation, the following: operation or control system failures, performances below required minimums, excessive wear, unusual deterioration or aging of materials or finishes, unsafe conditions, the need for excessive maintenance, abnormal noise or vibration, and similar unusual, unexpected and unsatisfactory conditions. B. The warranty period is five (5) years beginning on the date of Final Acceptance. PART 2 - PRODUCTS 2.01 PRE -MANUFACTURED HYDRAULIC "HOLELESS TYPE" PASSENGER ELEVATOR A. B. 2.02 A. B. Basis of Design: "Model LVM4500L"; Otis Elevator. Acceptable Manufacturers: Subject to compliance with specification requirements, manufacturers offering pre -manufactured hydraulic "holeless type" passenger elevators that may be incorporated into the Work include the following: 1. 2. 3. ThyssenKrupp Elevator Americas. Montgomery Kone. Schindler. BASIC REQUIREMENTS Capacity: Speed: C. Travel: D. Landings and Openings: E. Hoistway Size: F. Power Supply: G. Signal Supply: 2.03 GENERAL OPERATION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 4,500 pounds. 100 FPM under full contract load, including down empty. Cars will travel as indicated on Drawings. Elevators to serve two (2) landings with front openings. All openings to be side type as shown on Drawings. As indicated on Drawings. 480 volts, 3 phase, 60 Hertz. 120 volt, 1 phase, 60 Hertz. 142400-4 A Selective, collective, automatic pushbutton with braille plates for two (2) stop operation. Provide glo-type buttons on the car operating panel, and at each landing. An adjustable time delay shall be provided after the car has stopped in response to a call button, to allow the entering passenger to register his car button before the car will reverse to answer calls in the opposite direction. 1. The car station shall contain an emergency switch for stopping the car at any point in its travel. Opening this switch shall not cancel registered calls, and when the switch is closed, the car will continue to answer calls that have been registered. B. The operating device at the landings shall consist of single illuminated push buttons at each terminal landing. C. Each landing station and the car shall contain a lantern with audible signal. Car Station shall contain an emergency alarm bell button connected to an alarm bell in the hoistway. Car station shall also contain a key type switch for the car light and fan, and a "door open" button for stopping the closing motion of the doors and causing them to return automatically to their open position. D. Uniform Two -Way Leveling - An automatic two-way leveling device shall be incorporated so that the elevator car shall approach landing stops at reduced speed from either direction of travel either up or down and shall automatically level landings with an accuracy of 1/4 -inch plus or minus under varying loads. Landing level shall be maintained as long as the car is within the leveling zone. One-way leveling, augmented with an anti -creep device shall not be acceptable. E. Pit Emergency Stop Switch: An emergency stop switch shall be provided in the elevator pit, designed to cut off current supply to motor and down direction valves and bring the car to rest independent of the regular operating devices. F. Alarm System: Provide emergency alarm bell properly located within building and audible outside hoistways, equipped to sound automatically in response to emergency stops and in response to "Alarm" button at car control station. 2.04 DOOR OPERATION A. The doors shall be power operated by a direct current motor driven device mounted on the car. Door movements shall be electrically cushioned or checked at both limits of travel. The door operating mechanism shall be arranged for manual operation in event of power failure. The electric operator shall be of the highest quality, quiet and smooth in operation with all parts designed and constructed to meet the severe requirements of elevator service. • B. The car and hatch door opening speed shall not be less than two feet per second (fps) and the closing speed shall not be less than one fps. The leading edge of the car door City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) URS Conformed Documents 14 24 00 - 5 April 2013 shall be provided with a retractable safety edge arranged to automatically return car and hoistway doors to the open position in event doors are obstructed during closing cycle. Doors shall open automatically as the car arrives at the landing and shall automatically close after a predetermined time, or when the car is dispatched to another landing. The doors shall remain in the closed position with the elevator at rest. C. Interlocks: Each entrance shall be equipped with an approved type interlock tested as required by code. The interlock shall prevent operation of the car away from the landing until the doors are locked in the closed position as defined by the code and shall prevent opening the doors at any landing from the corridor side unless the car is at rest at that landing or is in the level zone and stopping at that landing. D. Door Unlocking Device: Door unlocking devices conforming to the requirements of ASME A17.1 Code shall be provided to permit authorized persons to gain access to hoistway when elevator car is away from landing. 2.05 PHOTOELECTRIC DOOR SAFETY DEVICE A. The car shall have a photoelectric door safety feature to prevent the car and hoistway doors from closing if a person or object breaks either of the two light beams across the car door opening. The location of the two beams shall be approximately 12 inches and 36 inches respectively, above the car sill. In addition, an electro -mechanical safety edge shall be provided on the leading edge of the car door. B. After a stop is made, the doors shall remain open for a predetermined time interval of approximately three (3) seconds. C. Registration of a car shall cancel the initial time and the doors shall close immediately. D. The doors shall be prevented from closing as long as either light beam is interrupted or the electro -mechanical safety edge is actuated. E. If, while the doors are closing, either light beam is interrupted or the safety edge is contacted by a person entering or leaving the car, the doors shall immediately stop and reopen. The doors will then re -close 1/2 second after the light beam has been re- established. F. A timing relay shall be provided which will, after 120 seconds, return the car to service in case the doors are held open by the failure of the photoelectric safety device. After the 120 -second time has elapsed, the doors shall then operate as described above with the electro -mechanical safety edge as the operative door safety device. G. A switch shall be furnished to cut out the photoelectric safety device. However, the electro -mechanical safety edge shall never be deactivated by failure of the photoelectric safety device or its removal from the circuit by means of the switch. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents 14 24 00 - 6 April 2013 • • • 2.06 ELEVATOR CAR ENCLOSURE • A. Except as otherwise indicated; provide manufacturer's standard pre-engineered car enclosures, of the selections indicated. Include ventilation, lighting, ceiling finish, wall finish, handrails, access doors, doors, power door operators, sill (threshold), trim, accessories, floor finish, and station door heads and jambs. Provide manufacturer's standard protective edge trim system for door and wall panels. Install 18 gauge stainless steel protective plate from floor to 36 inches above floor. B. Materials and Fabrication: 1. Enameled Steel Panels: Flush hollow -metal construction, fabricated from ASTM A 366, cold -rolled steel, commercial quality, Class 1, matte finish, stretcher leveled. Provide factory -applied baked -on enamel finish; color(s) as selected by Architect/Engineer. 2. Stainless Steel: ASTM A 666 Type 304; with manufacturer's standard directional polish or satin finish. 3. Aluminum Sills: Cast or extruded aluminum, with grooved surface 1/4 -inch thickness; mill finish. 4. Plastic Laminate: High-pressure type complying with NEMA LD3, 0.05 -inch thickness; color, texture and pattern as selected by Architect/Engineer from standard products available in the industry. 5. Fabricate car with recesses and cutouts for signal equipment. 6. Luminous Ceiling: Fluorescent light fixtures and ceiling panels of translucent or open egg -crate plastic, of acrylic or other permanent rigid plastic complying with flammability requirements. 7. Flooring: To be Selected by Architect/Engineer. 8. Handrails: Provide manufacturer's standard stainless steel handrails on side walls and back wall unless otherwise indicated; either continuous or panelized. 9. Certificate Frame: Stainless Steel. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 142400-7 URS C. Operating Devices: 1. The operating device in the car shall consist of a flush mounted panel containing a series of push buttons numbered to correspond to the various landings served and following functions: a. Emergency stop switch. b. Alarm button. c. "Door Open" button. d. "Door Close" Button. 2. Telephone: Provide an ADA and Code compliant emergency telephone in car. Fully automated design with "hands free" speakerphone. AC power source with battery back-up; 5 -year battery life. Automatic dialer with user programmable memory; two number capability. Provide Rath Microtech's "Smartphone" Cat. No. 2100-936 BL. Phone shall be programmed to dial City's PD communications service. D. Inspector's Operating Station: 1. An inspector's operating station shall be provided on top of the elevator cab consisting of Up and Down constant pressure buttons and an emergency stop switch. 2.07 HOISTWAY ENTRANCE A. Hoistway entrances of the hollow metal, horizontal sliding center opening type shall be UL labeled, furnished and installed complete at each hoistway opening to include doors, stainless steel head and jambs, sills, hangers, toe safety guards, hanger supports and hanger covers; non -vision wing, fascia plates, struts and all necessary hardware. Doors shall be two (2) speed center opening, 16 gage (.048 inch) stainless steel, 1 inch thick, flush design both sides, core interior for sound deadening. Stainless steel finish shall be #4. B. The entire front wall of the hoistway is to be left open until entrances are installed. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 142400-8 • • • • • 2.08 MECHANICAL REQUIREMENTS A. Wiring, Piping, and Oil: All necessary wiring shall be furnished and installed in the hoistway in accordance with the National Electrical Code, to connect the operating buttons and switches to the control board in the power unit. All wiring shall be installed in rigid conduit or electric metallic tubing, except to movable apparatus that shall be connected by short lengths of flexible conduit. All necessary pipe and fittings to connect the power unit to the jack unit, and oil of the proper grade shall be furnished. All underground conduit and piping shall be adequately protected against corrosion. 1. Oil lines shall be in accordance with American Safety Code for Elevators. Flexible connections not in accordance with this code will be disapproved. B. Power Equipment (Machine): The Power Unit (oil pumping and control mechanism) shall be compactly and neatly designed, combined in a self-contained unit. C. Painting: All exposed metalwork furnished under these specifications, except as otherwise specified (i.e., stainless steel, enamel), shall be painted properly after installation. PART 3 - EXECUTION 3.01 INSPECTION A. Prior to commencing elevator installation, inspect hoistways, hoistway openings, pits, and machine rooms, as constructed. Verify all critical dimensions, and examine supporting structure and all other conditions under which elevator work is to be installed. 3.02 INSTALLATION A. Install the work of this Section in strict accordance with the approved Shop Drawings, the original design, and all pertinent regulations and codes, anchoring all components firmly into position for long life and hard use. B. Coordinate elevator work with work of other trades, for proper time and sequence to avoid construction delays. Use benchmarks, lines and levels designated by Contractor, to ensure dimensional coordination of the work. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 142400-9 3.03 FIELD QUALITY CONTROL A. Acceptance Tests: Upon nominal completion of each elevator installation, and before permitting use of elevator (either temporary or permanent), perform acceptance tests as required and recommended by Code and by governing regulations or agencies. B. Operating Tests: Load each elevator to its rated capacity and operate continuously for 30 minutes over its full travel distance, stopping at each level and proceeding immediately to the next. Record temperature rise of pump motor during 30 -minute test period. Record failures of elevator to perform as required. C. Advise Contractor, City, Architect/Engineer and Inspection Department of Governing Agencies, in advance of dates and times tests are to be performed on elevators. D. Maintenance Manuals: Submit two (2) bound manuals with operating and maintenance instructions, parts listing, recommended parts inventory listing, purchase source listing for major and critical components, emergency instructions, and similar information at closeout. E. Warranties: Provide coincidental product warranties for major components of elevator work. Submit with maintenance manuals. F. Certificates and Permits: Provide City with copies of all inspection/acceptance certificates and operating permits as required by governing authorities to allow normal, unrestricted use of elevator. 3.04 PROTECTION A. At time of substantial completion of elevator work (or portion thereof), provide suitable protective coverings, barriers, devices, signs or such other methods or procedures to protect elevator work from damage or deterioration. Maintain protective measures throughout remainder of construction period. 3.05 CLEAN-UP A. Upon completion of work, promptly remove all unused material, debris, and equipment from the Site. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 14 24 00- 10 URS • • SECTION 22 05 00 COMMON WORK RESULTS FOR PLUMBING PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Piping materials and installation instructions common to most piping systems. 2. Transition fittings. 3. Dielectric fittings. 4. Mechanical sleeve seals. 5. Sleeves. 6. Escutcheons. 7. Grout. 8. Plumbing demolition. 9. Equipment installation requirements common to equipment sections. 10. Painting and finishing. 11. Concrete bases. 12. Supports and anchorages. 1.03 DEFINITIONS A. Finished Spaces: Spaces other than mechanical and electrical equipment rooms, furred spaces, pipe chases, unheated spaces immediately below roof, spaces above ceilings, unexcavated spaces, crawlspaces, and tunnels. B. Exposed, Interior Installations: Exposed to view indoors. Examples include finished occupied spaces and mechanical equipment rooms. C. Exposed, Exterior Installations: Exposed to view outdoors or subject to outdoor ambient temperatures and weather conditions. Examples include rooftop locations. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 00 - 1 EMI April 2013 D. Concealed, Interior Installations: Concealed from view and protected from physical contact by building occupants. Examples include above ceilings and in chases. E. Concealed, Exterior Installations: Concealed from view and protected from weather conditions and physical contact by building occupants but subject to outdoor ambient temperatures. Examples include installations within unheated shelters. F. The following are industry abbreviations for plastic materials: 1. ABS: Acrylonitrile -butadiene -styrene plastic. 2. CPVC: Chlorinated polyvinyl chloride plastic. 3. PE: Polyethylene plastic. 4. PVC: Polyvinyl chloride plastic. G. The following are industry abbreviations for rubber materials: 1. EPDM: Ethylene -propylene -diene terpolymer rubber. 2. NBR: Acrylonitrile -butadiene rubber. 1.04 SUBMITTALS A. Product Data: For the following: 1. Transition fittings. 2. Dielectric fittings. 3. Mechanical sleeve seals. 4. Escutcheons. 1.05 QUALITY ASSURANCE A. Electrical Characteristics for Plumbing Equipment: Equipment of higher electrical characteristics may be furnished provided such proposed equipment is approved in writing and connecting electrical services, circuit breakers, and conduit sizes are appropriately modified. If minimum energy ratings or efficiencies are specified, equipment shall comply with requirements. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver pipes and tubes with factory -applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe end damage and to prevent entrance of dirt, debris, and moisture. B. Store plastic pipes protected from direct sunlight. Support to prevent sagging and bending. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 00 - 2 EMI April 2013 1.07 COORDINATION A. Arrange for pipe spaces, chases, slots, and openings in building structure during progress of construction, to allow for plumbing installations. B. Coordinate installation of required supporting devices and set sleeves in poured -in- place concrete and other structural components as they are constructed. C. Coordinate requirements for access panels and doors for plumbing items requiring access that are concealed behind finished surfaces. Access panels and doors are specified in Division 08 Section "Access Doors and Frames." PART 2 - PRODUCTS 2.01 MANUFACTURERS A. In other Part 2 articles where subparagraph titles below introduce lists, the following requirements apply for product selection: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the manufacturers specified. 2. Manufacturers: Subject to compliance with requirements, provide products by the manufacturers specified. 2.02 PIPE, TUBE, AND FITTINGS A. Refer to individual Division 22 piping Sections for pipe, tube, and fitting materials and joining methods. B. Pipe Threads: ASME B 1.20.1 for factory -threaded pipe and pipe fittings. 2.03 JOINING MATERIALS A. Refer to individual Division 22 piping Sections for special joining materials not listed below. B. Pipe -Flange Gasket Materials: Suitable for chemical and thermal conditions of piping system contents. 1. ASME B16.21, nonmetallic, flat, asbestos -free, 1/8 -inch maximum thickness unless thickness or specific material is indicated. a. Full -Face Type: For flat -face, Class 125, cast-iron and cast -bronze flanges. b. Narrow -Face Type: For raised -face, Class 250, cast-iron and steel flanges. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 00 - 3 EMI April 2013 2. AWWA C110, rubber, flat face, 1/8 inch thick, unless otherwise indicated; and full -face or ring type, unless otherwise indicated. C. Flange Bolts and Nuts: ASME B18.2.1, carbon steel, unless otherwise indicated. D. Plastic, Pipe -Flange Gasket, Bolts, and Nuts: Type and material recommended by piping system manufacturer, unless otherwise indicated. E. Solder Filler Metals: ASTM B 32, lead-free alloys. Include water-flushable flux according to ASTM B 813. F. Brazing Filler Metals: AWS A5.8, BCuP Series, copper -phosphorus alloys for general -duty brazing, unless otherwise indicated; and AWS A5.8, BAg1, silver alloy for refrigerant piping, unless otherwise indicated. G. Welding Filler Metals: Comply with AWS D10.12 for welding materials appropriate for wall thickness and chemical analysis of steel pipe being welded. H. Solvent Cements for Joining Plastic Piping: 1. ABS Piping: ASTM D 2235. 2. CPVC Piping: ASTM F 493. 3. PVC Piping: ASTM D 2564. Include primer according to ASTM F 656. 4. PVC to ABS Piping Transition: ASTM D 3138. I. Fiberglass Pipe Adhesive: As furnished or recommended by pipe manufacturer. 2.04 TRANSITION FITTINGS A. AWWA Transition Couplings: Same size as, and with pressure rating at least equal to and with ends compatible with, piping to be joined. 1. Manufacturers: a. Cascade Waterworks Mfg. Co. b. Dresser Industries, Inc.; DMD Div. c. Ford Meter Box Company, Incorporated (The); Pipe Products Div. d. JCM Industries. e. Smith -Blair, Inc. f. Viking Johnson. 2. Underground Piping NPS 1-1/2 and Smaller: Manufactured fitting or coupling. 3. Underground Piping NPS 2 and Larger: AWWA C219, metal sleeve -type coupling. 4. Aboveground Pressure Piping: Pipe fitting. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 00 - 4 EMI April 2013 B. Plastic -to -Metal Transition Fittings: CPVC and PVC one-piece fitting with • manufacturer's Schedule 80 equivalent dimensions; one end with threaded brass insert, and one solvent -cement -joint end. 1. Manufacturers: a. Eslon Thermoplastics. C. Plastic -to -Metal Transition Adaptors: One-piece fitting with manufacturer's SDR 11 equivalent dimensions; one end with threaded brass insert, and one solvent -cement - joint end. 1. Manufacturers: a. Thompson Plastics, Inc. D. Plastic -to -Metal Transition Unions: MSS SP -107, CPVC and PVC four-part union. Include brass end, solvent -cement -joint end, rubber 0 -ring, and union nut. 1. Manufacturers: a. NIBCO INC. b. NIBCO, Inc.; Chemtrol Div. E. Flexible Transition Couplings for Underground Nonpressure Drainage Piping: ASTM C 1173 with elastomeric sleeve, ends same size as piping to be joined, and corrosion -resistant metal band on each end. 1. Manufacturers: a. Cascade Waterworks Mfg. Co. b. Fernco, Inc. c. Mission Rubber Company. d. Plastic Oddities, Inc. 2.05 DIELECTRIC FITTINGS A. Description: Combination fitting of copper alloy and ferrous materials with threaded, solder joint, plain, or weld -neck end connections that match piping system materials. B. Insulating Material: Suitable for system fluid, pressure, and temperature. C. Revise pressure ratings and temperatures in five paragraphs and associated subparagraphs below to suit Project or add other options for specific applications. D. Dielectric Unions: Factory -fabricated, union assembly, for 250-psig minimum working pressure at 180 deg F. 1. Manufacturers: a. Capitol Manufacturing Co. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 00 - 5 EMI April 2013 b. Central Plastics Company. c. Eclipse, Inc. d. Epco Sales, Inc. e. Hart Industries, International, Inc. f. Watts Industries, Inc.; Water Products Div. g. Zurn Industries, Inc.; Wilkins Div. 2.06 MECHANICAL SLEEVE SEALS A. Description: Modular sealing element unit, designed for field assembly, to fill annular space between pipe and sleeve. 1. Manufacturers: a. Advance Products & Systems, Inc. b. Calpico, Inc. c. Metraflex Co. d. Pipeline Seal and Insulator, Inc. 2. Sealing Elements: EPDM interlocking links shaped to fit surface of pipe. Include type and number required for pipe material and size of pipe. 3. Pressure Plates: Stainless steel. Include two for each sealing element. 4. Connecting Bolts and Nuts: Stainless steel of length required to secure pressure plates to sealing elements. Include one for each sealing element. 2.07 SLEEVES A. Galvanized -Steel Sheet: 0.0239 -inch minimum thickness; round tube closed with welded longitudinal joint. B. Steel Pipe: ASTM A 53, Type E, Grade B, Schedule 40, galvanized, plain ends. C. Cast Iron: Cast or fabricated "wall pipe" equivalent to ductile -iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated. D. Stack Sleeve Fittings: Manufactured, cast-iron sleeve with integral clamping flange. Include clamping ring and bolts and nuts for membrane flashing. E. Underdeck Clamp: Clamping ring with set screws. F. Molded PVC: Permanent, with nailing flange for attaching to wooden forms. G. PVC Pipe: ASTM D 1785, Schedule 40. H. Molded PE: Reusable, PE, tapered -cup shaped, and smooth -outer surface with nailing flange for attaching to wooden forms. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 00 - 6 EMI April 2013 2.08 ESCUTCHEONS • A. Description: Manufactured wall and ceiling escutcheons and floor plates, with an ID to closely fit around pipe, tube, and insulation of insulated piping and an OD that completely covers opening. B. One -Piece, Deep -Pattern Type: Deep -drawn, box -shaped brass with polished chrome -plated finish. C. One -Piece, Cast -Brass Type: With set screw. D. Finish: Polished chrome -plated. E. Split -Casting, Cast -Brass Type: With concealed hinge and set screw. F. Finish: Polished chrome -plated. G. One -Piece, Stamped -Steel Type: With set screw or spring clips and chrome -plated finish. H. Split -Plate, Stamped -Steel Type: With concealed or exposed -rivet hinge, set screw or spring clips, and chrome -plated finish. I. One -Piece, Floor -Plate Type: Cast-iron floor plate. • J. Split -Casting, Floor -Plate Type: Cast brass with concealed hinge and set screw. • 2.09 GROUT A. Description: ASTM C 1107, Grade B, nonshrink and nonmetallic, dry hydraulic - cement grout. 1. Characteristics: Post -hardening, volume -adjusting, nonstaining, noncorrosive, nongaseous, and recommended for interior and exterior applications. 2. Design Mix: 5000 -psi, 28 -day compressive strength. 3. Packaging: Premixed and factory packaged. PART 3 - EXECUTION 3.01 PIPING SYSTEMS - COMMON REQUIREMENTS A. Install piping according to the following requirements and Division 22 Sections specifying piping systems. B. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. Indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, pump sizing, and other design considerations. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 00 - 7 EMI April 2013 Install piping as indicated unless deviations to layout are approved on Coordination Drawings. C. Install piping in concealed locations, unless otherwise indicated and except in equipment rooms and service areas. D. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise. E. Install piping above accessible ceilings to allow sufficient space for ceiling panel removal. F. Install piping to permit valve servicing. G. Install piping at indicated slopes. H. Install piping free of sags and bends. I. Install fittings for changes in direction and branch connections. J. Install piping to allow application of insulation. K. Select system components with pressure rating equal to or greater than system operating pressure. L. Install escutcheons for penetrations of walls, ceilings, and floors according to the • following: • 1. New Piping: a. Piping with Fitting or Sleeve Protruding from Wall: One-piece, deep - pattern type. b. Chrome -Plated Piping: One-piece, cast -brass type with polished chrome -plated finish. c. Insulated Piping: One-piece, stamped -steel type with spring clips. d. Bare Piping at Wall and Floor Penetrations in Finished Spaces: One- piece, stamped -steel type. e. Bare Piping at Ceiling Penetrations in Finished Spaces: One-piece or split -casting, cast -brass type with polished chrome -plated finish. f. Bare Piping in Unfinished Service Spaces: One-piece, cast -brass type with polished chrome -plated finish. g. Bare Piping in Equipment Rooms: One-piece, cast -brass type. h. Bare Piping at Floor Penetrations in Equipment Rooms: One-piece, floor -plate type. 2. Existing Piping: Use the following: a. Chrome -Plated Piping: Split -casting, cast -brass type with chrome - plated finish. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 00 - 8 EMI April 2013 • b. Insulated Piping: Split -plate, stamped -steel type with concealed or exposed -rivet hinge and spring clips. c. Bare Piping at Wall and Floor Penetrations in Finished Spaces: Split - plate, stamped -steel type with concealed hinge and spring clips. d. Bare Piping at Ceiling Penetrations in Finished Spaces: Split -plate, stamped -steel type with concealed hinge and set screw. e. Bare Piping in Unfinished Service Spaces: Split -casting, cast -brass type with polished chrome -plated finish. f. Bare Piping in Equipment Rooms: Split -casting, cast -brass type. g. Bare Piping at Floor Penetrations in Equipment Rooms: Split -casting, floor -plate type. M. Sleeves are not required for core -drilled holes. N. Permanent sleeves are not required for holes formed by removable PE sleeves. 0. Install sleeves for pipes passing through concrete and masonry walls and concrete floor and roof slabs. P. Install sleeves for pipes passing through concrete and masonry walls, gypsum -board partitions, and concrete floor and roof slabs. 1. Cut sleeves to length for mounting flush with both surfaces. a. Exception: Extend sleeves installed in floors of mechanical equipment areas or other wet areas 2 inches above finished floor level. Extend cast-iron sleeve fittings below floor slab as required to secure clamping ring if ring is specified. 2. Install sleeves in new walls and slabs as new walls and slabs are constructed. 3. Install sleeves that are large enough to provide 1/4 -inch annular clear space between sleeve and pipe or pipe insulation. Use the following sleeve materials: a. Steel Pipe Sleeves: For pipes smaller than NPS 6. b. Steel Sheet Sleeves: For pipes NPS 6 and larger, penetrating gypsum - board partitions. c. Stack Sleeve Fittings: For pipes penetrating floors with membrane waterproofing. Secure flashing between clamping flanges. Install section of cast-iron soil pipe to extend sleeve to 2 inches above finished floor level. Refer to Division 07 Section "Sheet Metal Flashing and Trim" for flashing. i. Seal space outside of sleeve fittings with grout. 4. Except for underground wall penetrations, seal annular space between sleeve and pipe or pipe insulation, using joint sealants appropriate for size, depth, and location of joint. Refer to Division 07 Section "Joint Sealants" for materials and installation. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 00 - 9 EMI April 2013 Q. Aboveground, Exterior -Wall Pipe Penetrations: Seal penetrations using sleeves and mechanical sleeve seals. Select sleeve size to allow for 1 -inch annular clear space between pipe and sleeve for installing mechanical sleeve seals. 1. Install steel pipe for sleeves smaller than 6 inches in diameter. 2. Install cast-iron "wall pipes" for sleeves 6 inches and larger in diameter. 3. Mechanical Sleeve Seal Installation: Select type and number of sealing elements required for pipe material and size. Position pipe in center of sleeve. Assemble mechanical sleeve seals and install in annular space between pipe and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. R. Underground, Exterior -Wall Pipe Penetrations: Install cast-iron "wall pipes" for sleeves. Seal pipe penetrations using mechanical sleeve seals. Select sleeve size to allow for 1 -inch annular clear space between pipe and sleeve for installing mechanical sleeve seals. 1. Mechanical Sleeve Seal Installation: Select type and number of sealing elements required for pipe material and size. Position pipe in center of sleeve. Assemble mechanical sleeve seals and install in annular space between pipe and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. S. Fire -Barrier Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at pipe penetrations. Seal pipe penetrations with firestop materials. Refer to Division 07 Section "Penetration Firestopping" for materials. T. Verify final equipment locations for roughing -in. U. Refer to equipment specifications in other Sections of these Specifications for roughing -in requirements. 3.02 PIPING JOINT CONSTRUCTION A. Join pipe and fittings according to the following requirements and Division 22 Sections specifying piping systems. B. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe. C. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before assembly. D. Soldered Joints: Apply ASTM B 813, water-flushable flux, unless otherwise indicated, to tube end. Construct joints according to ASTM B 828 or CDA's "Copper Tube Handbook," using lead-free solder alloy complying with ASTM B 32. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 00 - 10 EMI April 2013 E. Brazed Joints: Construct joints according to AWS's "Brazing Handbook," "Pipe and Tube" Chapter, using copper -phosphorus brazing filler metal complying with AWS A5.8. F. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves as follows: 1. Apply appropriate tape or thread compound to external pipe threads unless dry seal threading is specified. 2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or damaged. Do not use pipe sections that have cracked or open welds. G. Welded Joints: Construct joints according to AWS D10.12, using qualified processes and welding operators according to Part 1 "Quality Assurance" Article. H. Flanged Joints: Select appropriate gasket material, size, type, and thickness for service application. Install gasket concentrically positioned. Use suitable lubricants on bolt threads. I. Plastic Piping Solvent -Cement Joints: Clean and dry joining surfaces. Join pipe and fittings according to the following: 1. Comply with ASTM F 402 for safe -handling practice of cleaners, primers, and solvent cements. 2. ABS Piping: Join according to ASTM D 2235 and ASTM D 2661 Appendixes. 3. CPVC Piping: Join according to ASTM D 2846/D 2846M Appendix. 4. PVC Pressure Piping: Join schedule number ASTM D 1785, PVC pipe and PVC socket fittings according to ASTM D 2672. Join other -than -schedule - number PVC pipe and socket fittings according to ASTM D 2855. 5. PVC Nonpressure Piping: Join according to ASTM D 2855. 6. PVC to ABS Nonpressure Transition Fittings: Join according to ASTM D 3138 Appendix. J. Plastic Pressure Piping Gasketed Joints: Join according to ASTM D 3139. K. Plastic Nonpressure Piping Gasketed Joints: Join according to ASTM D 3212. 3.03 PIPING CONNECTIONS A. Make connections according to the following, unless otherwise indicated: 1. Install unions, in piping NPS 2 and smaller, adjacent to each valve and at final • connection to each piece of equipment. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 00 - 11 EMI April 2013 2. Install flanges, in piping NPS 2-1/2 and larger, adjacent to flanged valves and at final connection to each piece of equipment. 3. Dry Piping Systems: Install dielectric unions and flanges to connect piping materials of dissimilar metals. 4. Wet Piping Systems: Install dielectric coupling and nipple fittings to connect piping materials of dissimilar metals. 3.04 EQUIPMENT INSTALLATION - COMMON REQUIREMENTS A. Install equipment to allow maximum possible headroom unless specific mounting heights are not indicated. B. Install equipment level and plumb, parallel and perpendicular to other building systems and components in exposed interior spaces, unless otherwise indicated. C. Install plumbing equipment to facilitate service, maintenance, and repair or replacement of components. Connect equipment for ease of disconnecting, with minimum interference to other installations. Extend grease fittings to accessible locations. D. Install equipment to allow right of way for piping installed at required slope. 3.05 PAINTING A. Painting of plumbing systems, equipment, and components is specified in Division 09 Sections "Interior Painting" and "Exterior Painting." B. Damage and Touchup: Repair marred and damaged factory -painted finishes with materials and procedures to match original factory finish. 3.06 CONCRETE BASES A. Concrete Bases: Anchor equipment to concrete base according to equipment manufacturer's written instructions and according to seismic codes at Project. 1. Construct concrete bases of dimensions indicated, but not less than 4 inches larger in both directions than supported unit. 2. Install dowel rods to connect concrete base to concrete floor. Unless otherwise indicated, install dowel rods on 18 -inch centers around the full perimeter of the base. 3. Install epoxy -coated anchor bolts for supported equipment that extend through concrete base, and anchor into structural concrete floor. 4. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 00 - 12 EMI April 2013 5. Install anchor bolts to elevations required for proper attachment to supported equipment. 6. Install anchor bolts according to anchor -bolt manufacturer's written instructions. 7. Use 3000 -psi, 28 -day compressive -strength concrete and reinforcement as specified in Division 03 Section "Cast -in -Place Concrete." 3.07 ERECTION OF METAL SUPPORTS AND ANCHORAGES A. Refer to Division 05 Section "Metal Fabrications" for structural steel. B. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor plumbing materials and equipment. C. Field Welding: Comply with AWS D1.1. 3.08 ERECTION OF WOOD SUPPORTS AND ANCHORAGES A. Cut, fit, and place wood grounds, nailers, blocking, and anchorages to support, and anchor plumbing materials and equipment. B. Select fastener sizes that will not penetrate members if opposite side will be exposed to view or will receive finish materials. Tighten connections between members. Install fasteners without splitting wood members. C. Attach to substrates as required to support applied loads. 3.09 GROUTING A. Mix and install grout for plumbing equipment base bearing surfaces, pump and other equipment base plates, and anchors. B. Clean surfaces that will come into contact with grout. C. Provide forms as required for placement of grout. D. Avoid air entrapment during placement of grout. E. Place grout, completely filling equipment bases. F. Place grout on concrete bases and provide smooth bearing surface for equipment. G. Place grout around anchors. H. Cure placed grout. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 00 - 13 EMI April 2013 END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 00 - 14 EMI April 2013 SECTION 220519 METERS AND GAGES FOR PLUMBING PIPING PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Liquid -in -glass thermometers. 2. Thermowells. 3. Dial -type pressure gages. 4. Gage attachments. B. Related Sections: 1. Division 21 Section "Facility Fire -Suppression Water -Service Piping" for fire - protection water -service meters outside the building. 2. Division 21 fire -suppression piping Sections for fire -protection pressure gages. 3. Division 22 Section "Facility Water Distribution Piping" for domestic water meters and combined domestic and fire -protection water -service meters outside the building. 4. Division 22 Section "Domestic Water Piping" for water meters inside the building. 1.03 SUBMITTALS A. Product Data: For each type of product indicated. B. Product Certificates: For each type of meter and gage, from manufacturer. C. Operation and Maintenance Data: For meters and gages to include in operation and maintenance manuals. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 19 - 1 EMI April 2013 PART 2 - PRODUCTS 2.01 LIQUID -IN -GLASS THERMOMETERS A. Plastic -Case, Compact -Style, Liquid -in -Glass Thermometers: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Flo Fab Inc. b. Miljoco Corporation. c. Tel -Tru Manufacturing Company. d. Watts Regulator Co.; a div. of Watts Water Technologies, Inc. e. Weiss Instruments, Inc. f. WIKA Instrument Corporation - USA. 2. Standard: ASME B40.200. 3. Case: Plastic; 6 -inch nominal size. 4. Case Form: Straight unless otherwise indicated. 5. Tube: Glass with magnifying lens and blue or red organic liquid. 6. Tube Background: Nonreflective with permanently etched scale markings graduated in deg F and deg C. 7. Window: Glass or plastic. 8. Stem: Aluminum or brass and of length to suit installation. a. Design for Thermowell Installation: Bare stem. 9. Connector: 3/4 inch, with ASME B1.1 screw threads. 10. Accuracy: Plus or minus 1 percent of scale range or one scale division, to a maximum of 1.5 percent of scale range. 2.02 THERMOWELLS A. Thermowells: 1. Standard: ASME B40.200. 2. Description: Pressure -tight, socket -type fitting made for insertion into piping tee fitting. 3. Material for Use with Copper Tubing: CNR or CUNI. 4. Type: Stepped shank unless straight or tapered shank is indicated. 5. External Threads: NPS 1/2, NPS 3/4, or NPS 1, ASME B1.20.1 pipe threads. 6. Internal Threads: 1/2, 3/4, and 1 inch, with ASME B1.1 screw threads. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 19 - 2 EMI April 2013 7. Bore: Diameter required to match thermometer bulb or stem. 8. Insertion Length: Length required to match thermometer bulb or stem. 9. Lagging Extension: Include on thermowells for insulated piping and tubing. 10. Bushings: For converting size of thermowell's internal screw thread to size of thermometer connection. B. Heat -Transfer Medium: Mixture of graphite and glycerin. 2.03 PRESSURE GAGES A. Direct -Mounted, Plastic -Case, Dial -Type Pressure Gages: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. AMETEK, Inc.; U.S. Gauge. b. Ashcroft Inc. c. Flo Fab Inc. d. Marsh Bellofram. e. Miljoco Corporation. f. Noshok. g. Palmer Wahl Instrumentation Group. h. REOTEMP Instrument Corporation. i. Tel -Tru Manufacturing Company. j. Trerice, H. O. Co. k. Weiss Instruments, Inc. 1. WIKA Instrument Corporation - USA. m. Winters Instruments - U.S. 2. Standard: ASME B40.100. 3. Case: Sealed type; plastic; 2 -1/2 -inch nominal diameter. 4. Pressure -Element Assembly: Bourdon tube unless otherwise indicated. 5. Pressure Connection: Brass, with NPS 1/4 or NPS 1/2, ASME B1.20.1 pipe threads and bottom -outlet type unless back -outlet type is indicated. 6. Movement: Mechanical, with link to pressure element and connection to pointer. 7. Dial: Nonreflective aluminum with permanently etched scale markings graduated in psi and kPa. 8. Pointer: Dark -colored metal. 9. Window: Glass or plastic. 10. Accuracy: Grade A, plus or minus 1 percent of middle half of scale range. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 19 - 3 EMI April 2013 2.04 GAGE ATTACHMENTS A. Valves: Brass or stainless-steel needle, with NPS 1/4 or NPS 1/2, ASME B1.20.1 pipe threads. Brass or stainless-steel ball type shut off valve for all gages. PART 3 - EXECUTION 3.01 INSTALLATION A. Install thermowells with socket extending to center of pipe and in vertical position in piping tees. B. Install thermowells of sizes required to match thermometer connectors. Include bushings if required to match sizes. C. Install thermowells with extension on insulated piping. D. Fill thermowells with heat -transfer medium. E. Install direct -mounted thermometers in thermowells and adjust vertical and tilted positions. F. Install direct -mounted pressure gages in piping tees with pressure gage located on pipe at the most readable position. G. Install valve and snubber in piping for each pressure gage for fluids. H. Install test plugs in piping tees. I. Install thermometers in the following locations: 1. Inlet and outlet of each water heater. 2. Inlet and outlet of each domestic hot-water storage tank. J. Install pressure gages in the following locations: 1. Building water service entrance into building. 2. Inlet and outlet of each pressure -reducing valve. 3.02 CONNECTIONS A. Install meters and gages adjacent to machines and equipment to allow service and maintenance of meters, gages, machines, and equipment. 3.03 ADJUSTING A. Adjust faces of meters and gages to proper angle for best visibility. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 19 - 4 EMI April2013 • 3.04 THERMOMETER SCHEDULE A. Provide thermometers at inlet and outlet of each domestic water heater and each domestic water storage tank. B. Thermometer stems shall be of length to match thermowell insertion length. 3.05 THERMOMETER SCALE -RANGE SCHEDULE A. Scale Range for Domestic Cold -Water Piping: 0 to 150 deg F and minus 20 to plus 70 deg C. B. Scale Range for Domestic Hot -Water Piping: 0 to 250 deg F and 0 to 150 deg C. 3.06 PRESSURE -GAGE SCHEDULE A. Provide pressure gages at discharge of each water service into building and at inlet and outlet of each water pressure -reducing valve. 3.07 PRESSURE -GAGE SCALE -RANGE SCHEDULE A. Scale Range for Water Service Piping: 0 to 160 psi and 0 to 1100 kPa. B. Scale Range for Domestic Water Piping: 0 to 160 psi and 0 to 1100 kPa. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 19 - 5 EMI April 2013 • THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 19 - 6 EMI April 2013 SECTION 22 05 23 GENERAL -DUTY VALVES FOR PLUMBING PIPING PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Bronze ball valves. 2. Bronze swing check valves. 3. Bronze globe valves. B. Related Sections: 1. Division 22 plumbing piping Sections for specialty valves applicable to those Sections only. 2. Division 22 Section "Identification for Plumbing Piping and Equipment" for valve tags and schedules. 3. Division 33 water distribution piping Sections for general -duty and specialty valves for site construction piping. 1.03 DEFINITIONS A. CWP: Cold working pressure. B. EPDM: Ethylene propylene copolymer rubber. C. NBR: Acrylonitrile -butadiene, Buna-N, or nitrile rubber. D. NRS: Nonrising stem. E. OS&Y: Outside screw and yoke. F. RS: Rising stem. G. SWP: Steam working pressure. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 23 - 1 EMI April 2013 1.04 SUBMITTALS A. Product Data: For each type of valve indicated. 1.05 QUALITY ASSURANCE A. Source Limitations for Valves: Obtain each type of valve from single source from single manufacturer. B. ASME Compliance: 1. ASME B16.10 and ASME B16.34 for ferrous valve dimensions and design criteria. 2. ASME B31.1 for power piping valves. 3. ASME B31.9 for building services piping valves. C. NSF Compliance: NSF 61 for valve materials for potable -water service. 1.06 DELIVERY, STORAGE, AND HANDLING A. Prepare valves for shipping as follows: 1. Protect internal parts against rust and corrosion. 2. Protect threads, flange faces, grooves, and weld ends. 3. Set angle, gate, and globe valves closed to prevent rattling. 4. Set ball and plug valves open to minimize exposure of functional surfaces. 5. Set butterfly valves closed or slightly open. 6. Block check valves in either closed or open position. B. Use the following precautions during storage: 1. Maintain valve end protection. 2. Store valves indoors and maintain at higher than ambient dew point temperature. If outdoor storage is necessary, store valves off the ground in watertight enclosures. C. Use sling to handle large valves; rig sling to avoid damage to exposed parts. Do not use handwheels or stems as lifting or rigging points. PART 2 - PRODUCTS 2.01 GENERAL REQUIREMENTS FOR VALVES A. Refer to valve schedule articles for applications of valves. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 23 - 2 EMI April 2013 B. Valve Pressure and Temperature Ratings: Not less than indicated and as required for • system pressures and temperatures. C. Valve Sizes: Same as upstream piping unless otherwise indicated. D. Valve Actuator Types: 1. Handwheel: For valves other than quarter -turn types. 2. Handlever: For quarter -turn valves NPS 6 and smaller. E. Valves in Insulated Piping: With 2 -inch stem extensions and the following features: 1. Ball Valves: With extended operating handle of non -thermal -conductive material, and protective sleeve that allows operation of valve without breaking the vapor seal or disturbing insulation. F. Valve -End Connections: 1. Flanged: With flanges according to ASME B16.1 for iron valves. 2. Grooved: With grooves according to AWWA C606. 3. Solder Joint: With sockets according to ASME B16.18. 4. Threaded: With threads according to ASME B1.20.1. G. Valve Bypass and Drain Connections: MSS SP -45. 2.02 BRONZE BALL VALVES A. Two -Piece, Full -Port, Bronze Ball Valves with Stainless -Steel Trim: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Conbraco Industries, Inc.; Apollo Valves. b. Crane Co.; Crane Valve Group; Crane Valves. c. Hammond Valve. d. Lance Valves; a division of Advanced Thermal Systems, Inc. e. Milwaukee Valve Company. f. NIBCO INC. g. Watts Regulator Co.; a division of Watts Water Technologies, Inc. 2. Description: a. Standard: MSS SP -110. b. SWP Rating: 150 psig. c. CWP Rating: 600 psig. d. Body Design: Two piece. e. Body Material: Bronze. f. Ends: Threaded. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 23 - 3 EMI April 2013 g. Seats: PTFE or TFE. h. Stem: Stainless steel. i. Ball: Stainless steel, vented. j. Port: Full. B. Three -Piece, Full -Port, Bronze Ball Valves with Bronze Trim: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Conbraco Industries, Inc.; Apollo Valves. b. DynaQuip Controls. c. Hammond Valve. d. Milwaukee Valve Company. e. NIBCO INC. f. Red -White Valve Corporation. 2. Description: a. Standard: MSS SP -110. b. SWP Rating: 150 psig. c. CWP Rating: 600 psig. d. Body Design: Three piece. e. Body Material: Bronze. f. Ends: Threaded. g. Seats: PTFE or TFE. h. Stem: Bronze. i. Ball: Chrome -plated brass. j. Port: Full. 2.03 BRONZE SWING CHECK VALVES A. Class 125, Bronze Swing Check Valves with Bronze Disc: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. American Valve, Inc. b. Crane Co.; Crane Valve Group; Crane Valves. c. Crane Co.; Crane Valve Group; Jenkins Valves. d. Crane Co.; Crane Valve Group; Stockham Division. e. Hammond Valve. f. Kitz Corporation. g. Milwaukee Valve Company. h. NIBCO INC. i. Powell Valves. j. Red -White Valve Corporation. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 23 - 4 EMI April 2013 k. Watts Regulator Co.; a division of Watts Water Technologies, Inc. 1. Zy-Tech Global Industries, Inc. 2. Description: a. Standard: MSS SP -80, Type 3. b. CWP Rating: 200 psig. c. Body Design: Horizontal flow. d. Body Material: ASTM B 62, bronze. e. Ends: Threaded. f. Disc: Bronze. 2.04 BRONZE GLOBE VALVES A. Class 125, Bronze Globe Valves with Bronze Disc: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Crane Co.; Crane Valve Group; Crane Valves. b. Crane Co.; Crane Valve Group; Stockham Division. c. Hammond Valve. d. Kitz Corporation. e. Milwaukee Valve Company. f. NIBCO INC. g. Powell Valves. h. Red -White Valve Corporation. i. Watts Regulator Co.; a division of Watts Water Technologies, Inc. j. Zy-Tech Global Industries, Inc. 2. Description: a. Standard: MSS SP -80, Type 1. b. CWP Rating: 200 psig. c. Body Material: ASTM B 62, bronze with integral seat and screw-in bonnet. d. Ends: Threaded or solder joint. e. Stem and Disc: Bronze. f. Packing: Asbestos free. g. Handwheel: Malleable iron, bronze, or aluminum. PART 3 - EXECUTION 3.01 EXAMINATION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 23 - 5 EMI April 2013 A. Examine valve interior for cleanliness, freedom from foreign matter, and corrosion. Remove special packing materials, such as blocks, used to prevent disc movement during shipping and handling. B. Operate valves in positions from fully open to fully closed. Examine guides and seats made accessible by such operations. C. Examine threads on valve and mating pipe for form and cleanliness. D. Examine mating flange faces for conditions that might cause leakage. Check bolting for proper size, length, and material. Verify that gasket is of proper size, that its material composition is suitable for service, and that it is free from defects and damage. E. Do not attempt to repair defective valves; replace with new valves. 3.02 VALVE INSTALLATION A. Install valves with unions or flanges at each piece of equipment arranged to allow service, maintenance, and equipment removal without system shutdown. B. Locate valves for easy access and provide separate support where necessary. C. Install valves in horizontal piping with stem at or above center of pipe. D. Install valves in position to allow full stem movement. E. Install check valves for proper direction of flow and as follows: 1. Swing Check Valves: In horizontal position with hinge pin level. 3.03 ADJUSTING A. Adjust or replace valve packing after piping systems have been tested and put into service but before final adjusting and balancing. Replace valves if persistent leaking occurs. 3.04 GENERAL REQUIREMENTS FOR VALVE APPLICATIONS A. If valve applications are not indicated, use the following: 1. Shutoff Service: Ball valves. 2. Butterfly Valve Dead -End Service: Single -flange (lug) type. 3. Throttling Service: Globe valves. B. If valves with specified SWP classes or CWP ratings are not available, the same types of valves with higher SWP classes or CWP ratings may be substituted. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 23 - 6 EMI April 2013 C. Select valves, except wafer types, with the following end connections: 1. For Copper Tubing, NPS 2 and Smaller: Threaded ends except where solder - joint valve -end option is indicated in valve schedules below. 2. For Copper Tubing, NPS 2-1/2 to NPS 4: Flanged ends except where threaded valve -end option is indicated in valve schedules below. 3. For Copper Tubing, NPS 5 and Larger: Flanged ends. 4. For Steel Piping, NPS 2 and Smaller: Threaded ends. 5. For Steel Piping, NPS 2-1/2 to NPS 4: Flanged ends except where threaded valve -end option is indicated in valve schedules below. 6. For Steel Piping, NPS 5 and Larger: Flanged ends. 7. For Grooved -End Copper Tubing and Steel Piping: Valve ends may be grooved. 1.01 LOW-PRESSURE, COMPRESSED -AIR VALVE SCHEDULE (150 PSIG OR LESS) A. Pipe NPS 2 and Smaller: 1. Bronze Valves: May be provided with solder joint ends instead of threaded ends. 2. Ball Valves: Three piece, full port, bronze with bronze trim. 3. Bronze Swing Check Valves: Class 125, bronze disc. 3.05 DOMESTIC, HOT- AND COLD -WATER VALVE SCHEDULE A. Pipe NPS 2 and Smaller: 1. Bronze Valves: May be provided with solder joint ends instead of threaded ends. 2. Ball Valves: Two piece, full port, bronze with stainless-steel trim. 3. Bronze Swing Check Valves: Class 125, bronze disc. 4. Bronze Globe Valves: Class 125, bronze disc. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 23 - 7 EMI April 2013 THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 23 - 8 EMI April 2013 SECTION 22 05 29 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Metal pipe hangers and supports. 2. Trapeze pipe hangers. 3. Thermal -hanger shield inserts. 4. Fastener systems. 5. Pipe positioning systems. 6. Equipment supports. B. Related Sections: 1. Division 05 Section "Metal Fabrications" for structural -steel shapes and plates for trapeze hangers for pipe and equipment supports. 2. Division 21 fire -suppression piping Sections for pipe hangers for fire - suppression piping. 3. Division 22 Section "Expansion Fittings and Loops for Plumbing Piping" for pipe guides and anchors. 4. Division 22 Section "Vibration and Seismic Controls for Plumbing Piping and Equipment" for vibration isolation devices. 1.03 DEFINITIONS A. MSS: Manufacturers Standardization Society of The Valve and Fittings Industry Inc. 1.04 PERFORMANCE REQUIREMENTS A. Delegated Design: Design trapeze pipe hangers and equipment supports, including comprehensive engineering analysis by a qualified professional engineer, using performance requirements and design criteria indicated. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 29 - 1 EMI April 2013 B. Structural Performance: Hangers and supports for plumbing piping and equipment shall withstand the effects of gravity loads and stresses within limits and under conditions indicated according to ASCE/SEI 7. 1. Design supports for multiple pipes, including pipe stands, capable of supporting combined weight of supported systems, system contents, and test water. 2. Design equipment supports capable of supporting combined operating weight of supported equipment and connected systems and components. 1.05 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show fabrication and installation details and include calculations for the following; include Product Data for components: 1. Trapeze pipe hangers. 2. Metal framing systems. 3. Fiberglass strut systems. 4. Pipe stands. 5. Equipment supports. C. Welding certificates. 1.06 QUALITY ASSURANCE A. Structural Steel Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel." B. Pipe Welding Qualifications: Qualify procedures and operators according to ASME Boiler and Pressure Vessel Code. PART 2 - PRODUCTS 2.01 METAL PIPE HANGERS AND SUPPORTS A. Carbon -Steel Pipe Hangers and Supports: 1. Description: MSS SP -58, Types 1 through 58, factory -fabricated components. 2. Galvanized Metallic Coatings: Pregalvanized or hot dipped. 3. Nonmetallic Coatings: Plastic coating, jacket, or liner. 4. Padded Hangers: Hanger with fiberglass or other pipe insulation pad or cushion to support bearing surface of piping. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 29 - 2 EMI April 2013 5. Hanger Rods: Continuous -thread rod, nuts, and washer made of carbon steel. • B. Stainless -Steel Pipe Hangers and Supports: 1. Description: MSS SP -58, Types 1 through 58, factory -fabricated components. 2. Padded Hangers: Hanger with fiberglass or other pipe insulation pad or cushion to support bearing surface of piping. 3. Hanger Rods: Continuous -thread rod, nuts, and washer made of stainless steel. 2.02 TRAPEZE PIPE HANGERS A. Description: MSS SP -69, Type 59, shop- or field -fabricated pipe -support assembly made from structural carbon -steel shapes with MSS SP -58 carbon -steel hanger rods, nuts, saddles, and U -bolts. 2.03 THERMAL -HANGER SHIELD INSERTS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Carpenter & Paterson, Inc. 2. Clement Support Services. 3. ERICO International Corporation. 4. National Pipe Hanger Corporation. 5. PHS Industries, Inc. 6. Pipe Shields, Inc.; a subsidiary of Piping Technology & Products, Inc. 7. Piping Technology & Products, Inc. 8. Rilco Manufacturing Co., Inc. 9. Value Engineered Products, Inc. B. Insulation -Insert Material for Cold Piping: ASTM C 552, Type II cellular glass with 100-psig or ASTM C 591, Type VI, Grade 1 polyisocyanurate with 125-psig minimum compressive strength and vapor barrier. C. Insulation -Insert Material for Hot Piping: ASTM C 552, Type II cellular glass with 100-psig or ASTM C 591, Type VI, Grade 1 polyisocyanurate with 125-psig minimum compressive strength. D. For Trapeze or Clamped Systems: Insert and shield shall cover entire circumference of pipe. • E. For Clevis or Band Hangers: Insert and shield shall cover lower 180 degrees of pipe. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 29 - 3 EMI April 2013 F. Insert Length: Extend 2 inches beyond sheet metal shield for piping operating below ambient air temperature. 2.04 FASTENER SYSTEMS A. Powder -Actuated Fasteners: Threaded -steel stud, for use in hardened portland cement concrete with pull-out, tension, and shear capacities appropriate for supported loads and building materials where used. B. Mechanical -Expansion Anchors: Insert -wedge -type, zinc -coated steel anchors, for use in hardened portland cement concrete; with pull-out, tension, and shear capacities appropriate for supported loads and building materials where used. 2.05 PIPE POSITIONING SYSTEMS A. Description: IAPMO PS 42, positioning system of metal brackets, clips, and straps for positioning piping in pipe spaces; for plumbing fixtures in commercial applications. 2.06 EQUIPMENT SUPPORTS A. Description: Welded, shop- or field -fabricated equipment support made from structural carbon -steel shapes. 2.07 MISCELLANEOUS MATERIALS A. Structural Steel: ASTM A 36/A 36M, carbon -steel plates, shapes, and bars; black and galvanized. B. Grout: ASTM C 1107, factory -mixed and -packaged, dry, hydraulic -cement, nonshrink and nonmetallic grout; suitable for interior and exterior applications. 1. Properties: Nonstaining, noncorrosive, and nongaseous. 2. Design Mix: 5000 -psi, 28 -day compressive strength. PART 3 - EXECUTION 3.01 HANGER AND SUPPORT INSTALLATION A. Metal Pipe -Hanger Installation: Comply with MSS SP -69 and MSS SP -89. Install hangers, supports, clamps, and attachments as required to properly support piping from the building structure. B. Metal Trapeze Pipe -Hanger Installation: Comply with MSS SP -69 and MSS SP -89. Arrange for grouping of parallel runs of horizontal piping, and support together on field -fabricated trapeze pipe hangers. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 29 - 4 EMI April 2013 • • 1. Pipes of Various Sizes: Support together and space trapezes for smallest pipe size or install intermediate supports for smaller diameter pipes as specified for individual pipe hangers. 2. Field fabricate from ASTM A 36/A 36M, carbon -steel shapes selected for loads being supported. Weld steel according to AWS Di.1/D 1.1 M. C. Thermal -Hanger Shield Installation: Install in pipe hanger or shield for insulated piping. D. Fastener System Installation: 1. Install powder -actuated fasteners for use in lightweight concrete or concrete slabs less than 4 inches thick in concrete after concrete is placed and completely cured. Use operators that are licensed by powder -actuated tool manufacturer. Install fasteners according to powder -actuated tool manufacturer's operating manual. 2. Install mechanical -expansion anchors in concrete after concrete is placed and completely cured. Install fasteners according to manufacturer's written instructions. E. Pipe Positioning -System Installation: Install support devices to make rigid supply and waste piping connections to each plumbing fixture. See Division 22 plumbing fixture Sections for requirements for pipe positioning systems for plumbing fixtures. F. Install hangers and supports complete with necessary attachments, inserts, bolts, rods, nuts, washers, and other accessories. G. Equipment Support Installation: Fabricate from welded -structural -steel shapes. H. Install hangers and supports to allow controlled thermal and seismic movement of piping systems, to permit freedom of movement between pipe anchors, and to facilitate action of expansion joints, expansion loops, expansion bends, and similar units. I. Install lateral bracing with pipe hangers and supports to prevent swaying. J. Install building attachments within concrete slabs or attach to structural steel. Install additional attachments at concentrated Loads, including valves, flanges, and strainers, and at changes in direction of piping. Install concrete inserts before concrete is placed; fasten inserts to forms and install reinforcing bars through openings at top of inserts. K. Load Distribution: Install hangers and supports so that piping live and dead loads and stresses from movement will not be transmitted to connected equipment. L. Pipe Slopes: Install hangers and supports to provide indicated pipe slopes and to not exceed maximum pipe deflections allowed by ASME B31.9 for building services piping. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 29 - 5 EMI April 2013 M. Insulated Piping: 1. Attach clamps and spacers to piping. 2. Piping Operating above Ambient Air Temperature: Clamp may project through insulation. 3. Piping Operating below Ambient Air Temperature: Use thermal -hanger shield insert with clamp sized to match OD of insert. 4. Do not exceed pipe stress limits allowed by ASME B31.9 for building services piping. 5. Install MSS SP -58, Type 39, protection saddles if insulation without vapor barrier is indicated. Fill interior voids with insulation that matches adjoining insulation. • 6. Option: Thermal -hanger shield inserts may be used. Include steel weight - distribution plate for pipe NPS 4 and larger if pipe is installed on rollers. 7. Install MSS SP -58, Type 40, protective shields on cold piping with vapor barrier. Shields shall span an arc of 180 degrees. 8. Option: Thermal -hanger shield inserts may be used. Include steel weight - distribution plate for pipe NPS 4 and larger if pipe is installed on rollers. 9. Shield Dimensions for Pipe: Not less than the following: 10. NPS 1/4 to NPS 3-1/2: 12 inches long and 0.048 inch thick. 11. NPS 4: 12 inches long and 0.06 inch thick. 12. NPS 5 and NPS 6: 18 inches long and 0.06 inch thick. 13. NPS 8 to NPS 14: 24 inches long and 0.075 inch thick. 14. NPS 16 to NPS 24: 24 inches long and 0.105 inch thick. 15. Pipes NPS 8 and Larger: Include wood or reinforced calcium -silicate - insulation inserts of length at least as long as protective shield. 16. Thermal -Hanger Shields: Install with insulation same thickness as piping insulation. 3.02 EQUIPMENT SUPPORTS A. Fabricate structural -steel stands support equipment above floor. B. Grouting: Place grout under smooth. to suspend equipment from structure overhead or to supports for equipment and make bearing surface C. Provide lateral bracing, to prevent swaying, for equipment supports. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April2013 22 05 29 - 6 EMI 3.03 METAL FABRICATIONS • A. Cut, drill, and fit miscellaneous metal fabrications for trapeze pipe hangers and • equipment supports. B. Fit exposed connections together to form hairline joints. Field weld connections that cannot be shop welded because of shipping size limitations. C. Field Welding: Comply with AWS D1.1/D1.1M procedures for shielded, metal arc welding; appearance and quality of welds; and methods used in correcting welding work; and with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. Finish welds at exposed connections so no roughness shows after finishing and so contours of welded surfaces match adjacent contours. 3.04 ADJUSTING A. Hanger Adjustments: Adjust hangers to distribute loads equally on attachments and to achieve indicated slope of pipe. B. Trim excess length of continuous -thread hanger and support rods to 1-1/2 inches. 3.05 PAINTING A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching up field -painted surfaces. 1. Apply paint by brush or spray to provide a minimum dry film thickness of 2.0 mils. B. Touchup: Cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint on miscellaneous metal are specified in Division 09. C. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing -repair paint to comply with ASTM A 780. 3.06 HANGER AND SUPPORT SCHEDULE A. Specific hanger and support requirements are in Sections specifying piping systems and equipment. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 29 - 7 EMI April 2013 B. Comply with MSS SP -69 for pipe -hanger selections and applications that are not specified in piping system Sections. C. Use hangers and supports with galvanized metallic coatings for piping and equipment that will not have field -applied finish. D. Use nonmetallic coatings on attachments for electrolytic protection where attachments are in direct contact with copper tubing. E. Use carbon -steel pipe hangers and supports or metal trapeze pipe hangers and attachments for general service applications. F. Use stainless-steel pipe hangers and stainless-steel attachments for hostile environment applications. G. Use padded hangers for piping that is subject to scratching. H. Use thermal -hanger shield inserts for insulated piping and tubing. I. Horizontal -Piping Hangers and Supports: Unless otherwise indicated and except as specified in piping system Sections, install the following types: 1. Adjustable, Steel Clevis Hangers (MSS Type 1): For suspension of noninsulated or insulated, stationary pipes NPS 1/2 to NPS 30. 2. Yoke -Type Pipe Clamps (MSS Type 2): For suspension of up to 1050 deg F, pipes NPS 4 to NPS 24, requiring up to 4 inches of insulation. 3. Carbon- or Alloy -Steel, Double -Bolt Pipe Clamps (MSS Type 3): For suspension of pipes NPS 3/4 to NPS 36, requiring clamp flexibility and up to 4 inches of insulation. 4. Steel Pipe Clamps (MSS Type 4): For suspension of cold and hot pipes NPS 1/2 to NPS 24 if little or no insulation is required. 5. Pipe Hangers (MSS Type 5): For suspension of pipes NPS 1/2 to NPS 4, to allow off -center closure for hanger installation before pipe erection. 6. Adjustable, Swivel Split- or Solid -Ring Hangers (MSS Type 6): For suspension of noninsulated, stationary pipes NPS 3/4 to NPS 8. 7. Adjustable, Steel Band Hangers (MSS Type 7): For suspension of noninsulated, stationary pipes NPS 1/2 to NPS 8. 8. Adjustable Band Hangers (MSS Type 9): For suspension of noninsulated, stationary pipes NPS 1/2 to NPS 8. 9. Adjustable, Swivel -Ring Band Hangers (MSS Type 10): For suspension of noninsulated, stationary pipes NPS 1/2 to NPS 8. 10. Split Pipe Ring with or without Turnbuckle Hangers (MSS Type 11): For suspension of noninsulated, stationary pipes NPS 3/8 to NPS 8. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 29 - 8 EMI April 2013 11. Extension Hinged or Two -Bolt Split Pipe Clamps (MSS Type 12): For suspension of noninsulated, stationary pipes NPS 3/8 to NPS 3. 12. U -Bolts (MSS Type 24): For support of heavy pipes NPS 1/2 to NPS 30. 13. Clips (MSS Type 26): For support of insulated pipes not subject to expansion or contraction. 14. Pipe Saddle Supports (MSS Type 36): For support of pipes NPS 4 to NPS 36, with steel -pipe base stanchion support and cast-iron floor flange or carbon - steel plate. 15. Pipe Stanchion Saddles (MSS Type 37): For support of pipes NPS 4 to NPS 36, with steel -pipe base stanchion support and cast-iron floor flange or carbon -steel plate, and with U -bolt to retain pipe. 16. Adjustable Pipe Saddle Supports (MSS Type 38): For stanchion -type support for pipes NPS 2-1/2 to NPS 36 if vertical adjustment is required, with steel - pipe base stanchion support and cast-iron floor flange. 17. Single -Pipe Rolls (MSS Type 41): For suspension of pipes NPS 1 to NPS 30, from two rods if longitudinal movement caused by expansion and contraction might occur. 18. Adjustable Roller Hangers (MSS Type 43): For suspension of pipes NPS 2- 1/2 to NPS 24, from single rod if horizontal movement caused by expansion and contraction might occur. 19. Complete Pipe Rolls (MSS Type 44): For support of pipes NPS 2 to NPS 42 if longitudinal movement caused by expansion and contraction might occur but vertical adjustment is not necessary. 20. Pipe Roll and Plate Units (MSS Type 45): For support of pipes NPS 2 to NPS 24 if small horizontal movement caused by expansion and contraction might occur and vertical adjustment is not necessary. 21. Adjustable Pipe Roll and Base Units (MSS Type 46): For support of pipes NPS 2 to NPS 30 if vertical and lateral adjustment during installation might be required in addition to expansion and contraction. J. Vertical -Piping Clamps: Unless otherwise indicated and except as specified in piping system Sections, install the following types: 1. Extension Pipe or Riser Clamps (MSS Type 8): For support of pipe risers NPS 3/4 to NPS 24. 2. Carbon- or Alloy -Steel Riser Clamps (MSS Type 42): For support of pipe risers NPS 3/4 to NPS 24 if longer ends are required for riser clamps. K. Hanger -Rod Attachments: Unless otherwise indicated and except as specified in piping system Sections, install the following types: 1. Steel Turnbuckles (MSS Type 13): For adjustment up to 6 inches for heavy loads. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 29 - 9 EMI April 2013 2. Steel Clevises (MSS Type 14): For 120 to 450 deg F piping installations. 3. Swivel Turnbuckles (MSS Type 15): For use with MSS Type 11, split pipe rings. 4. Malleable -Iron Sockets (MSS Type 16): For attaching hanger rods to various types of building attachments. 5. Steel Weldless Eye Nuts (MSS Type 17): For 120 to 450 deg F piping installations. L. Building Attachments: Unless otherwise indicated and except as specified in piping system Sections, install the following types: 1. Steel or Malleable Concrete Inserts (MSS Type 18): For upper attachment to suspend pipe hangers from concrete ceiling. 2. Top -Beam C -Clamps (MSS Type 19): For use under roof installations with bar joist construction, to attach to top flange of structural shape. 3. Side -Beam or Channel Clamps (MSS Type 20): For attaching to bottom flange of beams, channels, or angles. 4. Center -Beam Clamps (MSS Type 21): For attaching to center of bottom flange of beams. 5. Welded Beam Attachments (MSS Type 22): For attaching to bottom of beams if loads are considerable and rod sizes are large. 6. C -Clamps (MSS Type 23): For structural shapes. 7. Top -Beam Clamps (MSS Type 25): For top of beams if hanger rod is required tangent to flange edge. 8. Side -Beam Clamps (MSS Type 27): For bottom of steel 1 -beams. 9. Steel -Beam Clamps with Eye Nuts (MSS Type 28): For attaching to bottom of steel I -beams for heavy loads. 10. Linked -Steel Clamps with Eye Nuts (MSS Type 29): For attaching to bottom of steel I -beams for heavy loads, with link extensions. 11. Malleable -Beam Clamps with Extension Pieces (MSS Type 30): For attaching to structural steel. 12. Welded -Steel Brackets: For support of pipes from below or for suspending from above by using clip and rod. Use one of the following for indicated loads: 13. Light (MSS Type 31): 7501b. 14. Medium (MSS Type 32): 1500 Ib. 15. Heavy (MSS Type 33): 30001b. 16. Side -Beam Brackets (MSS Type 34): For sides of steel or wooden beams. 17. Plate Lugs (MSS Type 57): For attaching to steel beams if flexibility at beam is required. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 29 - 10 EMI April 2013 18. Horizontal Travelers (MSS Type 58): For supporting piping systems subject to linear horizontal movement where headroom is limited. M. Saddles and Shields: Unless otherwise indicated and except as specified in piping system Sections, install the following types: 1. Steel -Pipe -Covering Protection Saddles (MSS Type 39): To fill interior voids with insulation that matches adjoining insulation. 2. Protection Shields (MSS Type 40): Of length recommended in writing by manufacturer to prevent crushing insulation. 3. Thermal -Hanger Shield Inserts: For supporting insulated pipe. N. Spring Hangers and Supports: Unless otherwise indicated and except as specified in piping system Sections, install the following types: 1. Restraint -Control Devices (MSS Type 47): Where indicated to control piping movement. 2. Spring Cushions (MSS Type 48): For light loads if vertical movement does not exceed 1-1/4 inches. 3. Spring -Cushion Roll Hangers (MSS Type 49): For equipping Type 41, roll hanger with springs. 4. Spring Sway Braces (MSS Type 50): To retard sway, shock, vibration, or thermal expansion in piping systems. 5. Variable -Spring Hangers (MSS Type 51): Preset to indicated load and limit variability factor to 25 percent to allow expansion and contraction of piping system from hanger. 6. Variable -Spring Base Supports (MSS Type 52): Preset to indicated load and limit variability factor to 25 percent to allow expansion and contraction of piping system from base support. 7. Variable -Spring Trapeze Hangers (MSS Type 53): Preset to indicated load and limit variability factor to 25 percent to allow expansion and contraction of piping system from trapeze support. 8. Constant Supports: For critical piping stress and if necessary to avoid transfer of stress from one support to another support, critical terminal, or connected equipment. Include auxiliary stops for erection, hydrostatic test, and load - adjustment capability. These supports include the following types: 9. Horizontal (MSS Type 54): Mounted horizontally. 10. Vertical (MSS Type 55): Mounted vertically. 11. Trapeze (MSS Type 56): Two vertical -type supports and one trapeze member. O. Comply with MSS SP -69 for trapeze pipe -hanger selections and applications that are not specified in piping system Sections. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 29 - 11 EMI April2013 P. Comply with MFMA-103 for metal framing system selections and applications that are not specified in piping system Sections. Q. Use powder -actuated fasteners or mechanical -expansion anchors instead of building attachments where required in concrete construction. R. Use pipe positioning systems in pipe spaces behind plumbing fixtures to support supply and waste piping for plumbing fixtures. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 29 - 12 EMI April 2013 SECTION 22 05 53 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Equipment labels. 2. Warning signs and labels. 3. Pipe labels. 4. Stencils. 5. Valve tags. 6. Warning tags. 1.03 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples: For color, letter style, and graphic representation required for each identification material and device. C. Equipment Label Schedule: Include a listing of all equipment to be labeled with the proposed content for each label. D. Valve numbering scheme. E. Valve Schedules: For each piping system to include in maintenance manuals. 1.04 COORDINATION A. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied. B. Coordinate installation of identifying devices with locations of access panels and doors. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 53 - 1 EMI April 2013 C. Install identifying devices before installing acoustical ceilings and similar concealment. PART 2 - PRODUCTS 2.01 EQUIPMENT LABELS A. Plastic Labels for Equipment: 1. Material and Thickness: Multilayer, multicolor, plastic labels for mechanical engraving, 1/16 inch thick, and having predrilled holes for attachment hardware. 2. Letter Color: White. 3. Background Color: Blue. 4. Maximum Temperature: Able to withstand temperatures up to 160 deg F. 5. Minimum Label Size: Length and width vary for required label content, but not less than 2-1/2 by 3/4 inch. 6. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately larger lettering for greater viewing distances. Include secondary lettering two-thirds to three-fourths the size of principal lettering. 7. Fasteners: Stainless-steel rivets or self -tapping screws. 8. Adhesive: Contact -type permanent adhesive, compatible with label and with substrate. B. Label Content: Include equipment's Drawing designation or unique equipment number, Drawing numbers where equipment is indicated (plans, details, and schedules), plus the Specification Section number and title where equipment is specified. C. Equipment Label Schedule: For each item of equipment to be labeled, on 8 -1/2 -by - 11 -inch bond paper. Tabulate equipment identification number and identify Drawing numbers where equipment is indicated (plans, details, and schedules), plus the Specification Section number and title where equipment is specified. Equipment schedule shall be included in operation and maintenance data. 2.02 WARNING SIGNS AND LABELS A. Material and Thickness: Multilayer, multicolor, plastic labels for mechanical engraving, 1/16 inch thick, and having predrilled holes for attachment hardware. B. Letter Color: White. C. Background Color: Blue. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 53 - 2 EMI April 2013 D. Maximum Temperature: Able to withstand temperatures up to 160 deg F. E. Minimum Label Size: Length and width vary for required label content, but not less than 2-1/2 by 3/4 inch. F. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately larger lettering for greater viewing distances. Include secondary lettering two-thirds to three-fourths the size of principal lettering. G. Fasteners: Stainless-steel rivets or self -tapping screws. H. Adhesive: Contact -type permanent adhesive, compatible with label and with substrate. I. Label Content: Include caution and warning information, plus emergency notification instructions. 2.03 PIPE LABELS A. General Requirements for Manufactured Pipe Labels: Preprinted, color -coded, with lettering indicating service, and showing flow direction. B. Self -Adhesive Pipe Labels: Printed plastic with contact -type, permanent -adhesive backing. C. Pipe Label Contents: Include identification of piping service using same designations or abbreviations as used on Drawings, pipe size, and an arrow indicating flow direction. 1. Flow -Direction Arrows: Integral with piping system service lettering to accommodate both directions, or as separate unit on each pipe label to indicate flow direction. 2. Lettering Size: At least 1-1/2 inches high. 2.04 STENCILS A. Stencils: Prepared with letter sizes according to ASME A13.1 for piping; and minimum letter height of 3/4 inch for access panel and door labels, and similar operational instructions. 1. Stencil Material: Aluminum. 2. Stencil Paint: Exterior, gloss, alkyd enamel black unless otherwise indicated. Paint may be in pressurized spray -can form. 3. Identification Paint: Exterior, alkyd enamel in colors according to ASME A13.1 unless otherwise indicated. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 53 - 3 EMI April 2013 2.05 VALVE TAGS A. Valve Tags: Stamped or engraved with 1/4 -inch letters for piping system abbreviation and 1/2 -inch numbers. 1. Tag Material: Brass, 0.032 -inch or Stainless steel, 0.025 -inch minimum thickness, and having predrilled or stamped holes for attachment hardware. 2. Fasteners: Brass wire -link or beaded chain; or S -hook. B. Valve Schedules: For each piping system, on 8 -1/2 -by -11 -inch bond paper. Tabulate valve number, piping system, system abbreviation (as shown on valve tag), location of valve (room or space), normal -operating position (open, closed, or modulating), and variations for identification. Mark valves for emergency shutoff and similar special uses. 1. Valve -tag schedule shall be included in operation and maintenance data. 2.06 WARNING TAGS A. Warning Tags: Preprinted or partially preprinted, accident -prevention tags, of plasticized card stock with matte finish suitable for writing. 1. Size: 3 by 5-1/4 inches. 2. Fasteners: Reinforced grommet and wire or string. 3. Nomenclature: Large -size primary caption such as "DANGER," "CAUTION," or "DO NOT OPERATE." 4. Color: Yellow background with black lettering. PART 3 - EXECUTION 3.01 PREPARATION A. Clean piping and equipment surfaces of substances that could impair bond of identification devices, including dirt, oil, grease, release agents, and incompatible primers, paints, and encapsulants. 3.02 EQUIPMENT LABEL INSTALLATION A. Install or permanently fasten labels on each major item of mechanical equipment. B. Locate equipment labels where accessible and visible. 3.03 PIPE LABEL INSTALLATION A. Piping Color -Coding: Painting of piping is specified in Division 09. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 53 - 4 EMI April 2013 B. Locate pipe labels where piping is exposed or above accessible ceilings in finished spaces; machine rooms; accessible maintenance spaces such as shafts, tunnels, and plenums; and exterior exposed locations as follows: 1. Near each valve and control device. 2. Near each branch connection, excluding short takeoffs for fixtures and terminal units. Where flow pattern is not obvious, mark each pipe at branch. 3. Near penetrations through walls, floors, ceilings, and inaccessible enclosures. 4. At access doors, manholes, and similar access points that permit view of concealed piping. 5. Near major equipment items and other points of origination and termination. 6. Spaced at maximum intervals of 20 feet along each run. Reduce intervals to 10 feet in areas of congested piping and equipment. 7. On piping above removable acoustical ceilings. Omit intermediately spaced labels. C. Pipe Label Color Schedule: Per ANSI/ASME A13.1-2007 and ANSI Z535.1 Standard. 3.04 VALVE -TAG INSTALLATION A. Install tags on valves and control devices in piping systems, except check valves; valves within factory -fabricated equipment units; shutoff valves; faucets; convenience and lawn -watering hose connections; and similar roughing -in connections of end-use fixtures and units. List tagged valves in a valve schedule. B. Valve -Tag Application Schedule: Tag valves according to size, shape, and color scheme and with captions similar to those indicated in the following subparagraphs: 1. Valve -Tag Size and Shape: a. Cold Water: 2 inches, round. b. Hot Water: 2 inches, round. c. Low -Pressure Compressed Air: 2 inches, round. 2. Valve -Tag Color: a. Cold Water: Natural. b. Hot Water: Natural. c. Low -Pressure Compressed Air: Natural. d. High -Pressure Compressed Air: Natural. 3. Letter Color: a. Cold Water: White. b. Hot Water: White. c. Low -Pressure Compressed Air: White. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 53 - 5 EMI April 2013 d. High -Pressure Compressed Air: White. 3.05 WARNING -TAG INSTALLATION A. Write required message on, and attach warning tags to, equipment and other items where required. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 05 53 - 6 EMI April 2013 • SECTION 22 07 00 PLUMBING INSULATION PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Insulation Materials: a. Flexible elastomeric. 2. Insulating cements. 3. Adhesives. 4. Mastics. 5. Lagging adhesives. 6. Sealants. 7. Factory -applied jackets. 8. Field -applied fabric -reinforcing mesh. 9. Field -applied cloths. 10. Field -applied jackets. 11. Tapes. 12. Securements. 13. Corner angles. B. Related Sections include the following: 1. Division 21 Section "Fire -Suppression Systems Insulation." 2. Division 23 Section "HVAC Insulation." 1.03 SUBMITTALS A. Product Data: For each type of product indicated. Include thermal conductivity, thickness, and jackets (both factory and field applied, if any). City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 07 00 - 1 EMI April 2013 B. Shop Drawings: 1. Detail application of protective shields, saddles, and inserts at hangers for each type of insulation and hanger. 2. Detail attachment and covering of heat tracing inside insulation. 3. Detail insulation application at pipe expansion joints for each type of insulation. 4. Detail insulation application at elbows, fittings, flanges, valves, and specialties for each type of insulation. 5. Detail removable insulation at piping specialties, equipment connections, and access panels. 6. Detail application of field -applied jackets. 7. Detail application at linkages of control devices. 8. Detail field application for each equipment type. C. Samples: For each type of insulation and jacket indicated. Identify each Sample, describing product and intended use. Sample sizes are as follows: 1. Sample Sizes: a. Preformed Pipe Insulation Materials: 12 inches long by NPS 2. b. Sheet Form Insulation Materials: 12 inches square. c. Jacket Materials for Pipe: 12 inches long by NPS 2. d. Sheet Jacket Materials: 12 inches square. e. Manufacturer's Color Charts: For products where color is specified, show the full range of colors available for each type of finish material. D. Material Test Reports: From a qualified testing agency acceptable to authorities having jurisdiction indicating, interpreting, and certifying test results for compliance of insulation materials, sealers, attachments, cements, and jackets, with requirements indicated. Include dates of tests and test methods employed. E. Field quality -control reports. 1.04 QUALITY ASSURANCE A. Installer Qualifications: Skilled mechanics who have successfully completed an apprenticeship program or another craft training program certified by the Department of Labor, Bureau of Apprenticeship and Training. B. Fire -Test -Response Characteristics: Insulation and related materials shall have fire - test -response characteristics indicated, as determined by testing identical products per ASTM E 84, by a testing and inspecting agency acceptable to authorities having jurisdiction. Factory label insulation and jacket materials and adhesive, mastic, tapes, and cement material containers, with appropriate markings of applicable testing and inspecting agency. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 07 00 - 2 EMI April 2013 1. Insulation Installed Indoors: Flame -spread index of 25 or less, and smoke - developed index of 50 or less. 2. Insulation Installed Outdoors: Flame -spread index of 75 or less, and smoke - developed index of 150 or less. 1.05 DELIVERY, STORAGE, AND HANDLING A. Packaging: Insulation material containers shall be marked by manufacturer with appropriate ASTM standard designation, type and grade, and maximum use temperature. 1.06 COORDINATION A. Coordinate size and location of supports, hangers, and insulation shields specified in Division 22 Section "Hangers and Supports for Plumbing Piping and Equipment." B. Coordinate clearance requirements with piping Installer for piping insulation application and equipment Installer for equipment insulation application. Before preparing piping Shop Drawings, establish and maintain clearance requirements for installation of insulation and field -applied jackets and finishes and for space required for maintenance. C. Coordinate installation and testing of heat tracing. 1.07 SCHEDULING A. Schedule insulation application after pressure testing systems and, where required, after installing and testing heat tracing. Insulation application may begin on segments that have satisfactory test results. B. Complete installation and concealment of plastic materials as rapidly as possible in each area of construction. PART 2 - PRODUCTS 2.01 INSULATION MATERIALS A. Comply with requirements in Part 3 schedule articles for where insulating materials shall be applied. B. Products shall not contain asbestos, lead, mercury, or mercury compounds. C. Products that come in contact with stainless steel shall have a leachable chloride content of less than 50 ppm when tested according to ASTM C 871. D. Insulation materials for use on austenitic stainless steel shall be qualified as acceptable according to ASTM C 795. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 07 00 - 3 EMI April 2013 E. Foam insulation materials shall not use CFC or HCFC blowing agents in the manufacturing process. F. Flexible Elastomeric: Closed -cell, sponge- or expanded -rubber materials. Comply with ASTM C 534, Type I for tubular materials and Type II for sheet materials. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Aeroflex USA Inc.; Aerocel. b. Armacell LLC; AP Armaflex. c. RBX Corporation; Insul-Sheet 1800 and Insul-Tube 180. 2.02 ADHESIVES A. Materials shall be compatible with insulation materials, jackets, and substrates and for bonding insulation to itself and to surfaces to be insulated, unless otherwise indicated. B. Flexible Elastomeric Adhesive: Comply with MIL -A -24179A, Type II, Class I,. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Aeroflex USA Inc.; Aeroseal. b. Armacell LCC; 520 Adhesive. c. Foster Products Corporation, H. B. Fuller Company; 85-75. d. RBX Corporation; Rubatex Contact Adhesive. 2. For indoor applications, use adhesive that has a VOC content of 50 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 2.03 FIELD -APPLIED JACKETS A. Field -applied jackets shall comply with ASTM C 921, Type I, unless otherwise indicated. B. PVC Jacket: High -impact -resistant, UV -resistant PVC complying with ASTM D 1784, Class 16354-C; thickness as scheduled; roll stock ready for shop or field cutting and forming. Thickness is indicated in field -applied jacket schedules. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Johns Manville; Zeston. b. P.I.C. Plastics, Inc.; FG Series. c. Proto PVC Corporation; LoSmoke. d. Speedline Corporation; SmokeSafe. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 07 00 - 4 EMI April 2013 2. Adhesive: As recommended by jacket material manufacturer. 3. Color: White. 4. Factory -fabricated fitting covers to match jacket if available; otherwise, field fabricate. a. Shapes: 45- and 90 -degree, short- and long -radius elbows, tees, valves, flanges, unions, reducers, end caps, soil -pipe hubs, traps, mechanical joints, and P -trap and supply covers for lavatories. 5. Factory -fabricated tank heads and tank side panels. C. Metal Jacket: 1. Aluminum Jacket: Comply with ASTM B 209, Alloy 3003, 3005, 3105 or 5005, Temper H-14. a. Sheet and roll stock ready for shop or field sizing. b. Finish and thickness are indicated in field -applied jacket schedules. c. Moisture Barrier for Indoor Applications: 1 -mil -thick, heat -bonded polyethylene and kraft paper. d. Factory -Fabricated Fitting Covers: i. Same material, finish, and thickness as jacket. ii. Preformed 2 -piece or gore, 45- and 90 -degree, short- and long - radius elbows. iii. Tee covers. iv. Flange and union covers. v. End caps. vi. Beveled collars. vii. Valve covers. viii. Field fabricate fitting covers only if factory -fabricated fitting covers are not available. 2. Stainless -Steel Jacket: ASTM A 167 or ASTM A 240/A 240M. a. Sheet and roll stock ready for shop or field sizing or factory cut and rolled to size. b. Material, fmish, and thickness are indicated in field -applied jacket schedules. c. Moisture Barrier for Indoor Applications: 1 -mil -thick, heat -bonded polyethylene and kraft paper. d. Factory -Fabricated Fitting Covers: i. Same material, finish, and thickness as jacket. ii. Preformed 2 -piece or gore, 45- and 90 -degree, short- and long - radius elbows. iii. Tee covers. iv. Flange and union covers. v. End caps. vi. Beveled collars. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 07 00 - 5 EMI April 2013 vii. Valve covers. viii. Field fabricate fitting covers only if factory -fabricated fitting covers are not available. 2.04 TAPES A. PVC Tape: White vapor -retarder tape matching field -applied PVC jacket with acrylic adhesive. Suitable for indoor and outdoor applications. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited 1:o, the following: a. Avery Dennison Corporation, Specialty Tapes Division; Fasson 0555. b. Compac Corp.; 130. c. Ideal Tape Co., Inc., an American Biltrite Company; 370 White PVC tape. d. Venture Tape; 1506 CW NS. 2. Width: 2 inches. 3. Thickness: 6 mils. 4. Adhesion: 64 ounces force/inch in width. 5. Elongation: 500 percent. 6. Tensile Strength: 18 lbf/inch in width. B. Aluminum -Foil Tape: Vapor -retarder tape with acrylic adhesive. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Avery Dennison Corporation, Specialty Tapes Division; Fasson 0800. b. Compac Corp.; 120. c. Ideal Tape Co., Inc., an American Biltrite Company; 488 AWF. d. Venture Tape; 3520 CW. 2. Width: 2 inches. 3. Thickness: 3.7 mils. 4. Adhesion: 100 ounces force/inch in width. 5. Elongation: 5 percent. 6. Tensile Strength: 34 lbf/inch in width. 2.05 SECUREMENTS A. Bands: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 07 00 - 6 EMI April 2013 • 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Childers Products; Bands. b. PABCO Metals Corporation; Bands. c. RPR Products, Inc.; Bands. 2. Stainless Steel: ASTM A 167 or ASTM A 240/A 240M, Type 304 or Type 316; 0.015 inch thick, 1/2 inch wide with wing or closed seal. 3. Aluminum: ASTM B 209, Alloy 3003, 3005, 3105, or 5005; Temper H-14, 0.020 inch thick, 1/2 inch wide with wing or closed seal. 4. Springs: Twin spring set constructed of stainless steel with ends flat and slotted to accept metal bands. Spring size determined by manufacturer for application. B. Staples: Outward -clinching insulation staples, nominal 3/4 -inch -wide, stainless steel or Monel. C. Wire: 0.062 -inch soft -annealed, galvanized steel. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. C & F Wire. b. Childers Products. c. PABCO Metals Corporation. d. RPR Products, Inc. 2.06 CORNER ANGLES A. PVC Corner Angles: 30 mils thick, minimum 1 by 1 inch, PVC according to ASTM D 1784, Class 16354-C. White or color -coded to match adjacent surface. B. Aluminum Corner Angles: 0.040 inch thick, minimum 1 by 1 inch, aluminum according to ASTM B 209, Alloy 3003, 3005, 3105 or 5005; Temper H-14. C. Stainless -Steel Corner Angles: 0.024 inch thick, minimum 1 by 1 inch, stainless steel according to ASTM A 167 or ASTM A 240/A 240M, Type 304 or 316. PART 3 - EXECUTION 3.01 EXAMINATION A. Examine substrates and conditions for compliance with requirements for installation 4111 and other conditions affecting performance of insulation application. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 07 00 - 7 EMI April 2013 1. Verify that systems and equipment to be insulated have been tested and are free of defects. 2. Verify that surfaces to be insulated are clean and dry. 3. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Surface Preparation: Clean and dry surfaces to receive insulation. Remove materials that will adversely affect insulation application. B. Surface Preparation: Clean and prepare surfaces to be insulated. Before insulating, apply a corrosion coating to insulated surfaces as follows: 1. Stainless Steel: Coat 300 series stainless steel with an epoxy primer 5 mils thick and an epoxy finish 5 mils thick if operating in a temperature range between 140 and 300 deg F. Consult coating manufacturer for appropriate coating materials and application methods for operating temperature range. 2. Carbon Steel: Coat carbon steel operating at a service temperature between 32 and 300 deg F with an epoxy coating. Consult coating manufacturer for appropriate coating materials and application methods for operating temperature range. C. Coordinate insulation installation with the trade installing heat tracing. Comply with requirements for heat tracing that apply to insulation. D. Mix insulating cements with clean potable water; if insulating cements are to be in contact with stainless-steel surfaces, use demineralized water. 3.03 GENERAL INSTALLATION REQUIREMENTS A. Install insulation materials, accessories, and finishes with smooth, straight, and even surfaces; free of voids throughout the length of equipment and piping including fittings, valves, and specialties. B. Install insulation materials, forms, vapor barriers or retarders, jackets, and thicknesses required for each item of equipment and pipe system as specified in insulation system schedules. C. Install accessories compatible with insulation materials and suitable for the service. Install accessories that do not corrode, soften, or otherwise attack insulation or jacket in either wet or dry state. D. Install insulation with longitudinal seams at top and bottom of horizontal runs. E. Install multiple layers of insulation with longitudinal and end seams staggered. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 07 00 - 8 EMI April 2013 F. Do not weld brackets, clips, or other attachment devices to piping, fittings, and • specialties. G. Keep insulation materials dry during application and finishing. H. Install insulation with tight longitudinal seams and end joints. Bond seams and joints with adhesive recommended by insulation material manufacturer. Install insulation with least number of joints practical. J. Where vapor barrier is indicated, seal joints, seams, and penetrations in insulation at hangers, supports, anchors, and other projections with vapor -barrier mastic. 1. Install insulation continuously through hangers and around anchor attachments. 2. For insulation application where vapor barriers are indicated, extend insulation on anchor legs from point of attachment to supported item to point of attachment to structure. Taper and seal ends at attachment to structure with vapor -barrier mastic. 3. Install insert materials and install insulation to tightly join the insert. Seal insulation to insulation inserts with adhesive or sealing compound recommended by insulation material manufacturer. 4. Cover inserts with jacket material matching adjacent pipe insulation. Install shields over jacket, arranged to protect jacket from tear or puncture by hanger, support, and shield. K. Apply adhesives, mastics, and sealants at manufacturer's recommended coverage rate and wet and dry film thicknesses. L. Install insulation with factory -applied jackets as follows: 1. Draw jacket tight and smooth. 2. Cover circumferential joints with 3 -inch -wide strips, of same material as insulation jacket. Secure strips with adhesive and outward clinching staples along both edges of strip, spaced 4 inches o.c. 3. Overlap jacket longitudinal seams at least 1-1/2 inches. Install insulation with longitudinal seams at bottom of pipe. Clean and dry surface to receive self- sealing lap. Staple laps with outward clinching staples along edge at 2 inches o.c. a. For below ambient services, apply vapor -barrier mastic over staples. 4. Cover joints and seams with tape as recommended by insulation material manufacturer to maintain vapor seal. 5. Where vapor barriers are indicated, apply vapor -barrier mastic on seams and joints and at ends adjacent to pipe flanges and fittings. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 07 00 - 9 EMI April 2013 M. Cut insulation in a manner to avoid compressing insulation more than 75 percent of its nominal thickness. N. Finish installation with systems at operating conditions. Repair joint separations and cracking due to thermal movement. O. Repair damaged insulation facings by applying same facing material over damaged areas. Extend patches at least 4 inches beyond damaged areas. Adhere, staple, and seal patches similar to butt joints. P. For above ambient services, do not install insulation to the following: 1. Vibration -control devices. 2. Testing agency labels and stamps. 3. Nameplates and data plates. 4. Manholes. 5. Handholes. 6. Cleanouts. 3.04 PENETRATIONS A. Insulation Installation at Roof Penetrations: Install insulation continuously through roof penetrations. 1. Seal penetrations with flashing sealant. 2. For applications requiring only indoor insulation, terminate insulation above roof surface and seal with joint sealant. For applications requiring indoor and outdoor insulation, install insulation for outdoor applications tightly joined to indoor insulation ends. Seal joint with joint sealant. 3. Extend jacket of outdoor insulation outside roof flashing at least 2 inchesbelow top of roof flashing. 4. Seal jacket to roof flashing with flashing sealant. B. Insulation Installation at Underground Exterior Wall Penetrations: Terminate insulation flush with sleeve seal. Seal terminations with flashing sealant. C. Insulation Installation at Aboveground Exterior Wall Penetrations: Install insulation continuously through wall penetrations. 1. Seal penetrations with flashing sealant. 2. For applications requiring only indoor insulation, terminate insulation inside wall surface and seal with joint sealant. For applications requiring indoor and outdoor insulation, install insulation for outdoor applications tightly joined to indoor insulation ends. Seal joint with joint sealant. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 07 00 - 10 EMI April 2013 • 3. Extend jacket of outdoor insulation outside wall flashing and overlap wall flashing at least 2 inches. 4. Seal jacket to wall flashing with flashing sealant. D. Insulation Installation at Interior Wall and Partition Penetrations (That Are Not Fire Rated): Install insulation continuously through walls and partitions. E. Insulation Installation at Fire -Rated Wall and Partition Penetrations: Install insulation continuously through penetrations of fire -rated walls and partitions. 1. Comply with requirements in Division 07 Section "Penetration Firestopping"irestopping and fire -resistive joint sealers. F. Insulation Installation at Floor Penetrations: 1. Pipe: Install insulation continuously through floor penetrations. 2. Seal penetrations through fire -rated assemblies. Comply with requirements in Division 07 Section "Penetration Firestopping." 3.05 GENERAL PIPE INSULATION INSTALLATION A. Requirements in this article generally apply to all insulation materials except where more specific requirements are specified in various pipe insulation material installation articles. • B. Insulation Installation on Fittings, Valves, Strainers, Flanges, and Unions: • 1. Install insulation over fittings, valves, strainers, flanges, unions, and other specialties with continuous thermal and vapor -retarder integrity, unless otherwise indicated. 2. Insulate pipe elbows using preformed fitting insulation or mitered fittings made from same material and density as adjacent pipe insulation. Each piece shall be butted tightly against adjoining piece and bonded with adhesive. Fill joints, seams, voids, and irregular surfaces with insulating cement finished to a smooth, hard, and uniform contour that is uniform with adjoining pipe insulation. 3. Insulate tee fittings with preformed fitting insulation or sectional pipe insulation of same material and thickness as used for adjacent pipe. Cut sectional pipe insulation to fit. Butt each section closely to the next and hold in place with tie wire. Bond pieces with adhesive. 4. Insulate valves using preformed fitting insulation or sectional pipe insulation of same material, density, and thickness as used for adjacent pipe. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. For valves, insulate up to and including the bonnets, valve stuffing -box studs, bolts, and nuts. Fill joints, seams, and irregular surfaces with insulating cement. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 07 00 - 11 EMI April 2013 5. Insulate strainers using preformed fitting insulation or sectionalpipe insulation of same material, density, and thickness as used for adjacent pipe. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. Fill joints, seams, and irregular surfaces with insulating cement. Insulate strainers so strainer basket flange or plug can be easily removed and replaced without damaging the insulation and jacket. Provide a removable reusable insulation cover. For below ambient services, provide a design that maintains vapor barrier. 6. Insulate flanges and unions using a section of oversized preformed pipe insulation. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. 7. Cover segmented insulated surfaces with a layer of finishing cement and coat with a mastic. Install vapor -barrier mastic for below ambient services and a breather mastic for above ambient services. Reinforce the mastic with fabric - reinforcing mesh. Trowel the mastic to a smooth and well -shaped contour. 8. For services not specified to receive a field -applied jacket except for flexible elastomeric and polyolefin, install fitted PVC cover over elbows„ tees, strainers, valves, flanges, and unions. Terminate ends with PVC enol caps. Tape PVC covers to adjoining insulation facing using PVC tape. 9. Stencil or label the outside insulation jacket of each union with the word "UNION." Match size and color of pipe labels. C. Insulate instrument connections for thermometers, pressure gages, pressure temperature taps, test connections, flow meters, sensors, switches, and transmitters on insulated pipes, vessels, and equipment. Shape insulation at these connections by tapering it to and around the connection with insulating cement and finish with finishing cement, mastic, and flashing sealant. D. Install removable insulation covers at locations indicated. Installation shall conform to the following: 1. Make removable flange and union insulation from sectional pipe insulation of same thickness as that on adjoining pipe. Install same insulation jacket as adjoining pipe insulation. 2. When flange and union covers are made from sectional pipe insulation, extend insulation from flanges or union long at least two times the insulation thickness over adjacent pipe insulation on each side of flange or union. Secure flange cover in place with stainless-steel or aluminum bands. Select band material compatible with insulation and jacket. 3. Construct removable valve insulation covers in same manner as for flanges except divide the two-part section on the vertical center line of valve body. 4. When covers are made from block insulation, make two halves, each consisting of mitered blocks wired to stainless-steel fabric. Secure this wire frame, with its attached insulation, to flanges with tie wire. Extend insulation at least 2 inches over adjacent pipe insulation on each side of valve. Fill space City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 07 00 - 12 EMI April 2013 1 between flange or union cover and pipe insulation with insulating cement. Finish cover assembly with insulating cement applied in two coats. After first coat is dry, apply and trowel second coat to a smooth finish. 5. Unless a PVC jacket is indicated in field -applied jacket schedules, fmish exposed surfaces with a metal jacket. 3.06 FLEXIBLE ELASTOMERIC INSULATION INSTALLATION A. Seal longitudinal seams and end joints with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. B. Insulation Installation on Pipe Flanges: 1. Install pipe insulation to outer diameter of pipe flange. 2. Make width of insulation section same as overall width of flange and bolts, plus twice the thickness of pipe insulation. 3. Fill voids between inner circumference of flange insulation and outer circumference of adjacent straight pipe segments with cut sections of sheet insulation of same thickness as pipe insulation. 4. Secure insulation to flanges and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. • C. Insulation Installation on Pipe Fittings and Elbows: • 1. Install mitered sections of pipe insulation. 2. Secure insulation materials and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. D. Insulation Installation on Valves and Pipe Specialties: 1. Install preformed valve covers manufactured of same material as pipe insulation when available. 2. When preformed valve covers are not available, install cut sections of pipe and sheet insulation to valve body. Arrange insulation to permit access to packing and to allow valve operation without disturbing insulation. 3. Install insulation to flanges as specified for flange insulation application. 4. Secure insulation to valves and specialties and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 07 00 - 13 EMI April 2013 3.07 FIELD -APPLIED JACKET INSTALLATION A. Where PVC jackets are indicated, install with 1 -inch overlap at longitudinal seams and end joints; for horizontal applications, install with longitudinal seams along top and bottom of tanks and vessels. Seal with manufacturer's recommended adhesive. 1. Apply two continuous beads of adhesive to seams and joints, one beadunder lap and the finish bead along seam and joint edge. B. Where metal jackets are indicated, install with 2 -inch overlap at longitudinal seams and end joints. Overlap longitudinal seams arranged to shed water. Seal endjoints with weatherproof sealant recommended by insulation manufacturer. Secure jacket with stainless-steel bands 12 inches o.c. and at end joints. 3.08 FINISHES A. Equipment and Pipe Insulation with ASJ, Glass -Cloth, or Other Paintable Jacket Material: Paint jacket with paint system identified below and as specified in Division 09 painting Sections. 1. Flat Acrylic Finish: Two finish coats over a primer that is compatible with jacket material and finish coat paint. Add fungicidal agent to render fabric mildew proof. a. Finish Coat Material: Interior, flat, latex -emulsion size. B. Flexible Elastomeric Thermal Insulation: After adhesive has fully cured, apply two coats of insulation manufacturer's recommended protective coating. C. Color: Final color as selected by Architect. Vary first and second coats to allow visual inspection of the completed Work. D. Do not field paint aluminum or stainless-steel jackets. 3.09 PIPING INSULATION SCHEDULE, GENERAL A. Acceptable preformed pipe and tubular insulation materials and thicknesses are identified for each piping system and pipe size range. If more than one material is listed for a piping system, selection from materials listed is Contractor's option. B. Items Not Insulated: Unless otherwise indicated, do not install insulation on the following: 1. Drainage piping located in crawl spaces. 2. Underground piping. 3. Chrome -plated pipes and fittings unless there is a potential for personnel injury. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 07 00 - 14 EMI April 2013 • • 3.10 INDOOR PIPING INSULATION SCHEDULE A. Domestic Cold Water: 1. NPS 2 and Smaller: Insulation shall be the following: a. Flexible Elastomeric: 1/2 inch thick. B. Domestic Hot and Recirculated Hot Water: 1. NPS 2 and Smaller: Insulation shall be the following: a. Flexible Elastomeric: 3/4 inch thick. C. Stormwater and Overflow: 1. All Pipe Sizes: Insulation shall be the following: a. Flexible Elastomeric: 1 inch thick. D. Roof Drain and Overflow Drain Bodies: 1. All Pipe Sizes: Insulation shall be the following: a. Flexible Elastomeric: 1 inch thick. E. Exposed Sanitary Drains, Domestic Water, Domestic Hot Water, and Stops for Plumbing Fixtures for People with Disabilities: 1. All Pipe Sizes: Insulation shall be the following or approved equal: a. TRUEBRO-IPS Corporation, 1/8" molded vinyl, white, EZ grip fasteners, UV protected, bacteria and fungal resistant. F. Condensate and Equipment Drain Water below 60 Deg F: 1. All Pipe Sizes: Insulation shall be the following: a. Flexible Elastomeric: 3/4 inch thick. G. Floor Drains, Traps, and Sanitary Drain Piping within 10 Feet of Drain Receiving Condensate and Equipment Drain Water below 60 Deg F: 1. All Pipe Sizes: Insulation shall be the following: a. Flexible Elastomeric: 3/4 inch thick. 3.11 INDOOR, FIELD -APPLIED JACKET SCHEDULE A. Install jacket over insulation material. For insulation with factory -applied jacket, install the field -applied jacket over the factory -applied jacket. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 07 00 - 15 EMI April 2013 B. If more than one material is listed, selection from materials listed is Contractor's option. C. Piping, Concealed: 1. None. 2. PVC: 20 mils thick. 3. Aluminum, Smooth: 0.016 inch thick. 4. Stainless Steel, Type 304 or 316, Smooth 2B Finish: 0.010 inch thick. D. Piping, Exposed: 1. None. 2. PVC: 20 mils thick. 3. Aluminum, Smooth: 0.016 inch thick. 4. Stainless Steel, Type 304 or 316, Smooth 2B Finish: 0.010 inch thick. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 07 00 - 16 EMI April 2013 SECTION 22 11 16 DOMESTIC WATER PIPING PART 1- GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Under -building slab and aboveground domestic water pipes, tubes, fittings, and specialties inside the building. 2. Encasement for piping. 3. Specialty valves. B. Related Section: 1. Division 22 Section "Facility Water Distribution Piping" for water -service piping outside the building from source to the point where water -service piping enters the building. 1.03 SUBMITTALS A. Product Data: For the following products: 1. Specialty valves. 2. Transition fittings. 3. Dielectric fittings. 4. Flexible connectors. 5. Water meters. 6. Backflow preventers and vacuum breakers. 7. Escutcheons. 8. Sleeves and sleeve seals. 9. Water penetration systems. B. Water Samples: Specified in "Cleaning" Article. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 11 16 - 1 EMI April 2013 C. Coordination Drawings: For piping in equipment rooms and other congested areas, drawn to scale, on which the following items are shown and coordinated with each other, using input from Installers of the items involved: 1. Fire -suppression -water piping. 2. Domestic water piping. 3. Compressed air piping. 4. HVAC hydronic piping. 5. HVAC ductwork. D. Field quality -control reports. 1.04 QUALITY ASSURANCE A. Piping materials shall bear label, stamp, or other markings of specified testing agency. B. Comply with NSF 14 for plastic, potable domestic water piping and components. C. Comply with NSF 61 for potable domestic water piping and components. 1.05 PROJECT CONDITIONS A. Interruption of Existing Water Service: Do not interrupt water service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary water service according to requirements indicated: 1. Notify Architect, Construction Manager and Owner no fewer than two days in advance of proposed interruption of water service. 2. Do not proceed with interruption of water service without Architect's, Construction Manager's and Owner's written permission. 1.06 COORDINATION A. Coordinate sizes and locations of concrete bases with actual equipment provided. PART 2 - PRODUCTS 2.01 PIPING MATERIALS A. Comply with requirements in "Piping Schedule" Article for applications of pipe, tube, fitting materials, and joining methods for specific services, service locations, and pipe sizes. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 11 16 - 2 EMI April 2013 2.02 COPPER TUBE AND FITTINGS • A. Hard Copper Tube: ASTM B 88, Type L water tube, drawn temper. 1. Cast -Copper Solder -Joint Fittings: ASME B16.18, pressure fittings. 2. Wrought -Copper Solder -Joint Fittings: ASME B 16.22, wrought -copper pressure fittings. 3. Bronze Flanges: ASME B16.24, Class 150, with solder joint ends. 4. Copper Unions: MSS SP -123, cast -copper -alloy, hexagonal -stock body, with ball-and-socket, metal -to -metal seating surfaces, and solder joint or threaded ends. 5. Copper Pressure -Seal -Joint Fittings: a. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: i. Elkhart Products Corporation; Industrial Division. ii. NIBCO INC. iii. Viega; Plumbing and Heating Systems. b. NPS 2 and Smaller: Wrought -copper fitting with EPDM-rubber 0 - ring seal in each end. c. NPS 2-1/2 to NPS 4: Cast -bronze or wrought -copper fitting with EPDM-rubber 0 -ring seal in each end. B. Soft Copper Tube: ASTM B 88, Type K water tube, annealed temper. 1. Copper Solder -Joint Fittings: ASME B 16.22, wrought -copper pressure fittings. 2.03 CPVC PIPING A. CPVC Pipe: ASTM F 441/F 441M, Schedule 80. 1. CPVC Socket Fittings: ASTM F 439 for Schedule 80. 2. CPVC Threaded Fittings: ASTM F 437, Schedule 80. B. CPVC Piping System: ASTM D 2846/D 2846M, SDR 11, pipe and socket fittings. 2.04 PIPING JOINING MATERIALS A. Pipe -Flange Gasket Materials: AWWA C110, rubber, flat face, 1/8 inch thick or ASME B16.21, nonmetallic and asbestos free, unless otherwise indicated; full -face or ring type unless otherwise indicated. • B. Metal, Pipe -Flange Bolts and Nuts: ASME B18.2.1, carbon steel unless otherwise indicated. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 11 16 - 3 EMI April 2013 C. Solder Filler Metals: ASTM B 32, lead-free alloys. Include water-flushable flux according to ASTM B 813. D. Brazing Filler Metals: AWS A5.8/A5.8M, BCuP Series, copper -phosphorus alloys for general -duty brazing unless otherwise indicated. E. Solvent Cements for Joining CPVC Piping and Tubing: ASTM F 493. 1. Use CPVC solvent cement that has a VOC content of 490 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 2. Use adhesive primer that has a VOC content of 550 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). F. Plastic, Pipe -Flange Gaskets, Bolts, and Nuts: Type and material recommended by piping system manufacturer unless otherwise indicated. 2.05 ENCASEMENT FOR PIPING A. Standard: ASTM A 674 or AWWA C105. B. Form: Sheet or Tube. C. Material: LLDPE film of 0.008 -inch minimum thickness or high-density, cross - laminated PE film of 0.004 -inch minimum thickness. D. Color: Black or Natural. 2.06 SPECIALTY VALVES A. Comply with requirements in Division 22 Section "General -Duty Valves for Plumbing Piping" for general -duty metal valves. B. Comply with requirements in Division 22 Section "Domestic Water Piping Specialties" for balancing valves, drain valves, backflow preventers, and vacuum breakers. C. CPVC Union Ball Valves: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. American Valve, Inc. b. Asahi/America, Inc. c. Colonial Engineering, Inc. d. Fischer, George Inc. e. Hayward Flow Control Systems; Hayward Industrial Products, Inc. f. IPEX Inc. g. NIBCO INC. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 11 16 - 4 EMI April 2013 h. Sloane, George Fischer, Inc. i. Spears Manufacturing Company. j. Thermoplastic Valves Inc. 2. Description: a. Standard: MSS SP -122. b. Pressure Rating: 150 psig at 73 deg F. c. Body Material: CPVC. d. Body Design: Union type. e. End Connections for Valves NPS 2 and Smaller: Detachable, socket or threaded. f. End Connections for Valves NPS 2-1/2 to NPS 4: Detachable, flanged. g. Ball: CPVC; full port. h. Seals: PTFE or EPDM-rubber O -rings. i. Handle: Tee shaped. D. CPVC Non -Union Ball Valves: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. American Valve, Inc. b. Asahi/America, Inc. c. King Bros. Industries. d. Legend Valve. e. NIBCO INC. f. Spears Manufacturing Company. g. Thermoplastic Valves Inc. 2. Description: a. Standard: MSS SP -122. b. Pressure Rating: 150 psig at 73 deg F. c. Body Material: CPVC. d. Body Design: Non-union type. e. End Connections: Socket or threaded. f. Ball: CPVC; full or reduced port. g. Seals: PTFE or EPDM-rubber O -rings. h. Handle: Tee shaped. E. CPVC Ball Check Valves: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. American Valve, Inc. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 11 16 - 5 EMI April 2013 b. Asahi/America, Inc. c. Colonial Engineering, Inc. d. Fischer, George Inc. e. Hayward Flow Control Systems; Hayward Industrial Products, Inc. f. IPEX Inc. g. NIBCO INC. h. Sloane, George Fischer, Inc. i. Spears Manufacturing Company. j. Thermoplastic Valves Inc. 2. Description: a. Pressure Rating: 150 psig at 73 deg F. b. Body Material: CPVC. c. Body Design: Union -type ball check. d. End Connections for Valves NPS 2 and Smaller: Detachable, socket or threaded. e. End Connections for Valves NPS 2-1/2 to NPS 4: Detachable, flanged. f. Ball: CPVC. g. Seals: EPDM- or FKM-rubber O -rings. 2.07 TRANSITION FITTINGS A. General Requirements: 1. Same size as pipes to be joined. 2. Pressure rating at least equal to pipes to be joined. 3. End connections compatible with pipes to be joined. B. Fitting -Type Transition Couplings: Manufactured piping coupling or specified piping system fitting. C. Sleeve -Type Transition Coupling: AWWA C219. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Cascade Waterworks Manufacturing. b. Dresser, Inc.; Dresser Piping Specialties. c. Ford Meter Box Company, Inc. (The). d. JCM Industries. e. Romac Industries, Inc. f. Smith -Blair, Inc; a Sensus company. g. Viking Johnson; c/o Mueller Co. D. Plastic -to -Metal Transition Fittings: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 11 16 - 6 EMI April 2013 • 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Charlotte Pipe and Foundry Company. b. Harvel Plastics, Inc. c. Spears Manufacturing Company. 2. Description: CPVC one-piece fitting with manufacturer's Schedule 80 equivalent dimensions; one end with threaded brass insert and one solvent - cement -socket or threaded end. E. Plastic -to -Metal Transition Unions: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Colonial Engineering, Inc. b. NIBCO INC. c. Spears Manufacturing Company. 2. Description: CPVC four-part union. Include brass or stainless-steel threaded end, solvent -cement -joint or threaded plastic end, rubber 0 -ring, and union nut. 0 2.08 DIELECTRIC FITTINGS A. General Requirements: Assembly of copper alloy and ferrous materials or ferrous material body with separating nonconductive insulating material suitable for system fluid, pressure, and temperature. • B. Dielectric Unions: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Capitol Manufacturing Company. b. Central Plastics Company. c. EPCO Sales, Inc. d. Hart Industries International, Inc. e. Watts Regulator Co.; a division of Watts Water Technologies, Inc. f. Zurn Plumbing Products Group; Wilkins Water Control Products. 2. Description: a. Pressure Rating: 250 psig at 180 deg F. b. End Connections: Solder joint copper alloy and threaded ferrous. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 11 16 - 7 EMI April 2013 PART 3 - EXECUTION 3.01 EARTHWORK A. Comply with requirements in Division 31 Section "Earth Moving" for excavating, trenching, and backfilling. 3.02 PIPING INSTALLATION A. Drawing plans, schematics, and diagrams indicate general location and arrangement of domestic water piping. Indicated locations and arrangements are used to size pipe and calculate friction loss, expansion, and other design considerations. Install piping as indicated unless deviations to layout are approved on Coordination Drawings. B. Install copper tubing under building slab according to CDA's "Copper Tube Handbook." C. Install underground copper tube in PE encasement according to ASTM A 674 or AWWA C105. D. Install shutoff valve, hose -end drain valve, strainer, pressure gage, and test tee with valve, inside the building at each domestic water service entrance. Comply with requirements in Division 22 Section "Meters and Gages for Plumbing Piping" for pressure gages and Division 22 Section "Domestic Water Piping Specialties" for drain valves and strainers. E. Install shutoff valve immediately upstream of each dielectric fitting. F. Install water -pressure -reducing valves downstream from shutoff valves. Comply with requirements in Division 22 Section "Domestic Water Piping Specialties" for pressure -reducing valves. G. Install domestic water piping level and plumb. H. Install piping concealed from view and protected from physical contact by building occupants unless otherwise indicated and except in equipment rooms and service areas. I. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise. J. Install piping above accessible ceilings to allow sufficient space for ceiling panel removal, and coordinate with other services occupying that space. K. Install piping adjacent to equipment and specialties to allow service and maintenance. L. Install piping to permit valve servicing. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 11 16 - 8 EMI April 2013 M. Install nipples, unions, special fittings, and valves with pressure ratings the same as or higher than system pressure rating used in applications below unless otherwise indicated. N. Install piping free of sags and bends. O. Install fittings for changes in direction and branch connections. P. Install unions in copper tubing at final connection to each piece of equipment, machine, and specialty. Q. Install thermometers on inlet and outlet piping from each water heater. Comply with requirements in Division 22 Section "Meters and Gages for Plumbing Piping" for thermometers. 3.03 JOINT CONSTRUCTION A. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe. B. Remove scale, slag, dirt, and debris from inside and outside of pipes, tubes, and fittings before assembly. C. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves as follows: 1. Apply appropriate tape or thread compound to external pipe threads. 2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or damaged. D. Brazed Joints: Join copper tube and fittings according to CDA's "Copper Tube Handbook," "Brazed Joints" Chapter. E. Soldered Joints: Apply ASTM B 813, water-flushable flux to end of tube. Join copper tube and fittings according to ASTM B 828 or CDA's "Copper Tube Handbook." F. Pressure -Sealed Joints: Join copper tube and pressure -seal fittings with tools recommended by fitting manufacturer. G. Flanged Joints: Select appropriate asbestos -free, nonmetallic gasket material in size, type, and thickness suitable for domestic water service. Join flanges with gasket and bolts according to ASME B31.9. H. Plastic Piping Solvent -Cement Joints: Clean and dry joining surfaces. Join pipe and fittings according to the following: 1. Comply with ASTM F 402 for safe -handling practice of cleaners, primers, and solvent cements. Apply primer. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 11 16 - 9 EMI April 2013 2. CPVC Piping: Join according to ASTM D 2846/D 2846M Appendix. I. Dissimilar -Material Piping Joints: Make joints using adapters compatible with materials of both piping systems. 3.04 VALVE INSTALLATION A. General -Duty Valves: Comply with requirements in Division 22 Section "General - Duty Valves for Plumbing Piping" for valve installations. B. Install shutoff valve close to water main on each branch and riser serving plumbing fixtures or equipment, on each water supply to equipment, and on each water supply to plumbing fixtures that do not have supply stops. Use ball or gate valves for piping NPS 2 and smaller. Use butterfly or gate valves for piping NPS 2-1/2 and larger. C. Install drain valves for equipment at base of each water riser, at low points in horizontal piping, and where required to drain water piping. Drain valves are specified in Division 22 Section "Domestic Water Piping Specialties." 1. Hose -End Drain Valves: At low points in water mains, risers, and branches. 2. Stop -and -Waste Drain Valves: Instead of hose -end drain valves where indicated. 3.05 TRANSITION FITTING INSTALLATION A. Install transition couplings at joints of dissimilar piping. B. Transition Fittings in Underground Domestic Water Piping: 1. NPS 1-1/2 and Smaller: Fitting -type coupling. 2. NPS 2 and Larger: Sleeve -type coupling. C. Transition Fittings in Aboveground Domestic Water Piping NPS 2 and Smaller: Plastic -to -metal transition fittings or unions. 3.06 DIELECTRIC FITTING INSTALLATION A. Install dielectric fittings in piping at connections of dissimilar metal piping and tubing. B. Dielectric Fittings for NPS 2 and Smaller: Use dielectric unions. 3.07 HANGER AND SUPPORT INSTALLATION A. Comply with requirements in Division 22 Section "Vibration and Seismic Controls for Plumbing Piping and Equipment" for seismic -restraint devices. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 11 16 - 10 EMI April 2013 B. Comply with requirements in Division 22 Section "Hangers and Supports for 411 Plumbing Piping and Equipment" for pipe hanger and support products and installation. • 1. Vertical Piping: MSS Type 8 or 42, clamps. 2. Individual, Straight, Horizontal Piping Runs: a. 100 Feet and Less: MSS Type 1, adjustable, steel clevis hangers. b. Longer Than 100 Feet: MSS Type 43, adjustable roller hangers. c. Longer Than 100 Feet If Indicated: MSS Type 49, spring cushion rolls. 3. Multiple, Straight, Horizontal Piping Runs 100 Feet or Longer: MSS Type 44, pipe rolls. Support pipe rolls on trapeze. 4. Base of Vertical Piping: MSS Type 52, spring hangers. C. Support vertical piping and tubing at base and at each floor. D. Rod diameter may be reduced one size for double -rod hangers, to a minimum of 3/8 inch. E. Install hangers for copper tubing with the following maximum horizontal spacing and minimum rod diameters: 1. NPS 3/4 and Smaller: 60 inches with 3/8 -inch rod. 2. NPS 1 and NPS 1-1/4: 72 inches with 3/8 -inch rod. 3. NPS 1-1/2 and NPS 2: 96 inches with 3/8 -inch rod. F. Install supports for vertical copper tubing every 10 feet. G. Install vinyl -coated hangers for CPVC piping with the following maximum horizontal spacing and minimum rod diameters: 1. NPS 1 and Smaller: 36 inches with 3/8 -inch rod. 2. NPS 1-1/4 to NPS 2: 48 inches with 3/8 -inch rod. H. Install supports for vertical CPVC piping every 60 inches for NPS 1 and smaller, and every 72 inches for NPS 1-1/4 and larger. I. Support piping and tubing not listed in this article according to MSS SP -69 and manufacturer's written instructions. 3.08 CONNECTIONS A. Drawings indicate general arrangement of piping, fittings, and specialties. B. Install piping adjacent to equipment and machines to allow service and maintenance. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 11 16 - 11 EMI April 2013 C. Connect domestic water piping to exterior water -service piping. Use transition fitting to join dissimilar piping materials. D. Connect domestic water piping to water -service piping with shutoff valve; extend and connect to the following: 1. Water Heaters: Cold -water inlet and hot-water outlet piping in sizes indicated, but not smaller than sizes of water heater connections. 2. Plumbing Fixtures: Cold- and hot-water supply piping in sizes indicated, but not smaller than required by plumbing code. Comply with requirements in Division 22 plumbing fixture Sections for connection sizes. 3. Equipment: Cold- and hot-water supply piping as indicated, but not smaller than equipment connections. Provide shutoff valve and union for each connection. Use flanges instead of unions for NPS 2-1/2 and larger. 3.09 ESCUTCHEON INSTALLATION A. Install escutcheons for penetrations of walls, ceilings, and floors. B. Refer to Division 22 Section "Common Work Results for Plumbing." 3.10 SLEEVE INSTALLATION A. General Requirements: Install sleeves for pipes and tubes passing through penetrations in floors, partitions, roofs, and walls. B. Refer to Division 22 Section "Common Work Results for Plumbing." C. Fire -Barrier Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at pipe penetrations. Seal pipe penetrations with firestop materials. Comply with requirements in Division 07 Section "Penetration Firestopping" for firestop materials and installations. 3.11 SLEEVE SEAL INSTALLATION A. Install sleeve seals in sleeves in exterior concrete walls at water -service piping entries into building. B. Select type and number of sealing elements required for pipe material and size. Position pipe in center of sleeve. Assemble sleeve seal components and install in annular space between pipe and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 11 16 - 12 EMI April 2013 3.12 IDENTIFICATION • A. Identify system components. Comply with requirements in Division 22 Section "Identification for Plumbing Piping and Equipment" for identification materials and installation. B. Label pressure piping with system operating pressure. 3.13 FIELD QUALITY CONTROL A. Perform tests and inspections. B. Piping Inspections: 1. Do not enclose, cover, or put piping into operation until it has been inspected and approved by authorities having jurisdiction. 2. During installation, notify authorities having jurisdiction at least one day before inspection must be made. Perform tests specified below in presence of authorities having jurisdiction: a. Roughing -in Inspection: Arrange for inspection of piping before concealing or closing -in after roughing -in and before setting fixtures. b. Final Inspection: Arrange final inspection for authorities having jurisdiction to observe tests specified below and to ensure compliance with requirements. 3. Reinspection: If authorities having jurisdiction find that piping will not pass tests or inspections, make required corrections and arrange for reinspection. 4. Reports: Prepare inspection reports and have them signed by authorities having jurisdiction. C. Piping Tests: 1. Fill domestic water piping. Check components to determine that they are not air bound and that piping is full of water. 2. Test for leaks and defects in new piping and parts of existing piping that have been altered, extended, or repaired. If testing is performed in segments, submit a separate report for each test, complete with diagram of portion of piping tested. 3. Leave new, altered, extended, or replaced domestic water piping uncovered and unconcealed until it has been tested and approved. Expose work that was covered or concealed before it was tested. 4. Cap and subject piping to static water pressure of 50 psig above operating pressure, without exceeding pressure rating of piping system materials. Isolate test source and allow to stand for four hours. Leaks and loss in test pressure constitute defects that must be repaired. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 11 16 - 13 EMI April 2013 5. Repair leaks and defects with new materials and retest piping or portion thereof until satisfactory results are obtained. 6. Prepare reports for tests and for corrective action required. D. Domestic water piping will be considered defective if it does not pass tests and inspections. E. Prepare test and inspection reports. 3.14 ADJUSTING A. Perform the following adjustments before operation: 1. Close drain valves, hydrants, and hose bibbs. 2. Open shutoff valves to fully open position. 3. Open throttling valves to proper setting. 4. Remove plugs used during testing of piping and for temporary sealing of piping during installation. 5. Remove and clean strainer screens. Close drain valves and replace drain plugs. 6. Remove filter cartridges from housings and verify that cartridges are as specified for application where used and are clean and ready for use. 7. Check plumbing specialties and verify proper settings, adjustments, and operation. 3.15 CLEANING A. Clean and disinfect potable domestic water piping as follows: 1. Purge new piping and parts of existing piping that have been altered, extended, or repaired before using. 2. Use purging and disinfecting procedures prescribed by authorities having jurisdiction; if methods are not prescribed, use procedures described in either AWWA C651 or AWWA C652 or follow procedures described below: a. Flush piping system with clean, potable water until dirty water does not appear at outlets. b. Fill and isolate system according to either of the following: i. Fill system or part thereof with water/chlorine solution with at least 50 ppm of chlorine. Isolate with valves and allow to stand for 24 hours. ii. Fill system or part thereof with water/chlorine solution with at least 200 ppm of chlorine. Isolate and allow to stand for three hours. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 11 16 - 14 EMI April 2013 c. Flush system with clean, potable water until no chlorine is in water coming from system after the standing time. d. Submit water samples in sterile bottles to authorities having jurisdiction. Repeat procedures if biological examination shows contamination. B. Prepare and submit reports of purging and disinfecting activities. C. Clean interior of domestic water piping system. Remove dirt and debris as work progresses. 3.16 PIPING SCHEDULE A. Transition and special fittings with pressure ratings at least equal to piping rating may be used in applications below unless otherwise indicated. B. Flanges and unions may be used for aboveground piping joints unless otherwise indicated. C. Under -building -slab, domestic water, building service piping, NPS 3 and smaller, shall be the following: 1. Soft copper tube, ASTM B 88, Type K; wrought -copper solder joint fittings; and brazed joints. D. Aboveground domestic water piping, NPS 2 and smaller, shall be one of the following: 1. Hard copper tube, ASTM B 88, Type L; cast- or wrought -copper solder joint fittings; and soldered joints. 2. Hard copper tube, ASTM B 88, Type L; copper pressure -seal -joint fittings; and pressure -sealed joints. 3. CPVC, Schedule 80 pipe; CPVC, Schedule 80 socket fittings; and solvent - cemented joints. 4. CPVC, Schedule 80 pipe; CPVC, Schedule 80 threaded fittings; and threaded joints. 3.17 VALVE SCHEDULE A. Drawings indicate valve types to be used. Where specific valve types are not indicated, the following requirements apply: 1. Shutoff Duty: Use ball or gate valves for piping NPS 2 and smaller. 2. Throttling Duty: Use ball or globe valves for piping NPS 2 and smaller. 3. Drain Duty: Hose -end drain valves. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 11 16 - 15 EMI April 2013 B. Use check valves to maintain correct direction of domestic water flow to and from equipment. C. CPVC valves matching piping materials may be used. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 11 16 - 16 EMI April 2013 SECTION 22 11 19 DOMESTIC WATER PIPING SPECIALTIES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following domestic water piping specialties: 1. Vacuum breakers. 2. Water pressure -reducing valves. 3. Strainers. 4. Hose stations. 5. Hose bibbs. 6. Water hammer arresters. 7. Trap -seal primer valves. B. Related Sections include the following: 1. Division 22 Section "Meters and Gages for Plumbing Piping" for thermometers, pressure gages, and flow meters in domestic water piping. 2. Division 22 Section "Domestic Water Piping" for water meters. 1.03 PERFORMANCE REQUIREMENTS A. Minimum Working Pressure for Domestic Water Piping Specialties: 125 psig, unless otherwise indicated. 1.04 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Diagram power, signal, and control wiring. C. Field quality -control test reports. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 11 19 - 1 EMI April 2013 D. Operation and Maintenance Data: For domestic water piping specialties to include in emergency, operation, and maintenance manuals. 1.05 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. NSF Compliance: 1. Comply with NSF 14, "Plastics Piping Components and Related Materials," for plastic domestic water piping components. 2. Comply with NSF 61, "Drinking Water System Components - Health Effects; Sections 1 through 9." PART 2 - PRODUCTS 2.01 VACUUM BREAKERS A. Hose -Connection Vacuum Breakers: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Arrowhead Brass Products, Inc. b. Cash Acme. c. Conbraco Industries, Inc. d. Legend Valve. e. MIFAB, Inc. f. Prier Products, Inc. g. Watts Industries, Inc.; Water Products Div. h. Woodford Manufacturing Company. i. Zurn Plumbing Products Group; Light Commercial Operation. j. Zurn Plumbing Products Group; Wilkins Div. 2. Standard: ASSE 1011. 3. Body: Bronze, nonremovable, with manual drain. 4. Outlet Connection: Garden -hose threaded complying with ASME B 1.20.7. 5. Finish: Shall patch hose bibb/wall hydrant. 2.02 WATER PRESSURE -REDUCING VALVES A. Water Regulators: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 11 19 - 2 EMI April 2013 • 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Cash Acme. b. Conbraco Industries, Inc. c. Honeywell Water Controls. d. Watts Industries, Inc.; Water Products Div. e. Zurn Plumbing Products Group; Wilkins Div. 2. Standard: ASSE 1003. 3. Pressure Rating: Initial working pressure of 150 psig. 4. Body: Bronze for NPS 2 and smaller. 5. End Connections: Threaded for NPS 2 and smaller. 2.03 STRAINERS FOR DOMESTIC WATER PIPING A. Y -Pattern Strainers: 1. Pressure Rating: 125 psig minimum, unless otherwise indicated. 2. Body: Bronze for NPS 2 and smaller. 3. End Connections: Threaded for NPS 2 and smaller. 4. Screen: Stainless steel with round perforations, unless otherwise indicated. 5. Perforation Size: a. Strainers NPS 2 and Smaller: 0.020 inch. 6. Drain: Factory -installed, hose -end drain valve. 2.04 HOSE STATIONS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. ARCHON Industries, Inc. 2. Armstrong International, Inc. 3. Cooney Brothers, Inc. 4. DynaFluid Ltd. 5. Leonard Valve Company. 6. Strahman Valves, Inc. 7. T & S Brass and Bronze Works, Inc. • B. Single -Temperature -Water Hose Stations: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 11 19 - 3 EMI April 2013 1. Standard: ASME A112.18.1. 2. Cabinet: Stainless-steel enclosure with exposed valve handle, hose connection, and hose rack. Include thermometer in front. 3. Hose -Rack Material: Stainless steel. 4. Body Material: Bronze. 5. Body Finish: Rough bronze. 6. Mounting: Wall, with reinforcement. 7. Hose: Manufacturer's standard, for service fluid, temperature, and pressure; 50 feet long. 8. Nozzle: With hand squeeze on-off control. 9. Vacuum Breaker: Integral or factory -installed, nonremovable, manual -drain - type, hose -connection vacuum breaker complying with ASSE 1011 or backflow preventer complying with ASSE 1052; and garden -hose thread complying with ASME B1.20.7 on outlet. 2.05 HOSE BIBBS A. Hose Bibbs: 1. Standard: ASME A112.18.1 for sediment faucets. 2. Body Material: Bronze. 3. Seat: Bronze, replaceable. 4. Supply Connections: Threaded or solder joint inlet. 5. Outlet Connection: Garden -hose thread complying with ASME B1.20.7. 6. Pressure Rating: 125 psig. 7. Vacuum Breaker: Integral nonremovable, drainable, hose -connection vacuum breaker complying with ASSE 1011. 8. Finish for Equipment Rooms: Rough bronze, or chrome or nickel plated. 9. Finish for Service Areas: Chrome or nickel plated. 10. Finish for Finished Rooms: Chrome or nickel plated. 11. Operation for Equipment Rooms: Wheel handle or operating key. 12. Operation for Service Areas: Wheel handle. 13. Operation for Finished Rooms: Wheel handle. 14. Include operating key with each operating -key hose bibb. 15. Include integral wall flange with each chrome- or nickel -plated hose bibb. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 11 19 - 4 EMI April 2013 • • 2.06 WATER HAMMER ARRESTERS A. Water Hammer Arresters: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. AMTROL, Inc. b. Josam Company. c. MIFAB, Inc. d. PPP Inc. e. Sioux Chief Manufacturing Company, Inc. f. Smith, Jay R. Mfg. Co.; Division of Smith Industries, Inc. g. Tyler Pipe; Wade Div. h. Watts Drainage Products Inc. i. Zurn Plumbing Products Group; Specification Drainage Operation. 2. Standard: ASSE 1010 or PDI -WH 201. 3. Type: Metal bellows. 4. Size: ASSE 1010, Sizes AA and A through F or PDI -WH 201, Sizes A through F. 2.07 TRAP -SEAL PRIMER VALVES A. Drainage -Type, Trap -Seal Primer Valves: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Smith, Jay R. Mfg. Co.; Division of Smith Industries, Inc. b. Zurn Plumbing Products Group; Specification Drainage Operation. 2. Standard: ASSE 1044, lavatory P -trap with NPS 3/8 minimum, trap makeup connection. 3. Size: NPS 1-1/4 minimum. 4. Material: Chrome -plated, cast brass. PART 3 - EXECUTION 3.01 INSTALLATION A. Refer to Division 22 Section "Common Work Results for Plumbing" for piping joining materials, joint construction, and basic installation requirements. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 11 19 - 5 EMI April 2013 B. Install water regulators with inlet and outlet shutoff valves. Install pressure gages on inlet and outlet. C. Install Y -pattern strainers for water on supply side of each water pressure -reducing valve and solenoid valve. D. Install hose stations with check stops or shutoff valves on inlets and with thermometer on outlet. 1. Install shutoff valve on outlet if specified. 2. Install cabinet -type units recessed in or surface mounted on wall as specified. Install 2 -by -4 -inch fire -retardant -treated -wood blocking wall reinforcement between studs. Fire -retardant -treated -wood blocking is specified in Division 06 Section "Rough Carpentry." E. Install water hammer arresters in water piping according to PDI -WH 201. F. Install drainage -type, trap -seal primer valves as lavatory trap with outlet piping pitched down toward drain trap a minimum of 1 percent, and connect to floor -drain body, trap, or inlet fitting. 3.02 CONNECTIONS A. Piping installation requirements are specified in other Division 22 Sections. Drawings indicate general arrangement of piping and specialties. B. Ground equipment according to Division 26 Section "Grounding and Bonding for Electrical Systems." C. Connect wiring according to Division 26 Section "Low -Voltage Electrical Power Conductors and Cables." 3.03 FIELD QUALITY CONTROL A. Perform the following tests and prepare test reports: 1. Test each pressure vacuum breaker and pressure reducing valve according to authorities having jurisdiction and the device's reference standard. B. Remove and replace malfunctioning domestic water piping specialties and retest as specified above. 3.04 ADJUSTING A. Set field -adjustable pressure set points of water pressure -reducing valves. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 11 19 - 6 EMI April 2013 • SECTION 22 13 16 SANITARY WASTE AND VENT PIPING PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following for soil, waste, and vent piping inside the building: 1. Pipe, tube, and fittings. 2. Special pipe fittings. 1.03 DEFINITIONS A. ABS: Acrylonitrile -butadiene -styrene plastic. • B. EPDM: Ethylene -propylene -diene terpolymer rubber. C. LLDPE: Linear, low-density polyethylene plastic. D. NBR: Acrylonitrile -butadiene rubber. E. PE: Polyethylene plastic. F. PVC: Polyvinyl chloride plastic. G. TPE: Thermoplastic elastomer. • 1.04 PERFORMANCE REQUIREMENTS A. Components and installation shall be capable of withstanding the following minimum working pressure, unless otherwise indicated: 1. Soil, Waste, and Vent Piping: 10 -foot head of water. 1.05 SUBMITTALS A. Product Data: For pipe, tube, fittings, and couplings. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 13 16 - 1 EMI April 2013 B. Field quality -control inspection and test reports. 1.06 QUALITY ASSURANCE A. Piping materials shall bear label, stamp, or other markings of specified testing agency. B. Comply with NSF 14, "Plastics Piping Systems Components and Related Materials," for plastic piping components. Include marking with "NSF-dwv" for plastic drain, waste, and vent piping; "NSF -drain" for plastic drain piping; "NSF -tubular" for plastic continuous waste piping; and "NSF -sewer" for plastic sewer piping. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 2.02 PIPING MATERIALS A. Refer to Part 3 "Piping Applications" Article for applications of pipe, tube, fitting, and joining materials. 2.03 HUB -AND -SPIGOT, CAST-IRON SOIL PIPE AND FITTINGS A. Pipe and Fittings: ASTM A 74, Service class(es). B. Gaskets: ASTM C 564, rubber. 2.04 HUBLESS CAST-IRON SOIL PIPE AND FITTINGS A. Pipe and Fittings: ASTM A 888 or CISPI 301. B. Shielded Couplings: ASTM C 1277 assembly of metal shield or housing, corrosion - resistant fasteners, and rubber sleeve with integral, center pipe stop. 1. Standard, Shielded, Stainless -Steel Couplings: CISPI 310, with stainless-steel corrugated shield; stainless-steel bands and tightening devices; and ASTM C 564, rubber sleeve. a. Available Manufacturers: i. ANACO. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 13 16 - 2 EMI April 2013 ii. Fernco, Inc. iii. Ideal Div.; Stant Corp. iv. Mission Rubber Co. v. Tyler Pipe; Soil Pipe Div. 2.05 COPPER TUBE AND FITTINGS A. Copper DWV Tube: ASTM B 306, drainage tube, drawn temper. 1. Copper Drainage Fittings: ASME B16.23, cast copper or ASME B16.29, wrought copper, solder joint fittings. B. Hard Copper Tube: ASTM B 88, Types L and M, water tube, drawn temper. 1. Copper Pressure Fittings: ASME B16.18, cast -copper -alloy or ASME B16.22, wrought -copper, solder joint fittings. Furnish wrought -copper fittings if indicated. 2. Copper Flanges: ASME B16.24, Class 150, cast copper with solder joint end. 3. Copper Unions: MSS SP -123, copper -alloy, hexagonal -stock body with ball- and-socket, metal -to -metal seating surfaces, and solder joint or threaded ends. C. Soft Copper Tube: ASTM B 88, Type L, water tube, annealed temper. 1. Copper Pressure Fittings: ASME B16.18, cast -copper -alloy or ASME B16.22, wrought -copper, solder joint fittings. Furnish wrought -copper fittings if indicated. 2.06 PVC PIPE AND FITTINGS A. Solid -Wall PVC Pipe: ASTM D 2665, drain, waste, and vent. 1. PVC Socket Fittings: ASTM D 2665, socket type, made to ASTM D 3311, drain, waste, and vent patterns. B. Cellular -Core PVC Pipe: ASTM F 891, Schedule 40. 1. PVC Socket Fittings: ASTM D 2665, made to ASTM D 3311, drain, waste, and vent patterns and to fit Schedule 40 pipe. C. Cellular -Core, Sewer and Drain Series, PVC Pipe: ASTM F 891, Series PS 100. 1. PVC Socket Fittings: ASTM D 2665, made to ASTM D 3311, drain, waste, and vent patterns and to fit Series PS 100 sewer and drain pipe. D. Solvent Cement and Adhesive Primer: 1. Use PVC solvent cement that has a VOC content of 510 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 2. Use adhesive primer that has a VOC content of 550 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 13 16 - 3 EMI April 2013 2.07 SPECIAL PIPE FITTINGS A. Flexible, Nonpressure Pipe Couplings: Comply with ASTM C 1173, elastomeric, sleeve -type, reducing or transition pattern. Include shear ring, ends of same sizes as piping to be joined, and corrosion -resistant -metal tension band and tightening mechanism on each end. 1. Available Manufacturers: a. Dallas Specialty & Mfg. Co. b. Fernco, Inc. c. Logan Clay Products Company (The). d. Mission Rubber Co. e. NDS, Inc. f. Plastic Oddities, Inc. 2. Sleeve Materials: a. For Cast -Iron Soil Pipes: ASTM C 564, rubber. b. For Plastic Pipes: ASTM F 477, elastomeric seal or ASTM D 5926, PVC. c. For Dissimilar Pipes: ASTM D 5926, PVC or other material compatible with pipe materials being joined. PART 3 - EXECUTION 3.01 EXCAVATION A. Refer to Division 31 Section "Earth Moving" for excavating, trenching, and backfilling. 3.02 PIPING APPLICATIONS A. Flanges and unions may be used on aboveground pressure piping, unless otherwise indicated. • B. Aboveground, soil and waste piping NPS 4 and smaller shall be any of the following: 1. Service class, cast-iron soil pipe and fittings; gaskets; and gasketed joints. 2. Hubless cast-iron soil pipe and fittings; standard, shielded, stainless-steel couplings; and hubless-coupling joints. 3. Copper DWV tube, copper drainage fittings, and soldered joints. 4. Solid -wall PVC pipe, PVC socket fittings, and solvent -cemented joints. 5. Dissimilar Pipe -Material Couplings: Flexible, Shielded, nonpressure pipe couplings for joining dissimilar pipe materials with small difference in OD. C. Aboveground, soil and waste piping NPS 5 and larger shall be any of the following: • City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 13 16 - 4 EMI April 2013 1. Service class, cast-iron soil pipe and fittings; gaskets; and gasketed joints. 2. Hubless cast-iron soil pipe and fittings; standard, shielded, stainless-steel couplings; and hubless-coupling joints. 3. Solid -wall PVC pipe, PVC socket fittings, and solvent -cemented joints. 4. Dissimilar Pipe -Material Couplings: Flexible, Shielded, nonpressure pipe couplings for joining dissimilar pipe materials with small difference in OD. D. Aboveground, vent piping NPS 4 and smaller shall be any of the following: 1. Service class, cast-iron soil pipe and fittings; gaskets; and gasketed joints. 2. Hubless cast-iron soil pipe and fittings; standard, shielded, stainless-steel couplings; and hubless-coupling joints. 3. Copper DWV tube, copper drainage fittings, and soldered joints. a. Option for Vent Piping, NPS 2-1/2 and NPS 3-1/2: Hard copper tube, Type M; copper pressure fittings; and soldered joints. 4. Solid -wall PVC pipe, PVC socket fittings, and solvent -cemented joints. 5. Dissimilar Pipe -Material Couplings: Flexible, Shielded, nonpressure pipe couplings for joining dissimilar pipe materials with small difference in OD. E. Underground, soil, waste, and vent piping NPS 4 and smaller shall be any of the following: 1. Service class, cast-iron soil piping; gaskets; and gasketed joints. 2. Cellular -core or Solid wall PVC pipe, PVC socket fittings, and solvent - cemented joints. 3. Cellular -core, Sewer and Drain Series, PVC pipe; PVC socket fittings; and solvent -cemented joints. 4. Dissimilar Pipe -Material Couplings: Flexible, Shielded, nonpressure pipe couplings for joining dissimilar pipe materials with small difference in OD. F. Underground, soil and waste piping NPS 5 and larger shall be any of the following: 1. Service class, cast-iron soil piping; gaskets; and gasketed joints. 2. Cellular -core or Solid -wall, Schedule 40, PVC pipe; PVC socket fittings; and solvent -cemented joints. 3. Cellular -core, Sewer and Drain Series, PVC pipe; PVC socket fittings; and solvent -cemented joints. 4. Dissimilar Pipe -Material Couplings: Flexible, Shielded, nonpressure pipe couplings for joining dissimilar pipe materials with small difference in OD. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 13 16 - 5 EMI April 2013 3.03 PIPING INSTALLATION A. Sanitary sewer piping outside the building is specified in Division 22 Section "Facility Sanitary Sewers." B. Basic piping installation requirements are specified in Division 22 Section "Common Work Results for Plumbing." C. Install cleanouts at grade and extend to where building sanitary drains connect to building sanitary sewers. D. Install cast-iron sleeve with water stop and mechanical sleeve seal at each service pipe penetration through foundation wall. Select number of interlocking rubber links required to make installation watertight. Sleeves and mechanical sleeve seals are specified in Division 22 Section "Common Work Results for Plumbing." E. Install wall -penetration fitting at each service pipe penetration through foundation wall. Make installation watertight. F. Install cast-iron soil piping according to CISPI's "Cast Iron Soil Pipe and Fittings Handbook," Chapter IV, "Installation of Cast Iron Soil Pipe and Fittings." G. Make changes in direction for soil and waste drainage and vent piping using appropriate branches, bends, and long -sweep bends. Sanitary tees and short -sweep 1/4 bends may be used on vertical stacks if change in direction of flow is from horizontal to vertical. Use long -turn, double Y -branch and 1/8 -bend fittings if 2 fixtures are installed back to back or side by side with common drain pipe. Straight tees, elbows, and crosses may be used on vent lines. Do not change direction of flow more than 90 degrees. Use proper size of standard increasers and reducers if pipes of different sizes are connected. Reducing size of drainage piping in direction of flow is prohibited. H. Lay buried building drainage piping beginning at low point of each system. Install true to grades and alignment indicated, with unbroken continuity of invert. Place hub ends of piping upstream. Install required gaskets according to manufacturer's written instructions for use of lubricants, cements, and other installation requirements. Maintain swab in piping and pull past each joint as completed. I. Install soil and waste drainage and vent piping at the following minimum slopes, unless otherwise indicated: 1. Building Sanitary Drain: 2 percent downward in direction of flow for piping NPS 3 and smaller; 1 percent downward in direction of flow for piping NPS 4 and larger. 2. Horizontal Sanitary Drainage Piping: flow. 2 percent downward in direction of 3. Vent Piping: 1 percent down toward vertical fixture vent or toward vent stack. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 22 13 16 - 6 EMI • J. Sleeves are not required for cast-iron soil piping passing through concrete slabs -on - grade if slab is without membrane waterproofing. K. Install PVC soil and waste drainage and vent piping according to ASTM D 2665. L. Install underground PVC soil and waste drainage piping according to ASTM D 2321. M. Do not enclose, cover, or put piping into operation until it is inspected and approved by authorities having jurisdiction. 3.04 JOINT CONSTRUCTION A. Basic piping joint construction requirements are specified in Division 22 Section "Common Work Results for Plumbing." B. Join hub -and -spigot, cast-iron soil piping with gasket joints according to CISPI's "Cast Iron Soil Pipe and Fittings Handbook" for compression joints. C. Join hubless cast-iron soil piping according to CISPI 310 and CISPI's "Cast Iron Soil Pipe and Fittings Handbook" for hubless-coupling joints. D. Soldered Joints: Use ASTM B 813, water-flushable, lead-free flux; ASTM B 32, lead -free -alloy solder; and ASTM B 828 procedure, unless otherwise indicated. • E. Grooved Joints: Assemble joint with keyed coupling, gasket, lubricant, and bolts according to coupling and fitting manufacturer's written instructions. • F. PVC Nonpressure Piping Joints: Join piping according to ASTM D 2665. 3.05 VALVE INSTALLATION A. General valve installation requirements are specified in Division 22 Section "General - Duty Valves for Plumbing Piping." B. Backwater Valves: Install backwater valves in piping subject to sewage backflow. 1. Horizontal Piping: Horizontal backwater valves. Use normally closed type, unless otherwise indicated. 2. Floor Drains: Drain outlet backwater valves, unless drain has integral backwater valve. 3. Install backwater valves in accessible locations. 4. Backwater valve are specified in Division 22 Section "Sanitary Waste Piping Specialties." City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 13 16 - 7 EMI April 2013 3.06 HANGER AND SUPPORT INSTALLATION A. Pipe hangers and supports are specified in Division 22 Section "Hangers and Supports for Plumbing Piping and Equipment." Install the following: 1. Vertical Piping: MSS Type 8 or Type 42, clamps. 2. Install individual, straight, horizontal piping runs according to the following: a. 100 Feet and Less: MSS Type 1, adjustable, steel clevis hangers. b. Longer Than 100 Feet: MSS Type 43, adjustable roller hangers. c. Longer Than 100 Feet, if Indicated: MSS Type 49, spring cushion rolls. 3. Multiple, Straight, Horizontal Piping Runs 100 Feet or Longer: MSS Type 44, pipe rolls. Support pipe rolls on trapeze. 4. Base of Vertical Piping: MSS Type 52, spring hangers. B. Install supports according to Division 22 Section "Hangers and Supports for Plumbing Piping and Equipment." C. Support vertical piping and tubing at base and at each floor. D. Rod diameter may be reduced 1 size for double -rod hangers, with 3/8 -inch minimum rods. E. Install hangers for cast-iron soil piping with the following maximum horizontal spacing and minimum rod diameters: 1. NPS 1-1/2 and NPS 2: 60 inches with 3/8 -inch rod. 2. NPS 3: 60 inches with 1/2 -inch rod. 3. NPS 4 and NPS 5: 60 inches with 5/8 -inch rod. 4. NPS 6: 60 inches with 3/4 -inch rod. F. Install supports for vertical cast-iron soil piping every 15 feet. G. Install hangers for copper tubing with the following maximum horizontal spacing and minimum rod diameters: 1. NPS 1-1/4: 72 inches with 3/8 -inch rod. 2. NPS 1-1/2 and NPS 2: 96 inches with 3/8 -inch rod. 3. NPS 2-1/2: 108 inches with 1/2 -inch rod. 4. NPS 3 to NPS 5: 10 feet with 1/2 -inch rod. H. Install supports for vertical copper tubing every 10 feet. I. Install hangers for PVC piping with the following maximum horizontal spacing and minimum rod diameters: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 13 16 - 8 EMI April 2013 1. NPS 1-1/2 and NPS 2: 48 inches with 3/8 -inch rod. 2. NPS 3: 48 inches with 1/2 -inch rod. 3. NPS 4 and 5: 48 inches with 5/8 -inch rod. 4. NPS 6: 48 inches with 3/4 -inch rod. J. Install supports for vertical PVC piping every 48 inches. K. Support piping and tubing not listed above according to MSS SP -69 and manufacturer's written instructions. 3.07 CONNECTIONS A. Drawings indicate general arrangement of piping, fittings, and specialties. B. Connect soil and waste piping to exterior sanitary sewerage piping. Use transition fitting to join dissimilar piping materials. C. Connect drainage and vent piping to the following: 1. Plumbing Fixtures: Connect drainage piping in sizes indicated, but not smaller than required by plumbing code. 2. Plumbing Fixtures and Equipment: Connect atmospheric vent piping in sizes indicated, but not smaller than required by authorities having jurisdiction. 3. Plumbing Specialties: Connect drainage and vent piping in sizes indicated, but not smaller than required by plumbing code. 4. Equipment: Connect drainage piping as indicated. Provide shutoff valve, if indicated, and union for each connection. Use flanges instead of unions for connections NPS 2-1/2 and larger. 3.08 FIELD QUALITY CONTROL A. During installation, notify authorities having jurisdiction at least 24 hours before inspection must be made. Perform tests specified below in presence of authorities having jurisdiction. 1. Roughing -in Inspection: Arrange for inspection of piping before concealing or closing -in after roughing -in and before setting fixtures. 2. Final Inspection: Arrange for final inspection by authorities having jurisdiction to observe tests specified below and to ensure compliance with requirements. B. Reinspection: If authorities having jurisdiction fmd that piping will not pass test or inspection, make required corrections and arrange for reinspection. C. Reports: Prepare inspection reports and have them signed by authorities having • jurisdiction. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 13 16 - 9 EMI April 2013 D. Test sanitary drainage and vent piping according to procedures of authorities having jurisdiction or, in absence of published procedures, as follows: • 1. Test for leaks and defects in new piping and parts of existing piping that have been altered, extended, or repaired. If testing is performed in segments, submit separate report for each test, complete with diagram of portion of piping tested. 2. Leave uncovered and unconcealed new, altered, extended, or replaced drainage and vent piping until it has been tested and approved. Expose work that was covered or concealed before it was tested. 3. Roughing -in Plumbing Test Procedure: Test drainage and vent piping, except outside leaders, on completion of roughing -in. Close openings in piping system and fill with water to point of overflow, but not less than 10 -foot head of water. From 15 minutes before inspection starts to completion of inspection, water level must not drop. Inspect joints for leaks. 4. Finished Plumbing Test Procedure: After plumbing fixtures have been set and traps filled with water, test connections and prove they are gastight and watertight. Plug vent -stack openings on roof and building drains where they leave building. Introduce air into piping system equal to pressure of 1 -inch wg. Use U-tube or manometer inserted in trap of water closet to measure this pressure. Air pressure must remain constant without introducing additional air throughout period of inspection. Inspect plumbing fixture connections for gas and water leaks. 5. Repair leaks and defects with new materials and retest piping, or portion • thereof, until satisfactory results are obtained. 6. Prepare reports for tests and required corrective action. 3.09 CLEANING A. Clean interior of piping. Remove dirt and debris as work progresses. B. Protect drains during remainder of construction period to avoid clogging with dirt and debris and to prevent damage from traffic and construction work. C. Place plugs in ends of uncompleted piping at end of day and when work stops. 3.10 PROTECTION A. Exposed PVC Piping: Protect plumbing vents exposed to sunlight with two coats of water-based latex paint. END OF SECTION • City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 13 16 - 10 EMI April 2013 • SECTION 22 13 19 SANITARY WASTE PIPING SPECIALTIES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following sanitary drainage piping specialties: 1. Backwater valves. 2. Cleanouts. 3. Floor drains. 4. Air -admittance valves. 5. Miscellaneous sanitary drainage piping specialties. 6. Flashing materials. 1.03 DEFINITIONS A. ABS: Acrylonitrile -butadiene -styrene plastic. B. FOG: Fats, oils, and greases. C. FRP: Fiberglass -reinforced plastic. D. HDPE: High-density polyethylene plastic. E. PE: Polyethylene plastic. F. PP: Polypropylene plastic. G. PVC: Polyvinyl chloride plastic. 1.04 SUBMITTALS A. Product Data: For each type of product indicated. Include rated capacities, operating characteristics, and accessories. • B. Field quality -control test reports. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 13 19 - 1 EMI April 2013 C. Operation and Maintenance Data: For drainage piping specialties to include in emergency, operation, and maintenance manuals. 1.05 QUALITY ASSURANCE A. Drainage piping specialties shall bear label, stamp, or other markings of specified testing agency. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Comply with NSF 14, "Plastics Piping Components and Related Materials," for plastic sanitary piping specialty components. 1.06 COORDINATION A. Coordinate size and location of concrete bases. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 03. B. Coordinate size and location of roof penetrations. PART 2 - PRODUCTS 2.01 BACKWATER VALVES A. Horizontal, Cast -Iron Backwater Valves: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Josam Company; Josam Div. b. MIFAB, Inc. c. Smith, Jay R. Mfr. Co.; Division of Smith Industries, Inc. d. Tyler Pipe; Wade Div. e. Watts Drainage Products Inc. f. Zurn Plumbing Products Group; Specification Drainage Operation. 2. Standard: ASME A112.14.1. 3. Size: Same as connected piping. 4. Body: Cast iron. 5. Cover: Cast iron with bolted or threaded access check valve. 6. End Connections: Hub and spigot or hubless. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 13 19 - 2 EMI April 2013 7. Type Check Valve: Removable, bronze, swing check, factory assembled to hang closed. 8. Extension: ASTM A 74, Service class; full-size, cast-iron, soil -pipe extension to field -installed cleanout at floor; replaces backwater valve cover. B. Horizontal, Plastic Backwater Valves: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Canplas LLC. b. IPS Corporation. c. NDS Inc. d. Oatey. e. Plastic Oddities; a division of Diverse Corporate Technologies. f. Sioux Chief Manufacturing Company, Inc. g. Zurn Plumbing Products Group; Light Commercial Operation. 2. Size: Same as connected piping. 3. Body: PVC. 4. Cover: Same material as body with threaded access to check valve. 5. Check Valve: Removable swing check. 6. End Connections: Socket type. 2.02 CLEANOUTS A. Exposed Metal Cleanouts: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Josam Company; Josam Div. b. MIFAB, Inc. c. Smith, Jay R. Mfg. Co.; Division of Smith Industries, Inc. d. Tyler Pipe; Wade Div. e. Watts Drainage Products Inc. f. Zurn Plumbing Products Group; Specification Drainage Operation. 2. Standard: ASME A112.36.2M for cast iron for cleanout test tee. 3. Size: Same as connected drainage piping 4. Body Material: As required to match connected piping. 5. Closure: Countersunk or raised -head plug. As required to match connected piping. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 13 19 - 3 EMI April 2013 6. Closure Plug Size: Same as or not more than one size smaller than cleanout size. B. Metal Floor Cleanouts: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Josam Company; Josam Div. b. Oatey. c. Sioux Chief Manufacturing Company, Inc. d. Smith, Jay R. Mfg. Co.; Division of Smith Industries, Inc. e. Tyler Pipe; Wade Div. f. Watts Drainage Products Inc. g. Zurn Plumbing Products Group; Light Commercial Operation. h. Zurn Plumbing Products Group; Specification Drainage Operation. i. Kusel Equipment Co. 2. Standard: ASME A112.36.2M for cast-iron soil pipe with cast-iron ferrule or threaded, adjustable housing cleanout. 3. Size: Same as connected branch. 4. Type: Cast-iron soil pipe with cast-iron ferrule or Threaded, adjustable housing. 5. Body or Ferrule: Cast iron. 6. Clamping Device: Required. 7. Outlet Connection: Spigot or Threaded. 8. Closure: Brass plug with tapered threads. 9. Adjustable Housing Material: Cast iron with threads. 10. Frame and Cover Material and Finish: Nickel -bronze, copper alloy or polished bronze. 11. Frame and Cover Shape: Round. 12. Top Loading Classification: Heavy Duty. 13. Riser: ASTM A 74, Service class, cast-iron drainage pipe fitting and riser to cleanout. 14. Standard: ASME A112.3.1. 15. Size: Same as connected branch. C. Cast -Iron Wall Cleanouts: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 13 19 - 4 EMI April 2013 a. Josam Company; Josam Div. b. MIFAB, Inc. c. Smith, Jay R. Mfg. Co.; Division of Smith Industries, Inc. d. Tyler Pipe; Wade Div. e. Watts Drainage Products Inc. f. Zurn Plumbing Products Group; Specification Drainage Operation. 2. Standard: ASME Al 12.36.2M. Include wall access. 3. Size: Same as connected drainage piping. 4. Body: As required to match connected piping. 5. Closure: Countersunk or raised -head plug. As required to match connected piping. 6. Closure Plug Size: Same as or not more than one size smaller than cleanout size. 7. Wall Access: Round, flat, chrome -plated brass or stainless-steel cover plate with screw. 8. Wall Access: Round wall -installation frame and cover. D. Plastic Floor Cleanouts: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Canplas LLC. b. IPS Corporation. c. NDS Inc. d. Plastic Oddities; a division of Diverse Corporate Technologies. e. Sioux Chief Manufacturing Company, Inc. f. Zurn Plumbing Products Group; Light Commercial Operation. 2. Size: Same as connected branch. 3. Body: PVC. 4. Closure Plug: PVC. 5. Riser: Drainage pipe fitting and riser to cleanout of same material as drainage piping. 2.03 FLOOR DRAINS A. Cast -Iron Floor Drains: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Commercial Enameling Co. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 13 19 - 5 EMI April 2013 b. Josam Company; Josam Div. c. MIFAB, Inc. d. Prier Products, Inc. e. Smith, Jay R. Mfg. Co.; Division of Smith Industries, Inc. f. Tyler Pipe; Wade Div. g. Watts Drainage Products Inc. h. Zurn Plumbing Products Group; Light Commercial Operation. i. Zurn Plumbing Products Group; Specification Drainage Operation. 2. Standard: ASME A112.6.3. 3. Refer to drawings for floor drain specification. B. Plastic Floor Drains: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Canplas LLC. b. IPS Corporation. c. Josam Company; Josam Div. d. Oatey. e. Plastic Oddities; a division of Diverse Corporate Technologies. f. Sioux Chief Manufacturing Company, Inc. g. Zurn Plumbing Products Group; Light Commercial Operation. 2. Standard: ASME A112.6.3. 3. Refer to drawings for floor drain specifications. 2.04 AIR -ADMITTANCE VALVES A. Fixture Air -Admittance Valves: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Ayrlett, LLC. b. Durgo, Inc. c. Oatey. d. ProSet Systems Inc. e. RectorSeal. f. Studor, Inc. 2. Standard: ASSE 1051, Type A for single fixture or Type B for branch piping. 3. Housing: Plastic. 4. Operation: Mechanical sealing diaphragm. 5. Size: Same as connected fixture or branch vent piping. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 13 19 - 6 EMI April 2013 • B. Stack Air -Admittance Valves: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Durgo, Inc. b. Oatey. c. Studor, Inc. 2. Standard: ASSE 1050 for vent stacks. 3. Housing: Plastic. 4. Operation: Mechanical sealing diaphragm. 5. Size: Same as connected stack vent or vent stack. C. Wall Box: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Durgo, Inc. b. Oatey. c. RectorSeal. d. Studor, Inc. 2. Description: White plastic housing with white plastic grille, made for recessed installation. Include bottom pipe connection and space to contain one air -admittance valve. 3. Size: About 9 inches wide by 8 inches high by 4 inches deep. 2.05 MISCELLANEOUS SANITARY DRAINAGE PIPING SPECIALTIES A. Open Drains: 1. Description: Shop or field fabricate from ASTM A 74, Service class, hub - and -spigot, cast-iron, soil -pipe fittings. Include P -trap, hub -and -spigot riser section; and where required, increaser fitting joined with ASTM C 564, rubber gaskets. 2. Size: Same as connected waste piping with increaser fitting of size indicated. B. Deep -Seal Traps: 1. Description: Cast-iron or bronze casting, with inlet and outlet matching connected piping and cleanout trap -seal primer valve connection. 2. Size: Same as connected waste piping. a. NPS 2: 4 -inch -minimum water seal. b. NPS 2-1/2 and Larger: 5 -inch -minimum water seal. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 13 19 - 7 EMI April 2013 C. Floor -Drain, Trap -Seal Primer Fittings: 1. Description: Cast iron, with threaded inlet and threaded or spigot outlet, and trap -seal primer valve connection. 2. Size: Same as floor drain outlet with NPS 1/2 side inlet. D. Air -Gap Fittings: 1. Standard: ASME A112.1.2, for fitting designed to ensure fixed, positive air gap between installed inlet and outlet piping. 2. Body: Bronze or cast iron. 3. Inlet: Opening in top of body. 4. Outlet: Larger than inlet. 5. Size: Same as connected waste piping and with inlet large enough for associated indirect waste piping. E. Sleeve Flashing Device: 1. Description: Manufactured, cast-iron fitting, with clamping device, that forms sleeve for pipe floor penetrations of floor membrane. Include galvanized -steel pipe extension in top of fitting that will extend 2 inches above finished floor and galvanized -steel pipe extension in bottom of fitting that will extend through floor slab. 2. Size: As required for close fit to riser or stack piping. F. Stack Flashing Fittings: 1. Description: Counterflashing-type, cast-iron fitting, with bottom recess for terminating roof membrane, and with threaded or hub top for extending vent pipe. 2. Size: Same as connected stack vent or vent stack. G. Vent Caps: 1. Description: Cast-iron body with threaded or hub inlet and vandal -proof design. Include vented hood and setscrews to secure to vent pipe. 2. Size: Same as connected stack vent or vent stack. H. Expansion Joints: 1. Standard: ASME A112.21.2M. 2. Body: Cast iron with bronze sleeve, packing, and gland. 3. End Connections: Matching connected piping. 4. Size: Same as connected soil, waste, or vent piping. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 13 19 - 8 EMI April 2013 2.06 FLASHING MATERIALS • A. Lead Sheet: ASTM 13749, Type L51121, copper bearing, with the following minimum weights and thicknesses, unless otherwise indicated: 1. General Use: 4.0-lb/sq. ft., 0.0625 -inch thickness. 2. Vent Pipe Flashing: 3.0-1b/sq. ft., 0.0469 -inch thickness. 3. Burning: 6-lb/sq. ft., 0.0938 -inch thickness. B. Copper Sheet: ASTM B 152/B 152M, of the following minimum weights and thicknesses, unless otherwise indicated: 1. General Applications: 12 oz./sq. ft.. 2. Vent Pipe Flashing: 8 oz./sq. ft.. C. Zinc -Coated Steel Sheet: ASTM A 653/A 653M, with 0.20 percent copper content and 0.04 -inch minimum thickness, unless otherwise indicated. Include G90 hot -dip galvanized, mill-phosphatized finish for painting if indicated. D. Elastic Membrane Sheet: ASTM D 4068, flexible, chlorinated polyethylene, 40 -mil minimum thickness. E. Fasteners: Metal compatible with material and substrate being fastened. • F. Metal Accessories: Sheet metal strips, clamps, anchoring devices, and similar accessory units required for installation; matching or compatible with material being installed. • G. Solder: ASTM B 32, lead-free alloy. H. Bituminous Coating: SSPC-Paint 12, solvent -type, bituminous mastic. PART 3 - EXECUTION 3.01 INSTALLATION A. Refer to Division 22 Section "Common Work Results for Plumbing" for piping joining materials, joint construction, and basic installation requirements. B. Install backwater valves in building drain piping. For interior installation, provide cleanout deck plate flush with floor and centered over backwater valve cover, and of adequate size to remove valve cover for servicing. C. Install cleanouts in aboveground piping and building drain piping according to the following, unless otherwise indicated: 1. Size same as drainage piping up to NPS 4. Use NPS 4 for larger drainage piping unless larger cleanout is indicated. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 13 19 - 9 EMI April 2013 2. Locate at each change in direction of piping greater than 45 degrees. 3. Locate at minimum intervals of 50 feet for piping NPS 4 and smaller and 100 feet for larger piping. 4. Locate at base of each vertical soil and waste stack. D. For floor cleanouts for piping below floors, install cleanout deck plates with top flush with finished floor. E. For cleanouts located in concealed piping, install cleanout wall access covers, of types indicated, with frame and cover flush with finished wall. F. Install floor drains at low points of surface areas to be drained. Set grates of drains flush with finished floor, unless otherwise indicated. • 1. Position floor drains for easy access and maintenance. 2. Set floor drains below elevation of surrounding finished floor to allow floor drainage. Set with grates depressed according to the following drainage area radii: a. Radius, 30 Inches or Less: Equivalent to 1 percent slope, but not less than 1/4 -inch total depression. b. Radius, 30 to 60 Inches: Equivalent to 1 percent slope. c. Radius, 60 Inches or Larger: Equivalent to 1 percent slope, but not greater than 1 -inch total depression. 3. Install floor -drain flashing collar or flange so no leakage occurs between drain • and adjoining flooring. Maintain integrity of waterproof membranes where penetrated. 4. Install individual traps for floor drains connected to sanitary building drain, unless otherwise indicated. G. Install fixture air -admittance valves on fixture drain piping. H. Install stack air -admittance valves at top of stack vent and vent stack piping. I. Install air -admittance -valve wall boxes recessed in wall. J. Install flashing fittings on sanitary stack vents and vent stacks that extend through roof. K. Assemble open drain fittings and install with top of hub 2 inches above floor. L. Install deep -seal traps on floor drains and other waste outlets, if indicated. M. Install floor -drain, trap -seal primer fittings on inlet to floor drains that require trap - seal primer connection. 1. Exception: Fitting may be omitted if trap has trap -seal primer connection. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 13 19 - 10 EMI April 2013 • 2. Size: Same as floor drain inlet. N. Install air -gap fittings on draining -type backflow preventers and on indirect -waste piping discharge into sanitary drainage system. O. Install sleeve flashing device with each riser and stack passing through floors with waterproof membrane. P. Install vent caps on each vent pipe passing through roof. Q. Install expansion joints on vertical stacks and conductors. Position expansion joints for easy access and maintenance. R. Install wood -blocking reinforcement for wall -mounting -type specialties. S. Install traps on plumbing specialty drain outlets. Omit traps on indirect wastes unless trap is indicated. T. Install escutcheons at wall, floor, and ceiling penetrations in exposed finished locations and within cabinets and millwork. Use deep -pattern escutcheons if required to conceal protruding pipe fittings. 3.02 CONNECTIONS A. Piping installation requirements are specified in other Division 22 Sections. • Drawings indicate general arrangement of piping, fittings, and specialties. B. Install piping adjacent to equipment to allow service and maintenance. 3.03 FLASHING INSTALLATION A. Fabricate flashing from single piece unless large pans, sumps, or other drainage shapes are required. Join flashing according to the following if required: 1. Lead Sheets: Burn joints of lead sheets 6.0-lb/sq. ft., 0.0938 -inch thickness or thicker. Solder joints of lead sheets 4.0-lb/sq. ft., 0.0625 -inch thickness or thinner. 2. Copper Sheets: Solder joints of copper sheets. B. Install sheet flashing on pipes, sleeves, and specialties passing through or embedded in floors and roofs with waterproof membrane. 1. Pipe Flashing: Sleeve type, matching pipe size, with minimum length of 10 inches, and skirt or flange extending at least 8 inches around pipe. 2. Sleeve Flashing: Flat sheet, with skirt or flange extending at least 8 inches around sleeve. 3. Embedded Specialty Flashing: Flat sheet, with skirt or flange extending at least 8 inches around specialty. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 13 19 - 11 EMI April 2013 C. Set flashing on floors and roofs in solid coating of bituminous cement. D. Secure flashing into sleeve and specialty clamping ring or device. E. Install flashing for piping passing through roofs with counterflashing or commercially made flashing fittings, according to Division 07 Section "Sheet Metal Flashing and Trim." F. Extend flashing up vent pipe passing through roofs and turn down into pipe, or secure flashing into cast-iron sleeve having calking recess. G. Fabricate and install flashing and pans, sumps, and other drainage shapes. 3.04 FIELD QUALITY CONTROL A. Tests and Inspections: 1. Leak Test: After installation, charge system and test for leaks. Repair leaks and retest until no leaks exist. 2. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. 3.05 PROTECTION A. Protect drains during remainder of construction period to avoid clogging with dirt or debris and to prevent damage from traffic or construction work. B. Place plugs in ends of uncompleted piping at end of each day or when work stops. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 13 19 - 12 EMI April 2013 SECTION 22 33 00 ELECTRIC DOMESTIC WATER HEATERS PART 1- GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following electric water heaters: 1. Light -commercial electric water heaters. 2. Compression tanks. 3. Water heater accessories. 1.03 SUBMITTALS • A. Product Data: For each type and size of water heater indicated. Include rated capacities, operating characteristics, furnished specialties, and accessories. • B. Shop Drawings: Diagram power, signal, and control wiring. C. Product Certificates: For each type of commercial electric water heater, signed by product manufacturer. D. Source quality -control test reports. E. Field quality -control test reports. F. Operation and Maintenance Data: For electric water heaters to include in emergency, operation, and maintenance manuals. G. Warranty: Special warranty specified in this Section. 1.04 QUALITY ASSURANCE A. Source Limitations: Obtain same type of electric water heaters through one source from a single manufacturer. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 33 00 - 1 EMI April 2013 B. Product Options: Drawings indicate size, profiles, and dimensional requirements of electric water heaters and are based on the specific system indicated. Refer to Division 01 Section "Product Requirements." C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. D. ASHRAE/IESNA 90.1-2004 Compliance: Applicable requirements in ASHRAE/IESNA 90.1-2004. E. ASME Compliance: Where indicated, fabricate and label commercial water heater storage tanks to comply with ASME Boiler and Pressure Vessel Code: Section VIII, Division 1. F. Comply with NSF 61, "Drinking Water System Components - Health Effects; Sections 1 through 9," for all components that will be in contact with potable water. 1.05 COORDINATION A. Coordinate size and location of concrete bases with Architectural and Structural Drawings. 1.06 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of electric water heaters that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Structural failures including storage tank and supports. b. Faulty operation of controls. c. Deterioration of metals, metal finishes, and other materials beyond normal use. 2. Warranty Period(s): From date of Substantial Completion: a. Light -Commercial Electric Water Heaters: i. Storage Tank: Three years. ii. Controls and Other Components: Three years. b. Compression Tanks: One year(s). City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 33 00 - 2 EMI April 2013 PART 2 - PRODUCTS 2.01 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 2.02 LIGHT -COMMERCIAL ELECTRIC WATER HEATERS A. Description: Comply with UL 174 for household, storage electric water heaters. 1. Available Manufacturers: a. American Water Heater Company. b. Bradford White Corporation. c. Electric Heater Company (The); Hubbell Heaters Division. d. GSW Water Heating Company. e. Heat Transfer Products, Inc. f. Lochinvar Corporation. g. Rheem Water Heater Div.; Rheem Manufacturing Company. h. Ruud Water Heater Div.; Rheem Manufacturing Company. i. Smith, A. O. Water Products Company. j. State Industries, Inc. 2. Storage -Tank Construction: Steel, vertical arrangement. a. Tappings: ASME B 1.20.1 pipe thread. b. Pressure Rating: 150 psig. c. Interior Finish: Comply with NSF 61 barrier materials for potable - water tank linings, including extending lining material into tappings. 3. Factory -Installed Storage -Tank Appurtenances: a. Anode Rod: Replaceable magnesium. b. Dip Tube: Provide unless cold -water inlet is near bottom of tank. c. Drain Valve: ASSE 1005. d. Insulation: Comply with ASHRAE/IESNA 90.1-2004. e. Jacket: Steel with enameled finish. f. Heat Trap Fittings: Inlet type in cold -water inlet and outlet type in hot-water outlet. g. Heating Elements: Two; electric, screw-in immersion type; wired for simultaneous operation, unless otherwise indicated. h. Temperature Control: Adjustable thermostat for each element. i. Safety Control: High -temperature -limit cutoff device or system. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 33 00 - 3 EMI April 2013 J• Relief Valve: ASME rated and stamped and complying with ASME PTC 25.3 for combination temperature and pressure relief valves. Include relieving capacity at least as great as heat input, and include pressure setting less than water heater working -pressure rating. Select relief valve with sensing element that extends into storage tank. 2.03 COMPRESSION TANKS A. Description: Steel pressure -rated tank constructed with welded joints and factory - installed butyl -rubber diaphragm. Include air precharge to minimum system - operating pressure at tank. 1. Available Manufacturers: a. AMTROL Inc. b. Armstrong Pumps, Inc. c. Flexcon Industries. d. Honeywell Sparco. e. Myers, F. E.; Pentair Pump Group (The). f. Smith, A. O.; Aqua -Air Div. g. State Industries, Inc. h. Taco, Inc. i. Watts Regulator Co. j. Wessels Co. 2. Construction: a. Tappings: Factory -fabricated steel, welded to tank before testing and labeling. Include ASME B1.20.1, pipe thread. b. Interior Finish: Comply with NSF 61 barrier materials for potable - water tank linings, including extending finish into and through tank fittings and outlets. c. Air -Charging Valve: Factory installed. 3. Capacity and Characteristics: a. Working -Pressure Rating: 150 psig. 2.04 WATER HEATER ACCESSORIES A. Combination Temperature and Pressure Relief Valves: ASME rated and stamped and complying with ASME PTC 25.3. Include relieving capacity at least as great as heat input, and include pressure setting less than water heater working -pressure rating. Select relief valves with sensing element that extends into storage tank. B. Pressure Relief Valves: ASME rated and stamped and complying with ASME PTC 25.3. Include pressure setting less than water heater working -pressure rating. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 33 00 - 4 EMI April 2013 C. Water Heater Mounting Brackets: Water heater manufacturer's factory -fabricated • steel bracket for wall mounting and capable of supporting water heater and water. D. Drain Pans: Corrosion -resistant metal with raised edge. Include dimensions not less than base of water heater and include drain outlet not less than NPS 3/4. E. Piping -Type Heat Traps: Field -fabricated piping arrangement according to ASHRAE/IESNA 90.1-2004. F. Shock Absorbers: ASSE 1010 or PDI WH 201, Size A water hammer arrester. 2.05 SOURCE QUALITY CONTROL A. Test and inspect water heater storage tanks, specified to be ASME-code construction, according to ASME Boiler and Pressure Vessel Code. B. Prepare test reports. PART 3 - EXECUTION 3.01 WATER HEATER INSTALLATION A. Install commercial water heaters on concrete bases. 1. Exception: Omit concrete bases for commercial water heaters if installation on stand, bracket, suspended platform, or direct on floor is indicated. 2. Concrete base construction requirements are specified in Division 22 Section "Common Work Results for Plumbing." B. Install water heaters level and plumb, according to layout drawings, original design, and referenced standards. Maintain manufacturer's recommended clearances. Arrange units so controls and devices needing service are accessible. C. Install combination temperature and pressure relief valves in top portion of storage tanks. Use relief valves with sensing elements that extend into tanks. Extend commercial -water -heater relief -valve outlet, with drain piping same as domestic water piping in continuous downward pitch, and discharge by positive air gap onto closest floor drain. D. Install water -heater drain piping as indirect waste to spill by positive air gap into open drains or over floor drains. Install hose -end drain valves at low points in water piping for water heaters that do not have tank drains. Refer to Division 22 Section "Domestic Water Piping Specialties" for hose -end drain valves. E. Install thermometer on outlet piping of water heaters. Refer to Division 22 Section "Meters and Gages for Plumbing Piping" for thermometers. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 33 00 - 5 EMI April 2013 F. Install pressure gage(s) on inlet and outlet of commercial electric water- heater piping. Refer to Division 22 Section "Meters and Gages for Plumbing Piping" for pressure gages. G. Install piping -type heat traps on inlet and outlet piping of water heater storage tanks without integral or fitting -type heat traps. H. Fill water heaters with water. I. Charge compression tanks with air. 3.02 CONNECTIONS A. Piping installation requirements are specified in other Division 22 Sections. Drawings indicate general arrangement of piping, fittings, and specialties. B. Install piping adjacent to water heaters to allow service and maintenance. Arrange piping for easy removal of water heaters. C. Ground equipment according to Division 26 Section "Grounding and Bonding for Electrical Systems." D. Connect wiring according to Division 26 Section "Low -Voltage Electrical Power Conductors and Cables." 3.03 FIELD QUALITY CONTROL A. Perform the following field tests and inspections and prepare test reports: 1. Leak Test: After installation, test for leaks. Repair leaks and retest until no leaks exist. 2. Operational Test: After electrical circuitry has been energized, confirm proper operation. 3. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. B. Remove and replace water heaters that do not pass tests and inspections and retest as specified above. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 33 00 - 6 EMI April 2013 • SECTION 22 40 00 PLUMBING FIXTURES PART 1- GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following conventional plumbing fixtures and related components: 1. Faucets for lavatories, showers and sinks 2. Flushometers. 3. Toilet seats. 4. Protective shielding guards. 5. Fixture supports. 6. Water closets. 7. Lavatories. 8. Sinks. 9. Service basins. B. Related Sections include the following: 1. Division 10 Section "Toilet, Bath, and Laundry Accessories." 2. Division 22 Section "Domestic Water Piping Specialties" for backflow preventers, floor drains, and specialty fixtures not included in this Section. 3. Division 22 Section "Domestic Water Filtration Equipment" for water filters. 4. Division 22 Section "Healthcare Plumbing Fixtures." 5. Division 22 Section "Emergency Plumbing Fixtures." 6. Division 22 Section "Security Plumbing Fixtures." 7. Division 22 Section "Drinking Fountains and Water Coolers." 8. Division 31 Section "Facility Water Distribution Piping" for exterior plumbing fixtures and hydrants. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 40 00 - 1 EMI April 2013 1.03 DEFINITIONS A. ABS: Acrylonitrile -butadiene -styrene plastic. B. Accessible Fixture: Plumbing fixture that can be approached, entered, and used by people with disabilities. C. Cast Polymer: Cast -filled -polymer -plastic material. This material includes cultured - marble and solid -surface materials. D. Cultured Marble: Cast -filled -polymer -plastic material with surface coating. E. Fitting: Device that controls the flow of water into or out of the plumbing fixture. Fittings specified in this Section include supplies and stops, faucets and spouts, shower heads and tub spouts, drains and tailpieces, and traps and waste pipes. Piping and general -duty valves are included where indicated. F. FRP: Fiberglass -reinforced plastic. G. PMMA: Polymethyl methacrylate (acrylic) plastic. H. PVC: Polyvinyl chloride plastic. I. Solid Surface: Nonporous, homogeneous, cast -polymer -plastic material with heat-, impact-, scratch-, and stain -resistance qualities. 1.04 SUBMITTALS A. Product Data: For each type of plumbing fixture indicated. Include selected fixture and trim, fittings, accessories, appliances, appurtenances, equipment, and supports. Indicate materials and finishes, dimensions, construction details, and flow -control rates. B. Operation and Maintenance Data: For plumbing fixtures to include in emergency, operation, and maintenance manuals. C. Warranty: Special warranty specified in this Section. 1.05 QUALITY ASSURANCE A. Source Limitations: Obtain plumbing fixtures, faucets, and other components of each category through one source from a single manufacturer. 1. Exception: If fixtures, faucets, or other components are not available from a single manufacturer, obtain similar products from other manufacturers specified for that category. B. Regulatory Requirements: Comply with requirements in ICC A117.1, "Accessible and Usable Buildings and Facilities"; Public Law 90-480, "Architectural Barriers City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 40 00 - 2 EMI April 2013 • Act"; and Public Law 101-336, "Americans with Disabilities Act"; for plumbing fixtures for people with disabilities. C. Regulatory Requirements: Comply with requirements in Public Law 102-486, "Energy Policy Act," about water flow and consumption rates for plumbing fixtures. D. NSF Standard: Comply with NSF 61, "Drinking Water System Components --Health Effects," for fixture materials that will be in contact with potable water. E. Select combinations of fixtures and trim, faucets, fittings, and other components that are compatible. F. Comply with the following applicable standards and other requirements specified for plumbing fixtures: 1. Enameled, Cast -Iron Fixtures: ASME A112.19.1M. 2. Porcelain -Enameled, Formed -Steel Fixtures: ASME A112.19.4M. 3. Stainless -Steel Residential Sinks: ASME A112.19.3. 4. Vitreous -China Fixtures: ASME A112.19.2M. 5. Water -Closet, Flush Valve, Tank Trim: ASME A112.19.5. 6. Water -Closet, Flushometer Tank Trim: ASSE 1037. G. Comply with the following applicable standards and other requirements specified for • lavatory and sink faucets: 1. Backflow Protection Devices for Faucets with Side Spray: ASME A112.18.3M. 2. Backflow Protection Devices for Faucets with Hose -Thread Outlet: ASME A112.18.3M. 3. Diverter Valves for Faucets with Hose Spray: ASSE 1025. 4. Faucets: ASME A112.18.1. 5. Hose -Connection Vacuum Breakers: ASSE 1011. 6. Hose -Coupling Threads: ASME B 1.20.7. 7. Integral, Atmospheric Vacuum Breakers: ASSE 1001. 8. NSF Potable -Water Materials: NSF 61. 9. Pipe Threads: ASME B1.20.1. 10. Supply Fittings: ASME A112.18.1. 11. Brass Waste Fittings: ASME A112.18.2. H. Comply with the following applicable standards and other requirements specified for shower faucets: • 1. Backflow Protection Devices for Hand -Held Showers: ASME Al 12.18.3M. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 40 00 - 3 EMI April 2013 2. Combination, Pressure -Equalizing and Thermostatic -Control Antiscald Faucets: ASSE 1016. 3. Faucets: ASME A112.18.1. 4. Hand -Held Showers: ASSE 1014. 5. High -Temperature -Limit Controls for Thermal -Shock -Preventing Devices: ASTM F 445. 6. Hose -Coupling Threads: ASME B1.20.7. 7. Pipe Threads: ASME B1.20.1. 8. Pressure -Equalizing -Control Antiscald Faucets: ASTM F 444 and ASSE 1016. 9. Thermostatic -Control Antiscald Faucets: ASTM F 444 and ASSE 1016. I. Comply with the following applicable standards and other requirements specified for miscellaneous fittings: 1. Atmospheric Vacuum Breakers: ASSE 1001. 2. Brass and Copper Supplies: ASME A112.18.1. 3. Manual -Operation Flushometers: ASSE 1037. 4. Plastic Tubular Fittings: ASTM F 409. 5. Brass Waste Fittings: ASME A112.18.2. J. Comply with the following applicable standards and other requirements specified for miscellaneous components: 1. Flexible Water Connectors: ASME A112.18.6. 2. Floor Drains: ASME A112.6.3. 3. Off -Floor Fixture Supports: ASME A112.6.1M. 4. Pipe Threads: ASME B1.20.1. 5. Plastic Toilet Seats: ANSI Z124.5. 6. Supply and Drain Protective Shielding Guards: ICC A117.1. 1.06 WARRANTY A. Special Warranties: Manufacturer's standard form in which manufacturer agrees to repair or replace components of whirlpools that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Faulty operation of controls, blowers, pumps, heaters, and timers. b. Deterioration of metals, metal finishes, and other materials beyond normal use. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 40 00 - 4 EMI April 2013 2. Warranty Period for Commercial Applications: One year from date of Substantial Completion. 1.07 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Faucet Washers and O -Rings: Equal to 10 percent of amount of each type and size installed. 2. Faucet Cartridges and O -Rings: Equal to 5 percent of amount of each type and size installed. 3. Flushometer Valve, Repair Kits: Equal to 10 percent of amount of each type installed. 4. Provide hinged -top wood or metal box, or individual metal boxes, with separate compartments for each type and size of extra materials listed above. PART 2 - PRODUCTS 2.01 LAVATORY FAUCETS A. Lavatory Faucets: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. American Standard Companies, Inc. b. Bradley Corporation. c. Chicago Faucets. d. Delta Faucet Company. e. Eljer. f. Elkay Manufacturing Co. g. Fisher Manufacturing Co. h. Grohe America, Inc. i. Just Manufacturing Company. j. Kohler Co. k. Moen, Inc. 1. Royal Brass Mfg. Co. m. Sayco; a Briggs Plumbing Products, Inc. Company. n. Speakman Company. o. T & S Brass and Bronze Works, Inc. p. Zurn Plumbing Products Group; Commercial Brass Operation. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 40 00 - 5 EMI April 2013 2. Description: See schedule on drawings. Include hot- and cold -water indicators; coordinate faucet inlets with supplies and fixture holes; coordinate outlet with pout and fixture receptor. 2.02 SHOWER FAUCETS A. Shower Faucets: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. American Standard Companies, Inc. b. Brasstech Inc.; Newport Brass Div. c. Broadway Collection. d. Central Brass Manufacturing Company. e. Chicago Faucets. f. Delta Faucet Company. g. Eljer. h. Gerber Plumbing Fixtures LLC. i. Hansgrohe Inc. j. Kohler Co. k. Leonard Valve Company. 1. Moen, Inc. m. Paul Decorative Products. n. Pegler, Ltd. o. Powers; a Watts Industries Co. P. Price Pfister, Inc. q. Rohl LLC. r. Royal Brass Mfg. Co. s. Sayco; a Briggs Plumbing Products, Inc. Company. t. Speakman Company. u. Sterling Plumbing Group, Inc. v. St. Thomas Creations. w. Symmons Industries, Inc. x. T & S Brass and Bronze Works, Inc. y. Wolverine Brass, Inc. z. Zurn Plumbing Products Group; AquaSpec Commercial Faucet Operation. aa. Zurn Plumbing Products Group; Wilkins Operation. 2. Description: See schedule on drawings. Single -handle thermostatic and pressure -balance valve. Include hot- and cold -water indicators; check stops; and shower head, arm, and flange. Coordinate faucet inlets with supplies and outlet with diverter valve. 2.03 SINK FAUCETS A. Sink Faucets: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 40 00 - 6 EMI April 2013 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. American Standard Companies, Inc. b. Bradley Corporation. c. Broadway Collection. d. Chicago Faucets. e. Delta Faucet Company. f. Dormont Manufacturing Company. g. Eljer. h. Elkay Manufacturing Co. i. Fisher Manufacturing Co. j. Grohe America, Inc. k. Just Manufacturing Company. 1. Kohler Co. m. Moen, Inc. n. Royal Brass Mfg. Co. o. Sayco; a Briggs Plumbing Products, Inc. Company. p. Speakman Company. q. T & S Brass and Bronze Works, Inc. r. Zurn Plumbing Products Group; Commercial Brass Operation. 2. Description: See schedule on drawings. Include hot- and cold -water indicators; coordinate faucet inlets with supplies and fixture holes; coordinate outlet with spout and fixture receptor. 2.04 FLUSHOMETERS A. Flushometers: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Coyne & Delany Co. b. Delta Faucet Company. c. Sloan Valve Company. d. Zurn Plumbing Products Group; Commercial Brass Operation. 2. Description: See schedule on drawings. Flushometer for water -closet -type fixture. Include brass body with corrosion -resistant internal components, non - hold -open feature, control stop with check valve, vacuum breaker, copper or brass tubing, and polished chrome -plated finish on exposed parts. 2.05 TOILET SEATS A. Toilet Seats: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 40 00 - 7 EMI April 2013 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. American Standard Companies, Inc. b. Bemis Manufacturing Company. c. Centoco Manufacturing Corp. d. Church Seats. e. Eljer. f. Kohler Co. g. Olsonite Corp. h. Sanderson Plumbing Products, Inc.; Beneke Div. i. Sperzel. 2. Description: Toilet seat for water -closet -type fixture. See schedule on drawings. 2.06 PROTECTIVE SHIELDING GUARDS A. Protective Shielding Pipe Covers: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Engineered Brass Co. b. Insul-Tect Products Co.; a Subsidiary of MVG Molded Products. c. McGuire Manufacturing Co., Inc. d. Plumberex Specialty Products Inc. e. TCI Products. f. TRUEBRO, Inc. g. Zurn Plumbing Products Group; Tubular Brass Plumbing Products Operation. 2. Description: Manufactured plastic wraps for covering plumbing fixture hot - and cold -water supplies and trap and drain piping. Comply with Americans with Disabilities Act (ADA) requirements. 2.07 FIXTURE SUPPORTS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Josam Company. 2. MIFAB Manufacturing Inc. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 40 00 - 8 EMI April 2013 3. Smith, Jay R. Mfg. Co. 4. Tyler Pipe; Wade Div. 5. Watts Drainage Products Inc.; a div. of Watts Industries, Inc. 6. Zurn Plumbing Products Group; Specification Drainage Operation. C. Lavatory Supports: 1. Description: Type II, lavatory carrier with concealed arms and tie rod for wall -mounting, lavatory -type fixture. Include steel uprights with feet. 2. Accessible -Fixture Support: Include rectangular steel uprights. 2.08 WATER CLOSETS A. Water Closets: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. American Standard Companies, Inc. b. Barclay Products, Ltd. c. Briggs Plumbing Products, Inc. d. Crane Plumbing, L.L.C./Fiat Products. e. Duravit USA, Inc. f. Eljer. g. Gerber Plumbing Fixtures LLC. h. Kohler Co. i. Mansfield Plumbing Products, Inc. j. Peerless Pottery, Inc. k. Sanitarios Azteca, S.A. de C.V. 1. Sterling Plumbing Group, Inc. m. St. Thomas Creations. n. TOTO USA, Inc. o. Water Management, Inc. 2. Description: Accessible, floor -mounting, floor -outlet, vitreous -china fixture designed for flushometer valve operation. See schedule on drawings. 2.09 LAVATORIES A. Lavatories: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. American Standard Companies, Inc. b. Briggs Plumbing Products, Inc. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 40 00 - 9 EMI April 2013 c. Crane Plumbing, L.L.C./Fiat Products. d. Eljer e. Gerber Plumbing Fixtures LLC. f. Kohler Co. g. Mansfield Plumbing Products, Inc. 2. Description: Accessible, wall -mounting, vitreous -china fixture. See schedule on drawings. 2.10 SINKS A. Sinks: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Eljer. b. Kohler Co. c. Gerber Plumbing Fixtures LLC. d. Lyons Industries, Inc. e. American Standard Companies, Inc. f. Briggs Plumbing Products, Inc. g. Mansfield Plumbing Products, Inc. h. FHP Kindred USA. i. Franke Consumer Products, Inc., Kitchen Systems Div. j. Dayton Products, Inc. k. Elkay Manufacturing Co. 1. Just Manufacturing Company. m. Kohler Co. n. Moen, Inc. o. Revere Sink. p. Sterling Plumbing Group, Inc. 2. Description: Counter -mounting, stainless-steel sink. See schedule on drawings. 2.11 SERVICE BASINS A. Service Basins: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Acorn Engineering Company. b. Crane Plumbing, L.L.C./Fiat Products. c. Florestone Products Co., Inc. d. Precast Terrazzo Enterprises, Inc. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 40 00 - 10 EMI April 2013 • e. Stern -Williams Co., Inc. f. Florestone Products Co., Inc. g. Mustee, E. L. & Sons, Inc. h. Swan Corporation (The). i. Zurn Plumbing Products Group; Light Commercial Operation. 2. Description: Flush -to -wall, floor -mounting, precast terrazzo or cast -polymer fixture with rim guard. See schedule on drawings. PART 3 - EXECUTION 3.01 EXAMINATION A. Examine roughing -in of water supply and sanitary drainage and vent piping systems to verify actual locations of piping connections before plumbing fixture installation. B. Examine cabinets, counters, floors, and walls for suitable conditions where fixtures will be installed. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Assemble plumbing fixtures, trim, fittings, and other components according to • manufacturers' written instructions. B. Install off -floor supports, affixed to building substrate, for wall -mounting fixtures. 1. Use chair -type carrier supports with rectangular steel uprights for accessible fixtures. C. Install floor -mounting fixtures on closet flanges or other attachments to piping or building substrate. D. Install counter -mounting fixtures in and attached to casework. E. Install fixtures level and plumb according to roughing -in drawings. F. Install water -supply piping with stop on each supply to each fixture to be connected to water distribution piping. Attach supplies to supports or substrate within pipe spaces behind fixtures. Install stops in locations where they can be easily reached for operation. 1. Exception: Use ball, gate, or globe valves if supply stops are not specified with fixture. Valves are specified in Division 22 Section "General -Duty Valves for Plumbing Piping." G. Install trap and tubular waste piping on drain outlet of each fixture to be directly • connected to sanitary drainage system. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 40 00 - 11 EMI April2013 H. Install flushometer valves for accessible water closets and urinals with handle mounted on wide side of compartment. Install other actuators in locations that are easy for people with disabilities to reach. I. Install toilet seats on water closets. J. Install shower flow -control fittings with specified maximum flow rates in shower arms. K. Install traps on fixture outlets. 1. Exception: Omit trap on fixtures with integral traps. 2. Exception: Omit trap on indirect wastes, unless otherwise indicated. L. Install escutcheons at piping wall ceiling penetrations in exposed, finished locations and within cabinets and millwork. Use deep -pattern escutcheons if required to conceal protruding fittings. Escutcheons are specified in Division 22 Section "Common Work Results for Plumbing." M. Seal joints between fixtures and walls, floors, and countertops using sanitary -type, one -part, mildew -resistant silicone sealant. Match sealant color to fixture color. Sealants are specified in Division 07 Section "Joint Sealants." 3.03 CONNECTIONS A. Piping installation requirements are specified in other Division 22 Sections. Drawings indicate general arrangement of piping, fittings, and specialties. B. Connect fixtures with water supplies, stops, and risers, and with traps, soil, waste, and vent piping. Use size fittings required to match fixtures. C. Ground equipment according to Division 26 Section "Grounding and Bonding for Electrical Systems." 3.04 FIELD QUALITY CONTROL A. Verify that installed plumbing fixtures are categories and types specified for locations where installed. B. Check that plumbing fixtures are complete with trim, faucets, fittings, and other specified components. C. Inspect installed plumbing fixtures for damage. Replace damaged fixtures and components. D. Test installed fixtures after water systems are pressurized for proper operation. Replace malfunctioning fixtures and components, then retest. Repeat procedure until units operate properly. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 40 00 - 12 EMI April 2013 3.05 ADJUSTING • A. Operate and adjust faucets and controls. Replace damaged and malfunctioning fixtures, fittings, and controls. B. Adjust water pressure at faucets and flushometer valves to produce proper flow and stream. C. Replace washers and seals of leaking and dripping faucets and stops. 3.06 CLEANING A. Clean fixtures, faucets, and other fittings with manufacturers' recommended cleaning methods and materials. Do the following: 1. Remove faucet spouts and strainers, remove sediment and debris, and reinstall strainers and spouts. 2. Remove sediment and debris from drains. B. After completing installation of exposed, factory -finished fixtures, faucets, and fittings, inspect exposed finishes and repair damaged finishes. 3.07 PROTECTION • A. Provide protective covering for installed fixtures and fittings. B. Do not allow use of plumbing fixtures for temporary facilities unless approved in writing by Owner. • END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 40 00 - 13 EMI April 2013 • THIS PAGE LEFT BLANK INTENTIONALLY • City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 40 00 - 14 EMI April 2013 SECTION 22 45 00 EMERGENCY PLUMBING FIXTURES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Process integration for SCADA alarms as described in Div 40. 1.02 SUMMARY A. This Section includes the following emergency plumbing fixtures: 1. Combination emergency shower and eye wash. B. Tepid Water Mixing ValveRelated Sections include the following: 1. Division 22 Section "Domestic Water Piping Specialties" for backflow preventers. 2. Division 22 Section "Sanitary Waste Piping Specialties" for floor drains. 3. Division 22 Section "Domestic Water Filtration Equipment" for water filters. 1.03 DEFINITIONS A. Accessible Fixture: Emergency plumbing fixture that can be approached, entered, and used by people with disabilities. B. Plumbed Emergency Plumbing Fixture: Fixture with fixed, potable -water supply. 1.04 SUBMITTALS A. Product Data: For each type of product indicated. Include flow rates and capacities, furnished specialties, and accessories. B. Product Certificates: Submit certificates of performance testing specified in "Source Quality Control" Article. C. Field quality -control test reports. D. Operation and Maintenance Data: For emergency plumbing fixtures to include in maintenance manuals. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 45 00 - 1 EMI April 2013 1.05 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. ANSI Standard: Comply with ANSI Z358.1, "Emergency Eyewash and Shower Equipment." C. Regulatory Requirements: Comply with requirements in ICC A117.1, "Accessible and Usable Buildings and Facilities"; Public Law 90-480, "Architectural Barriers Act"; and Public Law 101-336, "Americans with Disabilities Act"; for plumbing fixtures for people with disabilities. D. NSF Standard: Comply with NSF 61, "Drinking Water System Components --Health Effects," for fixture materials that will be in contact with potable water. PART 2 - PRODUCTS 2.01 COMBINATION EMERGENCY SHOWER AND EYE WASH A. Combination Emergency Shower and Eye Wash: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Bradley Corporation. b. Chicago Faucets. c. Encon Safety Products. d. Guardian Equipment Co. e. Haws Corporation. f. Lab Safety Supply Inc. g. Murdock, Inc. h. Sellstrom Manufacturing Co. i. Speakman Company. j. WaterSaver Faucet Co. k. Western Emergency Equipment. 2. Description: Plumbed, accessible, freestanding, with emergency shower and eyewash equipment. 3. Piping: Galvanized steel. a. Unit Supply: NPS 1-1/4 from top. b. Unit Drain: Outlet at side near bottom. c. Shower Supply: NPS 1 (DN 25) with flow regulator and stay -open control valve. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 45 00 - 2 EMI April 2013 • d. Eyewash Supply: NPS 1/2 with flow regulator and stay -open control valve. e. Shower Capacity: Deliver potable water at rate not less than 20 gpm for at least 15 minutes. f. Control -Valve Actuator: Pull rod. g. Shower Head: 8 -inch minimum diameter, plastic. h. Eyewash Equipment: With capacity to deliver potable water at rate not less than 0.4 gpm for at least 15 minutes. i. Control -Valve Actuator: Push bar. j. Receptor: Plastic bowl. k. Scald Protection Bleed Valve: Automatic thermal actuator bleed valve opens at 110°F and closes at 95°F 4. Activation of the shower or eyewash station shall activate an alarm in SCADA. B. Tepid Water Mixing Valve 1. A water mixing valve shall be installed to provide tepid water to the emergency eyewash/shower stations by mixing hot and cold water supplies a. Inlet water temperature: 120-140°F b. Outlet water temperature: 60-80°F c. Capacity: Deliver tepid water at a rate of not less than 25 gpm per eyewash/shower • 2.02 SOURCE QUALITY CONTROL A. Certify performance of plumbed emergency plumbing fixtures by independent testing agency acceptable to authorities having jurisdiction. • PART 3 - EXECUTION 3.01 EXAMINATION A. Examine roughing -in for water and waste piping systems to verify actual locations of piping connections before plumbed emergency plumbing fixture installation. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 EMERGENCY PLUMBING FIXTURE INSTALLATION A. Assemble emergency plumbing fixture piping, fittings, control valves, and other components. B. Install fixtures level and plumb. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 45 00 - 3 EMI April 2013 C. Fasten fixtures to substrate. D. Install shutoff valves in water -supply piping to fixtures. Use ball, gate, or globe valve if specific type valve is not indicated. Install valves chained or locked in open position if permitted. Install valves in locations where they can easily be reached for operation. Valves are specified in Division 22 Section "General -Duty Valves for Plumbing Piping." 1. Exception: Omit shutoff valve on supply to emergency equipment if prohibited by authorities having jurisdiction. E. Install dielectric fitting in supply piping to fixture if piping and fixture connections are made of different metals. Dielectric fittings are specified in Division 22 Section "Common Work Results for Plumbing." F. Install trap and waste to wall on drain outlet of fixture receptors that are indicated to be directly connected to drainage system. G. Install indirect waste piping to wall on drain outlet of fixture receptors that are indicated to be indirectly connected to drainage system. Drainage piping is specified in Division 22 Section "Sanitary Waste and Vent Piping." H. Install escutcheons on piping wall and ceiling penetrations in exposed, finished locations. Escutcheons are specified in Division 22 Section "Common Work Results for Plumbing." 3.03 CONNECTIONS A. Piping installation requirements are specified in other Division 22 Sections. Drawings indicate general arrangement of piping, fittings, and specialties. B. Connect cold -water -supply piping to plumbed emergency plumbing fixtures not having water -tempering equipment. C. Directly connect emergency plumbing fixture receptors with trapped drain outlet to sanitary drainage and vent piping. D. Indirectly connect emergency plumbing fixture receptors without trapped drain outlet to sanitary or storm drainage piping. 3.04 FIELD QUALITY CONTROL A. Mechanical -Component Testing: After plumbing connections have been made, test for compliance with requirements. Verify ability to achieve indicated capacities and temperatures. B. Repair or replace malfunctioning units. Retest as specified above after repairs or replacements are made. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 45 00 - 4 EMI April 2013 • • C. Report test results in writing. 3.05 ADJUSTING A. Adjust or replace fixture flow regulators for proper flow. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 45 00 - 5 EMI April 2013 • THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 45 00 - 6 EMI April 2013 • SECTION 22 47 00 DRINKING FOUNTAINS AND WATER COOLERS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following drinking fountains and water coolers and related components: 1. Water coolers. 2. Fixture supports. 1.03 DEFINITIONS . A. Accessible Water Cooler: Fixture that can be approached and used by people with disabilities. B. Cast Polymer: Dense, cast -filled -polymer plastic. C. Drinking Fountain: Fixture with nozzle for delivering stream of water for drinking. D. Fitting: Device that controls flow of water into or out of fixture. E. Fixture: Drinking fountain or water cooler unless one is specifically indicated. F. Water Cooler: Electrically powered fixture for generating and delivering cooled drinking water. 1.04 SUBMITTALS A. Product Data: For each fixture indicated. Include rated capacities, furnished specialties, and accessories. B. Shop Drawings: Diagram power, signal, and control wiring. C. Field quality -control test reports. • D. Operation and Maintenance Data: For fixtures to include in emergency, operation, and maintenance manuals. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 47 00 - 1 EMI April 2013 1.05 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Regulatory Requirements: Comply with requirements in ICC A117.1, "Accessible and Usable Buildings and Facilities"; Public Law 90-480, "Architectural Barriers Act" ; and Public Law 101-336, "Americans with Disabilities Act" ; for fixtures for people with disabilities. C. NSF Standard: Comply with NSF 61, "Drinking Water System Components --Health Effects," for fixture materials that will be in contact with potable water. D. ARI Standard: Comply with ARI's "Directory of Certified Drinking Water Coolers" for style classifications. E. ARI Standard: Comply with ARI 1010, "Self -Contained, Mechanically Refrigerated Drinking -Water Coolers," for water coolers and with ARI's "Directory of Certified Drinking Water Coolers" for type and style classifications. F. ASHRAE Standard: Comply with ASHRAE 34, "Designation and Safety Classification of Refrigerants," for water coolers. Provide HFC 134a (tetrafluoroethane) refrigerant, unless otherwise indicated. 1.06 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Filter Cartridges: No fewer than two of each. PART 2 - PRODUCTS 2.01 WATER COOLERS A. Water Coolers: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Elkay Manufacturing Co. b. Halsey Taylor. c. Haws Corporation. d. Larco, Inc. e. Oasis Corporation. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 47 00 - 2 EMI April 2013 f. Sunroc Corp. • 2. Description: Accessible, ARI 1010, Type PB, pressure with bubbler, Style W, wall -mounting water cooler for adult and child -mounting height. a. Cabinet: Bilevel with two attached cabinets, all stainless steel. b. Bubbler: One, with adjustable stream regulator, located on each cabinet deck. c. Control: Push bar. d. Supply: NPS 3/8 with ball, gate, or globe valve. e. Filter: One or more water filters complying with NSF 42 and NSF 53 for cyst and lead reduction to below EPA standards; with capacity sized for unit peak flow rate. f. Drain(s): Grid with NPS 1-1/4 minimum horizontal waste and trap complying with ASME A112.18.1. g. Cooling System: Electric, with hermetically sealed compressor, cooling coil, air-cooled condensing unit, corrosion -resistant tubing, refrigerant, corrosion -resistant -metal storage tank, and adjustable thermostat. i. Capacity: 8 gph of 50 deg F cooled water from 80 deg F inlet water and 90 deg F ambient air temperature. ii. Electrical Characteristics: 120-V ac; single phase; 60 Hz. h. Support: Type II, water cooler carrier. Refer to "Fixture Supports" • Article. • 2.02 FIXTURE SUPPORTS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Josam Co. 2. MIFAB Manufacturing, Inc. 3. Smith, Jay R. Mfg. Co. 4. Tyler Pipe; Wade Div. 5. Watts Drainage Products Inc.; a div. of Watts Industries, Inc. 6. Zurn Plumbing Products Group; Specification Drainage Operation. C. Description: ASME Al 12.6.1M, water cooler carriers. Include vertical, steel uprights with feet and tie rods and bearing plates with mounting studs matching fixture to be supported. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 47 00 - 3 EMI April 2013 1. Type I: Hanger -type carrier with two vertical uprights. 2. Type II: Bilevel, hanger -type carrier with three vertical uprights. 3. Supports for Accessible Fixtures: Include rectangular, vertical, steel uprights instead of steel pipe uprights. PART 3 - EXECUTION 3.01 EXAMINATION A. Examine roughing -in for water and waste piping systems to verify actual locations of piping connections before fixture installation. Verify that sizes and locations of piping and types of supports match those indicated. B. Examine walls and floors for suitable conditions where fixtures are to be installed. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 APPLICATIONS A. Use carrier off -floor supports for wall -mounting fixtures, unless otherwise indicated. B. Use mounting frames for recessed water coolers, unless otherwise indicated. C. Use chrome -plated brass or copper tube, fittings, and valves in locations exposed to view. Plain copper tube, fittings, and valves may be used in concealed locations. 3.03 INSTALLATION A. Install off -floor supports affixed to building substrate and attach wall -mounting fixtures, unless otherwise indicated. B. Install fixtures level and plumb. For fixtures indicated for children, install at height required by authorities having jurisdiction. C. Install water -supply piping with shutoff valve on supply to each fixture to be connected to water distribution piping. Use ball, gate, or globe valve. Install valves in locations where they can be easily reached for operation. Valves are specified in Division 22 Section "General -Duty Valves for Plumbing Piping." D. Install trap and waste piping on drain outlet of each fixture to be connected to sanitary drainage system. E. Install pipe escutcheons at wall penetrations in exposed, finished locations. Use deep -pattern escutcheons where required to conceal protruding pipe fittings. Escutcheons are specified in Division 22 Section "Common Work Results for Plumbing." City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 47 00 - 4 EMI April 2013 F. Seal joints between fixtures and walls and floors using sanitary -type, one -part, • mildew -resistant, silicone sealant. Match sealant color to fixture color. Sealants are specified in Division 07 Section "Joint Sealants." • 3.04 CONNECTIONS A. Piping installation requirements are specified in other Division 22 Sections. Drawings indicate general arrangement of piping, fittings, and specialties. B. Connect fixtures with water supplies, stops, and risers, and with traps, soil, waste, and vent piping. Use size fittings required to match fixtures. C. Ground equipment according to Division 26 Section "Grounding and Bonding for Electrical Systems." D. Connect wiring according to Division 26 Section "Low -Voltage Electrical Power Conductors and Cables." 3.05 FIELD QUALITY CONTROL A. Water Cooler Testing: After electrical circuitry has been energized, test for compliance with requirements. Test and adjust controls and safeties. 1. Remove and replace malfunctioning units and retest as specified above. 2. Report test results in writing. 3.06 ADJUSTING A. Adjust fixture flow regulators for proper flow and stream height. B. Adjust water cooler temperature settings. 3.07 CLEANING A. After completing fixture installation, inspect unit. Remove paint splatters and other spots, dirt, and debris. Repair damaged finish to match original finish. B. Clean fixtures, on completion of installation, according to manufacturer's written instructions. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 22 47 00 - 5 EMI April 2013 • SECTION 23 05 93 HVAC SYSTEMS: BALANCING AND TESTING PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Adjusting, balancing, and testing of all heating, ventilating and air conditioning (HVAC) systems, including the following systems: B. Related Sections include but are not necessarily limited to: 1. City of Clearwater Bidding Requirements, Contract Forms, and Conditions of the Contract Documents. 2. Division 01 - General Requirements. 3. Section 23 80 00 - HVAC: Equipment. 4. Section 23 31 00 - HVAC: Ductwork. 5. Section 23 09 00 - Instrumentation and Control for HVAC Systems. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. Associated Air Balance Council (AABC): a. National Standards for Total System Balance. 2. American Industrial Hygiene Association (AIHA): a. Z9.5, Laboratory Ventilation. 3. American Society of Heating, Refrigerating and Air Conditioning Engineers (ASHRAE): a. HVAC Applications Handbook, Chapter entitled "Laboratories." b. HVAC Systems and Equipment Handbook, Chapter entitled "Testing, Adjusting, and Balancing." 4. National Environmental Balancing Bureau (NEBB): a. Procedural Standards for Testing Adjusting Balancing of • Environmental Systems. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project —10 -0039 -UT -(D) Conformed Documents 23 05 93 - 1 April 2013 FDAIONE COMPANY Many Solutions* B. Qualifications: 1. Work of this Section to be accomplished by an independent testing and balancing firm certified by one (1) of the following: a. Associated Air Balance Council (AABC). b. National Environmental Balancing Bureau (NEBB). c. Other certification entity approved by Engineer. 2. The independent firm shall not be the same firm as the firm installing the HVAC equipment, nor under contract to the firm installing the equipment. 1.03 SUBMITTALS A. Shop Drawings: 1. See Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Certifications: a. Letter stating the name and qualifications of the firm proposed. b. Evidence that relevant subcontractors have been notified of the requirement to coordinate balance and test elements in the work with the testing and balancing firm. 3. Report forms: a. Procedures and forms to be used in calibrating of test instruments, balancing systems, and recording and reporting test data. B. Miscellaneous Submittals: 1. Completed test reports and data forms upon completion of installation, balance and testing of HVAC systems. a. Insert recorded information on report forms required by specifications and approved for use on project. b. Additional written verification and other related information clearly identifying project, date and specifics of verification. c. Utilize report forms similar to those shown in Section V of AABC Standard. d. Provide forms typed and signed by the testing and balancing firm. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 230593-2 FER I ONE COMPANY Many Solutions. • • PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) PART 3 - EXECUTION 3.01 PREPARATION A. Secure approved Shop Drawings of all HVAC equipment. B. Procedures and Forms: 1. Submit procedures and forms to be used in calibration of test instruments, balancing systems, and recording and reporting test data. 2. Obtain approval before beginning balancing and testing. C. Do not begin balancing and testing until HVAC systems are complete and in full working order. 1. Place HVAC systems into full operation and continue their operation during each working day of balancing and testing. D. Provide qualified heating and ventilating Engineer(s) to supervise and perform balancing and testing. E. Review design Drawings, specifications, approved Shop Drawings and other related items to become thoroughly acquainted with the design of HVAC systems. F. Check all installed systems against Contract Drawings, Specifications and Shop Drawings to see that system is installed as required. 1. Report deficiencies to the Engineer. 2. Report deficiencies to Contractor for remedial action including providing corrective measures required in the function of any part of system to complete balancing. G. Make necessary adjustments as required to balance the systems. 3.02 FIELD QUALITY CONTROL A. Balance and Test Air Systems: 1. Adjust equipment RPM to design requirements. 2. Report motor full load amperes. 3. Obtain design CFM at fans. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 230593-3 Eari. �ONE COMPANY Many Solutions. a. Make pitot tube traverse of main supply and exhaust ducts within 5 percent. 4. Test and record system static pressures, suction and discharge. 5. Obtain design CFM for recirculated air. 6. Obtain design CFM outside air. 7. Test and record entering air temperatures, (DB, heating and cooling). 8. Test and record leaving air temperatures, (DB, heating and cooling). 9. Test and record leaving air temperatures, (WB, cooling). 10. Adjust dampers in supply, exhaust and return air ducts to design CFM. 11. Test diffusers, grilles, and registers as follows: a. Adjust to comply with design requirements within 10 percent. b. Identify location and area of each. c. Adjust face velocity to establish required CFM. i. Retest after initial adjustments. d. Adjust to minimize drafts and to ensure uniform air distribution in all areas. 12. Identify and list size, type and manufacturer of diffusers, grilles, registers, and HVAC equipment. a. Use manufacturer's ratings on equipment to make required calculations. 13. Adjust and assure that the operation of automatically operated dampers are as specified. a. Check and calibrate controls. 14. Prepare and submit reports. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 230593-4 LTY1 � ONE COMPANY Many Solutions* • • • SECTION 23 05 93.01 TESTING, ADJUSTING, AND BALANCING FOR OZONE HVAC PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Balancing Air Systems: a. Constant -volume air systems. 1.03 DEFINITIONS A. AABC: Associated Air Balance Council. B. NEBB: National Environmental Balancing Bureau. C. TAB: Testing, adjusting, and balancing. D. TABB: Testing, Adjusting, and Balancing Bureau. E. TAB Specialist: An entity engaged to perform TAB Work. 1.04 SUBMITTALS A. Qualification Data: Within 45 days of Contractor's Notice to Proceed, submit documentation that the TAB contractor and this Project's TAB team members meet the qualifications specified in "Quality Assurance" Article. B. Certified TAB reports. C. Sample report forms. D. Instrument calibration reports, to include the following: 1. Instrument type and make. 2. Serial number. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 23 05 93.01 - 1 EMI April 2013 3. Application. 4. Dates of use. 5. Dates of calibration. 1.05 QUALITY ASSURANCE A. TAB Contractor Qualifications: Engage a TAB entity certified by AABC. 1.06 PROJECT CONDITIONS A. Partial Owner Occupancy: Owner may occupy completed areas of building before Substantial Completion. Cooperate with Owner during TAB operations to minimize conflicts with Owner's operations. 1.07 COORDINATION A. Notice: Provide seven days' advance notice for each test. Include scheduled test dates and times. B. Perform TAB after leakage and pressure tests on air distribution systems have been satisfactorily completed. PART 2 - PRODUCTS (NOT APPLICABLE) PART 3 - EXECUTION 3.01 EXAMINATION A. Examine the Contract Documents to become familiar with Project requirements and to discover conditions in systems' designs that may preclude proper TAB of systems and equipment. B. Examine systems for installed balancing devices, such as test ports, gage cocks, thermometer wells, flow -control devices, balancing valves and fittings, and manual volume dampers. Verify that locations of these balancing devices are accessible. C. Examine the approved submittals for HVAC systems and equipment. D. Examine design data including HVAC system descriptions, statements of design assumptions for environmental conditions and systems' output, and statements of philosophies and assumptions about HVAC system and equipment controls. E. Examine equipment performance data including fan curves. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 23 05 93.01 - 2 EMI April 2013 1. Relate performance data to Project conditions and requirements, including system effects that can create undesired or unpredicted conditions that cause reduced capacities in all or part of a system. 2. Calculate system -effect factors to reduce performance ratings of HVAC equipment when installed under conditions different from the conditions used to rate equipment performance. To calculate system effects for air systems, use tables and charts found in AMCA 201, "Fans and Systems," or in SMACNA's "HVAC Systems - Duct Design." Compare results with the design data and installed conditions. F. Examine system and equipment installations and verify that field quality -control testing, cleaning, and adjusting specified in individual Sections have been performed. G. Examine test reports specified in individual system and equipment Sections. H. Examine HVAC equipment and verify that bearings are greased, belts are aligned and tight, and equipment with functioning controls is ready for operation. I. Examine operating safety interlocks and controls on HVAC equipment. J. Report deficiencies discovered before and during performance of TAB procedures. Observe and record system reactions to changes in conditions. Record default set points if different from indicated values. • 3.02 PREPARATION A. Prepare a TAB plan that includes strategies and step-by-step procedures. B. Complete system -readiness checks and prepare reports. Verify the following: 1. Permanent electrical -power wiring is complete. 2. Equipment and duct access doors are securely closed. 3. Isolating and balancing valves are open and control valves are operational. 4. Ceilings are installed in critical areas where air -pattern adjustments are required and access to balancing devices is provided. 5. Windows and doors can be closed so indicated conditions for system operations can be met. • 3.03 FINAL REPORT A. General: Prepare a certified written report; tabulate and divide the report into separate sections for tested systems and balanced systems. 1. Include a certification sheet at the front of the report's binder, signed and sealed by the certified testing and balancing engineer. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 23 05 93.01 - 3 EMI April 2013 2. Include a list of instruments used for procedures, along with proof of calibration. B. Final Report Contents: In addition to certified field -report data, include the following: 1. Fan curves. 2. Manufacturers' test data. 3. Field test reports prepared by system and equipment installers. 4. Other information relative to equipment performance; do not include Shop Drawings and product data. C. General Report Data: In addition to form titles and entries, include the following data: 1. Title page. 2. Name and address of the TAB contractor. 3. Project name. 4. Project location. 5. Architect's name and address. 6. Engineer's name and address. 7. Contractor's name and address. 8. Report date. 9. Signature of TAB supervisor who certifies the report. 10. Table of Contents with the total number of pages defined for each section of the report. Number each page in the report. 11. Summary of contents including the following: a. Indicated versus final performance. b. Notable characteristics of systems. c. Description of system operation sequence if it varies from the Contract Documents. 12. Nomenclature sheets for each item of equipment. 13. Data for terminal units, including manufacturer's name, type, size, and fittings. 14. Notes to explain why certain final data in the body of reports vary from indicated values. 15. Test conditions for fans and pump performance forms including the following: a. Settings for exhaust -air dampers. b. Fan drive settings including settings and percentage of maximum pitch diameter. c. Other system operating conditions that affect performance. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 23 05 93.01 - 4 EMI April 2013 D. Fan Test Reports: For supply, return, and exhaust fans, include the following: 1. Fan Data: a. System identification. b. Location. c. Make and type. d. Model number and size. e. Manufacturer's serial number. f. Arrangement and class. g. Sheave make, size in inches, and bore. h. Center -to -center dimensions of sheave, and amount of adjustments in inches. 2. Motor Data: a. Motor make, and frame type and size. b. Horsepower and rpm. c. Volts, phase, and hertz. d. Full -load amperage and service factor. e. Sheave make, size in inches, and bore. f. Center -to -center dimensions of sheave, and amount of adjustments in inches. g. Number, make, and size of belts. 3. Test Data (Indicated and Actual Values): a. Total airflow rate in cfm. b. Total system static pressure in inches wg. c. Fan rpm. d. Discharge static pressure in inches wg. e. Suction static pressure in inches wg. 3.04 INSPECTIONS A. Initial Inspection: 1. After testing and balancing are complete, operate each system and randomly check measurements to verify that the system is operating according to the final test and balance readings documented in the final report. B. Final Inspection: 1. After initial inspection is complete and documentation by random checks verifies that testing and balancing are complete and accurately documented in the final report, request that a final inspection be made. 2. If rechecks yield measurements that differ from the measurements documented in the final report by more than the tolerances allowed, the measurements shall be noted as "FAILED." City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 23 05 93.01 - 5 EMI April 2013 3. If the number of "FAILED" measurements is greater than 10 percent of the total measurements checked during the final inspection, the testing and balancing shall be considered incomplete and shall be rejected. C. TAB Work will be considered defective if it does not pass final inspections. If TAB Work fails, proceed as follows: 1. Recheck all measurements and make adjustments. Revise the final report and balancing device settings to include all changes; resubmit the final report and request a second final inspection. 2. If the second final inspection also fails, Owner may contract the services of another TAB contractor to complete TAB Work according to the Contract Documents and deduct the cost of the services from the original TAB contractor's final payment. D. Prepare test and inspection reports. 3.05 ADDITIONAL TESTS A. Within 90 days of completing TAB, perform additional TAB to verify that balanced conditions are being maintained throughout and to correct unusual conditions. B. Seasonal Periods: If initial TAB procedures were not performed during near -peak summer and winter conditions, perform additional TAB during near -peak summer and winter conditions. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 23 05 93.01 - 6 EMI April 2013 • • SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC SYSTEMS PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Instrumentation and control for HVAC systems. 2. Temperature control. 3. Ventilation control. 4. Heating control. 5. Cooling control. 6. Control wiring. 7. Panels and accessories. 8. Miscellaneous. B. Related Specification Sections include but are not necessarily limited to: 1. City of Clearwater Bidding Requirements, Contract Forms, and Conditions of the Contract Documents. 2. Division 01 - General Requirements. 3. Section 10 14 00 - Signage. 4. Section 23 31 00 - HVAC: Ductwork. 5. Section 23 80 00 - HVAC: Equipment. 6. Division 26 - Electrical. 7. Section 40 90 00 - Instrumentation for Process Control: Basic Requirements. 1.02 QUALITY ASSURANCE A. See Specification Division 40. B. Referenced Standards: 1. ASTM International (ASTM): a. D1693, Standard Test Method for Environmental Stress - Cracking of Ethylene Plastics. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 230900-1 IDAI ONE COMPANY Many Solutions® 2. Instrumentation, Systems, and Automation Society (ISA): a. S5.1, Instrumentation Symbols and Identification. b. S5.4, Standard Instrument Loop Diagrams. 3. National Electrical Manufacturers Association (NEMA): a. 250, Enclosures for Electrical Equipment (1000 Volts Maximum). 4. National Fire Protection Association (NFPA): a. 70, National Electrical Code (NEC). 5. Underwriters Laboratories, Inc. (UL). C. Miscellaneous: 1. Controls to be in compliance with Specification Section 26 05 00 for NEMA and NFPA 70 enclosure class requirements unless noted or specified otherwise. 2. Unless specifically noted otherwise, components of systems shall be industrial duty suitable for moist, corrosive environments. 1.03 SYSTEM DESCRIPTION A. Work shall be provided as an integrated operating system. B. Provide a complete system of automatic temperature control, thermostats, relays, valves, damper operators and other associated controls and appurtenances required to maintain minimum conditions described in detail herein and on Drawings, together with thermometers, gages and other accessory equipment. 1. Assemble control system with complete system of wiring and air piping to fulfill requirements of the Contract Documents. C. Install system using competent mechanics under direct supervision of control manufacturer. D. All HVAC equipment shall be connected/integrated into the building HVAC control system for identification, monitoring, scheduling and control at the building HVAC control Panel and the Maintenance Supervisor's office. E. Controls, as set out in "Sequence of Operation," are designed to illustrate operating functions only. 1. Control sequence shall be considered supplementary to "Sequence of Operation." City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 230900-2 Fai.I ONE COMPANY Many Solutions* • • 2. These minimum specified items, and any additional controls, not indicated but required to meet performance as outlined in the Contract Documents, shall be furnished and installed at no additional cost to Owner to make a complete system. F. Sequence of Operation - General: 1. Sequence of operation indicated on the plans illustrates basic operating functions only. 2. Contractor shall review Drawings and submit complete installation data, including minor details, to provide proper operation in his proposal. 3. Where an item differs from specifications, control manufacturer shall submit manufacturer's recommendations subject to Engineer's approval. 1.04 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Wiring diagrams showing point to point termination with auxiliary interlocks for each item in each control loop. 3. Information on equipment proposed for use including corrosion protection. 4. Instrument loop diagrams and word description of loop function for each individual unit controlled including auxiliary interlocks in full compliance with ISA S5.4. a. Show components in system and ensure diagrams are in full compliance with ISA S5.1 (Instrumentation Symbols and Identification) and other related ISA standards. B. Quality Control Submittals: 1. Secure from equipment manufacturers, detailed and complete control and power wiring diagrams, word descriptions of controls provided as part of the HVAC equipment or equipment interfaced or interlocked thereto, and submit with equipment manufacturer's submittals. a. Provide the above information to control manufacturer. C. Operation and Maintenance Manuals: 1. See Specification Section 01 33 00 for requirements for: City of Clearwater WTP No. 2 - Contract 4: RO Plant Site Expansion Project - 10 -0039 -UT -(D) Faii. I ONanyE CSSoIViltionutions* Conformed Documents 23 09 00 - 3 M April 2013 a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. 1.05 PROJECT CONDITIONS A. Unless stated otherwise, the environment and air streams will include varying concentrations of the following chemical components: 1. H2SO4 - Sulfuric acid. 2. NH3 - Ammonia. 3. C12 - Chlorine. 4. H2S - Hydrogen sulfide. 5. HCl - Hydrochloric acid. 6. Condensation. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Manufacturer's catalog numbers hereinafter are for reference to type, style, dimension, related items and to establish a standard of quality. a. Reference to a manufacturer's number hereinafter does not imply full compliance to these Specifications. 2. Instrumentation and control systems: a. Honeywell. b. Johnson Control Co. B. Submit request for substitution in accordance with Division 01. 2.02 EQUIPMENT A. Dampers: 1. Refer to Specification Section 23 31 00. B. Damper Operators: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 230900-4 I ONE COMPANY In."( Many Solutions. • • • 1. Provide operators of proper size and number to secure true throttling or two -position action as required. 2. Furnish damper operators for installation inside ductwork and attached to frame of damper, or installed outside ductwork and connected to extended shaft as required. 3. Electric operators: a. Provide operators: i. Fully immersed in oil gear train. ii. Enclosed in closed cast aluminum housing. b. As an alternate to 5.a.: Provide operators in NEMA 4X enclosure, Belimo ZS -300. c. Provide damper operators with integral spring return motor springs to make controls fail safe in position specified under "Sequence of Controls." d. Provide fully modulating operators from proportional electric controllers. e. Provide end switches or proportioning controllers permitting simultaneous operation or interlocking with other equipment. f. Provide separate electrical circuits for damper operators with no more than four (4) operators on a circuit. 4. Coordinate with dampers provided: a. Provide damper operators that are rated for the required torque. b. If single damper operator can not meet torque requirement, provide sectional dampers to match operator torque. 5. Ensure coordination to provide for the installation of tight closing dampers low leakage type (6 cfm per square foot at 4 IN WC pressure across damper) with compatible dampers, damper operators and related controls. C. Electric Control Instruments: 1. Provide stainless steel sensing elements type thermostats with liquid filled, compensated thermal systems so that equally spaced dial graduations are possible over entire range. a. Make thermal systems field detachable with averaging or plain bulbs as installation conditions dictate. b. Provide sensing elements minimum of 60 IN in length and suitable for operation from -30 to 300 DegF. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 230900-5 FER ManONEyCOMPANYSol uti©ns. c. Provide reverse acting on-off type thermostats for controlling ventilating fans. d. Provide multiple stage thermostats where designated in Paragraph "Sequence of Operation." 2. Provide transformers for supplying current to control equipment operating at less than 120 V and where required by manufacturer's automatic control system design capable of supplying 125 percent of energy requirements of equipment connected for not less than 1 HR. a. Enclose transformers in UL listed cabinets with conduit connections. b. Provide fused disconnect switches on both primary and secondary sides. c. Provide in full compliance with Division 26 Specification Sections. 3. Provide low limit electric thermostats of two -position type with 20 FT bulb and manual reset. a. Shall be capable of opening thermostat circuit if any 1 FT section of bulb is subjected to a temperature below thermostat setting. b. Each thermostat shall have two (2) circuits, one (1) to shut down fan, another for alarm. c. Install all freeze -stats to override starter circuits regardless of position. d. For corrosive environments provide thermostats with stainless steel sensing elements. i. Ensure element is installed to sense coldest point should stratification occur. 4. Provide each thermostat with an accurate red -reading thermometer sensing temperature outside of enclosure. 5. Label thermostat with identification tag of HVAC equipment controlled using phenolic nameplate in accordance with Specification Section 10 14 00. D. Industrial Controllers: 1. Provide control instruments, devices, and incidentals of industrial process control quality capable of producing the outlined performances. 2. Controller shall be capable of receiving both pneumatic and analog electric systems. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 230900-6 i-i:i. I ONECOMPANY Many Solutions* • • 3. The pneumatic controller shall have three (3) control mode capabilities of proportional, automatic reset, and rate (derivative) within following minimum performance and application criteria: a. Proportional band: 1 to 40 percent. b. Reset rate: 1 to 20 repeats per minute. c. Rate (derivative): 0.1 to 15 minutes. d. Hysteresis: Less than 0.25 percent of span. e. Tracking accuracy: Within 0.5 percent of span. f. Repeatability: Within 0.1 percent of span. g. Response level: Less than 0.01 percent of span. 4. Electronic (and electric) controller shall have three (3) control mode capabilities of proportional rate (time), and dead band within following minimum performance and application criteria: a. Setpoint adjustment: 0 to 110 percent of span. b. Repeatability: Setpoint repeats within +0.1 percent of span. c. Dead band: 1 percent of span, standard. d. Rate: 5 to 30 seconds adjustable. e. Response level: 50 milliseconds for a step change of 1 percent of span beyond setpoints. f. Output: SPDT relay contacts, 5 amps at 117 Vac noninductive. 5. Controller shall be capable of remote setpoint adjustment, permanently mounted in air flow control panel unless otherwise indicated. 6. Provide each controller with instruments (pressure gages, milliampmeters, voltmeters, etc.) to indicate magnitude of output signal in both medium of signal (psig, mA, volt DC, etc.) and percentage of full output signal. 7. Recording controllers: a. Where recording controllers are required by "Sequence of Controls," they shall be 10 IN chart, 24 HR or 30 -day charts (field selection), with one (1), two (2), or three (3) pens as listed in control sequence. b. Pens shall have capillary ink supply and cartridge type ink supply. c. Recorders shall operate on 110 V power supply. d. Optional 4 IN strip chart recorders may be used with the strip traveling vertically. E. Static Pressure Gages: 1. Install gages on control panel for each system. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 230900-7 IDAI ONE COMPANY Many Solutions* a. One (1) gage shall serve each filter while others shall serve as a check on system. b. Gages shall be Magnahelic by Dwyer 2000 ASF, flush mounted with signal flag for filter gage. c. Install static pressure tips as scheduled under control panel indication points. d. Static pressure ranges: i. Filter (cartridge): 0 to 2.0 IN WC. ii. Air -handling systems: 0 to 10.0 1N WC (one (1) per air -handling unit). F. Local Temperature Control Panel: 1. Panel shall be floor or wall -mounted and be sized to accommodate electrical switches, protective devices (except electrical switches and devices furnished as an integral part of air handling unit). 2. Mount indicating controllers or receiver -controllers, three-way air valves, relay, EP and PE switches, switching relays, ammeters and other accessory items on local sub -panels set in vicinity of equipment to be served. a. Where two (2) similar items of equipment, such as pumps, are installed adjacent to each other a single panel may be used to contain all instruments. 3. Fully compensated capillaries connected to instruments shall be of sufficient length to allow them to be run between equipment and placed in such a position so that they will not obstruct service of equipment or become damaged. 4. Air pressure gages for pneumatic controls of at least 2 IN in diameter shall be provided for indication of transmitter signals and output signal of all controllers, relays, EP switches, outdoor air dampers, PE switches, control valves larger than 4 IN and other points throughout system. a. Provide visual indication for operating purposes. b. Temperature and pressure indicating gages where scheduled for panel door mounting shall be not less than 2-1/2 IN in diameter, flush mounted with accuracy of +1 DegF. c. Where a temperature indication gage is used, a pressure gage is not required for same signal. d. Transmitter signal and controller output gages shall be in-line mounted or mounted on controllers if provided with tapped connections. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 230900-8 I'M ONE COMPANY Many Solutions* • • • e. One (1) or more permanently mounted gages with flexible hose terminating in a hypodermic needle may be used for checking other parts of control signals; however, signal connections may not be used as a substitute for in-line mounted gages. f. All gages and instruments shall be suitably tagged with their function. 5. Miniature milliamp meters for electronic temperature transmission may be used. 6. Manufacture panels in one (1) of the following manners: a. NEMA electrical panel boxes with windows. b. Install gages flush mounted in swing out panel behind window with instruments and other control items located inside enclosures behind panel. i. Refer to Paragraph "Corrosion Protection." 7. Mount all relays, PE switches, pressure switches, etc., on rear inside of enclosure. a. Tag each instrument corresponding to symbols used on control diagrams. 8. Temperatures, pressures, equipment operation, and related items shall be continuously indicated on panels. 9. Points to be monitored are scheduled under another paragraph of this Specification Section. 2.03 FABRICATION A. Corrosion Protection: 1. Protect metal parts of controls, instrumentation and related items from corrosive atmosphere by either protective coatings or select materials. a. Aluminum and stainless steel require no further protection. 2. Provide NEMA 4X fiberglass control enclosures with tempered glass windows and vapor tight gaskets, illustrated in Hoffman Bulletin A- 50, for protection of controls from corrosive environment. a. Install control instruments inside enclosure and extend remote stainless steel sensing elements through enclosure wall. b. Provide vaportight seals for penetrations of enclosure. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 230900-9 fillI ONE COMPANY Many Solutions® 3. Provide in each enclosure industrial corrosion inhibitors, Hoffman Corrosion Inhibitors, as illustrated in Hoffman's technical Bulletin HCI. 4. Protect metal accessory items such as mounting brackets and fasteners not stainless steel, fiberglass or aluminum by epoxy or phenolic coatings. 5. Protect electric motor operator with corrosion inhibitors inside enclosure. PART 3 - EXECUTION 3.01 INSTALLATION A. Comply with requirements of Specification Section 26 05 19 and Specification Section 26 05 33. B. Identification: See Specification Section 10 14 00. C. Connect control devices to perform functions indicated and perform in required sequence. D. Use remote element temperature transmitters for points of temperature transmitters for points of temperature measurement occurring in air ducts or shafts, or in mechanical piping system. E. Use remote element pressure transmitters of panel -mounted pressure gages. F. Where continuous indication of space temperature is on local control panels, install a thermostat and a temperature transmitter side by side. 1. Pipe continuous indication signal to a receiver on panel. 2. A resistance element or thermocouple signal may be used with continuous indicating meter, calibrated in degrees Fahrenheit. G. In general, locate thermostats for room control immediately inside door, above light switch, unless shown otherwise. 1. Where light switch is in an entryway to room, locate wall within room so it is capable of sensing true space c 2. Prior to installation, coordinate thermostat location with thermostat on onditions. Engineer. H. Mount local control panels adjacent to equipment served. I. Where a temperature indicating gage is used at the panel, a pressure gage indicating transmitter signal is not required. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 23 09 00 - 10 I -ER ONE COMPANY Many Solutions* • • • J. Provide appropriate type continuous reading indicator for each controller, transmitter and transducer. 1. Mount in-line or tapped on controller. 2. Mount at local control panel. K. Gages with flexible hose terminating with hypodermic needle may be used for checking control system. 1. Do not substitute for in-line gages. L. Locate panels so visual observation and adjustment can be accomplished from floor level. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 23 09 00 - 11 FM ONE COMPANY Many Solutions,. • • SECTION 23 3100 HVAC: DUCTWORK PART 1- GENERAL 1.01 SUMMARY A. Section Includes: 1. HVAC ductwork and accessories. B. Related Specification Sections include but are not necessarily limited to: 1. City of Clearwater Bidding Requirements, Contract Forms, and Conditions of the Contract Documents. 2. Division 01 - General Requirements. 3. Section 09 91 00 - Painting. 4. Division 4 5. Section 23 09 00 - Instrumentation and Control for HVAC Systems. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. Aluminum Association (AA): a. DAF 45, Designation System for Aluminum Finishes. 2. American Architectural Manufacturers Association (AAMA): a. 2605, Voluntary Specification, Performance Requirements and Test Procedures for Superior Performing Organic Coatings on Aluminum Extrusions and Panels. 3. American Society of Heating, Refrigerating and Air Conditioning Engineers (ASHRAE): a. 52, Method of Testing Air Conditioning Devices Used in General Ventilation for Removing Particulate Matter. 4. ASTM International (ASTM): a. B221, Standard Specification for Aluminum and Aluminum - Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. 5. National Fire Protection Association (NFPA). City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents 23 31 00 - 1 April 2013 hU I ONE COMPANY Many Solutions• 6. Sheet Metal and Air Conditioning Contractors' National Association (SMACNA): a. Ducted Electric Heat Guide for Air Handling Systems. b. HVAC Duct Construction Standards - Metal and Flexible. 7. Underwriters Laboratory, Inc. (UL): a. 555, Standard for Safety Fire Damper and Ceiling Fire Damper. b. 555S, Standard for Safety Leakage Rated Dampers for Use in Smoke Control Systems. c. Building Materials Directory. 8. Building code: a. International Code Council (ICC): i. International Building Code and associated standards, 2009Edition including all amendments, referred to herein as Building Code. B. Qualifications: 1. Fabricator: Firms regularly engaged in the manufacture of the specific product, of type, size required, whose products have been in use in similar service for not less than three (3) years. 2. Installers: Firm with at least five (5) years installation experience on products similar to that required for this Project. 1.03 DEFINITIONS A. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. 1.04 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. See Divison 4. 3. Efficiency ratings per ASHRAE 52 for factory built and assembled filter units. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 233100-2 ONE COMPANY Many Solutions* • • 4. Scaled ductwork drawings (1/4 IN equals 1 FT) showing duct and accessory layout and support. B. Operation and Maintenance Manuals: 1. See Specification Section 01 33 00 for requirements for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. C. Miscellaneous Submittal: 1. Documentation of qualifications for fabricators and installers. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Transverse joints (factory fabricated aluminum): a. Ductmate Industries, Inc. 2. Flexible ducts: a. Thermaflex. b. Condu-flex. c. Glass -flex. 3. Turning vanes: a. Ductmate. b. Barber - Colman. c. Tuttle and Bailey. 4. Flexible duct connections: a. Vent Fabrics. b. Duro-Dyne. 5. Flexible connector thrust restraint: a. Mason WB. 6. Access doors in ductwork: a. Vent Fabrics. b. American Warming. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 233100-3 FDA(ONE COMPANY Many Solutions* 7. Backdraft dampers: a. Air Balance. b. Ruskin. c. American Warming. 8. Fire and combination smoke and fire dampers: a. Air Balance. b. Ruskin. c. American Warming. 9. Ceiling diffusers: a. Price b. Anemostat. c. Carnes. d. Titus. 10. Grilles and registers: a. Price b. Anemostat. c. Carnes. d. Titus. 11. Air filters: a. American Air Filter. b. Farr. c. Continental. 12. Manual (volume) dampers: a. Greenheck b. Air Balance. c. Ruskin. d. American Warming. 13. Duct sealers: a. Chicago Mastic. b. 3M Co. c. Permatex. d. Benjamin Foster. 14. Temperature control and automatic dampers: a. Greenheck b. Air Balance. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 233100-4 IVA ONE COMPANY I Many Solutions* • • c. Ruskin. d. American Warming. 15. Louvers: a. Greenheck b. Ruskin. c. Air Balance. d. American Warming. B. Submit request for substitution in accordance with Specification Section 01 60 00. 2.02 COMPONENTS A. Duct and Fittings (Metallic): 1. Materials: 3003 H-14 aluminum alloy. 2. Fabrication: a. Minimum sheet material thickness: i. Ducts with largest side or diameter to 30 IN: 0.05 IN thick. ii. Ducts with largest side or diameter greater than 30 IN: 0.08 IN thick. b. Utilize SMACNA HVAC Duct Construction Standards for minimum of 2 IN water gage static pressure for the minimum sheet material thickness specified herein. i. Heavier gage sheet material may be used with associated reinforcement as an alternate to minimum thickness specified. ii. Lighter gage sheet material with associated reinforcement shall not be used as an alternate to minimum thickness specified. c. Continuously weld seams on factory assembled units. d. Transverse joints (Alternate A): i. SMACNA T-22 companion flange. ii. Gasketed. iii. Rigidity class: I. Ducts with largest side or diameter to 30 IN: SMACNA Class D (1-1/2 x 1-1/2 x 1/8 IN angles). City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 233100-5 FER I ONE COMPANY Many Solutionsm II. Ducts with largest side or diameter greater than 30 to 54 IN: SMACNA Class H (2-1/2 x 2-1/2 x 3/16 IN angles). e. Transverse joints (Alternate B): i. Materials and fabrication: I. Angles: Aluminum. a) Ductmate 35. II. Corners: Aluminum. a) Ductmate DC 35. III. Snap cleats: Aluminized or stainless steel. IV Gaskets: Closed cell neoprene. V. Bolts: Stainless steel. VI Sheet metal screws: Self -drilling stainless steel with unthreaded section under head. ii. Fabrication: I. Rigidity class: SMACNA Class H. 113/8 IN DIA x 1 IN bolts. B. Supports and Hangers: 1. Materials: a. Support angles: Aluminum or stainless steel. b. Hanger rods: Stainless steel. c. Anchors: Stainless steel wedge type. 2. Fabrication: Trapeze type units. C. Turning Vanes: 1. Materials: Same as duct. 2. Fabrication: a. Fabricate double vane units. b. Pressure drop through elbows: Maximum 20 percent of velocity pressure. D. Flexible Connections: 1. Materials: Hypalon, double coated closely woven glass fabric. City of Clearwater WTP No. 2 — Contract 4: RO Plant ONE COMPANY Site Expansion Project — 10 -0039 -UT -(D) KR 1 Many Solutions. Conformed Documents 23 31 00 - 6 April 2013 • • 2. Fabrication: Withstand 4.5 IN water column, positive and negative pressure. E. Access Doors: 1. Materials: a. Inner panel, out panel and frame: Same as duct. b. Gaskets: Closed cell neoprene. c. Insulation: 1 LB density fiberglass. d. Hinges: Stainless steel. e. Latches: i. Aluminum -zinc alloy. ii. Outside lever handle. iii. Adjustable spacer. iv. Beveled inside flange. v. Studs: I. Minimum 3/8 IN DIA stud for doors up to 24 IN wide x 48 IN high. II. Minimum 1/2 IN DIA stud for doors larger than 24 x 48 IN. 2. Fabrication: a. Provide four -side continuous gaskets. b. Utilize continuous piano hinges. c. Latches required: i. 12 IN in any direction: One (1). ii. Up to 18 x 18 IN: Two (2). iii. Up to 24 x 48 IN: Two (2) with inside handles. iv. Up to 24 x 72 IN: Three (3) with inside handles. v. Minimum door size: 12 x 12 IN. F. Volume Extractors: 1. Materials: a. Mounting bracket: 0.071 IN aluminum. b. Movement bar: 0.080 IN aluminum. c. Blades: 0.050 IN aluminum. 2. Fabrication: a. Gang operated parallel blade, fully adjustable. b. Minimum two (2) manually operated adjustment arms. c. Rotating shaft: Minimum 3/8 IN SQ. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 233100-7 ONE COMPANY Many Solutions* G. Flexible Duct: 1. Material: Continuous steel supporting spiral covered with 100 percent continuous filament fiberglass with nonporous fiberglass/vinyl liner and reinforced Mylar/neoprene outer cover. 2. UL listed, Class 1 with flame spread of 25 or less and smoke development rating not to exceed 50. H. Drain Pan: 1. Materials: Aluminum. 2. Fabrication: 0.080 IN. I. Acoustical Liners: 1. Materials: a. Thickness: 1 IN. b. 3 LBS/CF density fiberglass. c. UL listed, Class 1, non-combustible. J. Backdraft Dampers: 1. Material: a. 6063 T5 aluminum. b. Blade edge seals: Extruded vinyl. 2. Fabrication: a. Frame thickness: 0.125 IN minimum. b. Blade thickness: 0.070 IN minimum. c. Linkage: 1/2 IN tie bars. d. Bearings: Synthetic. K. Fire Dampers: 1. Materials: a. Frame, blades, enclosure: Galvanized steel. 2. Fabrication: a. Frame: 20 GA, G60. b. Blades: i. Curtain type. ii. 24 GA, G60. c. Enclosure: 20 GA, G60. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 233100-8 IfaONE COMPANY Many Solutions* e 10 d. Fusible link: 212 DegF, UL listed. e. Fire rating: 1-1/2 HR per UL 555. f. Mounting: Vertical or horizontal. g. Design with blade package out of air stream. L. Combination Fire and Smoke Dampers: 1. Materials: a. Frame, blades, enclosure: Galvanized. 2. Fabrication: a. Frame: 5 IN x 16 GA. b. Blades: i. 6 IN wide. ii. 16 GA. c. Bearings: Stainless steel sleeve pressed into frame. d. Jamb seals: i. Flexible metal. ii. Compression type. iii. Stainless steel. e. Sleeve: Factory -supplied 20 GA. f. Fusible link: 212 DegF, UL listed. g. Fire rating: i. Per UL 555. ii. For rating see Drawings. h. Leakage rate: Class III per UL 555S. 3. Mounting: Vertical or horizontal. 4. Operator/Actuator: Normally closed (NC). 5. Factory installed. 6. 120 V, 60 HZ. 7. UL listed. M. Diffusers: 1. Materials: a. Body: Extruded aluminum. b. Ceiling diffuser gaskets: Sponge rubber. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 233100-9 I'M I ONE COMPANY Many Solutions* 2. Fabrication: a. Type: Square or rectangular with removable core. b. Key operated opposed blade damper mounted in neck except where indicated on Drawings to be omitted. i. Dampers to be housed in round to square adapters. c. Linear supply diffusers: i. Internal pattern control vanes which also function as volume control dampers, adjustable through slots. ii. Mounting: Hanger inside ductwork. iii. Clear anodized face. iv. Length: As indicated on Drawings. v. Number of slots, size, location, and throw: See Drawings. d. Finish: i. Circular diffusers: Clear satin anodized. ii. Interior of perforated supply and return diffusers: Flat black paint. N. Volume Dampers and Flow Equalizers for Round Neck Diffusers: 1. Material: Aluminum. 2. Fabrication: a. Design for neck velocity: 2500 FT/MIN. b. Center rod operator accessible through diffuser without removing diffuser. c. Furnish with screws, duct collars, transitions and air pattern deflectors as required. O. Air Grille and Register Assembly: 1. Materials: a. Assembly: Extruded aluminum. b. Gaskets: Sponge rubber. 2. Fabrication: a. Supply registers: Two (2) sets individually adjustable louvers. b. Exhaust and return registers: 45 -degree deflection front blades. c. Dampers: Key -operated opposed blade. d. Screws, duct collars, and transitions as required. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 23 31 00-10 FER ONE COMPANY Many Solutions* 1 e. Finish for units installed in finish areas where ductwork is concealed: Prime painted with primer compatible with paint specified in Specification Section 09 91 00. P. Air Filter Enclosure: 1. Housing: a. Factory fabricated. b. 16 GA galvanized steel. c. Bracing to eliminate racking. d. Two -side access doors. 2. Access doors: a. 16 GA galvanized steel. b. Replaceable positive sealing latches. c. Replaceable hinges. d. Neoprene door gasket. e. Holding frame to door gasket: Polyurethane foam. 3. Tracks: a. Field adjustable. b. Anodized extruded aluminum. c. Polypropylene seal between holding frame and track. 4. Holding frame: a. Galvanized steel. b. Multiple fastener lances. c. Polyurethane foam gasket. i. Internally. ii. Frame sides. d. Accommodate nominal 24 x 24 IN or 12 x 24 IN filters without modifications to frame or housing. Q. Air Filters: 1. Materials: a. Holding frame: Aluminum. 2. Fabrication: a. Factory built and assembled unit. b. Efficiency rating as per ASHRAE 52. c. 2 IN thickness minimum. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 23 31 00-11 'jL7L ONE COMPANY JC Many Solutions,. d. Efficiency: 20 percent. e. Air velocity: 450 FPM maximum. f. Clean pressure drop: 0.2 IN WG maximum. g. Size, capacity, and type: As indicated on Drawings. R. Temperature Control, Automatic and Manually (Volume) Operated Dampers: 1. Material: a. Body: 6063 T5 aluminum. b. Seal blade edge: Extruded vinyl. 2. Fabrication: a. Frame thickness: 0.125 IN minimum. b. Blades: i. Two -position damper: Parallel blade. ii. Mixing and volume damper: Opposed blade. iii. Airfoil shape. iv. Maximum 6 IN width. c. Linkage: Concealed in frame. d. Axles: 1/2 IN plated steel hex. e. Bearings: Molded synthetic. f. Seals: i. Jamb: Flexible compression type. g. Control shaft: Removable, 1/2 IN DIA. h. Air leakage (4 FT SQ damper) at 4 IN WG pressure: 99 cfm maximum. i. Motors for motor operated damper: See Specification Section 23 09 00. j. Provide outboard support for operator linkage where damper motor is to be installed outside of duct. k. Provide stainless steel locking quadrants for manual (volume) dampers. 1. Provide fold out operator mounting bracket where damper motor is to be installed on face of damper or inside duct. m. Finish: 215 R1 anodized. S. Louvers: 1. Stormproof. 2. Continuous blade appearance. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 23 31 00-12 I ONE COMPANY h_ql Many Solutions* • • 3. ASTM B221 extruded aluminum, alloy 6063T5, minimum 0.081 IN thick. 4. Minimum free area: As scheduled. 5. Maximum pressure drop: 0.10 IN of water at 900 fpm at zero water penetration. 6. Bird screen: a. 1/2 IN SQ mesh. b. 16 GA aluminum. c. Install in standard, folded frame. 7. Anchors, fasteners, reinforcing: Aluminum or stainless steel. 8. Finish: a. AAMA 2605. b. AA-M10C22A42 dark bronze anodized finish. 2.03 MAINTENANCE MATERIALS A. Extra Materials: 1. Furnish Owner with the following extra materials: a. Three complete filter media changes for each filter unit. b. Filter media used during construction is in addition to this requirement. PART 3 - EXECUTION 3.01 INSTALLATION A. See Divisions 26 and 40. B. Metal Ductwork: 1. Install with longitudinal seams sealed for zero leakage. a. Welded seams may be used upon acceptance of welded seam samples by Engineer. 2. Install gaskets at each transverse joint and fasten sections together with bolts. a. Tighten for zero leakage. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 23 31 00- 13 IFER ONE COMPANY Many Solutions* 3. Install supports and hangers with anchors in accordance with SMACNA HVAC Duct Construction Standards. 4. Install turning vanes in square elbows: a. Unsupported vane length not to exceed 48 IN. b. Position vanes at proper angle to meet specified pressure drop. 5. Install flexible connections at fans: a. Locate as close as possible to fan. b. Allow 1 IN of slack to prevent vibration transmission. c. Install thrust restraints across connectors. 6. Install access doors where indicated on Drawings and at smoke and fire damper in accordance with NFPA requirements. 7. Volume extractors: a. Install at supply registers, grilles, diffusers and supply branch connections from ducts. b. Provide branch duct extensions into main duct above and below extractor when branch duct is narrower than main duct. C. Flexible Ductwork: 1. Install in concealed areas between: low velocity duct work and diffusers, return air grilles or exhaust outlets and ducts. 2. Use low loss fittings for connection to duct. 3. Connect to metal duct collars by means of non-combustible synthetic rubber sealing compound and stainless steel drawband. D. Drain Pans: 1. Install at fan coil cooling coils, control valves above finished ceilings and at other sources of moisture. 2. Install metal tubing at drain and terminate above floor drain, equipment drain and as shown on Drawings. E. Acoustical Liners: 1. Install for a minimum length of 30 FT from equipment or mechanical room walls, whichever is greater. Dimensions shown on drawings are inside to inside duct dimensions. F. Dampers: 1. Install where indicated on Drawings of sizes shown. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 23 31 00-14 IONECOMPANYI.U3Many Solutions* • • 2. Install fire and smoke dampers in ductwork passing through 1 HR or higher fire -rated construction. a. Install in wall and floor openings utilizing steel sleeves, angles and other materials following practices required to provide installation in accordance with local Building Codes. G. Diffusers: 1. Install where shown on Drawings of size and capacities scheduled on Drawings. 2. Install painted lay -in type in lay -in ceilings. 3. Install prime painted diffusers in areas where duct work is concealed. 4. Install anodized diffusers in exposed duct work. H. Air Grille and Register Assemblies: 1. Install where shown on Drawings of size and capacities scheduled on Drawings. 2. Install prime painted grilles and registers in areas where duct work is concealed. a. Field paint to match adjacent surface finish. Air Filters: 1. Install where shown on Drawings of size and capacity scheduled on Drawings. 2. Do not operate equipment during construction without filters. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 23 31 00-15 FDRONE COMPANY I Many Solutions® THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 23 31 00-16 LTR IONE COMPANY Many Solutions* i • • SECTION 23 34 23 HVAC POWER VENTILATORS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Propeller fans. 1.03 PERFORMANCE REQUIREMENTS A. Project Altitude: Base fan -performance ratings on sea level. B. Operating Limits: Classify according to AMCA 99. 1.04 SUBMITTALS A. Product Data: Include rated capacities, furnished specialties, and accessories for each type of product indicated and include the following: 1. Certified fan performance curves with system operating conditions indicated. 2. Certified fan sound -power ratings. 3. Motor ratings and electrical characteristics, plus motor and electrical accessories. 4. Material thickness and finishes, including color charts. 5. Dampers, including housings, linkages, and operators. 6. Roof curbs. 7. Fan speed controllers. B. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 1. Wiring Diagrams: Power, signal, and control wiring. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 23 34 23 - 1 EMI April 2013 2. Design Calculations: Calculate requirements for selecting vibration isolators and seismic restraints and for designing vibration isolation bases. 3. Vibration Isolation Base Details: Detail fabrication, including anchorages and attachments to structure and to supported equipment. Include auxiliary motor slides and rails, and base weights. C. Coordination Drawings: Reflected ceiling plans and other details, drawn to scale, on which the following items are shown and coordinated with each other, based on input from installers of the items involved: 1. Wall framing and support members relative to duct penetrations. 2. Ceiling suspension assembly members. D. Field quality -control test reports. E. Operation and Maintenance Data: For power ventilators to include in emergency, operation, and maintenance manuals. 1.05 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. • B. AMCA Compliance: Products shall comply with performance requirements and shall be licensed to use the AMCA-Certified Ratings Seal. • C. NEMA Compliance: Motors and electrical accessories shall comply with NEMA standards. D. UL Standard: Power ventilators shall comply with UL 705. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver fans as factory -assembled unit, to the extent allowable by shipping limitations, with protective crating and covering. B. Disassemble and reassemble units, as required for moving to final location, according to manufacturer's written instructions. C. Lift and support units with manufacturer's designated lifting or supporting points. 1.07 COORDINATION A. Coordinate size and location of structural -steel support members. • City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 23 34 23 - 2 EMI April 2013 1.08 EXTRA MATERIALS • A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. • 1. Belts: One set(s) for each belt -driven unit. PART 2 - PRODUCTS 2.01 PROPELLER FANS A. Basis -of -Design Product: Subject to compliance with requirements, provide the product indicated on Drawings or a comparable product by one of the following: 1. Greenheck. 2. Loren Cook Company. 3. Penn Ventilation. B. Description: Direct- or belt -driven propeller fans consisting of fan blades, hub, housing, orifice ring, motor, drive assembly, and accessories. C. Fan Wheel: Replaceable, cast -aluminum, airfoil blades fastened to cast -aluminum hub; factory set pitch angle of blades. D. Belt -Driven Drive Assembly: Resiliently mounted to housing, statically and dynamically balanced and selected for continuous operation at maximum rated fan speed and motor horsepower, with final alignment and belt adjustment made after installation. 1. Service Factor Based on Fan Motor Size: 1.4. 2. Fan Shaft: Turned, ground, and polished steel; keyed to wheel hub. 3. Shaft Bearings: Permanently lubricated, permanently sealed, self -aligning ball bearings. a. Ball -Bearing Rating Life: ABMA 9, L,o of 100,000 hours. 4. Pulleys: Cast iron with split, tapered bushing; dynamically balanced at factory. 5. Motor Pulleys: Adjustable pitch for use with motors through 5 hp; fixed pitch for use with larger motors. Select pulley so pitch adjustment is at the middle of adjustment range at fan design conditions. 6. Belts: Oil resistant, nonsparking, and nonstatic; matched sets for multiple belt drives. 7. Belt Guards: Fabricate of steel for motors mounted on outside of fan cabinet. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 23 34 23 - 3 EMI April 2013 E. Accessories: 1. Gravity Shutters: Aluminum blades in aluminum frame; interlocked blades with nylon bearings. 2. Motor -Side Back Guard: Galvanized steel, complying with OSHA specifications, removable for maintenance. 3. Disconnect Switch: Nonfusible type, with thermal -overload protection mounted inside fan housing, factory wired through an internal aluminum conduit. F. Capacities and Characteristics: 1. See schedule on drawings. 2.02 MOTORS A. Enclosure Type: Totally enclosed, fan cooled. 2.03 SOURCE QUALITY CONTROL A. Sound -Power Level Ratings: Comply with AMCA 301, "Methods for Calculating Fan Sound Ratings from Laboratory Test Data." Factory test fans according to AMCA 300, "Reverberant Room Method for Sound Testing of Fans." Label fans with the AMCA-Certified Ratings Seal. B. Fan Performance Ratings: Establish flow rate, pressure, power, air density, speed of rotation, and efficiency by factory tests and ratings according to AMCA 210, "Laboratory Methods of Testing Fans for Rating." PART 3 - EXECUTION 3.01 INSTALLATION A. Install power ventilators level and plumb. B. Support units using restrained spring isolators having a static deflection of 1 inch. C. Support suspended units from structure using threaded steel rods and spring hangers with vertical -limit stops having a static deflection of 1 inch. Vibration -control devices are specified in Division 23 Section "Vibration and Seismic Controls for HVAC Piping and Equipment." D. Install units with clearances for service and maintenance. 3.02 FIELD QUALITY CONTROL A. Perform the following field tests and inspections and prepare test reports: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 23 34 23 - 4 EMI April 2013 1. Verify that shipping, blocking, and bracing are removed. 2. Verify that unit is secure on mountings and supporting devices and that connections to ducts and electrical components are complete. Verify that proper thermal -overload protection is installed in motors, starters, and disconnect switches. 3. Verify that cleaning and adjusting are complete. 4. Disconnect fan drive from motor, verify proper motor rotation direction, and verify fan wheel free rotation and smooth bearing operation. Reconnect fan drive system, align and adjust belts, and install belt guards. 5. Adjust belt tension. 6. Adjust damper linkages for proper damper operation. 7. Verify lubrication for bearings and other moving parts. 8. Verify that manual and automatic volume control and fire dampers in connected ductwork systems are in fully open position. 9. Disable automatic temperature -control operators, energize motor and adjust fan to indicated rpm, and measure and record motor voltage and amperage. 10. Shut unit down and reconnect automatic temperature -control operators. 11. Remove and replace malfunctioning units and retest as specified above. B. Test and adjust controls and safeties. Replace damaged and malfunctioning controls • and equipment. • 3.03 ADJUSTING A. Adjust damper linkages for proper damper operation. B. Adjust belt tension. C. Replace fan and motor pulleys as required to achieve design airflow. D. Lubricate bearings. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 23 34 23 - 5 EMI April 2013 • THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 23 34 23 - 6 EMI April 2013 • • SECTION 23 74 36 REFRIGERANT PIPING SYSTEM PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Refrigeration piping system. B. Related Specification Sections include but are not necessarily limited to: 1. City of Clearwater Bidding Requirements, Contract Forms, and Conditions of the Contract Documents. 2. Division 01 - General Requirements. 3. Section 40 01 20 - General Requirements for Piping. 4. Section 40 05 16 - Pipe Support Systems. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American Society of Heating, Refrigerating and Air Conditioning Engineers (ASHRAE): a. 15, Safety Code for Mechanical Refrigeration. 2. ASTM International (ASTM): a. B280, Standard Specification for Seamless Copper Tube for Air Conditioning and Refrigeration Field Service. 3. Federal Specification (FS): a. WW -T-799, Tube, Copper, Seamless, Water (For Use With Solder -Flared or Compression -Type Fittings). 1.03 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 237436-1 (ONE COMPANY Many Solutions® 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Test reports: a. A dated declaration of the test of the refrigerant piping for each system shall be provided. i. The dated declaration shall include the information outlined in Article 12.3 of ASHRAE 15. b. Test reports of the refrigerant piping leak tests for all refrigerant piping systems installed. c. The test reports shall contain the following information: i. System refrigerant and high and low side pressure used. ii. Listing of the necessary repairs made before the refrigerant piping system passed the leak test. iii. Identification of specific system by referencing specific equipment identification numbers. iv. Leak testing media used. v. Suction and discharge refrigerant gas pressures and temperatures taken after the refrigerant system has been charged. B. Operation and Maintenance Manuals: 1. See Specification Section 01 33 00 for requirements for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. 1.04 WARRANTY A. The completed refrigerant piping system shall be guaranteed to be sufficiently free from leaks so that the loss of refrigerant for 18 months from the date of final payment shall not exceed 5 percent. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents 23 74 36 - 2 April 2013 fai. I MONEany COMPS©luiionsANY y • • 1. Refrigerant piping specialties: a. Sporlan. 2. Expansion valves: a. Sporlan. b. Alcoa. 3. Silver solder - "Easy -Flow 45": a. Harman. 4. Moisture indicator - "SEE -ALL": a. Sporlan. B. Submit request for substitution in accordance with Specification Section 01 60 00. 2.02 REFRIGERANT PIPING AND FITTINGS A. Refrigerant Piping: 1. Copper tubing conforming to ASTM B280 and/or FS WW -T-799, dehydrated for refrigerant use, with high-temperature soldered joints and wrought copper (400 psig) fittings. a. For underground use: Type K. b. For aboveground use: Type L. B. Piping Joints: 1. Joints between copper tubing and fittings to be high temperature soldered (melting point not less than 1000 DegF, but less than that of the metal being joined) with phos -copper alloys. 2. Joints between copper and brass, steel, etc., shall be silver soldered only. a. Silver solder to be Handy Harmon "Easy -Flow 45." C. Precharged Line Sets: Size per manufacturer's recommendations. D. Field Assembled Units: 1. Size refrigeration lines according to manufacturer's published tables using pressure or temperature drops as follows: a. Suction lines: 2 DegF. b. Liquid lines: 1 DegF or 2 psi. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 237436-3 IONE COMPANY Many Solutions® c. Hot gas lines: 1 DegF or 3.6 psi. d. Size discharge and hot gas risers for positive oil return to compressors. E. Hangers: As specified in Specification Section 40 05 16. 2.03 REFRIGERANT PIPING SPECIALTIES A. Refrigerant Dryer: 1. Sporlan material "CATCH-ALL" filter -drier with aluminum molded core: 2. In each liquid line. 3. A three-valve bypass around filter -drier. 4. Install so core can be removed without cutting or breaking any refrigerant line. B. Moisture Indicator: 1. Show presence of moisture in system by change of color. 2. Install full size in the main liquid line adjacent to the filter -drier. 3. Use Sporlan "SEE -ALL." C. Strainers: 1. Design to permit removing screen without removing strainer from piping system. 2. Screens not larger than 80 mesh. 3. Strainers on liquid line serving each thermostatic expansion valve and in suction line serving each refrigerant compressor not equipped with integral strainer. D. Oil Traps: Provide in lines as indicated. 2.04 VALVES A. All Valves: 1. All bronze. 2. 2 IN and less: Solder ends. 3. 3 IN and over: Four (4) bolt union ends. B. Shut -Off Valves: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 237436-4 'jE T'�(� (ONE COMPANY J Z.I.` Many Solutions• • • 1. Packed type with gas-tight cap seal and hard metal seats and shoulders which permit packing stuffing boxes wide open under pressure; or sealed diaphragm type. 2. Wheel, globe, angle or "T" handle. C. Check Valves: 1. In liquid lines 5/8 IN and less: Lift check type. 2. In lines 3/4 to 2 IN: Swing check type. 3. In lines 3 IN and over: Wafer type swing check with bronze disc. D. Expansion Valves: 1. Sized by manufacturer for refrigerant used. 2. Provide one (1) in each circuit with liquid distributor connection immediately after. E. Vent and Test Valves: Angle cap type with seal and outlet caps. PART 3 - EXECUTION • 3.01 INSTALLATION A. Precharged Line Sets: Install per manufacturer's recommendations. B. Field Assembled Lines: • 1. Refrigerant piping: a. In accordance with Specification Section 40 05 13. b. Purge refrigerant piping of all air while connections of refrigerant piping are being made. i. Shut-off valves. ii. Connect tank of dry nitrogen to line on back side of valve. iii. Introduce dry nitrogen into line as refrigerant piping joints are successively made up from valve to each condenser. 2. Testing: a. Refrigerant piping systems: Follow general testing guidelines of ASHRAE 15, except as modified herein. b. Pressurize the high and low pressure sides of the piping system after completion of the refrigerant piping. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 237436-5 IFER IONE COMPANY Many Solutions. i. Pressurize at the test pressures specified in ASHRAE 15 for the refrigerant type to be used in the system. c. Repair any leaks and repeat tests until no further leaks are found and the system passes a static leak test at test pressure for a duration of 24 HRS. 3. Cleaning: a. Disconnect suction and discharge lines from compressor for clean up after complete system is tested. b. Valve or blank off system into three (3) separate systems for purpose of cleanup. i. Suction side including cooling coils. ii. Discharge side including air cooled condenser. iii. Hot gas reheat side including heating DX coils. c. Thoroughly clean each system using pumped refrigerant until system is proven clean to satisfaction of refrigeration compressor serviceman. d. Notify Engineer for a visual inspection of both cleaning process and completely cleaned system. 4. Evacuation and Drying: a. After tests and cleaning have been completed and system proved tight, charge each circuit with dry clean refrigerant to gas pressure as recommended by the equipment manufacturer. b. Evacuate to 100 micron Hg and hold for 72 HRS. i. Use laboratory type vacuum pump capable of holding absolute pressure of 50 micron Hg. ii. Check the vacuum with a suitable mercury column gage. c. Admit another drying charge of refrigerant and allow 4 to 6 HRS to absorb moisture and install dryer cores. d. Use second evacuation to remove all refrigerant and moisture. e. After second evacuation, charge system with refrigerant. f. Charge the system with refrigerant as required after final evacuation. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 237436-6 KRIONE MAY Many Solutionsd • SECTION 23 80 00 HVAC: EQUIPMENT PART 1- GENERAL 1.01 SUMMARY A. Section Includes: 1. Heating, ventilating, and cooling equipment. B. Related Specification Sections include but are not necessarily limited to: 1. City of Clearwater Bidding Requirements, Contract Forms, and Conditions of the Contract Documents. 2. Division 01 - General Requirements. 3. Section 23 05 93 - HVAC Systems: Balancing and Testing. 4. Section 23 09 00 - Instrumentation and Control For HVAC Systems. 5. Section 23 31 00 - HVAC: Ductwork. 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. Air Movement and Control Association (AMCA). 2. Air Conditioning and Refrigeration Institute (ARI). 3. American Society of Heating, Refrigerating and Air Conditioning Engineers (ASHRAE): a. HVAC Applications Handbook, Chapter entitled "Sound and Vibration Control." b. 20, Methods of Testing for Rating Remote Mechanical -Draft Air -Cooled Refrigerant Condensers. c. 52.2, Method of Testing General Ventilation Air -Cleaning Devices for Removal Efficiency by Particle Size. 4. Canadian Standards Association (CSA). 5. National Electrical Manufacturers Association (NEMA): a. 250, Enclosures for Electrical Equipment (1000 Volts Maximum). City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 23 80 00 - 1 FtRIONE COMPANY Many Solutions. 6. National Fire Protection Association (NFPA): a. 70, National Electrical Code (NEC). 7. National Roofing Contractors Association (NRCA). 8. Underwriters Laboratories, Inc. (UL): a. 507, Standard for Electric Fans. 9. Building code: a. International Code Council (ICC): i. International Building Code and associated standards, 2009Edition including all amendments, referred to herein as Building Code. B. Miscellaneous: 1. Gage thickness specified herein shall be manufacturer's standard gage for steel and Brown and Sharpe gage for non-ferrous metals. 2. Corrosion protection of equipment to be as specified herein. 1.03 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Fabrication and/or layout drawings. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Wiring diagrams. d. Control diagrams. e. Manufacturer's catalog cuts and technical data. f. Corrosion -protection information. g. Fan curves. h. Sound data. i. Vibration isolation. j. Control description. k. Performance data on all equipment. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 238000-2 ONE COMPANY Many Solutions* • • • 4. Certifications: a. Provide certification of thickness of corrosion -protection coating. B. Operation and Maintenance Manuals: 1. See Specification Section 01 33 00 for requirements for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Vibration isolation assemblies: a. Mason. b. Vibration Mounting and Controls Co. 2. Corrosion -protective coatings: a. Heresite and Chemical Co.; "Heresite." b. Technical Coating Division of Southern Anodizing Co., Inc.; "Technicoat." 3. Cooling coils - direct expansion: a. Carrier. b. Trane c. Multitherm d. USA Coil e. McQuay. 4. Heating coil - electric: a. Carrier. b. McQuay. c. Addison 5. Unit heater - electric: a. CCI Thermal Technologies, Inc. b. ILG Industries, Inc. c. Brasch. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 238000-3 IONE COMPANY Many Solutions® d. Chromalox. 6. Duct heaters - electric: a. Brasch. b. Industrial Engineering and Equipment Co. 7. Air-cooled condensing units - split system: a. Carrier. b. Addison c. Trane d. American Air Filter. e. McQuay. f. Mitsubishi 8. Air -handling unit with coils: a. McQuay. b. Carrier. c. Addison d. Trane e. Dunham -Bush. f. Mitsubishi 9. Roof -mounted centrifugal exhaust fans: a. Loren Cook. b. Greenheck. c. Penn Ventilator Co., Inc. 10. Wall -mounted propeller -type exhaust fans: a. Loren Cook. b. Greenheck c. Aerovent. d. Penn Ventilator Co., Inc. 11. Unitary split system heat pump: a. Carrier. b. Addison c. Lennox. d. Bryant. e. Mitsubishi B. Submit request for substitution in accordance with Specification Section 01 60 00. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 238000-4 FER ONE COMPANY Many Soautions• • • • 2.02 GENERAL A. All Manufactured Units: 1. Comply with Division 26 and 40. 2. Factory wired and assembled. 3. Use fasteners made of same material as unit. 4. Fabricate motor assemblies and unit housings with vibration isolation assemblies: a. Type: As per Table 42, Chapter 47, ASHRAE HVAC Applications Handbook. B. All manufactured units, to include all parts, coils, cabinets and pipingshall be constructed with corrosion -resistant materials or have corrosion -resistant coating. 1. Type: a. Corrosion -resistant materials: i. Aluminum. ii. Stainless steel. iii. FRP. b. Corrosion -resistant coating: i. Phenolic -based coating: ii. 3 mil minimum dry thickness, air-dried coating, for surfaces exposed to temperatures less than 150 DegF. iii. 5 mil baked -on coating for heat transfer surfaces and surfaces exposed to temperatures greater than 150 DegF. iv. Factory applied. v. Provide factory certification of application. C. All units shall be provided with an extended warranty on all parts, coils, compressors for a minimum of 5 years. 2.03 MANUFACTURED UNITS 1. Heating coil - electric: a. ARI certified. b. 80 -percent nickel, 20 -percent chromium elements. c. Maximum heating density: 35 watts/SQ IN. d. Built-in thermal protection. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 238000-5 FDA ONE COMPANY Many Solutions* e. Airflow switch. f. Built-in circuit fusing. g. Control voltage transformer. h. Terminal block. i. Magnetic contactor. j. Fused disconnect switch. k. Step controller as required by instrumentation. 1. Single point electrical connection. m. Size and capacity as scheduled on Drawings. B. Unit Heater - Electric: 1. Type: Vertical. 2. UL listed for non -rated areas. 3. Material: a. Cabinet: 18 GA steel. b. Heating elements: Copper -clad steel. 4. Fan motors: a. See Divisions 26 and 40. b. Built-in automatic reset overload protection. 5. Dynamically balanced fan. 6. Built-in automatic reset cutout protection. 7. Accessories: a. Mounting bracket. b. 40 to 90 DegF, 5 DegF differential wall -mounted thermostat. 8. Electrical, fan motor, and airflow data as scheduled on Drawings. C. Duct Heaters - Electric: 1. UL listed for zero clearance. 2. Materials: a. Frame: Stainless steel. b. Heating elements: 80 -percent nickel and 20 -percent chromium. c. Element terminals: Stainless steel. d. Insulators and bracket bushings: Non -porous ceramic. e. Terminal box: Aluminized steel. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 238000-6 FER ONE COMPANY Many Solutions. • • 3. Heating elements: a. Coils: See paragraph(s) in Article 2.3, Equipment Coils. 4. Automatic reset thermal cutout. 5. Standard, manually replaceable, thermally operated secondary cutout. 6. Duct mounting: flanged. 7. Size and capacity as scheduled on Drawings. D. Air -Cooled Condensing Units - Split System: 1. ARI rated. 2. UL listed. 3. Materials: a. Casing: Galvanized steel. b. Mounting/lifting rails: Steel. c. Outdoor coil: Seamless aluminum tubing and aluminum fins. d. Fan blades: Aluminum. 4. Weatherproof casing: a. Hail screen for condenser coil. b. Access panels. 5. Compressor: a. Hermetically sealed. b. Internal pressure protector. c. Crankcase heater. d. Internal spring mounts. e. Centrifugal oil pump. f. Built-in overload protection. 6. Condenser fans and motors: a. Vertical discharge. b. Direct drive. c. Statically and dynamically balanced. d. Motor: i. See Divisions 26 and 40. ii. Permanently lubricated bearings. iii. Built-in current and thermal overload protection. 7. Built-in refrigerant filter dryer. 8. Built-in liquid line and gas line service valves with gage ports. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents 23 80 00 - 7 April 2013 hal I ONE COMPANY Many Solutions* 9. Outdoor coil: a. Fins mechanically bonded to tubing. b. Lab tested to 2000 psi. 10. 24 V factory -wired controls to include fusing and control power transformer. 11. Size and capacity as scheduled on Drawings. E. Air -Handling Unit with Coils: 1. ARI certified. 2. UL listed. 3. Materials: a. Casing: Heavy gage steel. b. Framework: Steel angle. c. Pan insulation: Foam -in-place insulation. d. Casing insulation: 1 IN, 3/4 LB fiberglass blanket. 4. Casing: a. Sectionalized construction. b. Removable access panels. c. Insulated weatherproof casing. 5. Fan section: a. Fans: i. Double -width, double -inlet, multiblade centrifugal type. ii. Statically and dynamically balanced. iii. Hollow orsolid shafts. iv. Forward curved fans. v. Die formed fan housing. vi. 200,000 HR grease lubricated ball -bearings. 6. Motors: See Divisions 26 and 40. 7. V -belts and drives sized for 150 percent motor capacity. 8. Heating coil section: a. Water - steam: See paragraph(s) in Article 2.3, Equipment Coils. b. Electric: See paragraph(s) in Article 2.3, Equipment Coils. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 238000-8 1C I ONE COMPANY J[ Many Solutions* • • 9. Cooling coil section: a. Direct expansion: See paragraph(s) in Article 2.3, Equipment Coils. b. Water: See paragraph(s) in Article 2.3, Equipment Coils. 10. Filter section: a. Filters: See Specification Section 23 31 00. b. Non -insulated cabinet. c. Access doors for filter removal. 11. Insulated drain pan with drain connections. 12. Control panel for electric heat: a. Integral. b. Controls and safety devices, factory -wired, in accordance with NFPA 70 requirements. c. NEMA 12 construction. 13. Type: Draw through or blow through. 14. Size and capacity as scheduled on Drawings. F. Roof -Mounted Centrifugal Exhaust Fans: 1. AMCA certified. 2. Non -overloading horsepower capability. 3. Materials: a. Top cap: Spun aluminum. b. Wheel and inlet shroud: Aluminum. c. Baffle: Aluminum. d. Base: One-piece aluminum. e. Drive assembly supports: Steel. f. Drive shaft: Solid stainless steel. 4. Backward inclined blades. 5. Tapered inlet shroud. 6. Statically and dynamically balanced wheel. 7. Bearings: a. Permanently sealed, flange type, ball -bearings. b. Five -to -one load capability to actual load ratio. c. 200,000 HR average life. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 238000-9 FDA ONE COMPANY Many Solutions* 8. Weathertight compartment for motor and drives. a. Separated from airstream. 9. Motor: a. See Divisions 26 and 40. b. Driver and driven sheaves: i. Keyed hub type. ii. Drive sheaves: Fixed pitch diameter. iii. Driver: /Shipped with variable pitch diameter sheave. //Fixed pitch diameter size based on approved test and balance reports. iv. V -belt drives sized for 150 percent motor horsepower. 10. Vibration isolated drive assembly. 11. Accessories: a. Prefabricated insulated aluminum roof curb. b. Backdraft damper: See Specification Section 23 31 00. c. Bird screen. 12. Size and capacity as scheduled on Drawings. G. Wall -Mounted Propeller -Type Exhaust Fans: 1. AMCA certified. 2. Industrial quality. 3. Materials: a. Propeller: Cast aluminum or aluminum. b. Venturi: Spun aluminum. c. Panel and supports: Aluminum or stainless steel. d. Drive shaft: Solid stainless steel. e. Sheaves: Cast iron. 4. Propellers: a. Statically and dynamically balanced. b. Airfoil design. c. Minimum four (4) blades. 5. Sealed pillow block bearings. 6. Welded reinforced motor base plate. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 23 80 00 - 10 IFIR Many Solutions' r 7. Adjustable motor base. 8. Motor: a. See Divisions 26 and 40. b. Driver and driven sheaves: i. Keyed hub type. ii. Drive sheaves: Fixed pitch diameter. iii. Driver: /Shipped with variable pitch diameter sheave. II.Fixed pitch diameter size based on approved test and balance reports. iv. V -belt drives sized for 150 percent motor horsepower. 9. Accessories: a. Inlet guard. b. Outlet guard. c. Heavy-duty automatic shutter. d. Mounting adapter. e. Bird screen. 10. Size and capacity as scheduled on Drawings. H. Unitary Split System Heat Pump: 1. Outdoor Unit: a. Casing and frame: i. Material: Heavy gage galvanized steel. ii. Insulation: 1 IN thick neoprene -coated glass fiber. iii. Installation: Base equipped with lifting brackets with lifting holes. iv. Removable end panel for access to components and connections. b. Compressors: i. Heavy duty, scrolltype. ii. Thermal overload protection. c. Refrigeration circuit: i. Sight glass. ii. Filter dryer. iii. Manual shut-off valve. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 23 80 00-1 1 FER. ONECOMPANY Many Solutions* iv. High pressure relief valve. d. Compressor isolators. e. Condenser coils: i. Nominal 3/8 IN OD seamless copper mechanically bonded to corrugated aluminum fins. ii. Factory leak tested at 315 psig under water. f. Condenser fans: g. i. Direct drive: See Divisions 26 and 40. ii. Propeller type. Condenser fan motors: i. Heavy duty, inherently protected, non -reversing. ii. Permanently lubricated bearings. iii. Integral rain shield. h. Defrost control: Defrost cycles at a preselected time interval when the outdoor coil is below a preset initiation temperature. i. Expansion valve: Designed and sized specifically for heat pump service. j. Reversing valve: Four-way interchange reversing valve, operates on pressure differential between the outdoor unit and indoor unit. 2. Indoor unit: a. Materials: i. Casing: Heavy gage steel. ii. Framework: Steel angle. iii. Pan insulation: Foam -in-place insulation. iv. Casing insulation: 1 IN, 3/4 LB fiberglass blanket. b. Casing: i. Sectionalized construction. ii. Removable access panels. iii. Insulated weatherproof casing. c. Evaporated fans: i. Double -width, double -inlet centrifugal type. ii. Forward curved or airfoil. iii. Solid steel shafts. iv. 200,000 HR relubricative ball -bearings. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 23 80 00 - 12 ONE COMPANY Many Solutions' • • d. Fan motors: e. f. g. i. See Divisions 26 and 40. ii. Relubricative ball -bearings. iii. Variable pitch sheave. iv. Adjustable base. V -belts and drives sized for 150 percent motor capacity. Isolated fan assembly. Filter section: i. Filters: See Specification Section 23 31 00. ii. Access doors for filter removal. h. Evaporator coils: See paragraph(s) in Article 2.3, Equipment Coils. i. Evaporator coil circuiting: i. Adjustable thermal expansion valve per circuit with external equalizer. ii. Combination row/split face circuiting. J• k. Drain pan: i. Mastic -coated. ii. Threaded drain connections. Electric heating coil: See paragraph(s) in Article 2.3, Equipment Coils. i. Built-in static -pressure airflow switch. 1. Size and capacity as scheduled on Drawings. PART 3 - EXECUTION 3.01 INSTALLATION A. Install in accordance with Division recommendations. 26, 40 and manufacturer's has been sized based on B. Install fixed pitched drive sheave after sheave accepted test and balance report. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 23 80 00 - 13 ONE COMPANY Many Solutions* 3.02 FIELD QUALITY CONTROL A. Comply with Specification Section 23 05 93. 3.03 ADJUSTING A. Install new filters on units which have been running prior to acceptance of Project. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 23 80 00 - 14 tm I ONE COMPANY Many Solutions' • • i SECTION 23 91 00 BYPASS VARIABLE AIR VOLUME CONTROL SYSTEM PART 1- GENERAL 1.01 BUILDING AUTOMATION CONTROL SYSTEM DESCRIPTION The building automation control system shall consist of a network of communicating HVAC equipment controllers and communicating input/output modules to monitor and control a full array of ancillary (both analog and binary) devices and sensors. The system shall have independent stand-alone capabilities. All independent devices in the system network shall be viewable and editable from a central system panel or from a computer communicating either directly or remotely with the central system panel. All independent equipment and input/output modules shall reside on the LonTalk FTT-10A system network. The system panel shall be equipped with a pretested factory installed internal modem. A. General: The control system shall be as indicated on the drawings and described in the specifications. B. Direct Digital Control (DDC) technology shall be used to provide the functions necessary for control of mechanical systems on this project. C. The control system shall be designed such that each mechanical system will be able to operate under stand-alone control. As such, in the event of a network communication failure, or the loss of any other controller, the control system shall continue to independently operate under control. D. System must be provided, installed, engineered and programmed by the manufacturer local factory office. Bids by wholesalers, contractors or franchised dealers or any other firm whose principal business is not that of manufacturing or installing automatic temperature control systems shall not be acceptable. 1.2 GENERAL FUNCTIONS A. The microprocessor based control system panel shall provide the following control for each zone and for all connected loads and HVAC equipment: 1. Time -of -Day Scheduling utilizing a 365 -day clock. 2. Occupied and Unoccupied Temperature Control Setpoints. 3. Timed Override. 4. Time and date. 5. Alarm Log. 6. Security. 7. Remote monitoring via dial in modem and/or Ethernet network. 8. User interface & Display — touch screen. 9. Communicate to equipment via an open industry standard protocol. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 23 91 00 - 1 hal I ONE COMPANY Many Solutions* 1.3 REGULATORY AND QUALITY ASSURANCES A. The controls system shall be listed by Underwriters Laboratories Inc. for Enclosed Energy Management Equipment under UL #916GeNERAL. B. The building control panel shall comply with Federal Communications Commission (FCC) Regulation, Part 15, Subpart J, for Class A computing devices. C. All wiring shall be in accordance with the National Electrical Code and all Local electrical codes. D. Controllers shall be manufactured within an ISO -9001 certified facility. 1.4 MANUFACTURERS A. The controls shall be composed of an independent, standalone, microprocessor - based system control panel. The system panel shall provide centralized control for distributed standalone unit controllers located on each rooftop, heat pump or split system HVAC equipment, new or existing. The panel shall monitor and communicate with each HVAC unit controller and provide for scheduling, diagnostic or alarm messages, and coordination of occupied and unoccupied setpoints. The Trane Tracker system is basis of design. Subject to compliance with the Contract Documents, Johnson Controls Metasys Honeywell and Siemens Apogee are acceptable. Provide 10 hours of Owner's training at jobsite. B. System must be provided, installed, engineered and programmed by the manufacturer local factory office. Bids by wholesalers, contractors or franchised dealers or any other firm whose principal business is not that of manufacturing or installing automatic temperature control systems shall not be acceptable. PART 2 - PRODUCTS 2.1 BUILDING AUTOMATION SYSTEM CONTROL PANEL A. The control system shall consist of a main BAS control panel with graphical interactive touch screen display, zones central control panel with touch screen display, air handling unit controls, and VAV zone controls. All standard setup and daily operator functions shall be available through the touch screen display. The installer shall be able to install, configure, and commission the entire system to operate on a schedule and to specific setpoints without the use of a personal computer. A single red flashing LED for indicating alarm conditions shall be displayed at the panel. A single green LED indicating normal operation shall be displayed at the panel. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 239100-2 ha ONE COMPANY Many Solutions, • • • B. Upon system panel power -up, all connected units, auxiliary loads, outdoor air sensor, and/or zone dampers shall automatically identify themselves over the communication link. The following capabilities shall be editable for the auto - configured units and zone dampers from the local touch screen display: 1. Setting the system time and date. 2. setting unit(s) or zone(s) with occupied and unoccupied daily schedules. 3. initiating timed override for extended occupied operation for each unit for a fixed time interval. 4. enable, disable, or limit the range of the setpoint indicator on the zone sensor. 5. allow the operator to custom name devices. 6. all connected auxiliary loads controlled through a system binary output shall be independently editable for scheduling from the local touch screen display. C. Power shall be 24V, 50/60 Hz. The control system shall contain its own on- board isolation transformer or a dedicated transformer shall be provided. D. Operating temperature range shall be 32 F to 120 F. E. Operating humidity range shall be 10% to 90% non -condensing. 2.2 HVAC UNIT A. Split System Unit 1. Unit shall have dedicated DDC controls supplied by the equipment manufacturer. One DDC controller shall be provided per split system. 2. Inputs monitoring capability back to main BAS control panel: space temperature, active space setpoint, setpoint offset, occupancy manual command (override), occupancy sensor, universal input, outdoor air temperature. 3. Outputs monitoring capability back to main BAS control panel: Fan, cooling, heating, economizer open, economizer close. B. VAV Terminal Unit Control 1. DDC control shall be factory mounted. Each VAV shall be provided with a sensor that has an after hours override button. The occupant shall be able to override any scheduled night setback/setup period for two hours of after hours comfort by depressing the button for a period of 2-5 seconds. The override shall also be cancelable from the sensor at any time during the override with the use of a Cancel button. 2.3 BUILDING AUTOMATION SYSTEM PANEL CONFIGURATION A. Software Integrity - All schedules and setpoints shall be resident in EEPROM along with the clock function. If battery backup is required to maintain software or the system clock as described above, this contractor shall provide battery maintenance for five years from date of project acceptance; costs to be included in this bid. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 239100-3 KRONEanyCOMPANYSol Mutions* B. The touch screen display shall prompt the infrequent user for alarms, schedules, viewing equipment or zones, initiating timed overrides, and setup. Once a prompt has been selected the operators interface shall provide adjustment of: 1. The system time and date. 2. Heating and cooling, occupied and unoccupied setpoints for each zone or constant volume unit. 3. Changing and copying schedules for each unit or zone, or load. 4. Viewing alarms. 5. Monitoring temperatures, operating modes, on/off statuses and failure conditions. 6. Holiday and Exception dates. 7. Units of temperature. 8. Daylight Savings Time. 9. Optimal Start. C. Time -of -Day Scheduling — Each schedule shall have a minimum of two on and two off events per day. A minimum of ten schedules shall be available in the system. All HVAC units and control outputs shall be available for assignment to any schedule. The panel shall be capable of optimally starting (achieving desired conditions at precise time of occupancy) the HVAC units based on individual unit recovery ramps. D. Time -of -Day scheduling shall be continuous, such that if power is lost, on power -up the panel will look back for each device to see whether is should be on/off or in occupied/unoccupied temperature setpoints. If necessary, the software will look back at the previous day's schedules to determine the desired state of each device/zone. E. Holiday and Exception Schedules — Through the central panel or computer there shall be a minimum of twenty (20) defined Holiday or Exception dates. F. Alarm Log - The last 64 alarms shall be maintained for review at the building control panel display or connected computer. The panel shall have the capability to call out on the modem to a pager and deliver the alarm or event. G. Optimum Start - The software shall determine the optimum time to turn on the rooftop equipment based upon the previous day's recovery ramp. The software shall store this data and make daily corrections to the degrees/hour ramp. H. Timed Override - Each scheduled device shall be able to be overridden at the system control panel to the occupied mode for up to four hours. The override shall also be cancelable from the control panel at any time during the override. I. Daylight Savings Time - The system panel software shall automatically update time according to daylight savings at the legislated time and date and reset time at the end of the daylight savings period. This function shall be able to be disabled. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 239100-4 ONE COMPANY Many Solutions® • J. In addition, if the legislative dates for the start and stop of daylight savings time should be changed, the system panel shall be editable to calculate the new dates based on day -of -the -month, week -in -the -month and the month and then automatically resume the new daylight savings parameters. K. Temperature Units - All temperature inputs connected directly to the control panel or communicating over the communications link shall be able to display temperature inputs in degrees Fahrenheit or in degrees Centigrade, selectable from the front keypad. L. LAN Connectivity — The system panel can optionally be provided with a standard Ethernet LAN connection. The connection shall support both DHCP and Static IP connections. M. Default Security - Upon initial start up the factory default security level shall secure the building control panel from each of the following local capabilities: changing time and date, changing setpoints, changing schedules, and initiating timed override. The security password shall be provided in the installation manual. N. Expansion - The ability to add additional HVAC units to the system without any additional hardware. O. Modem - A modem shall be provided to allow for complete dial -in access. It shall be possible to retrieve and save a system panel's database and to download that database from a remote location over standard telephone lines. P. The integral modem shall also enable auto -dial out of alarms including equipment failures and temperatures out -of -range for automatic annunciation and logging at a remote location or pager. Q. Critical alarms - The operator shall be able to designate certain alarms as critical. Any critical alarm can be setup to dial -out to a remote location, while a non-critical alarm will not initiate a dial -out. R. Security — Multi-level (Daily Operator and System Supervisor) security must allow or deny editing access to various supervisor -designated parts of the system. Security shall protect editing of the system features available on the touch screen display as well as through the computer interface. Security shall not prevent "viewing" any display screen regardless of assigned security level. S. Trending capabilities —15 unique trends with up to 64 samples per trend. T. Reporting capabilities — Energy reporting displaying Daily, weekly and yearly totaled energy (kWh) usage, and peak (kW, time stamped). 2.4 COMPUTER SOFTWARE A. There shall be computer software available to allow the user complete access to the control panel by using the computer serial or Ethernet card port and connecting via a jumper cable to a built on PC port on the control panel. Provide one copy of software for Owner's provided computer workstation. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 239100-5 ONE COMPANYFDA Many Solutions® B. There shall be computer software available to allow the user complete access to the control panel by using the modem in the computer to communicate with the modem on the control panel. C. System Graphics. The Operator Workstation software shall be graphically oriented. Provide a method for the operator to easily move between graphic displays. D. System Applications. Each workstation shall provide operator interface and off- line storage of system information. Provide the following applications at each workstation. 1. Manual Database Save and Restore. A system operator with the proper password clearance shall be able to archive the database from any system panel and store. The operator shall also be able to clear a panel database and manually initiate a download of a specified database to any panel in the system. 2. System Configuration. The workstation software shall provide a graphical method of configuring the system. 3. On-line Help. Provide on line help system to assist the operator in operation and editing of the system. On line help shall be available for all applications. 4. Security System. The system shall be selectable for two classes of operators. The system supervisor shall have the ability to set passwords and security levels for all applications and editable screens. The operator password shall be able to restrict the operators' access for changing system application, full screen editor, and objects. Each operator shall automatically be logged off of the system if no keyboard or mouse activity is detected. All system security data shall be stored in an encrypted format. 5. System Diagnostics. The system shall automatically monitor the operation of all network connections, building management panels, and controllers. The failure of any device shall be annunciated to the operator. 6. Alarm Processing. Any object in the system shall be configurable to alarm in and out of normal state. The operator shall be able to configure the alarm limits, warning limits, states, and reactions for each object in the system. a. Alarm Reactions. The operator shall be able to determine what actions, if any, are to be taken, by object (or point), during an alarm. Actions shall include making a contact closure on a binary output to create an audible annunciation or light, displaying a red flashing LED on the external cover of the control panel, custom or standard text messages in the alarm log, dialing out to a pager or paging service, or delivered to PC software via modem or Ethernet connection. Each of these actions shall be configurable by alarm class. b. Alarm Delivery — The PC software shall have the capability of receiving alarms from multiple facilities via modem or Ethernet connection, and re-routing these alarms via email forwarding to multiple recipients. c. Binary Alarms. Each binary object shall be set to alarm based on the operator -specified state. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 239100-6 ONE COMPANY Many Solutions* • • d. Analog Alarms. Each analog object shall have both high and low alarm limits and warning limits. 2.5 AUXILIARY DEVICES A. The control panel shall be able to monitor up to 16 universal inputs — user defined as degrees F or degrees C, PPM (parts per million), or % relative humidity. B. The control panel shall be able to control up to 16 binary outputs individually; based on time of day scheduling and/or user defined logic. C. The control panel shall be able to communicate with a variety of HVAC equipment including Split Systems, Packaged Heat Pumps, and 4 Stage/Compressor units. PART 3 - EXECUTION 3.1 INSTALLATION A. Install in accordance with manufacturer's instructions. Plenum cable not in raceway may be used in concealed accessible ceiling area. Cable must be installed in raceway in mechanical room, electrical room or exposed area. All electrical work performed in the installation of the BAS/ATC system as described in this specification shall be per the National Electrical Code (NEC) and per applicable state and local codes. All wiring shall be installed in conduit except as allowed above. Where exposed, conduit shall be run parallel to building lines properly supported and sized at a maximum of 40% fill. In no cases shall field installed conduit smaller than 1/2" trade size be allowed. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 239100-7 hD: 1 ONE COMPANY Many Solutions* PART 4 - SEQUENCES OF OPERATION 4.1 VAV TERMINAL UNIT CONTROL FOR VAV PACKAGE SYSTEM WITH BYPASS DAMPER A. Zone Control - The VAV controller shall continuously monitor zone temperature, damper position, and zone setpoints. A proportional plus integral (PI) control loop maintains zone comfort by positioning the damper for the proper airflow to meet zone setpoint. Zones controls are ceiling mounted variable air volume supply air control terminals for connection to low pressure duct. VAV terminal units shall be networked to a central control panel (CCP) with integral touchscreen display, which, based on the multiple zones comfort requirements, provides a staged "heat" or "cool" decision to be used by the building air conditioning unit. A variable air volume bypass air control terminal shall modulate to maintain a minimum air flow across the supply air conditioning unit. All VAV unit controller setpoints and operating parameters shall be stored in non-volatile electronic memory. All VAV unit controllers will have factory default setpoints and operating parameters capable of providing typical operating control on power -up. The VAV unit controller shall be field or factory configurable to function as an auto -changeover device, or as an auto - changeover device with local heat control capability. The VAV unit controller shall be configurable to control various types of local heat. The VAV unit controllers shall be programmed to allow local heat control during morning warm-up if VAV box is so equipped. B. The VAV terminal unit shall provide the following for monitoring and editing: occupied cooling/heating setpoint, unoccupied cooling/heating setpoint, maximum/minimum position setpoint, minimum heating position setpoint, minimum local heating position setpoint, active cooling/heating temperature setpoint, current terminal unit damper position, current zone temperature, terminal unit remote heat status, occupied/unoccupied mode, thumbwheel adjust enable/disable, thumbwheel adjust high/low limits, thumbwheel adjust deadband, terminal unit calibration. 4.2 MISCELLANEOUS SEQUENCE A. Exhaust fans shall be interlocked with AHU-1 and controlled on time schedule from building automation system. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents April 2013 239100-8 IER I ONE COMPANY Many Solutions. • • SECTION 26 0126 ACCEPTANCE TESTS AND PERFORMANCE VERIFICATION PART 1 - GENERAL 1.01 GENERAL SCOPE A. The Contractor shall engage the services of a recognized corporately and financially independent testing firm for the purpose of performing inspections and tests on all new electrical equipment supplied in this contract and on existing modified equipment as herein specified. B. The testing firm shall provide all material, equipment, labor and technical supervision to perform such tests and inspections. Testing shall be supervised by qualified professional engineering staff. C. It is the purpose of these tests to assure that all tested electrical equipment, is operational and within industry and manufacturer's tolerances and is installed in accordance with design specifications. Tests shall be performed with and in cooperation with certification tests performed by the switchgear manufacturer. It will be the testing contractor's responsibility to insure the coordinated testing and startup of the power system. The tests and inspections shall determine suitability for energization. D. An itemized description of existing equipment to be inspected and tested is as follows: 1. Provide routing of all existing underground feeders and branch circuits if deemed necessary by the engineer or general contractor for the purpose of locating exact routing of electrical ducts that may pose interference problems with new work. Routings shall be electronically located with signal tracer equipment, flagged and identified. 2. Provide testing of existing circuit breakers and fused switches with a 100 amp capacity or greater in the switchgear that is affected by this project. 3. Provide cable testing for new and existing feeders affected by this project from the switchgear to the proposed MCCs. 4. Provide two additional days of existing condition verification as directed in the field by the engineer. This requirement will be concentrated on additional duct bank location and verification for cable and conduits sizes and locations. E. The above electrical investigations and testing shall be used in the development of the final testing report encompassing all new and existing electrical equipment; Submitted with the operation and maintenance manuals prior to substantial completion of the project. The testing report shall be submitted on 8.5" X 11" paper on bound with all field test data in appendix form. Drawings within the testing report shall be on 11" X 17" paper folded to 8.5" X 11" and drawn with a computer aided design (CAD) package. The computer aided design package shall be AutoCAD or converted to AutoCAD. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 01 26 - 1 EMI April 2013 1.02 APPLICABLE CODES, STANDARDS, AND REFERENCES A. All inspections and test shall be in accordance with the following, codes and standards except as provided otherwise herein: 1. National Electrical Manufacturer's Association - NEMA 2. American Society for Testing and Materials - ASTM 3. Institute of Electrical and Electronic Engineers- IEEE 4. InterNational Electrical Testing Association - NETA Acceptance Testing Specifications - ATS -1991 5. American National Standards Institute - ANSI C2: National Electrical Safety Code. 6. State and local codes and ordinances 7. Insulated Cable Engineers Association - ICEA 8. Association of Edison Illuminating Companies - AEIC 9. Occupational Safety and Health Administration - OSHA 10. National Fire Protection Association - NFPA a. AN' SI/NFPA 70: National Electrical Code b. ANSI/NFPA 70B: Electrical Equipment Maintenance c. NFPA 70E: Electrical Safety Requirements for Employee Work -places d. ANSI/NFPA 78: Lightning Protection Code e. ANSI/NFPA 101: Life Safety Code B. All inspections and test shall utilize the following references: 1. Project design specifications 2. Project design drawings 3. Manufacturer's instruction manuals applicable to each particular apparatus 1.03 QUALIFICATIONS OF TESTING FIRM A. The testing firm shall be an independent testing organization, which can function as an unbiased testing authority, professionally independent of the manufacturers, supplier, and installers of equipment or systems evaluated by the testing firm. B. The testing firm shall be regularly engaged in the testing of electrical equipment devices, installations, and systems. C. The testing firm shall meet OSHA criteria for accreditation of testing laboratories, 5MGD EXPANSION Title 29, Part 1907, or be a Full Member company of the InterNational Electrical Testing Association. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 01 26 - 2 EMI April 2013 • D. The lead, on-site, technical person shall be currently certified by the International • Electrical Testing Association (NETA) or National Institute for Certification in Engineering Technologies (NICET) In electrical power distribution system testing E. The testing firm shall utilize engineers and technicians who are regularly employed by the firm for testing services. F. The testing, firm shall submit proof of the above qualifications when requested. 1.04 DIVISION OF RESPONSIBILITY A. The Contractor shall perform routine insulation -resistance, continuity, and rotation test for all distribution and utilization equipment prior to and in addition to tests preformed by the testing firm specified herein. B. The Contractor shall supply a suitable and stable source of electrical power to each test site. C. The Contractor shall notify the testing firm when equipment becomes available for acceptance tests. Work shall be coordinated to expedite project scheduling. However the testing firm shall visit the job a minimum of once a week to perform coordination duties required and make reports to the engineer of the installation progress. D. The testing firm shall notify the engineer prior to commencement of any testing. • E. Any system, material, or workmanship which is found defective on the basis of acceptance tests shall be reported to the engineer. F. The testing firm shall maintain a written record of all tests and, upon completion of project, shall assemble and certify a final test report. G. Safety and Precautions 1. Safety practices shall include, but are not limited to, the following requirements: a. Occupational Safety and Health Act. b. Accident Prevention Manual for Industrial Operations, National Safety council c. Applicable state and local safety operating procedures. d. Owner's safety practices. e. National Fire Protection Association - NFPA 70E f. American National Standards for Personnel Protection 2. All tests shall be performed with apparatus de -energized. Exceptions must be thoroughly reviewed to identify safety hazards and devise adequate safeguards. • 3. The testing firm shall have a designated safety representative on the project to super -vise the testing, operations with respect to safety. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 01 26 - 3 EMI April 2013 1.05 SUITABILITY OF TEST EQUIPMENT A. All test equipment shall be in good mechanical and electrical condition. B. Digital multimeters used shall be RMS sensing when the variable to be measured contains harmonies or DC offset or any deviation from a pure sine wave. C. Accuracy of metering in test equipment shall be appropriate for the test being performed but not in excess of 2 percent of the scale used. PART 2 - INSPECTION AND TEST PROCEDURES 2.01 SWITCHGEAR AND SWITCHBOARD ASSEMBLIES A. Visual and Mechanical Inspection 1. Inspect for physical, electrical, and mechanical condition. 2. Compare equipment nameplate information with latest one -line diagram. 3. Check for proper anchorage, required are clearances, physical damage and proper alignment. 4. Inspect all doors, panels, and sections for paint, dents, scratches, fit and missing hardware. 5. Verify that fuse and/or circuit breaker sizes and types correspond to drawings. 6. Verify that Current and potential transformer ratios correspond to drawings. Inspect all bus connections for high resistance. Use low resistance ohmmeter, or check tightness of bolted bus joints by using a calibrated torque wrench. Refer to manufacturer's instructions for proper torque levels. 7. Test all electrical and mechanical interlock systems for proper operation and sequencing. Closure attempt shall be made on locked open devices. Opening attempt shall be made on locked closed devices. Key exchange shall be made with devices operated in off normal positions. 8. Clean entire switchgear using manufacturer's approved methods and materials. 9. Inspect insulators for evidence of physical damage or contaminated surfaces. 10. Verify proper barrier and shutter installation and operation. 11. Lubrication: Verify appropriate contact lubricant on moving current carrying parts. Verify appropriate lubrication on moving and sliding surfaces. 12. Exercise all active components. 13. Inspect all mechanical indicating devices for proper operation. B. Electrical Tests City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 01 26 - 4 EMI April 2013 1. Perform tests on all instrument transformers. 2. Perform ground resistance tests. 3. Perform insulation resistance on each bus section, phase to -ground for one (1) minute. Test voltages and minimum resistances shall be in accordance with NETA recommendations. 4. Perform an overpotential test on each bus section, each phase -to -ground, for one (1) minute at values indicated in ANSI/IEEE C37.20.2. or manufacturer's recommended potential. 5. Perform insulation -resistance test on control wiring except where connected to solid state components. 6. Perform control wiring performance test. Use the elementary diagrams of the switchgear to identify each remote control and protective device. Conduct tests to verify satisfactory performance of each control feature. 7. Perform secondary voltage energization test on all control power circuits and potential Circuits as detailed in this specification. Check voltages levels at each point on terminal boards and at each terminal on devices. 8. Perform current injection tests on the entire current circuit in each section of switchgear. Perform current test by primary injection where possible; secondary injection if not. 9. Determine accuracy of all meters and calibrate watthour meters. Verify multipliers. 10. Perform phasing check on double -ended switchgear to ensure proper bus phasing from each source. 11. Control Power Transformers - Dry Type a. Inspect for physical damage, cracked insulation, broken leads, tightness of connections, defective wiring, and overall general condition. b. Verify proper primary and secondary fuse ratings or circuit breakers. c. Verify proper interlock function and contact operation. d. Perform insulation -resistance test. Perform measurements from winding -to -winding and windings -to -ground. e. Perform secondary wiring integrity test. Disconnect transformer at secondary terminals and connect secondary wiring to proper secondary voltage. Check potential at all devices. f. Verify proper secondary voltage by energizing primary winding with system voltage. Measure secondary voltage with the secondary wiring disconnected. 12. Potential Transformer Circuits a. Perform secondary wiring integrity test. Disconnect transformer at secondary terminals and connect secondary wiring to proper secondary voltage. Check for proper potential at all devices. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 01 26 - 5 EMI April 2013 b. Verify secondary voltage by energizing primary winding with system voltage. Measure secondary voltage with the secondary wiring disconnected. C. Test Values: Verify Bolt -torque values, Insulation resistance, overpotential levels in conformance to NETA standards or specified by manufacturer. 2.02 CABLES - LOW VOLTAGE - 600V MAXIMUM (FOR NEW AND REUSED EQUIPMENT AFFECTED BY THIS CONTRACT) A. Visual and Mechanical Inspection 1. Inspect cables for physical damage and proper connection in accordance with drawings. 2. Test cable mechanical connections to manufacturer's recommended values or NETA Standards using a calibrated torque wrench. 3. Check cable color -coding with applicable engineer's specifications and National Electrical Code standards. B. Electrical Tests 1. Perform insulation -resistance test on each conductor with respect to ground and adjacent conductors. Applied potential shall be 1000 volts de for 1 minute. 2. Perform continuity test to insure proper cable connection. 3. Test Values; Evaluate results by comparison with cables of same length and type. Investigate any values less than 50 megohms 2.03 CIRCUIT BREAKERS A. Circuit Breakers - Low Voltage molded case 1. Visual and Mechanical Inspection a. Check circuit breaker for proper mounting and compare nameplate data to drawings and specifications. b. Operate circuit breaker to ensure smooth operation. c. Inspect case for cracks or other defects. d. Check tightness of connections using calibrated torque wrench. Refer to manufacturer's instructions or NETA standards for proper torque levels. 2. Electrical Tests a. Perform a contact -resistance test. b. Perform an insulation -resistance test at 1000 volts DC from pole to pole and from each pole to ground with breaker closed and across open contacts of each phase. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 01 26 - 6 EMI April 2013 c. Determine long-time minimum pickup current by primary current injection where practical. d. Perform long-time delay time -current characteristic tests by passing three hundred percent (300%) rated current through each pole separately. Record trip time. e. Determine short -time pick -Lip and delay by primary current injection, f applicable. f. Determine ground -fault pickup and time delay by primary current injection, if applicable. g. Determine instantaneous pickup current by primary injection using run-up or pulse method. 3. Test Values a. Compare contact resistance or millivolt drop values to adjacent poles and similar breakers. Investigate deviations of more than fifty percent (50%). Investigate any value exceeding manufacturer's recommendations. b. Insulation resistance shall not be less than 100 megohms. c. Trip characteristic of breakers shall fall within manufacturer's published time current characteristic tolerance band, including adjustment factors. d. All trip times shall fall within NETA Standards. Circuit breakers exceeding specified trip time at three hundred percent (300%) of pickup shall be tagged defective. e. Instantaneous pickup values shall be within NETA standards. 2.04 METERING AND INSTRUMENTATION A. Visual and Mechanical Inspection 1. Examine all devices for broken parts, shipping damage and tightness of connections. 2. Verify that meter types, scales and connections are in accordance with drawings and specifications. B. Electrical Tests 1. Determine accuracy of meters at 25/50/75/100% of full scale. 2. Calibrate watthour meters to one-half percent (0.5%). 3. Verify all instrument multipliers. 4. Verify calibration of all instrumentation is accurate to the operator interface terminals 2.05 GROUNDING SYSTEMS: A. Visual and Mechanical Inspection • B. Inspect ground systems for compliance with drawings and specifications. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 01 26 - 7 EMI April 2013 C. Electrical Tests (Small Systems) D. Perform ground -impedance measurements utilizing the fall -of -potential method per ANSI/IEEE Standard 81 "IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System." Instrumentation utilized shall be as Approved by NETA Standards and shall be specifically designed for ground impedance testing. Provide sufficient spacing so that plotted curves flatten. E. Electrical Tests (Large Systems) F. When sufficient spacing of electrodes is impractical, perform ground -impedance measurements utilizing either the intersecting curves method or the slope method. (Ref. Nos. 40 and 41 in IEEE Std. 81.) G. Equipment Grounds H. Utilize two-point method of IEEE Std. 81. Measure between equipment ground being tested and known low -impedance grounding electrode of system. I. Test Values 1. The main ground electrode system impedance -to -ground should be no greater than ten (10) ohms Equipment grounds, depending on size and length of grounding conductor, should be only fractionally higher than system ground. 2.06 GROUND -FAULT SYSTEMS A. Visual and Mechanical Inspection 1. Inspect for physical damage and compliance with drawings and specifications. 2. Inspect neutral main bonding connection to assure: a. Zero -sequence sensing system is grounded. b. Ground -strap sensing systems are grounded through sensing device. c. Ground connection is made ahead of neutral disconnect link on zero - sequence sensing systems. d. Grounded conductor (neutral) is solidly grounded. 3. Inspect control power transformer to ensure adequate capacity for system. 4. Manually operate monitor panels (if present) for: Trip test; No trip test; Non- automatic reset. 5. Record proper operation and test sequence. 6. Set pick -Lip and time -delay settings in accordance with the settings provided by the manufacturer. B. Electrical Tests City of Clearwater WTP No. 2 — Contract 4: RO Plant • Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 01 26 - 8 EMI April 2013 1. Measure system neutral insulation resistance to ensure no shunt ground paths exist. Remove neutral -ground disconnect link. Measure neutral insulation resistance and replace link. 2. Determine the relay pickup current -by -current injection at the sensor and operate the circuit -interrupting device. 3. Test the relay timing by injecting three hundred percent (300%) of pickup current, or as specified by manufacturer. 4. Test the system operation at fifty-seven percent (57%) rated control voltage if applicable. 5. Test zone interlock systems by simultaneous sensor current injection and monitoring zone blocking function. 6. On multiple source, tie breaker, etc., systems, devise a simulation scheme that fully proves correct operation. C. Test Parameters 1. System neutral insulation shall be a minimum of one hundred (100) ohms, preferable one (1) megohm or greater. 2. Relay timing shall be in accordance with manufacturer's published time current characteristic curves but in no case longer than one (1) second for fault currents equal to or greater than 3,000 amperes. 3. Relay pickup value shall be within ±10% of setting and in no case greater than 1200A. 2.07 MOTOR CONTROL A. Visual and Mechanical Inspection 1. Inspect for physical damage, proper anchorage, and grounding. 2. Inspect equipment for compliance with drawings and specifications. 3. Motor -running protection a. Compare overload heater rating with motor full -load current rating to verify proper sizing. b. If motor running protection is provided by fuses, verify proper rating considering motor characteristics and power -factor correction capacitors if applicable. c. Check tightness of bolted connections using calibrated torque wrench. B. Electrical Tests 1. Insulation tests: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 01 26 - 9 EMI April 2013 a. Measure insulation resistance of each bus section phase -to -phase and phase -to -ground for one (1) minute. Test voltage shall be in accordance with NETA Standards. b. Measure insulation resistance of each starter section phase -to -phase and phase -to -ground with the starter contacts closed and the protective device open. Test voltage shall be in accordance with NETA Standards. c. Measure Insulation resistance of each control circuit with respect to ground. 2. Test motor overload units by injecting current through overload unit and monitoring trip time at three hundred percent (300%) of motor full -load current. 3. Three phase power unbalance: Run motor at full load steady state conditions and take Current readings on all three leads. Roll the motor leads maintaining the proper rotation and take motor current readings on all three possible hook -Lips. Choose the least unbalance hookup for each motor. The maximum acceptable unbalance is 10 percent at full load. If the unbalance cannot be corrected by rolling leads, the source of the unbalance must be located and corrected. If on the three possible hook tips, the leg of "greatest unbalance" (furthest from the average) stays on the same power lead then most of the unbalance is being caused by the power source. However, if the leg of greatest unbalance moves on each of the hookups with a particular motor lead, the primary source of unbalance is on the motor side of the starter. Check for damaged cable, leaking splices, poor connections or faulty motor winding 2.08 TRANSFORMERS - DRY TYPE TRANSFORMERS - SMALL DRY TYPE, AIR- COOLED (600 VOLT AND BELOW) A. Inspect for physical damage, broken insulation, tightness of connections, defective wiring, and general condition. B. Thoroughly clean unit prior to making any tests. C. Perform insulation -resistance test. D. Energize primary winding with system voltage. Measure secondary voltage with the secondary load disconnected. Record results. 2.09 SYSTEM FUNCTION TESTS A. General 1. Perform system function tests upon completion of equipment tests. It is the purpose of system function tests to prove the proper interaction of all sensing, processing, and action devices. 2. Implementation: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 01 26 - 10 EMI April 2013 • • a. Develop test parameters for the purpose of evaluating performance of all integral components and their functioning as a complete unit within design requirements. b. Test all interlock devices. c. Record the operation of alarms and indicating devices from point of origin to operator interface monitoring systems. 2.10 THERMOGRAPHIC SURVEY A. Visual and Mechanical 1. Remove all necessary covers prior to scanning, 2. Inspect for physical, electrical, and mechanical condition. B. Equipment to be scanned 1. All new and existing equipment with ratings of 100amps or more. C. Provide report indicating the following: 1. Problem area (location of "hot spot") 2. Temperature rise between "hot spot" and normal or reference area. 3. Cause of heat rise 4. Phase unbalance, if present 5. Areas scanned D. Test Parameters 1. Scanning distribution system with ability to detect 1 degree C between subject area and reference at 30 degree C. 2. Equipment shall detect emitted radiation and convert detected radiation to visual signal. 3. Infrared surveys should be performed during periods of maximum possible loading but not less than twenty percent (20%) of rated load of the electrical equipment being inspected. 4. Provide photographs and/or the thermogram of the deficient area as seem on the imaging system END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 01 26 - 11 EMI April 2013 • City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 01 26 - 12 EMI April 2013 • SECTION 26 05 00 GENERAL PROVISIONS PART 1- GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified, and required to complete the electrical Work. The Work also includes: a. The installation of all conduits, inserts and other electrical items to be embedded in concrete, or built into walls, partitions, ceilings or panels constructed by other contractors. b. Furnish all labor, materials, equipment and incidentals required for a complete electrical system as hereinafter specified and shown on the Drawings, whether or not specifically shown or called for. c. The work, apparatus and materials which shall be furnished under these Specifications and accompanying Drawings shall include all items listed hereinafter an/or shown on the Drawings. All materials necessary for the complete installation shall be furnished and installed by the Contractor to provide complete power, generator, lighting systems, instrumentation, wiring and control systems as indicated on the Drawings and/or as specified herein whether or not specifically shown or called for. Certain equipment will be furnished as specified in other Section of this specification which will require conduit and wire to complete the installation as required. d. The Contractor shall furnish and install the necessary cables, transformers, motor control centers, protective devices (surge protection), conductors, exterior electrical system, etc., to serve motor loads, lighting loads and miscellaneous electrical loads as indicated on the Drawings and/or as specified hereinafter. e. The work shall include complete testing of all equipment and wiring at the completion of the work and making any minor connection changes or adjustments necessary for the proper functioning of the system and equipment. All workmanship shall be of the highest quality; substandard work will be rejected. f. Provide permitting and acceptance testing. g. Make all field connections to process instrument panels and other control panels furnished under other Divisions of these Specifications. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 00 - 1 EMI April 2013 h. For process instrumentation furnish and install all conduit, wire and interconnections between primary elements, transmitters, local indicators and receivers. It is the intent of these Specifications that the electrical system shall be suitable in every way for the service required. All material, equipment, appliances and all work which may be reasonably implied as being incidental to the work of this Section shall be furnished at no extra cost. j. Each bidder or his authorized representatives shall, before preparing a bid, visit all areas of the existing building and/or proposed site in which work will take place and be performed to inspect carefully the present installation and conditions. The submission of the bid by this bidder shall be considered evidence that the bidder has visited the project and noted the locations and conditions under which the work will be performed and that the bidder takes full responsibility for a complete knowledge of all factors governing his work. k. All necessary temporary power requirements are the responsibility of the Contractor and shall be furnished at to extra cost to the Owner 1. All necessary temporary power, control and instrumentation requirements are the responsibility of the Contractor and shall be furnished at no extra cost to the Owner. Power and controls shall be furnished to all existing equipment at all times. m. Provide demolition, cutting patching and repair to match existing conditions. Remove from the site and deliver to the Owner all conduits, wires, boxes, panels and control systems made obsolete by this work. B. Coordination: 1. Review installation procedures, space requirements and schedules under other Sections and coordinate with other trades the installation of related electrical items that must be installed with or within formwork, walls, floors, structures, partitions, ceilings and panels. C. General: 1. Interpretation of Drawings: a. Dimensions shown that are related to equipment are based on the equipment of one manufacturer. Conform the dimensions of the equipment furnished to the space allocated for that equipment. b. The Drawings show the principal elements of the electrical Work. They are not intended as detailed working drawings for the electrical Work, but as a supplement to these Specifications to clarify the principal features of the electrical systems. c. It is the intent of the Contract Documents that all equipment and devices, furnished and installed under this Contract be properly connected and City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 00 - 2 EMI April 2013 • • interconnected with other equipment and devices so as to render the installations complete for successful operation, regardless of whether all the connections and interconnections are specifically mentioned in these Specifications or as shown. d. It also is the intent of the Contract Documents that similar products are by the same manufacturer for uniformity on the Project. D. Related Sections: 1. Excavation and backfilling for underground ductbanks shall conform to Section 02 03 15, Excavation and Backfill. 2. Anchor Bolts and other fasteners shall conform to Section 03 15 00, Concrete Accessories. 3. Concrete work for equipment pads, manholes, ductbanks and conduit encasement shall conform to Section 03 30 00, Cast -In -Place Concrete. 4. Shop painting and surface preparation shall conform to Section 09 90 01, Painting. E. Work Installed and Tested by CONTRACTOR But Furnished By Others: 1. Certain High Service Pump Variable Frequency Drives F. Temporary Power and Lighting: 1. Refer to Section 01 50 00, Temporary Electricity, for temporary power during construction. 2. Refer to Section 01 50 00, Temporary Lighting, for temporary lighting during construction. 1.02 QUALITY ASSURANCE A. Permits: Refer to the General Conditions for responsibilities for obtaining and paying for CONTRACTOR'S permits, licenses and inspection fees. B. Codes: All work shall comply with the National Electrical Code and all related Codes. C. Testing Laboratory Labels: Electrical material and equipment shall be new and shall bear the label of the Underwriters' Laboratories, Inc., or other nationally recognized, independent testing laboratory, wherever standards have been established and label service regularly applies. D. Area Classifications: 1. Materials and equipment shall conform to the area classification(s) shown, specified, and required. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 00 - 3 EMI April2013 2. Corrosive Locations: Materials, equipment and incidentals in corrosive areas shall conform to NEC and NEMA requirements for corrosive locations. Enclosures installed in corrosive locations shall conform to NEMA 4X requirements, unless specified otherwise. a. All outdoor and indoor ventilated areas shall be defined as a corrosive area. 3. Hazardous Locations: Materials, equipment and incidentals in hazardous locations shall meet NEC requirements for the Class and Division designated. a. All hazardous locations will be indicated on the drawings 4. Air -Conditioned Locations: All indoor air-conditioned areas not designated as hazardous, corrosive or wet shall be considered as general purpose locations. Materials, equipment and incidentals in dusty locations shall conform to NEC and NEMA 12 requirements, unless specified otherwise. E. Utilities: 1. Power Company: Perform Work in connection with the electric service and utility metering in strict conformance with the requirements of Tampa Electric. F. Wiring Coordinator: 1. The Contractor shall retain the services of a Wiring Coordinator who shall prepare complete point-to-point interconnection wiring diagrams. The diagrams shall identify all external interconnecting wiring associated with all new or modified existing equipment. a. Qualifications: Wiring Coordinator shall have experience in the development of diagrams of the type specified and shall have served in a similar role on a project of similar size and complexity. i. Present qualifications and approach for the project at Pre - submittal Conference specified under Section 40 61 13, Plant Monitoring and Control System General Requirements. ii. Prepare the items listed below for presentation at the Pre - submittal Conference. Submit copies to ENGINEER three weeks prior to date of conference. I. List of projects where the Wiring Coordinator developed point-to-point wiring diagrams. II. Samples of diagrams that were developed for the listed projects. III. Example wiring diagram proposed for the Work with a preliminary list of drawings to be produced. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 00 - 4 EMI April 2013 • • • IV Plan of how information will be obtained and documented. iii. The installer of the wiring shall not be considered as the Wiring Coordinator. b. Responsibilities: i. Develop diagrams for performance of the Work and to document terminations. Prepare diagrams in accordance with the requirements specified under this Section and the sample diagram as shown. The diagrams shall be in addition to loop diagrams specified in Section 40 61 13, Plant Monitoring and Control System General Requirements. ii. Use information obtained from approved Shop Drawings, Record Drawings and field inspections as required to complete the diagrams. iii. Attend Pre -submittal Conference and monthly coordination and Progress Meetings specified in Section 40 61 13, Plant Monitoring and Control System General Requirements. iv. Direct the Electrical Contractor to remove all control and instrumentation wiring made obsolete by this project. G. Field Quality Control: 1. Conduct field quality control Work for the electrical installation. Field quality control shall be in accordance with the requirements specified under Article 3.5., below. 2. Retain from OWNER as -built Record Drawings as required to execute the Work. 1.03 SUBMITTALS A. Refer to Section 01 33 00, Submittals, and the General Conditions. B. Shop Drawings shall include the following information to the extent applicable to the particular item: 1. Manufacturer's name and product designation or catalog number. 2. Electrical ratings. 3. Conformance to applicable standards or specifications of ANSI, ASTM, ICEA, IEEE, ISA, NEC, NEMA, NFPA, OSHA, UL, or other organizations. 4. Dimensioned plan, section, elevations and panel layouts showing means for mounting, conduit connection and grounding. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 00 - 5 EMI April 2013 5. Materials and finish specification, including paints. 6. List of components including manufacturer's names and catalog numbers. 7. Internal wiring diagram and drawings indicating all connections to components and numbered terminals for external connections. C. Submit demonstration of equipment operational test procedures and results. 1.04 PROJECT CLOSEOUT A. Operation and Maintenance Data: 1. Refer to Section 01 78 23, Operation and Maintenance Data. B. Record Drawings: 1. Furnish Record Drawings in accordance with Section 01 77 00, Record Documents, including: a. System Record Drawings: Include the following: i. One line wiring diagram of the distribution system. ii. Actual in place conduit and cable layouts with schedule of conduit sizes and number and size of conductors. iii. Layouts of the power and lighting arrangements and the grounding system. iv. Control schematic diagrams, with terminal numbers and all control devices identified, for all equipment. b. Point -to -Point Interconnection Wiring Diagram Drawings: Include the following: i. External wiring for each piece of equipment, panel, instrument and other devices and wiring to control stations, lighting panels and motor controllers. ii. Numbered terminal block identification for each wire termination. iii. Identification of the assigned wire numbers for all interconnections. iv. Identification of all wiring by the conduit tag in which the wire is installed. v. Terminal, junction, and pull boxes through which wiring is routed. vi. Identification of all equipment and the Shop Drawing transmittal number for equipment from which the wiring requirements and termination information was obtained. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 00 - 6 EMI April 2013 • • 2. The Record Drawings shall reflect final equipment and field installation information. 1.05 DELIVERY, STORAGE AND HANDLING A. Delivery of Products: Advise manufacturers and vendors as to the maximum shipping sizes of equipment that can be accommodated at the Site. 1.06 JOB CONDITIONS A. Existing Conditions: 1. CONTRACTOR shall examine the Site and existing facilities in order to compare them with the Contract Documents with respect to the conditions of the premises, location of and connection to existing facilities and any obstructions which may be encountered. 2. CONTRACTOR shall perform the Work with due regard to safety and in a manner that will not interfere with the existing equipment or in any way cause interruption of any of the functions of the plant. 3. Work shall be carried out with a minimum amount of disruption to the operation of the existing plant and with prior approval of OWNER. CONTRACTOR shall submit, for approval by OWNER, a detailed written procedure for Work which affects operation of the existing plant, a detailed procedure for modifying any existing electrical equipment, and anticipated time required to complete the Work and the required shutdown time, if any. 4. Where the Work of CONTRACTOR ties in with existing installations, CONTRACTOR shall take prior precautions and safeguards in connecting the Work with the existing operating circuits so as to prevent any interruption to the existing operating circuits. The tying in of Work, installed under this Contract, with the existing circuits shall be performed only in the presence of OWNER. Advance notice will be required before any equipment is removed from service. CONTRACTOR shall notify OWNER, in writing, of their intention to do such Work, providing full details. B. Staging: 1. Refer to Section 01 14 00, Coordination with OWNER'S Operations. C. Demolitions: 1. Refer to Section 02 41 00, Demolitions. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 00 - 7 EMI April 2013 1.07 ELECTRICAL EQUIPMENT A. All electrical equipment shall be capable of operating successfully at full -rated load, without failure, with an ambient outside air temperature of 0°F to 98°F and an elevation of 100 feet (MSL). B. All electrical devices and equipment shall have ratings based on 75°C terminations. 1.08 SCHEMATIC DIAGRAMS A. Schematic diagrams are provided for CONTRACTOR'S guidance in fulfilling the operational intent of the Contract Documents. B. It shall be CONTRACTOR'S responsibility to meet all safety and electrical codes, and to provide all equipment, appurtenances and specialty items required to provide for complete and operable systems. C. Review of control schemes submitted by CONTRACTOR shall not relieve CONTRACTOR of their contractual responsibility to provide complete and successfully operating systems. PART 2 - PRODUCTS 2.01 IDENTIFICATION DEVICES A. Safety Signs: 1. Provide high voltage signs for equipment operating over 600 volts. 2. High voltage signs shall be in accordance with OSHA, standard red finish with white and black graphics. Signs shall be a minimum 10 -inches high by 14 -inches wide. 3. In wet and corrosive areas, signs shall be fiberglass reinforced polyester. In dusty locations, signs may be rigid acrylic or aluminum plate 1/16 -inch thick. 4. High voltage signs shall read; "DANGER - HIGH VOLTAGE KEEP OUT". B. Equipment and Device Nameplates: 1. Provide nameplates to identify equipment, item's function and the equipment to which it serves. 2. Nameplates shall be laminated plastic with black letters on a white background or match existing. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 00 - 8 EMI April 2013 • 3. Letter engravings shall be 1/2 -inch high for equipment identification and 1/4 -inch high for pilot device identification. 4. Nameplates 1 -inch or less in height shall have one mounting hole at each end. Nameplates greater than 1 -inch in height shall have mounting holes in all four corners. C. Fasteners: Fasten all signs and nameplates with 3/16 -inch diameter, round head, stainless steel, self -tapping screws. 2.02 WIRE MARKERS A. Refer to Section 26 05 19, 600 Volt Cable. 2.03 CONDUIT TAGS A. Refer to Section 26 05 33, Rigid Conduit. 2.04 SUPPORTS A. Channels, Fittings and Brackets: 1. Provide Type 316 stainless steel channels, fittings, brackets and related hardware for mounting and supporting the electrical equipment and lighting. Include all Type 316 stainless steel anchor bolts, rods, concrete inserts and related hardware for proper support of equipment. 2. Channels shall conform to ASTM A 240. Channels shall have a minimum thickness of 12 gauge and a cross sectional width dimension of 1-1/2 inch, minimum. The depth shall be as required to satisfy load requirements. 3. Attachment holes, when required, shall be factory punched on hole centers approximately equal to the cross sectional width and shall be 9/16 -inch diameter. 4. Fittings and brackets shall have 9/16 -inch diameter holes on centers identical to the channel or as required to align with the channel holes. Fittings and brackets shall have the same width as the channel and shall be 1/4 -inch thick, minimum. Fittings and brackets shall mate properly with the channel. 5. All channels, fittings, brackets and related hardware shall be Type 316 stainless steel channels. 6. In air-conditioned areas, channels, fittings, brackets and related hardware shall be steel and have an electro -plated zinc finish according to ASTM B 633. B. Conduit Hangers, Supports and Inserts: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 00 - 9 EMI April 2013 1. Provide channels, rods, straps, anchors and related hardware for support of the exposed conduit system. Include all anchor bolts, concrete inserts and related hardware for proper support of the conduit system. 2. Refer to Section 26 05 33, Rigid Conduit, for conduit hangers and supports. C. Manufacturers: Provide products of one of the following: 1. B -Line Systems. 2. Kindorf. PART 3 - EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the conditions under which the Work is to be installed and notify the ENGINEER, in writing, of conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected. 3.02 SUPPORT INSTALLATION A. Install supporting devices level, parallel and perpendicular to building walls and floors, such that the support system is installed in a neat and professional manner. B. The channels, fittings and brackets shall be rigidly bolted together and braced to make a substantial supporting framework support system. C. All holes in hung ceilings for support rods and other equipment shall be made adjacent to bars where possible, to facilitate removal of ceiling panels. D. All equipment fastenings to steel columns, beams and trusses shall be by beam clamps. In lieu of beam clamps, equipment may be welded to steel structures. 3.03 EQUIPMENT IDENTIFICATION A. Provide identification of each electrical item, in addition to the manufacturer's nameplates, to identify the item's function and the equipment or system which it serves or controls. B. Identify equipment by means of nameplates. Re -label existing equipment whose designation has been changed. C. Color code and identify wires and cables by means of wire markers. Identify power conductors by circuit number and phase. Identify each control, signal and status wire by City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 00 - 10 EMI April 2013 • • • • a unique number. Numbering system shall reflect the actual designations used in the Work and shall be documented on the point-to-point wiring diagrams. Coil spare wiring neatly. Tag each spare wire with conduit number and note its origin. D. Identify raceways by means of brass tags. E. Identify all boxes, control stations and similar devices with nameplates. Identify each device by a unique number. Numbering system shall reflect the actual designations used in the field and as documented on wiring diagrams. F. All feeders and branch circuit devices shall have nameplates identifying the served equipment name and number. Where execution of the Work under this Contract requires certain feeders and branch circuit devices to be modified, CONTRACTOR shall provide nameplates reflecting the modifications. The nameplates shall identifying the served equipment name and number. G. All control and indicating devices shall have individual nameplates identifying device function. 3.04 DEMONSTRATION OF EQUIPMENT • A. Demonstrate, in the presence of the OWNER, when the Work is Substantially Complete that all electrical systems and electrically operated equipment operates as specified, designed and as required. • B. Coordinate the demonstration of equipment tests with the OWNER'S personnel in advance and in accordance with the requirements of Section 01 14 00, Coordination with OWNER'S Operations. C. Include the following operational tests: 1. Operate all power circuits to verify proper operation and connection to equipment, including mechanical key -interlocks for circuit breakers. 2. Removed and reapplied supplies to automatic transfer equipment to verify their operation. Activate standby power systems to verify their automatic start-up, proper deenergization and cool down upon reapplication of normal supply. 3. Operate all control circuits including pushbuttons, indicating lights and similar devices to verify proper connection and function. Operate all devices, such as pressure and flow switches and similar devices to verify that shut -downs and control sequences operate, as required. 4. Operate all lighting systems and receptacle devices for proper operation and connections. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 00 - 11 EMI April 2013 D. Provide a demonstration of equipment report. The report shall include complete information on the tests performed and the results. 3.05 FIELD QUALITY CONTROL A. Provide field services for the interface of existing circuits. Field determine system and equipment requirements prior to system modifications. B. The field services required at a minimum shall include the following: 1. Coordinate the interface of equipment with OWNER'S personnel and field conditions. 2. Field compare existing starter and panel control circuit terminations from as -built Record Drawings with the existing circuits. 3. Field trace existing circuits, as required, for the interface of the equipment provided. 4. Field identify starter and panel control terminations for follow function for the purpose of reconnection. C. Provide all tools and equipment, as required, to perform the tracing of circuits necessary for proper execution of the Work. D. It shall be the responsibility of the CONTRACTOR to define and identify all wiring, circuit terminations and equipment to be modified to ensure the proper interface of all components. CONTRACTOR shall include in their bid all costs associated with the field services specified, as required, to ensure a complete functional system. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 00 - 12 EMI April 2013 • • SECTION 26 0519 600 VOLT CABLE PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install 600 volt cable. 2. The types of cable required include the following: a. Insulated cable for installation in raceways. b. Direct burial cable. c. Direct burial cable duct. 1.02 REFERENCES A. Standards referenced in this Section are listed below: 1. American Society for Testing and Materials, (ASTM). a. ASTM B 3, Soft or Annealed Copper Wire. b. ASTM B 8, Specification for Concentric -Lay -Stranded Copper Conductors, Hard, Medium -Hard or Soft. 2. Insulated Cable Engineers' Association, (ICEA). a. ICEA S-95-658, Standard for Non -Shielded Power Cables Rated 2,000 Volts or Less. 3. National Electrical Code, (NEC). 4. Underwriters Laboratories, Incorporated, (UL). a. UL 44, Thermoset -Insulated Wires and Cables. b. UL 83, Thermoplastic -Insulated Wires and Cables. 1.03 QUALITY ASSURANCE A. Requirements of Regulatory Agencies: 1. Codes: Install cable in accordance with the National Electrical Code and applicable local codes. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 19 - 1 EMI April 2013 2. Tests by Independent Regulatory Agencies: Cable shall bear the label of the Underwriters' Laboratories, Inc. B. Factory Production Tests: 1. All wire and cable shall be factory tested in accordance with the requirements of Underwriters' Laboratories, Inc. 1.04 SUBMITTALS A. Shop Drawings: Submit the following: 1. Manufacturer's literature, specifications, and engineering data for 600 volt insulated cable proposed for use. 2. Manufacturer's literature for cable markers. B. Test Records: Submit for review copies of written records of field insulation resistance test results. PART 2 - PRODUCTS 2.01 MATERIALS A. Insulated Cable In Raceways: 1. Material: Single conductor copper cable conforming to ASTM B3 and ASTM B8 with flame-retardant, moisture and heat resistant cross-linked polyethylene or thermoplastic insulation rated 90°C in dry locations and 75°C in wet locations and listed by UL as Type XHHWor THHN/THWN. 2. Application: Use XHHW for No. 4 and larger and THHN/THWN or XHHW for No. 6 and smaller. 3. Wire Sizes: Not smaller than No. 12 AWG for power and lighting and No. 14 AWG for 120 volt control circuits. 4. Stranding: All 600 volt cable shall be stranded, except that solid cable, No. 10 and smaller may be used for lighting circuits. 5. Manufacturers: Provide products of one of the following: a. Triangle Wire and Cable, Incorporated. B. Cable Connectors, Solderless Type: 1. For wire sizes up to and including No. 6 AWG, use compression type. Alarm and control wire shall be terminated using forked type connectors at terminal boards. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 19 - 2 EMI April 2013 2. Products and Manufacturers: Provide products of one of the following: a. T & B Sta-Kon. b. Burndy Hylug. 3. For wire sizes No. 4 AWG and above, use either compression type or bolted type with silver-plated contact faces. 4. For wire sizes No. 250 KCMIL and larger, use connectors with at least two cable clamping elements or compression indents and provision for at least two bolts for joining to apparatus terminal. 5. Properly size connectors to fit fastening device and wire size. C. Cable Splices: 1. For wire sizes No. 8 AWG and larger, splices shall be made up with compression type copper splice fittings. Splices shall be taped and covered with materials recommended by the cable manufacturers, to provide insulation equal to that on the conductors. 2. For wire sizes No. 10 AWG and smaller, splices may be made up with preinsulated spring connectors. 3. For wet locations, splices shall be waterproofed. Compression type splices shall be waterproofed by a sealant -filled, thick wall, heat shrinkable, thermosetting tubing or by pouring a thermosetting resin into a mold that surrounds the joined conductor. Spring connector splices shall be waterproofed with a sealant -filler. 4. Products and Manufacturers: Provide one of the following: a. Compression -Type Splices: i. Burndy Hylink. ii. T&B Color -Keyed Compression Connectors. b. Spring Connectors: i. Buchanan B -Cap. ii. T&B Wire Connector. D. Cable Markers: 1. Material: Vinyl type, moisture, heat and abrasion resistant with adhesive back. Cable identification shall be clearly marked. 2. Products and Manufacturers: Provide one of the following: a. Buchanan Wire Markers. b. T&B E -Z Code. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 19 - 3 EMI April 2013 PART 3 - EXECUTION 3.01 INSTALLATION A. Install all cables complete with proper terminations at both ends. Check and correct for proper phase sequence and proper motor rotation. B. Pulling: 1. Use insulating types of pulling compounds containing no mineral oil. 2. Pulling tension shall be within the limits recommended by the wire and cable manufacturer. 3. Use a dynamometer where mechanical means are used. 4. Cut off section subject to mechanical means. C. Bending Radius: Limit to a minimum of six times cable overall diameter. D. Slack: Provide maximum slack at all terminal points. E. Splices: 1. Where possible, install cable continuous, without splice, from termination to termination. 2. Where required, splice as shown and also where required for cable installation. All splices below grade, in manholes, handholes and wet locations shall be waterproofed. 3. Splices are not allowed in conduits. F. Identification: Identify all conductors in accordance with Section 26 05 00, General Provisions. Identify power conductors by circuit number and phase at each terminal or splice location. Identify control and status wiring using numeral tagging system. G. Color code power cables as follows: 1. No. 8 AWG and Smaller: Provide colored conductors. 2. No. 6 AWG and Larger: Apply general purpose, flame retardant tape at each end, wrapped in overlapping turns to cover an area of at least 2 -inches. 3. Colors: System Conductor Color All Systems Equipment Grounding Green 240/120 Volts Grounded Neutral White City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 26 05 19 - 4 EMI • Single -Phase, Three -Wire One Hot Leg Other Hot Leg Black Red 208Y/120 Volts Three -Phase, Four -Wire Grounded Neutral Phase A Phase B Phase C White Black Red Blue 240/120 Volts Three -Phase, Four -Wire Delta, Center Tap Ground on Single -Phase Grounded Neutral Phase A High (wild) Leg Phase C White Black Orange Blue 480Y/277 Volts Three -Phase, Four -Wire Grounded Neutral Phase A Phase B Phase C Gray Brown Orange Yellow 3.02 TESTING A. Test each electrical circuit after permanent cables are in place to demonstrate that the circuit and equipment are connected properly and will perform satisfactorily and that they are free from improper grounds and short circuits. B. Individually test 600 volt cable mechanical connections after installation and before they 4111 are put in service with a calibrated torque wrench. Values shall be in accordance with manufacturer's recommendations. C. Individually test 600 volt cables for insulation resistance between phases and from each phase to ground. Test after cables are installed and before they are put in service with a Megger for one minute at a voltage rating recommended by the cable manufacturer or in accordance with NEMA and ICEA standards. D. The insulation resistance for any given conductor shall not be less than the value recommended by the cable manufacturer or in accordance with NEMA and ICEA standards. Any cable not meeting the recommended value or which fails when tested under full load conditions shall be replaced with a new cable for the full length. E. Where existing cables are spliced to cables provided under this Contract, the existing cables shall be tested prior to splicing. Test cables at 1,000 volts DC for one minute. The entire spliced cable installation shall be re -tested after the splice is completed. Any existing cable which fails or has a value less than two megohms shall be brought to the ENGINEER'S attention and the splicing shall not proceed. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 19 - 5 EMI April 2013 THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 19 - 6 EMI April 2013 SECTION 26 05 23 INSTRUMENTATION CABLE PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install instrumentation cable. 2. The types of cable include the following: a. Shielded Instrument Cable. 1.02 SUBMITTALS A. Shop Drawings: Submit the following: 1. Manufacturer's technical information for instrumentation cable proposed for use. PART 2 - PRODUCTS 2.01 MATERIALS A. Single Shielded Pair Instrument Cable: 1. Tinned copper, stranded conductors, No. 18 AWG minimum, twisted with aluminum -polyester shield, stranded tinned No. 20 AWG copper drain wire and overall chrome vinyl jacket. Rated for 300 volts minimum. 2. Manufacturers: Provide products of one of the following: a. Okonite Company. b. Belden Company. c. Dekoron Wire and Cable Company. B. Multipaired Shielded Instrument Cable: 1. Tinned copper, seven strand XLPE insulated conductors, No. 18 AWG minimum, twisted in pairs with aluminum-mylar shield over each pair, silicone rubber fiberglass fire barrier tape, tinned copper drain wire, aluminum mylar overall shield, Hypalon outer jacket. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 23 - 1 EMI April 2013 2. Manufacturers: Provide products of one of the following: a. Okonite Company. b. Dekoron Wire and Cable Company. C. Multiconductor Shielded Instrument Cable: 1. Tinned copper, stranded conductors, No. 18 AWG minimum, with overall aluminum -polyester shield with 85 percent tinned copper braid shield and overall teflon jacket. 2. Manufacturers: Provide products of one of the following: a. Okonite Company. b. Belden Company. D. Cable Terminals: 1. Fork type copper compression terminals with nylon insulation for termination of cable at all terminal blocks. 2. Manufacturers: Provide products of one of the following: a. T&B Sta-Kon. b. Burndy Insulug. PART 3 - EXECUTION 3.01 INSTALLATION A. Install all cable complete with proper terminations at both ends. B. Install in conduit separate from power cables, unless otherwise noted. C. Ground shield on shielded cables at one end only and as recommended by instrument manufacturer. D. Identify all conductors in accordance with Section 26 05 00, General Provisions. E. Install and terminate vendor furnished cable in accordance with vendor equipment requirements and cable manufacturer's specific recommendations. F. Install in conformance with the National Electrical Code. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 23 - 2 EMI April 2013 • ID 3.02 TESTING A. Test all wiring in conformance with the requirements of Section 26 05 19, 600 Volt Cable. B. Test shielded instrumentation cable shields with an ohmmeter for continuity along the full length of the cable and for shield continuity to ground. C. Connect shielded instrumentation cables to a calibrated 4 to 20 mADC signal transmitter and receiver. Test at 4, 12, and 20 milliamp transmitter settings. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 23 - 3 EMI April 2013 • THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 23 - 4 EMI April 2013 SECTION 26 05 26 GROUNDING SYSTEMS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install complete grounding for the electrical systems, structures and equipment. 1.02 REFERENCES A. Standards referenced in this Section are listed below: 1. American Society for Testing and Materials, (ASTM). a. ASTM B 8, Specification for Concentric -Lay -Stranded Copper Conductors, Hard, Medium -Hard or Soft. b. ASTM B 189, Specification for Lead -Coated and Lead -Alloy -Coated Soft Copper Wire for Electrical Purposes. 2. National Electrical Code, (NEC). a. NEC Article 250, Grounding. 3. Underwriters' Laboratories, Inc., (UL). a. UL 467, Grounding and Bonding Equipment. 1.03 SUBMITTALS A. Shop Drawings: Submit the following: 1. Manufacturer's technical information for grounding materials proposed for use. 2. Listing of grounding connector types identifying where they are to be used. 3. Layouts of each structure ground grid. 4. Test point construction details. 5. Ground resistance test procedure. 6. Results of ground resistance tests at each test point. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 26 - 1 EMI April 2013 PART 2 - PRODUCTS 2.01 MATERIALS A. Bare Ground Cable: 1. Material: Soft drawn bare copper stranded cable conforming to the requirements of ASTM B 8 and ASTM B 189. No. 4/0 AWG minimum size or as otherwise shown. 2. Manufacturers: Provide products of one of the following: a. Cablec Corporation. b. General Cable Corporation. c. Rome Cable Company. B. Ground Rods: 1. Material: Copperclad rigid copperweld steel rods, 5/8inch diameter, twenty feet long. 2. Manufacturers: Provide products of one of the following: a. Copperweld, Bimetallics Division. b. ITT Blackburn Company. C. Grounding Connectors: 1. Material: Pressure connectors shall be copper alloy castings, designed specifically for the items to be connected, and assembled with Durium or silicone bronze bolts, nuts and washers. Welded connections shall be by exothermic process utilizing molds, cartridges and hardware designed specifically for the connection to be made. 2. Products and Manufacturers: Provide one of the following: a. Pressure Connectors: i. O.Z./Gedney, Division of General Signal Corporation. ii. Burndy Corporation. b. Welded Connections: i. Cadweld by Erico Products, Incorporated. ii. Therm -O -Weld by Burndy Corporation. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 26 - 2 EMI April2013 • • PART 3 - EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the conditions under which the Work is to be installed and notify the ENGINEER, in writing, of conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected. 3.02 STRUCTURE GROUND SYSTEM A. Provide ground grids as shown. B. Install No. 4/0 bare copper cable around the exterior perimeter of structures, minimum 3 feet below grade, unless otherwise shown. C. Install sufficient ground rods, minimum of four, to provide a resistance to ground of less than five ohms for each ground grid. D. For structures with steel columns, install No. 4/0 ground cable from grid to each column around the perimeter of the structure. Connect cable to steel using exothermic welds. E. Connect grids to a continuous underground water pipe system, when practical. F. Provide accessible test points for measuring the ground resistance of each grid. G. Weld all buried connections, except for test points. 3.03 EQUIPMENT GROUNDING A. Ground all electrical equipment in compliance with the National Electrical Code. B. Equipment grounding conductors shall be bare stranded copper cable of adequate size installed in metal conduit where required for mechanical protection. Ground conductors, pulled into conduits with non -grounded conductors, shall be insulated. Insulation shall be green. C. Control panels grounding conductors shall be base stranded copper cable of adequate size to the ground grid from the AC ground bus and an insulated stranded copper cable of adequate size to the ground grid from the DC ground bus. D. Connect ground conductors to conduit with copper clamps, straps or with grounding bushings. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 26 - 3 EMI April 2013 E. Connect to piping by welding or brazing. Use copper bonding jumpers on all gasketed joints. F. Connect to equipment by means of lug compressed on cable end. Bolt lug to equipment frame using holes or terminals provided on equipment specifically for grounding. Do not use holddown bolts. Where grounding provisions are not included, drill suitable holes in locations designated by ENGINEER. G. Connect to motors by bolting directly to motor frames, not to sole plates or supporting structures. H. Connect to service water piping by means of copper clamps. Use copper bonding jumpers on gasketed joints. I. Scrape bolted surfaces clean and coat with a conductive oxide -resistant compound. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 26 - 4 EMI April 2013 • i • SECTION 26 05 33 RIGID CONDUIT PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install conduit and fittings to form complete, coordinated and grounded raceway systems. 2. Conduit routings for various systems within buildings and other areas may not be shown, but shall be established by CONTRACTOR based upon single line, riser and interconnection diagrams and other information shown. CONTRACTOR shall provide for the proper installation of all conduits for each system. 3. The conduit types and the installation methods shall conform to the following: a. Steel conduit (rigid steel or intermediate metallic) for exposed indoor conduit runs in all air-conditioned areas. b. Aluminum conduit shall be used for instrumentation and copper wire data communication systems, variable frequency drive, in all locations. c. Type EB conduit for concrete encased duct bank runs and PVC- 80below grade for power and control and fiberoptic runs, except as noted elsewhere. d. Rigid aluminum conduit for exposed conduit runs above grade for all location, except as noted elsewhere. B. Coordination: 1. Conduit runs shown are diagrammatic. Coordinate conduit installation with piping, ductwork, lighting fixtures and other systems and equipment and locate so as to avoid interferences. 2. For conduits to be embedded in concrete slabs, confirm adequate slab thickness and coordinate location of conduits with placement of reinforcing steel, waterstops and expansion joints. 1.02 REFERENCES A. Standards referenced in this Section are listed below: 1. American National Standards Institute, (ANSI). City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 33 - 1 EMI April 2013 a. ANSI C80.1, Specification for Rigid Steel Conduit - Zinc Coated. 2. National Electrical Code, (NEC). a. NEC Article 346, Rigid Metal Conduit. b. NEC Article 347, Rigid Nonmetallic Conduit. 3. National Electrical Manufacturers' Association, (NEMA). a. NEMA TC2, Electrical Polyvinyl Chloride (PVC) Conduit. b. NEMA TC3, Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and Tubing. c. NEMA TC14, Reinforced Thermosetting Resin Conduit and Fittings. 4. Underwriters Laboratories, Incorporated, (UL). a. UL 6, Electrical Rigid Metal Conduit. b. UL 514, Fittings for Conduit and Outlet Boxes. c. UL 651, Schedule 40 and 80 Rigid PVC Conduit. d. UL 886, Outlet Boxes and Fittings for Use in Hazardous (Classified) Locations. e. UL 1242, Electrical Intermediate Metal Conduit - Steel. 1.03 SUBMITTALS A. Shop Drawings: Submit the following: 1. Manufacturer's catalog cuts for the conduit, fittings, supports, identification tags and warning ribbon proposed for use. 2. Construction details of conduit racks and other conduit support systems. 3. Layout drawings showing proposed routing of exposed conduits, conduits embedded in structural concrete and conduits directly buried in earth. Drawings shall show locations of pull and junction boxes and penetrations in walls and floor slabs. Drawings of embedded conduits shall include cross- sections showing the thickness of the concrete slabs and the locations of conduits with respect to reinforcing steel and waterstops. 4. Conduit identification numbering system for the conduit systems. B. Record Drawings: Show the actual routing of exposed and concealed conduit runs on Record Drawings in accordance with Section 01 78 39, Record Documents. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 33 - 2 EMI April 2013 s • • PART 2 - PRODUCTS 2.01 MATERIALS A. Rigid Aluminum Conduit, Elbows and Couplings: 1. Material: Rigid, heavy wall, aluminum, smooth interior, tapered threads and carefully reamed ends; 3/4 -inch NPS minimum size. 2. Manufacturers: Provide products of one of the following: a. Allied Tube and Conduit. b. LTV Steel Tubular Products Company. c. Wheatland Tube Company. B. Aluminum Conduit, Elbows and Couplings: 1. Material: Rigid, heavy wall aluminum, smooth interior, tapered threads and carefully reamed ends; 3/4 -inch NPS minimum size. 2. Manufacturers: Provide products of one of the following: a. a. VAW of America, Incorporated, Electrical Division. b. b. Anamet Electrical, Incorporated. C. Metallic Conduit Fittings and Outlet Bodies: 1. Material and Construction: Cast gray iron alloy, cast malleable iron bodies and covers. Outdoor units to be gasketed and water -tight. Gaskets to be of an approved type designed for the required application. Improvised gaskets are not acceptable. All units to be threaded type with five full threads. Material to conform to ANSI C80.4 and be listed by UL. Do not use "LB" fittings. Use type "LBD" fittings wherever the use of fittings is unavoidable. 2. Manufacturers: Provide products of one of the following: a. Crouse -Hinds Company. b. Appleton Electric Company. D. Non-metallic Conduit and Fittings: 1. PVC Plastic Conduit: a. Material: Schedule 40 PVC or 80 PVC plastic, 90°C rated, conforming to NEMA TC -3 and UL 514 and 651. b. Fittings: Form elbows, bodies, terminations, expansions and fasteners of same material and manufacturer as base conduit. Provide cement by same manufacturer as base conduit. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 33 - 3 EMI April 2013 c. Manufacturers: Provide products of one of the following: i. Amoco Chemicals Corporation. ii. Carlon Electrical Products. E. Conduit Hubs: 1. Material: Threaded conduit hub, vibration proof, weather proof with captive 0 -ring seal, zinc metal with insulated throat and bonding screw. 2. Use: Provide for all conduit terminations to boxes, cabinets and other enclosures located in areas designated as wet locations. 3. Manufacturers: Provide products one of the following. a. Myers Electrical Products Company. F. Conduit Bushings and Locknuts: 1. Insulated Busings: Malleable iron body with plastic liner. Threaded type with steel clamping screw. Provide with bronze grounding lug, as required. 2. Locknuts: Steel for sizes 3/4 -inch thru 2 -inch and malleable iron for sizes 2- 1/2 -inches through 4 -inches. 3. Use: Provide for all conduit terminations to boxes, cabinets and other enclosures except threaded type located in areas designated as dusty locations. 4. Manufacturers: Provide products one of the following: a. 0-Z/Gedney. b. Appleton Electric Company. G. Conduit Tags: 1. Material: 19 gauge, 1 -1/2 -inch diameter round brass with backfilled legend, Style #250 -BL as manufactured by Seton Nameplate Corporation. H. Warning Ribbon: 1. Material: Three-inch wide, four -mil polyethylene or polyvinyl chloride tape, permanently imprinted with "CAUTION BURIED ELECTRIC LINE BELOW." 2. Use: Provide over buried conduits carrying cables of 480 volts and higher. 3. Manufacturers: Provide products one of the following: a. Seton. b. Ideal Industries. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 33 - 4 EMI April 2013 • • • PART 3 - EXECUTION 3.01 INSTALLATION A. Install in conformance with National Electrical Code requirements. B. Supports: 1. Rigidly support conduits by clamps, hangers or unistrut channels. 2. Support single conduits by means of one -hole pipe clamps in combination with one -screw back plates, to raise conduits from the support surface. Support multiple runs of conduits on trapeze type hangers with steel horizontal members and threaded hanger rods, Kindorff. Rods shall be not less than 3/8 -inch diameter, and shall be cadmium coated. 3. For PVC coated rigid steel conduit runs, supports and hardware shall have a factory applied PVC coating or be stainless steel. C. Fastenings: Fasten raceway systems rigidly and neatly to supporting structures by the following methods: 1. To Wood: Wood screws. 2. To Hollow Masonry Units: Toggle bolts. 3. To Brick Masonry: Price expansion bolts. 4. To Concrete: Phillips; Hilti Corporation;, anchors. 5. To Steel: Welded threaded studs, beam clamps or bolts with lock -washers or locknuts. D. Exposed Conduit: 1. Install parallel or perpendicular to structural members or walls. 2. Wherever possible, run in groups. Provide conduit racks of suitable width, length and height and arranged to suit field conditions. Provide support at every ten feet minimum. 3. Install on structural members in protected locations. 4. Locate clear of interferences. 5. Maintain 6 -inches from hot fluid lines and 1/4 -inch from walls. 6. Install vertical runs plumb. Unsecured drop length not to exceed 12 feet. E. Conduit Embedded in Structural Concrete: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 33 - 5 EMI April 2013 1. Embedded conduit shall be run in structural concrete in the center of slabs and walls and above waterstops. Conduit connections shall be made watertight. 2. Before concrete is placed, arrange for inspection of conduit installation by ENGINEER and make the necessary location measurements of the conduits so that the information is available for record drawings. 3. CONTRACTOR shall confirm that concrete thickness is sufficient for embedding the quantity of conduits intended. Unless specifically shown otherwise, embedded conduits shall be in accordance with the following criteria: a. Minimum concrete thickness shall be as follows: i. For concrete 16 -inches thick and less, the minimum concrete thickness shall be 11.5 -inches plus the depth of the largest conduit assembly. The conduit assembly depth shall be from the top of the uppermost conduit to the bottom of the lowest conduit. ii. For concrete greater than 16 -inches thick, the minimum concrete thickness shall be 13.5 -inches plus the depth of the largest conduit assembly. iii. For concrete at foundation slabs, an additional inch shall be added to the minimum concrete thicknesses previously stated. b. Conduit spacing shall be as follows: i. Conduits shall be separated three times outer diameter of larger conduit center to center. ii. For multiple conduit layer assemblies, conduits shall be separated vertically three times outer diameter of larger conduit center to center. iii. When conduits cross at a given point, the conduits may be in direct contact and the angle of cross shall be 45 degrees or greater. Conduits may also cross within the vertical spacing of a multi -conduit layer assembly. iv. When conduits cross a structural expansion joint, conduits shall be separated three times outer diameter of larger conduit fitting center to center. F. Underground Conduits: 1. Install individual underground conduits a minimum of 20 -inches below grade, unless otherwise indicated. 2. Perform all excavation, bedding, backfilling and surface restoration including pavement replacement where required. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 33 - 6 EMI April 2013 • • 3. Install a warning ribbon 12 -inches below finished grade over conduits carrying cables of 480 volts and higher. G. Empty Conduits: 1. Install nylon pull wire in each empty conduit and cap conduits not terminating in boxes with permanent fittings designed for the purpose. 2. Identify each empty conduit with a durable tag showing the conduit number as shown. H. Field Bends: No indentations. Diameter of conduit shall not vary more than 15 percent at any bend. I. Joints: 1. Apply conductive compound to all joints before assembly. 2. Make up joints tight and ground thoroughly. 3. Use standard tapered pipe threads for conduit and fittings. 4. Cut conduit ends square and ream to prevent damage to wire and cable. 5. Use full threaded couplings. Split couplings not permitted. 6. Use strap wrenches and vises to install conduit. Replace conduit with wrench marks. 7. Apply zinc -rich paint to exposed threads and other areas of galvanized conduit system where the base metal is exposed. J. Terminations: 1. Install insulated bushings on conduits entering boxes or cabinets, except when threaded hubs are used. 2. Provide locknuts on both inside and outside of enclosure, except when threaded hubs are used. 3. Do not use bushings in lieu of locknuts. 4. Install conduit hubs on conduits entering boxes or cabinets in wet and corrosive areas. K. Moisture Protection: 1. Plug or cap conduit ends at time of installation to prevent entrance of moisture or foreign materials. 2. Make underground and embedded conduit connections water -tight. 3. Thruwall Seals and Conduit Sealing Bushings: Install for all conduits passing through concrete slabs, floors, walls or concrete block walls. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 33 - 7 EMI April 2013 a. For conduits and cables in new construction and passing through exterior subsurface walls and exterior concrete walls, use Type WSK and WSCS thruwall seals as manufactured by O-Z/Gedney. b. For conduits and cables in new construction and passing through concrete floors and floor slabs, use Type FSK and FSCS floor seals, as manufactured by O-Z/Gedney. c. For conduits passing through new exterior block walls or through core - drilled holes in existing exterior subsurface walls, exterior concrete walls, floor slabs and roof slabs, use Type CSMI sealing bushing at the inside of the structure and Type CSMC sealing bushing at the outside of the structure. Sealing bushings shall be as manufactured by 0- Z/Gedney. d. For conduits passing through existing interior concrete walls or floors and interior block walls, provide CSMC or CSMI type sealing bushings as manufactured by O-Z/Gedney. 4. Drainage: Pay particular attention to drainage for conduit runs. Wherever possible, install conduit runs so as to drain to one end and away from building. Avoid pockets or depressions in conduit runs. 5. Seal all conduit openings within control and instrumentation panels and distribution equipment with Type DUX - Duct Sealing Compound, as manufactured by O-Z/Gedney to provide a water -tight seal. L. Corrosion Protection: 1. Conduit Curb: a. For conduits routed in concrete slabs or floors and stub -ups through the floor, provide a 2 -inch high concrete curb, extending 2 -inches from the outer surface of the conduit penetrating the floor, to prevent corrosion. For floor mounted equipment, the concrete equipment base shall be in lieu of the concrete curb. 2. Dissimilar Metals: a. Take every action to prevent the occurrence of electrolytic action between dissimilar metals. b. Do not use copper products in connection with aluminum work, and do not use aluminum in locations subject to drainage of copper compounds on the bare aluminum. c. Back paint aluminum in contact with masonry or concrete with two coats of aluminum -pigmented bituminous paint. M. Reused Existing Conduits: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 33 - 8 EMI April 2013 • • • 1. Pull rag swab through conduits to remove water and to clean conduit prior to installing new cable. 2. Repeat swabbing until all foreign material is removed. 3. Pull mandrel through conduit, if necessary, to remove obstructions. N. Core drill for individual conduits passing through existing concrete slabs and walls. Notify ENGINEER, in writing, in advance of core drilling. Prior to core drilling, drill sufficient number of small exploratory holes to establish that the area to be core drilled is free of existing embedded conduits. Seal spaces around conduit with epoxy grout. O. Non-metallic Conduit: 1. Install in accordance with manufacturer's recommendations. 2. Apply manufacturer's recommended adhesives or sealants for water -tight connections. 3. Provide expansion fittings for expansion and contraction to compensate for temperature variations. Fittings shall be water -tight and of the type suitable for direct burial. 4. Make transition to PVC coated rigid steel conduit before making turn up to enclosures. 3.02 TESTING A. Test conduits by pulling through each conduit a cylindrical mandrel not less than two pipe inside diameters long, having an outside diameter equal to 90 percent of the inside diameter of the conduit. B. Maintain a record, by number, of all conduits testing clear. 3.03 IDENTIFICATION A. Tag conduits in accordance with the requirements of Section 26 05 00, General Provisions. Tag all conduits at the ends and in all intermediate boxes, chambers, handholes and other enclosures. Fasten tags to conduits with No. 14 AWG solid insulated copper wire. Where this method is not practical, fasten to the adjacent masonry by means of expansion bolts. B. Assign serial numbers to all conduits. Record the conduit numbers and the cable content by cable designation, size, quantity, origin of conductors, and name of equipment served. Submit conduit identification numbering system for approval. Include conduit identification numbers on the Record Drawings. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 33 - 9 EMI April 2013 1 END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 33 - 10 EMI April 2013 • • SECTION 26 05 34 FLEXIBLE CONDUITS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install flexible metallic conduit and fittings. 1.02 REFERENCES A. Standards referenced in this Section are listed below: 1. National Electrical Code, (NEC). a. NEC Article 351, Liquid -Tight Flexible Metal Conduit. 2. Underwriters' Laboratories, Inc., (UL). a. UL 360, Liquid -Tight Flexible Steel Conduit. 1.03 SUBMITTALS A. Shop Drawings: Submit the following: 1. Manufacturer's catalog cuts and technical information for flexible conduit and fittings proposed for use. PART 2 - PRODUCTS 2.01 MATERIALS A. Flexible Conduit (Non -hazardous Areas and Class 1, Division 2, Hazardous Areas): 1. Material: Flexible galvanized steel core with smooth, abrasion resistant, liquid -tight, polyvinyl chloride cover. Continuous copper ground built in for sizes 3/4 -inch through 1 -1/4 -inch. Material shall be UL listed. 2. Products and Manufacturers: Provide one of the following: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 34 - 1 EMI April 2013 a. Sealtite UA by Anaconda Metal Hose Division, Anaconda American Brass Company. b. Liquatite Type L.A. by Electric -Flex Company. B. Flexible Conduit (Class 1, Group D, Division 1, Hazardous Areas): 1. Material: Flexible brass inner core with bronze outer braid and protective neoprene plastic coating. Steel, brass or bronze end fittings. Minimum of 12 - inches in length. 2. Products and Manufacturers: Provide one of the following: a. Type ECGJH or ECLK by Crouse Hinds Company. b. Type EXGJH or EXLK by Appleton Electric Company. C. Flexible Conduit Fittings: 1. Material and Construction: Malleable iron with cadmium finish. Fittings shall adapt the conduit to standard threaded connections, shall have an inside diameter not less than that of the corresponding standard conduit size and shall be UL listed. 2. Use: Provide on flexible conduit in non -hazardous and Class 1, Division 2 hazardous areas. 3. Manufacturers: Provide products of one of the following: a. Crouse -Hinds Company. b. Appleton Electric Company. D. PVC Coated Conduit Fittings: 1. Material and Construction: Malleable iron with standard finish and 40 -mil PVC exterior coating. Fittings shall adapt the conduit to standard threaded connections, shall have an inside diameter not less than that of the corresponding standard conduit size. 2. Use: Provide on flexible conduit in areas designated as corrosive locations. 3. Manufacturers: Provide products of one of the following: a. Robroy Industries. b. Permacote Industries. c. OCAL, Incorporated. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 34 - 2 EMI April 2013 • 0 PART 3 - EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the conditions under which the Work is to be installed and notify the ENGINEER, in writing, of conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Install at motors, transformers and equipment which are subject to vibration or require movement for maintenance purposes. Provide necessary reducer where equipment furnished cannot accept 3/4 -inch size flexible conduit. Limit flexible conduit length to three feet maximum. B. Install in conformance with National Electrical Code requirements. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 34 - 3 EMI April 2013 • THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 34 - 4 EMI April 2013 1 SECTION 26 05 35 EXPANSION/DEFLECTION FITTINGS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install conduit expansion and deflection fittings. 1.02 REFERENCES A. Standards referenced in this Section are listed below: 1. National Electrical Code, (NEC). a. NEC Article 300, Wiring Methods. • 2. Underwriters' Laboratories, Inc., (UL). • a. UL 514, Fittings for Conduit and Outlet Boxes. b. UL 467, Grounding and Bonding Equipment. 1.03 SUBMITTALS A. Shop Drawings: Submit the following: 1. Manufacturer's catalog cuts and technical information for expansion and deflection fittings proposed for use. 2. Listing of locations where fittings are to be installed. PART 2 - PRODUCTS 2.01 MATERIALS A. Cast gray iron alloy or bronze end couplings, malleable iron or hot dipped galvanized body, stainless steel clamps and tinned copper braid bonding jumper. Fitting to be watertight, corrosion -resistant UL listed and compatible with the conduit system. B. Features: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 35 - 1 EMI April 2013 1. Expansion/Deflection Fittings: a. Axial expansion or contraction up to 3/4 -inch. b. Angular misalignment up to 30 degrees. c. Parallel misalignment up to 3/4 -inch. 2. Expansion Fittings: a. Expansion/Contraction, 8 -inch total movement. C. Products and Manufacturers: Provide one of the following: 1. Type DX for expansion/deflection or AX for expansion only by O -Z Gedney Company. 2. Type XD for expansion/deflection or XJ for expansion only by Crouse Hinds Company. 3. Type DF for expansion/deflection or XJ for expansion only by Appleton Electric Company. PART 3 - EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the conditions under which the Work is to be installed and notify the ENGINEER, in writing, of conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Install fittings in conformance with the National Electrical Code. B. Install expansion fittings on exposed conduit runs crossing structural expansion joints and where necessary to compensate for thermal expansion and contraction. Install expansion fittings on exposed conduit runs exceeding 200 feet. C. Install expansion/deflection fittings on embedded conduit runs crossing structural expansion joints and for underground conduit runs at penetrations of buildings and other locations as shown. Install fittings above waterstops. D. Unless specifically shown otherwise, when crossing structural expansion joints larger than 1 -inch, an expansion fitting shall also be installed together with an expansion/deflection fitting. The fittings shall be installed on each conduit run in City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 35 - 2 EMI April 2013 • • accordance with manufacturer's recommendations to provide the additional movement necessary. E. Install expansion/deflection fittings for underground conduit runs at penetrations of buildings, manholes, handholes and outdoor concrete equipment pads. F. Where required in non-metallic conduit and duct systems, provide rigid metal conduit nipples and metal rigid to PVC adapters for connection to fittings. Ensure that joints exposed to water are made watertight. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 35 - 3 EMI April 2013 • THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 35 - 4 EMI April 2013 SECTION 26 05 36 PULL AND JUNCTION BOXES PART 1- GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install pull and junction boxes. 1.02 REFERENCES A. Standards referenced in this Section are listed below: 1. National Electrical Code, (NEC). a. NEC Article 370, Outlet, Switch and Junction Boxes, and Fittings. 2. Underwriters' Laboratories, Inc., (UL). a. UL 50, Enclosure for Electrical Equipment. b. UL 886, Outlet Boxes and Fittings for Use in Hazardous Locations. 1.03 SUBMITTALS A. Shop Drawings: Submit the following: 1. Manufacturer's technical information for pull and junction boxes proposed for use. PART 2 - PRODUCTS 2.01 MATERIALS A. Pull and Junction Boxes: Boxes shall be NEMA 4X, 316 stainless steel at a minimum. Provide boxes based upon location in accordance with NEMA requirements and as required for the area classification specified in Section 26 05 00, General Provisions. 1. Material and Construction (air-conditioned locations): a. Welded and galvanized sheet steel of USS gauge. b. Oil -resistant gasket. c. Lift-off hinges and quick -release latches. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 36 - 1 EMI April 2013 d. Boxes with any dimension 24 -inches and smaller shall be 14 gauge. Boxes with any dimension larger than 24 -inches shall be 12 gauge, except use 10 gauge on boxes with any dimension of 36 -inches or larger. 2. Material and Construction (wet, corrosive and hazardous locations): a. Cast gray iron alloy with hot -dip galvanized finish or cast malleable iron bodies and covers. b. Neoprene gaskets. Gaskets shall be of an approved type designed for the purpose. Improvised gaskets are not acceptable. c. Stainless steel cover bolts. d. External mounting lugs. e. Drilled and tapped conduit holes. f. Boxes where conduits enter a building below grade shall have 1/4 -inch drain hole at the bottom of the box. g. Threaded connections for explosion proof boxes. 3. Large boxes not generally available in cast construction shall be fabricated of copper -free aluminum alloy or Type 316 stainless steel as required by location. 4. Boxes for installation in areas classified as hazardous locations shall be explosion -proof and shall comply with the requirements of UL 886. 5. In corrosive locations, boxes shall be Type 316 stainless steel material. 6. For flush -mounted pullboxes in slabs or pavement, provide vehicular traffic - bearing covers, where shown. 7. Pull boxes embedded in concrete slabs shall be cast iron. Pull boxes located in wet, corrosive or outdoor areas shall be NEMA 4X, Type 316 stainless steel. 8. All boxes shall be identified in accordance with Section 26 05 00, General Provisions. 9. Manufacturers: Provide products of one of the following: a. Appleton Electric Company. b. Crouse -Hinds Company. c. Hoffman Engineering Company. B. Terminal Blocks: 1. Material and Construction: a. NEMA rated nylon modular terminal blocks. b. 600 volt rated. c. Control and alarm circuit terminals shall be screwed type with perma- nently affixed numeric identifiers beside each connection. d. Power terminals shall be copper and rated for the circuit ampacity. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 36 - 2 EMI April 2013 • • 2. Products and Manufacturers: Provide one of the following: a. Allen-Bradley Company, Bulletin, 1492. b. General Electric Company, CR 151 K. PART 3 - EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the conditions under which the Work is to be installed and notify the ENGINEER, in writing, of conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Mount boxes so that sufficient access and working space is provided and maintain a minimum of 1/4 -inch from walls. B. Securely fasten boxes to walls or other structural surfaces on which they are mounted. • Provide independent stainless steel supports where no walls or other structural surface exists. • C. Install pull boxes where shown. In addition, install pull boxes in conduit runs containing more than three 90 degree bends and in runs exceeding 200 feet. D. Provide removable, flame-retardant, insulating cable supports in all boxes with any dimension exceeding three feet. E. Size pull boxes in accordance with the requirements of the National Electrical Code. F. Install terminal blocks in junction boxes where shown or where cable terminations or splices are required. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 36 - 3 EMI April2013 THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 36 - 4 EMI April 2013 • SECTION 26 05 37 OUTLET BOXES PART 1- GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install outlet boxes for mounting wiring devices and lighting fixtures. 1.02 REFERENCES A. Standards referenced in this Section are listed below: 1. National Electrical Code, (NEC). a. NEC Article 370, Outlet, Switch and Junction Boxes and Fittings. 2. Underwriters' Laboratories, Inc., (UL). • a. UL 514, Fittings for Conduit and Outlet Boxes. • 1.03 SUBMITTALS A. Shop Drawings: Submit the following: 1. Manufacturer's technical information for outlet boxes proposed for use. PART 2 - PRODUCTS 2.01 MATERIALS A. Device Boxes: 1. Material: Cast gray iron alloy, or cast malleable iron, with zinc electroplate finish in wet locations and zinc -coated sheet steel in dusty locations. Cast boxes shall be hub type and include external mounting lugs. In dusty locations, where conduit is installed concealed, boxes shall be steel galvanized and shall include suitable extension rings and covers, as required. 2. Device Cover Plates: a. Type 302 stainless steel alloy for indoor finished areas. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 37 - 1 EMI April 2013 b. Gasketed spring door type for wet and corrosive locations. Plates in corrosive locations shall include a factory applied 40 -mil PVC coating. c. Integral with device for hazardous locations. d. Stainless steel screws and hardware. 3. Manufacturers: Provide products of one of the following: a. Crouse -Hinds Company. b. Appleton Electric Company. PART 3 - EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the conditions under which the Work is to be installed and notify the ENGINEER, in writing, of conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Fasten boxes rigidly and neatly to supporting structures. B. For units mounted on masonry or concrete walls, provide suitable 1/2 -inch spacers to prevent mounting back of box directly against wall. C. Leave no open conduit holes in boxes. Close unused openings with capped bushings. D. Label each circuit in boxes and identify in accordance with Section 26 05 19, 600 Volt Cable. E. Install in conformance with National Electrical Code. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 37 - 2 EMI April 2013 • • SECTION 26 05 38 MANHOLES AND HANDHOLES PART 1- GENERAL 1.01 DESCRIPTION A. Scope: CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install manholes and handholes. B. Coordination: Coordinate manhole and handhole installation with piping, sheeting and other underground systems and structures and locate clear of interferences. C. Related Sections: 1. Section 02 03 15, Excavation and Backfill. 2. Section 03 20 00, Concrete Reinforcement. 3. Section 03 30 00, Cast -In -Place Concrete. 1.02 QUALITY ASSURANCE A. Reference Standards: Comply with applicable provisions and recommendations of the following except where otherwise shown or specified: 1. National Electrical Code. 2. National Electrical Safety Code. 3. ASTM A 48, Gray Iron Castings. 4. ANSI A14.3, Safety Requirements for Fixed Ladders. 1.03 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Manufacturer's technical information for manholes, handholes and accessories proposed for use. 2. Drawings showing interior and exterior dimensions and details of openings, jointing, inserts and reinforcing. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 38 - 1 EMI April 2013 PART 2 - PRODUCTS 2.01 MATERIALS A. Material and Construction: 1. Precast or cast -in-place type of reinforced concrete. 2. Minimum interior dimensions as indicated on the Drawings. 3. Duct entrances sized and located to suit duct banks. B. Accessories: 1. Frames and Covers: a. Material: Cast iron conforming to ASTM A48, Class 30A. b. Covers: Watertight, sealed type marked "ELECTRICAL" in raised two inch letters. c. Frame shall be grouted on the manhole or handhole. d. Manufacturer: Provide frames and covers of one of the following: i. Neenah Foundry Company. ii. Campbell Foundry Company. 2. Pulling Irons: a. Material: Galvanized steel. b. Cast in the wall opposite to the centerline of each incoming duct bank and 12 inches below centerline of bottom line of ducts. c. Product and Manufacturer: Provide one of the following: i. Cat. No. 8119 by A.B. Chance Company. ii. Cat. No. DU2T3 by McGraw Edison Company. 3. Cable Racks: a. Material: Galvanized steel. b. Cable racks shall adequately support cables with space allowed for future cables. c. Each rack shall be a vertical assembly of 24 -inch cable racks extending from within 6 inches of the manhole roof slab to within 6 inches of the manhole floor. d. Product and Manufacturer: Provide one of the following: i. Cat. No. J-5125 by Joslyn Manufacturing Company. ii. Cat. No. C203-1125 by A.B. Chance Company. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 38 - 2 EMI April 2013 • • • 4. Cable Hooks: a. Material: Galvanized steel. b. Length: 7 -1/2 -inch minimum. c. Product and Manufacturer: Provide one of the following: i. Cat. No. J -5132A by Joslyn Manufacturing Company. ii. Cat. No. C203-1132 by A.B. Chance Company. 5. Insulators: a. Material: Porcelain. b. Product and Manufacturer: Provide one of the following: i. Cat. No. J-5122 by Joslyn Manufacturing Company. ii. Cat. No. C203-1120 by A.B. Chance Company. 6. Manhole Steps: a. Material: Extruded aluminum. b. Steps shall be spaced evenly at approximately twelve to sixteen inch centers and shall project evenly from manhole walls. c. Manufacturer: Provide one of the following: i. Neenah Foundry Company. ii. Campbell Foundry Company. PART 3 - EXECUTION 3.01 INSTALLATION A. Install manholes and handholes where shown on Drawings. Verify final locations in field. Provide excavation and backfilling required for installation. B. Complete installation of manholes and handholes so that structures are watertight. Apply foam sealant to all penetrations. C. Cable Supports in Manholes: 1. Attach cable racks with 3 -inch by 3/8 -inch diameter "tamp -in" studs mounted in 1 -inch holes drilled into walls of manholes in the absence of inserts. Apply PVC coating to all racks. 2. Provide cable hooks to support each cable on each rack along the cable run within the manholes. Apply PVC coating to all hooks. 3. Individually support each cable at each hook on porcelain insulators. Provide sufficient slack for each cable. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 38 - 3 EMI April 2013 4. Securely tie each cable in place at each insulator block to prevent excessive movement of insulators, cables, or fireproof tape. Tie cables with non-metallic 3/4 -inch strapping tape as manufactured by 3M or tie down with nylon straps. D. Grounding: Install a 3/4 -inch by 10 -foot copper -clad ground rod for each manhole. Bond all exposed metal manhole accessories and the concrete reinforcing rods with No. 4 AWG minimum bare copper wire and connect to the ground rod and to the ductbank ground cable. E. Sump: Provide a 12-in.x 12 -in. x 6 -in. sump in manhole floor. F. Provide grading rings or brick stacks for manholes when required to adjust cover to proper grade. Stacks shall be minimum of 12 inches in height, constructed on the roof slab or cone section on which the manhole frame and cover shall be placed. The height of the stack shall be such as is necessary to bring the frame to the proper grade. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 38 - 4 EMI April 2013 SECTION 26 05 43 UNDERGROUND DUCTBANKS PART 1- GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install underground ductbanks. B. Coordination: Ductbank routing on the Drawings is diagrammatic. Coordinate installation with piping and other underground systems and structures and locate clear of interferences. 1.02 REFERENCES A. Standards referenced in this Section are listed below: 1. National Electrical Code, (NEC). 2. National Electrical Safety Code, (NESC). 1.03 SUBMITTALS A. Shop Drawings: 1. Layouts showing the proposed routing of ductbanks and the locations of manholes, handholes and areas of reinforcement. 2. Profiles of ductbanks showing crossings with piping and other underground systems. 3. Typical cross sections for each ductbank. 4. Installation procedures. B. Record Drawings: Include the actual routing of underground ductbank runs on Record Drawings in accordance with Section 01 78 39, Record Documents. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 260543-1 C) EISS ENGINEERING PART 2 - PRODUCTS 2.01 MATERIALS A. Duct: EB -35 conduit and fittings concrete encased in accordance with Section 26 05 33, Rigid Conduit. B. Galvanized Rigid Steel Conduit: Galvanized rigid steel conduit and fittings in accordance with Section 26 05 33, Rigid Conduit, if required. C. Backfill: Select backfill in accordance with Section 02 03 15, Excavation and Backfill. • D. Reinforcement: In accordance with Section 03 20 00, Concrete Reinforcement. E. Concrete: In accordance with Section 03 30 00, Cast -In -Place Concrete. PART 3 - EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the conditions under which the Work is to be installed and notify the ENGINEER, in writing, of conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Provide excavation and backfilling required for ductbank installation. B. Make ductbank installations and penetrations through foundation walls watertight. C. Top of ductbanks shall be a minimum of 24 -inches below grade, unless otherwise approved by the ENGINEER. D. Assemble ductbanks using non-magnetic saddles, spacers and separators. Position separators to provide 3 -inch minimum concrete separation between the outer surfaces of the ductbanks. Provide side forms for each ductbank. E. Provide a 3 -inch minimum concrete covering on both sides, top and bottom of concrete envelopes around conduits. Concrete covering size shall be as shown. Add red dye to concrete for easy identification during subsequent excavation. Red dye concrete shall include the entire ductbank, including top and bottom. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April2013 260543-2 CD EISS ENGINEERING F. Firmly fix ducts in place during placing of concrete. Carefully place and vibrate the concrete to ensure filling of all spaces between ducts. G. Make bends with sweeps of not less than 48 -inch radius or five degree angle couplings. H. Make a transition from non-metallic to galvanized rigid steel conduit where ductbanks enter buildings, manholes, handholes and outdoor pads. Provide expansion/deflection fittings in accordance with Section 26 05 35, Expansion/Deflection Fittings. Terminate ducts in insulated grounding bushings. Continue ducts inside buildings with galvanized rigid steel conduit. I. Reinforce all ductbanks: 1. Unless otherwise shown, reinforce with No. 4 longitudinal steel bars placed at each corner and along each face at a maximum parallel spacing of 18 -inches on centers, and No. 3 tie -bars transversely placed at 18 -inch maximum longitudinal intervals. 2. Maintain a maximum clearance of 1 -inch from bars to the edge of the concrete encasement. J. Where ducts enter structures such as manholes, handholes, puliboxes, transformer and switchgear compartments, or buildings, terminate the ducts in suitable end bells, insulated bushings or couplings on steel conduits. K. Do not backfill with material containing large rock, paving materials, cinders, large or sharply angular substances, corrosive material or other materials which can damage or contribute to corrosion of ducts or cables or prevent adequate compaction of fill. L. Slope ductbank runs for drainage toward manholes and away from buildings with a slope of approximately 3 -inches per 100 feet. M. Install a #4/0 bare stranded copper ductbank ground cable in each ductbank envelope. Make ground electrically continuous throughout the entire ductbank system. Connect ground cable to building and station ground grid or to equipment ground buses. In addition, connect ground cable to steel conduit extensions of the underground ductbank system. Provide ground clamp and bonding of each steel conduit extension, where necessary to maintain continuity of the ground system. Terminate ground cable at last manhole or handhole for outlying structures. N. After completion of the ductbank and prior to pulling cable, pull a mandrel, not less than 12 -inches long and with a cross section approximately 1/4 -inch less than the inside cross section of the duct, through each duct. Then pull a rag swab or sponge through to make certain that no particles of earth, sand or gravel have been left in the duct. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 260543-3 REISS ENGINEERING EE O. Install a warning ribbon approximately 12 -inches below finished grade over all underground ductbanks carrying cables of 480 volts and higher. The identifying ribbon shall be a PVC tape, 3 -inches wide, yellow color, permanently imprinted with "CAUTION BURIED ELECTRIC LINE BELOW" in black letters. P. Plug and seal empty spare ducts entering buildings and structures. Seal watertight all ducts in use entering buildings and structures with 0-Z/Gedney Type DUX duct sealing compound or equal. Q. Reused Existing Ducts: 1. Pull rag swab through duct to remove water and to clean duct prior to installing new cable. 2. Repeat swabbing until all foreign material is removed. 3. Pull mandrel through duct, if necessary, to remove obstructions. R. Install ductbanks in conformance with National Electrical Code and National Electrical Safety Code. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 26 05 43 - 4 • REISS ENGINEERING • SECTION 26 05 73 POWER DISTRIBUTION SYSTEM COORDINATION STUDY PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment, services and incidentals required to perform Power System Studies and distribution system field testing. B. The Power System Studies shall include a Short Circuit Study, a Protective Device Evaluation Study and a Protective Device Coordination Study for a completely coordinated Power Distribution System. 1.02 REFERENCES A. Standards referenced in this Section are listed below: • 1. American National Standards Institute, (ANSI). a. ANSI C37.04, Rating Structure for AC High -Voltage Circuit Breakers Rated on a Symmetrical Current Basis. b. ANSI C37.010, Application Guide for AC High Voltage Circuit Breakers Rated on a Symmetrical Basis. • 2. Institute of Electrical and Electronics Engineers, (IEEE). a. IEEE 141, Electric Power Distribution in Industrial Plants. b. IEEE 399, Recommended Practice for Industrial and Commercial Power System Analysis. 3. National Electrical Code, (NEC). 1.03 QUALITY ASSURANCE A. Source Quality Control: 1. Retain the services of a Registered Professional Engineer, to perform the Power System Studies and field services. The Registered Professional Engineer shall be from an independent consulting firm or from the manufacturer of the power distribution equipment. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 73 - 1 EMI April 2013 2. Coordinate with the Engineer performing the studies and assist him in the collection of all information necessary to complete the studies specified. 3. All information pertaining to the existing system necessary to perform the studies shall be obtained in advance prior to performing the studies. 4. All motor starting and transformer information shall be based upon the equipment actually installed. 5. Retain the services of a Field Engineer to perform field testing of the power distribution system. The Field Engineer shall be from the manufacturer of the power distribution equipment. B. All test equipment and instrument calibration shall be in accordance with the latest edition of the accuracy standard of the U.S. National Institute of Standards and Technology. 1.04 SUBMITTALS A. Shop Drawings: Submit the following: 1. Copies of calculations and results of the Short Circuit Study, Protective Device Evaluation and Coordination Studies in a report format. The report shall be stamped and signed by the Registered Professional Engineer. 2. Work sequence for the field testing shall be submitted in advance prior to performing tests. The sequence shall indicate the schedule of work, time frame and downtime for the equipment. 3. Time current curves for all protective devices included within the power system studies. B. Reports: 1. Field test report shall be submitted. PART 2 - PRODUCTS 2.01 POWER SYSTEM STUDIES A. General: 1. Provide a current and complete Short Circuit Study, Protective Device Evaluation Study, and a Protective Device Coordination Study for the Electrical Distribution System. 2. The studies shall include all portions of the high and low voltage electrical distribution system from the normal and alternate sources of power through City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 73 - 2 EMI April 2013 • • the low -voltage distribution system. Normal system operating method, alternate operation, and operations which could result in maximum fault conditions shall be thoroughly covered in the study. 3. Problem areas or equipment inadequacies shall be promptly brought to the ENGINEER'S attention. B. Short Circuit Study: 1. The Short Circuit Study shall be performed with the aid of a computer program. 2. The study input data shall include the utility company's short circuit, single and three phase contributions, with the X/R ratio, the resistance and reactance components of each branch impedance, motor and generator contributions, base quantities selected, and all other applicable circuit parameters. 3. Short-circuit momentary duties and interrupting duties shall be calculated on the basis of maximum available fault current at each switchgear bus, switchboard, motor control center, distribution panelboard, pertinent branch circuit panelboards, and other significant locations through the system. 4. The short circuit tabulations shall include symmetrical fault currents, and X/R ratios. For each fault location, the total duty on the bus, as well as the individual contribution from each connected branch, including motor back EMF current contributions shall be listed with its respective X/R ratio. C. Protective Device Evaluation Study: 1. A Protective Device Evaluation Study shall be performed to determine the adequacy of circuit breakers, controllers, surge arresters, busways, switches, and fuses by tabulating and comparing the short-circuit ratings of these devices with the available fault currents. 2. Appropriate multiplying factors based upon system X/R ratios and protective device rating standards shall be applied. D. Protective Device Coordination Study: 1. A Protective Device Coordination Study shall be performed to select or to check the selections of the power fuse ratings, protective relay characteristics and settings, ratios and characteristics of associated voltage and current transformers, and low -voltage breaker trip characteristics and setting. 2. The overcurrent device settings computed in the Protective Device Coordination Study shall provide complete 100 percent selectivity. The system shall be selectively coordinated such that only the device nearest a fault will operate to remove the faulted circuit. System selectively shall be based on both the magnitude and the duration of a fault current. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 73 - 3 EMI April 2013 3. The Protective Device Coordination Study shall include all voltage classes of equipment starting at the utility's incoming line protective device down to and including each of the medium and low voltage equipment. The phase and ground overcurrent and the phase and ground fault protection shall be included, as well as settings for all other adjustable protective devices. 4. The time -current characteristics of the installed protective devices shall be plotted on the appropriate log -log paper. Reasonable coordination intervals and separation of characteristic curves shall be maintained. The coordination plots for phase and ground protective devices shall be provided on a complete system basis. Sufficient curves shall be used to clearly indicate selective coordination achieved through the utility main breaker, power distribution feeder breakers, and the overcurrent devices at each major load center. 5. There shall be a maximum of eight protective devices per plot. Each plot shall be appropriately titled. Plots shall include the following information as required for the circuits shown: a. Representative one -line diagram, legends and types of protective devices selected. b. Power company's relays or fuse characteristics. c. Significant motor starting characteristics. d. Parameters of transformers, ANSI magnetizing inrush and withstand curves. e. Operating bands of low voltage circuit breaker trip curves, and fuse curves. f. Relay taps, time dial and instantaneous trip settings. g. Cable damage curves. h. Symmetrical and asymmetrical fault currents. 6. The selection and settings of the protective devices shall be provided separately in a tabulated form listing circuit identification, IEEE device number, current transformer ratios, manufacturer, type, range of adjustment, and recommended settings. A tabulation of the recommended power fuse selection shall be provided for all fuses in the system. E. Arc Flash Hazard Study: 1. An Arc Flash Hazard Study shall be performed for the electrical distribution system shown on the one line drawings. The intent of the Arc Flash Hazard Study is to determine hazards that exist at each major piece of electrical equipment shown on the one line drawing. This includes switchgear, switchboards, panelboards, motor control centers and transformers. The study shall include creation of Arc Flash Hazard Warning Labels listing all items. The Contractor will install the labels. The arc flash hazard study shall consider all operating scenarios during normal conditions alternate operations, City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 73 - 4 EMI April2013 • • • emergency power conditions, and any other operations, which could result in maximum arc flash hazard 2.02 STUDY REPORT A. The results of the Power Distribution System Coordination Study shall be summarized in a final typewritten report. The report shall include the following Sections: 1. Description, purpose, basis, written scope, and a single -line diagram of the Power Distribution System which is included within the scope of the study. 2. Tabulations of circuit breaker, fuses, and other equipment ratings versus calculated short-circuit duties, and commentary regarding same. 3. Protective device time versus current coordination curves, tabulations of relay and circuit breaker trip settings, fuse selection, and commentary regarding same. 4. Fault current tabulation including a definition of terms and a guide for interpretation. 5. Tabulation of appropriate tap settings for relay seal -in units. 6. Tabulation of equipment survey information. PART 3 - EXECUTION 3.01 FIELD SERVICES A. The Registered Professional Engineer shall conduct an equipment survey of devices and information necessary to perform the Power System Studies. B. The survey shall include the following information to the extent applicable: 1. Manufacturer, type and size of each power fuse. 2. Manufacturer, type, model and settings for each protective relay, trip unit and circuit breaker. 3. Current transformer ratios for each protective relay. 4. Appropriate data of motors and transformers included with the study. C. The Registered Professional Engineer, as part of the field service Work, shall collect all data and coordinate with the equipment vendors to establish the proper settings for the actual devices provided. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 73 - 5 EMI April 2013 3.02 FIELD TESTING A. Provide field testing of the distribution system in accordance with the manu-facturer's recommendations. All field testing shall be performed by the Field Engineer, after the completion and approval of the Power System Studies. The field testing results shall be documented within a report, with the final settings of all protective devices. B. The Field Engineer with necessary tools and equipment shall adjust, set, calibrate and test all protective devices. All protective relays and meters in the medium and low voltage equipment shall be set, adjusted, calibrated and tested in accordance with the manufacturer's recommendations, the coordination study and best industry practice. C. Proper operation of all equipment associated with the device under test and its compartment, shall be verified, as well as complete resistance, continuity and polarity tests of power, protective and metering circuits. Any minor adjustments, repairs and lubrication necessary to achieve proper operation shall be considered part of this Contract. D. All solid state trip devices shall be set including all required programming necessary for the protection required. The devices shall be checked and tested for setting and operation. Circuit breakers and/or contactors associated with the trip devices shall be tested for trip and close function with their protective device. 3.03 MAINTENANCE OF OPERATIONS A. Since the field testing work specified may require that certain pieces of equipment be taken out of service, CONTRACTOR shall perform the Work with due regard to maintenance of operations and construction staging in accordance with the requirements of Section 01 14 00, Coordination with OWNER'S operation. All testing procedures and schedules must be scheduled in advance prior to any work beginning. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 73 - 6 EMI April 2013 • • • SECTION 26 0916 CONTROL STATIONS PART 1- GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install pushbuttons, selector switches and other control stations. 1.02 REFERENCES A. Standards referenced in this Section are listed below: 1. National Electrical Code, (NEC). 2. National Electrical Manufacturer's Association, (NEMA). a. NEMA Standard ICS2-216, Pushbuttons, Selector Switches, Indicating Lights and Pushbutton Stations. b. NEMA 250, Enclosures for Electrical Equipment (1,000 Volts Maximum). 1.03 SUBMITTALS A. Shop Drawings: Submit the following: 1. Manufacturer's technical information for control stations proposed for use. PART 2 - PRODUCTS 2.01 MATERIALS A. Control Stations: 1. Type: Industrial, heavy duty, NEMA 4X construction with clearly marked legend plates. 2. Lockout Stop: Lockout Stop pushbuttons shall be two -position, push-pull type with maintained contact and mushroom head, stations shall be provided with City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 09 16 - 1 EMI April 2013 padlocking attachment and legend plate reading "PUSH -TO -STOP, PULL -TO - START". 3. Pushbuttons: Momentary or maintained types, NEMA A600 contact rating. 4. Selector Switches: Rotary type with round or oval handles and positioning device to securely hold switch in selected position for maintained type and for spring return from left, right, or both left and right to maintained position. 5. Indicating Lights: LED. Lens color red for running, green for stopped or ready and amber for failure. 6. Enclosures: NEMA 12 for dry indoor air-conditioned locations, NEMA 4X for indoor and outdoor and damp, wet or corrosive indoor locations. NEMA 4X stations shall be stainless steel and shall have locking rings, nameplates and all external hardware and components shall be Type 316 stainless steel or non- metallic material. 7. Identify enclosures in accordance with Section 26 05 00, General Provisions. Devices shall include front mounted nameplates identifying function and equipment controlled, if not readily apparent. 8. Manufacturers: Provide products of one of the following: a. Square D Company. b. General Electric Company. c. Allen Bradley Company. PART 3 - EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the conditions under which the Work is to be installed and notify the ENGINEER, in writing, of conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Mount equipment, as shown, so that sufficient access and working space is provided for ready and safe operation and maintenance. B. Securely fasten equipment to walls or other surfaces on which they are mounted. Provide independent stainless steel or FRP supports where no wall or other surface exists. C. Install in conformance with National Electrical Code. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 09 16 - 2 EMI April 2013 • • • END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 09 16 - 3 EMI April 2013 THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 09 16 - 4 EMI April 2013 • SECTION 26 0919 CONTACTORS PART 1- GENERAL 1.01 DESCRIPTION A. Scope: CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install contactors. B. Related Sections: 1. Section 26 05 00, General Provisions. 1.02 QUALITY ASSURANCE A. Reference Standards: Comply with applicable provisions and recommendations of the following except where otherwise shown or specified: 1. UL Standard 508, Electric Industrial Control Equipment. 2. NEMA 250, Enclosures for Electrical Equipment (1,000 Volts Maximum). 3. National Electrical Code. • 1.03 SUBMITTALS A. Shop Drawings: Submit for approval the following: • 1. Manufacturer's technical information for contactors proposed for use. 2. Listing of the contactors to be furnished with an identification of their location, ratings and equipment to be controlled. PART 2 - PRODUCTS 2.01 MATERIALS A. Contactors: 1. Type: Electrically operated, mechanically held. 2. Rating: Voltage rating, current rating and number of poles as indicated on the Drawings. Rated at 100 percent for all types of lighting resistance and motor loads. 3. Main Contacts: Silver alloy, removable. 4. Coils: 120 volts, continuously rated and encapsulated.. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 19 - 1 EMI April 2013 5. Accessories: Coil clearing contacts so that contactor coils shall be energized only during the latching and unlatching operation, HAND -OFF -AUTO. B. Enclosure: 1. NEMA 12 as a minimum. 2. NEMA 4, 4X or explosion proof as required for the area classifications specified in Section 26 05 00. 3. Open type for installation within motor control centers or panelboards where indicated on the Drawings. C. Identification: Identify all contactors in accordance with Section 26 05 00. Identify equipment controlled. D. Product and Manufacturer: Provide contactors of one of the following: 1. Square D Company 2. Cutler -Hammer. 3. General Electric Company. PART 3 - EXECUTION 3.01 INSTALLATION A. Mount equipment so that sufficient access and working space is provided for ready and safe operation and maintenance. B. Securely fasten equipment to walls or other surfaces on which they are mounted. C. Install in conformance with the National Electrical Code. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 05 19 - 2 EMI April 2013 • SECTION 26 09 23 SNAP SWITCHES PART 1- GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install snap switches for lighting and other systems. 1.02 REFERENCES A. Standards referenced in this Section are listed below: 1. National Electrical Code, (NEC). 2. Underwriters' Laboratories, Inc., (UL). a. UL 20, General Use Snap Switches. b. UL 894, Switches for Use in Hazardous (Classified) Locations. 1.03 SUBMITTALS A. Shop Drawings: Submit the following: 1. Manufacturer's technical information for switches proposed for use. PART 2 - PRODUCTS 2.01 MATERIALS A. Switches for Non -Hazardous Locations: 1. Single pole AC toggle switch, quiet type, 120/277 volt AC, 20 amperes, Ivory, specification grade. a. Products and Manufacturers: Provide one of the following: i. Catalog No. 1221-I, by Harvey Hubbel, Incorporated. ii. Catalog No. 1991-I, by Arrow -Hart, Incorporated. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 09 23 - 1 EMI April 2013 2. Single pole, 3 -way AC toggle switch, quiet type, 120/277 volt AC, 20 amperes, Ivory, specification grade. a. Products and Manufacturers: Provide one of the following: i. Catalog No. 1223-I, by Harvey Hubbell, Incorporated. ii. Catalog No. 1993-I, by Arrow -Hart, Incorporated. 3. Two pole AC toggle switch, quiet type, 120/277 volt AC, 20 amperes, Ivory, specification grade. a. Products and Manufacturers: Provide one of the following: i. Catalog No. 1222-I, by Harvey Hubbel, Incorporated. ii. Catalog No. 1992-I, by Arrow -Hart, Incorporated. B. Switches for Hazardous Locations: • 1. Material: Factory sealed tumbler switch suitable for installation in Class I, Group D hazardous locations. Cast gray iron alloy or cast malleable iron body and cover with zinc electroplate finish. Switch rated at 20 amperes, 120/277 volt AC. 2. Products and Manufacturers: Provide one of the following: a. Series EDS by Crouse -Hinds Company. b. Type EDS by Appleton Electric Company. • C. Switch Covers: 1. Indoor covers shall be Type 304, stainless steel. 2. Outdoor or wet location covers shall be weatherproof and corrosion resistant. D. Key Operated On -Off Switches: 1. Key operated switches shall be complete with legend plate and NEMA 4 enclosure and two keys for each switch. PART 3 - EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the conditions under which the Work is to be installed and notify the ENGINEER, in writing, of conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected. • City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 09 23 - 2 EMI April 2013 • 3.02 INSTALLATION A. Install switches at locations as shown in outlet or device boxes in accordance with Section 26 05 37, Outlet Boxes, in non -hazardous locations. B. Mount wall switches 4 feet -6 inches above finished floor, unless otherwise noted. C. Install switches in conformance with National Electrical Code. D. Identify each conductor with the circuit number and the lighting panel number. Identification shall conform to the requirements of Section 26 05 19, 600 Volt Cable. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 09 23 - 3 EMI April 2013 • THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 09 23 - 4 EMI April 2013 SECTION 26 2213 GENERAL PURPOSE TRANSFORMERS PART 1- GENERAL 1.01 DESCRIPTION A. Scope of Work: 1. Furnish and install general-purpose transformers and all necessary accessories and appurtenances required as here in after specified and shown on the drawings. B. General Design: 1. General-purpose transformers shall be dry type, two -winding type, self cooled, 600V class transformers. 2. Transformers shall be designed for continuous operation at rated kVA, with normal life expectancy as defined in ANSI C57.96. 1.02 QUALITY ASSURANCE A. Standards: 1. National Electrical Manufacturers (NEMA) 2. American National Standards Institute (ANSI) 3. Underwriters Laboratories, Inc. (UL) B. Equipment Manufacturer: 1. Siemens 2. Cutler Hammer 3. Square D. Co. 1.03 SUBMITTALS A. Materials and Shop Drawings: 1. Copies of all materials to establish compliance with these specifications shall be submitted in accordance with the provisions of the general conditions. Submittals shall include at least the following: a. Shop drawings with performance data and physical characteristics b. Complete wiring diagrams and schematics of all power connections City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 22 13 - 1 EMI April 2013 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. General-purpose transformers shall be stored indoors and protected against damage at all times. 1.05 WARRANTY AND GUARANTEES A. The equipment manufacturer shall warrant the units being supplied to the Owner against defects in workmanship and materials for a period of one (1) year from the date of equipment startup and acceptance. In the event that the equipment fails to perform as specified, the equipment manufacturer shall promptly repair or replace the defective equipment without any cost to the owner PART 2 - PRODUCTS 2.01 GENERAL A. Insulation System: 1. Transformers shall be insulated as follows: a. °C insulation with 80°C rise for 2 kVA and below b. 185°C insulation with 115°C rise for 3 kVA to 15 kVA c. 220°C insulation with 150°C rise for 15 kVA to 112.5 kVA 2. All insulation materials shall be flame retardant and shall not support combustion as defined in ASTM D635. B. Coil Assemblies: 1. Transformer cone shall be constructed with high grade, non -aging, grain - oriented silicon steel with high magnetic permeability and low hysteresis and eddy current losses. The core volume shall allow efficient transformer operation at 10% above the highest tap voltage. Coils shall be wound of electrical grade aluminum with continuous wound construction. 2. Non -ventilated unit coil assembly shall be completely encapsulated in a mixture of resin and aggregate. 3. Four full capacity taps shall be furnished, two 2-1/2 percent above and two 2- 1/2 percent below rated primary voltage. C. Enclosures: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 22 13 - 2 EMI April 2013 • 1. The enclosures shall be made of heavy gauge steel and shall be degreased, cleaned, primed, and finished with ANSI 61 color weather -resistant enamel. 2. All ventilation openings shall be protected against falling dirt. 3. The maximum temperature of the enclosure shall not exceed 90°C. 4. The core of the transformer shall be visibly grounded to the enclosure. PART 3 - EXECUTION 3.01 INSTALLATION A. All floor mounted transformers shall be installed on 4 -inch concrete housekeeping pads. B. All conduit entries to the transformer shall utilize sealtight flexible connectors. 3.02 INSPECTION A. The transformer interior shall be cleaned and free of all foreign materials. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 22 13 - 3 EMI April 2013 • THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 22 13 - 4 EMI April 2013 • • SECTION 26 2416 LIGHTING AND DISTRIBUTION PANELBOARDS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install lighting and distribution panelboards. 1.02 REFERENCES A. Standards referenced in this Section are listed below: 1. National Electrical Code, (NEC). a. NEC Article 384, Switchboards and Panelboards. 2. National Electrical Manufacturers' Association, (NEMA). a. NEMA PB1, Panelboards. b. NEMA 250, Enclosures for Electrical Equipment (1,000 Volts Maximum). 3. Underwriters' Laboratories, Incorporated, (UL). a. UL 50, Electrical for Electrical Equipment. b. UL 67, Panelboards. c. UL 698, Industrial Control Equipment for use in Hazardous (Classified) Locations. d. UL 943, Ground -Fault Circuit -Interrupters. 1.03 SUBMITTALS A. Shop Drawings: Submit the following: 1. Manufacturer's technical information for panelboards proposed for use. 2. Listing of the panelboards to be furnished with an identification of their proposed location, and number and rating of branch circuit breakers. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 24 16 - 1 EMI April 2013 PART 2 - PRODUCTS 2.01 MATERIALS A. Panelboards: 1. Rating: Voltage rating, current rating, number of phases, number of wires and number of poles as shown. 2. Circuit Breakers: Molded case, bolt -in thermal magnetic type with number of poles and trip ratings as shown. Where indicated on the Drawings, circuit breakers shall be ground fault circuit interrupting type equipped with solid state sensing and 5 milliamp sensitivity. 3. Circuit breakers for 480 volt panelboards shall have a minimum interrupting rating of 14,000 ampere RMS symmetrical, unless otherwise noted on the Drawings. Circuit breakers for other panelboards shall have a minimum interrupting rating of 10,000 ampere RMS symmetrical, unless otherwise noted on the Drawings. 4. Bus Bars: All bus bars shall be 98 percent conductivity copper. Four wire panel - boards shall have a solid neutral bar. All panels shall have a ground bus bar. 5. Main: Panelboards shall have a main circuit breaker, unless Drawings specifically call for main lugs only. Main breakers shall be molded case switch type where shown. 6. Branch circuit breakers shall be connected for sequence phasing. 7. Enclosures: Panel enclosures shall be as follows, except where indicated otherwise on the Drawings: a. NEMA 1, general purpose for dry indoor air-conditioned furnished areas. b. NEMA 4X, for all indoor and outdoor locations. 8. Construction: Code grade steel, ample gutter space, flush door, flush snap latch and lock. 9. Trim: Surface or flush as required. 10. Directory: Typed card, with glass cover in frame on back of door giving the circuit numbers and the area or equipment served. 11. Identification: Identify all panelboards in accordance with Section 26 05 00, General Provisions. Include the panel number and voltage. 12. Manufacturers: Provide products of one of the following: a. Siemens City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 24 16 - 2 EMI April2013 • b. Cutler -Hammer. c. Square D Company. B. Mini -Power Centers: 1. General: Mini -power center shall consist of an encapsulated dry -type transformer, primary and secondary main circuit breakers, and secondary panelboard all in one enclosure. 2. Transformer Rating: KVA, primary voltage, secondary voltage, frequency and number of phases shall be as shown. 3. Branch Circuits: Molded case circuit breakers, plug-in thermal magnetic type with number of poles and trip ratings as shown. 4. Enclosure: Painted stainless steel. 5. Products and Manufacturers: Provide one of the following: a. Mini -Power Zone by Square D Company. b. Mini -Power Center by Cutler -Hammer. c. Panel Tran by Acme Electric Corporation. PART 3 - EXECUTION 3.01 INSTALLATION A. Mounting: Install panelboards at locations shown. Set cabinets so that top branch circuit breaker is not over six feet above the floor. B. Directory: Complete typewritten directory indicating items controlled by each circuit breaker and the size of feeder serving the panel. C. Arrange circuits to balance the loads on the panelboards. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 24 16 - 3 EMI April 2013 • THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 24 16 - 4 EMI April 2013 SECTION 26 2419 480 -VOLT MOTOR CONTROL CENTERS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work 1. Furnish, install and test the motor control centers as hereinafter specified and as shown on the Drawings. 1.02 QUALITY ASSURANCE A. Standards: 1. The motor control centers shall be the product of a manufacturer who shall also be the manufacturer of all the circuit breakers, fused switches, and motor starters included in the motor control centers. 2. All units and sections shall be U.L. labeled when possible. Motor control centers containing service entrance equipment shall be U.L. labeled "Suitable For Use As Service Equipment". 3. Motor control centers shall be built and tested in accordance with: a. National Electrical Manufacturers (NEMA). b. American National Standards Institute (ANSI). c. Underwriters Laboratories, Inc. (U.L.). 4. The Motor Control Centers and all components shall be designed, manufactured and tested in accordance with the latest applicable standards of NEMA, ANSI and UL 845 B. Equipment Manufacturer: 1. The motor control centers shall be as manufactured by the Cutler -Hammer IT or Square -D Omni. 1.03 SUBMITTALS A. Complete master wiring diagrams and elementary or control schematics, including coordination with other electrical control devices operating in conjunction with the motor control centers and suitable outline drawings shall be furnished for approval before proceeding with manufacture. Due to the complexity of the control functions, it is imperative the above drawings be clear and carefully prepared to facilitate interconnections with other equipment. Standard preprinted sheets or drawings simply marked to indicate applicability to this Contract will not be acceptable. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 24 19 - 1 EMI April 2013 B. Submittals shall include a bill -of -material listing conductor material and insulation type as well as other hardware and equipment to be furnished. C. Where it is not explicitly shown and completely obvious from the outline drawings, the following items shall be verified in a written statement accompanying the shop drawings: 1. Type of terminal blocks used and that the removal of plug-in compartments can be performed without disconnecting or removing wires. 2. Tin plating of bus. 3. Insulation and isolation of vertical bus. 4. U.L. approval. 5. The following information shall be submitted to the Engineer: a. Master drawing index b. Front view elevation c. Floor plan d. Top view e. Single line f. Unit wiring diagrams depicting remote devices g. Nameplate schedule h. Starter and component schedule i. Conduit entry/exit locations j. Assembly ratings including: k. Short-circuit rating 1. Voltage m. Continuous current n. Major component ratings including: o. Voltage P. Continuous current q. Interrupting ratings r. Cable terminal sizes s. Product data sheets. t. Busway connection u. Connection details between close -coupled assemblies v. Composite floor plan of close -coupled assemblies w. Key interlock scheme drawing and sequence of operations. 6. Submittals — for construction a. Final as -built drawings and information for items listed above b. Unit wiring diagrams c. Certified production test reports d. Installation information City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 24 19 - 2 EMI April 2013 e. The final (as -built) drawings shall include the same drawings as the construction drawings and shall incorporate all changes made during the manufacturing process. PART 2 - PRODUCTS 2.01 RATING A. The motor control centers shall be designed for 480 volt, 3 phase, 3 wire, 60 Hz service and shall have short-circuit rating of not less than 65,000 amperes RMS, symmetrical or as shown on the plans. 2.02 CONSTRUCTION A. Structures shall be totally enclosed deadfront, free-standing assemblies. They shall be 90 inches high and 21 inches deep for front -mounted units. Structures shall contain a horizontal wireway at the top, isolated from the horizontal bus via metal barriers and shall be readily accessible through a hinged cover. Adequate space for conduit and wiring to enter the top or bottom shall be provided without structural interference. B. Compartments for mounting control units shall be incrementally arranged such that not more than eleven (11) size 1 starters for front -mounted only can be mounted within each vertical structure. Unit guide rails shall be provided. C. A vertical wireway with minimum of 70 square inches of cross-sectional area shall be adjacent to each vertical unit and shall be covered by a hinged door. Wireways shall contain cable supports. D. All full voltage starter units through NEMA Size 5 and feeders through 400 amp shall be of the drawout type. Drawout provisions shall include a positive guide rail system and stab shrouds to absolutely ensure alignment of stabs with the vertical bus. Draw - out units shall have a tin-plated stab assembly for connection to the vertical bus. No wiring to these stabs shall extend into the unit compartment. Interior of all units shall be painted white for increased visibility. Units shall be equipped with side -mounted, positive latch pull -apart type control terminal blocks rated 300 volts. Knockouts shall be provided for the addition of future terminal blocks. All control wire to be 16 gauge minimum. E. All drawout units shall be secured by a quarter turn indicating type fastening device located at the top left of the unit. Each unit compartment shall be provided with an individual front door. F. An operating mechanism shall be mounted on the primary disconnect of each starter unit. It shall be mechanically interlocked with the unit door to prevent access unless the disconnect is in the OFF position. A defeater shall be provided to bypass this City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 24 19 - 3 EMI April 2013 interlock. With the door open, an interlock shall be provided to prevent inadvertent closing of the disconnect. A second interlock shall be provided to prevent removal or re-insertion of the unit while in the ON position. Padlocking facilities shall be provided to positively lock the disconnect in the OFF position with from one (1) to three (3) padlocks with the door open or closed. In addition, means shall be provided to padlock the unit in a partially withdrawn position with the stabs free of the vertical bus. 2.03 BUS A. Each structure shall contain a main horizontal copper tin-plated bus, with minimum ampacity of 600 amperes or rated amperes as shown on the drawings. The horizontal bus shall be rated at 50 degrees C temperature rise over a 40 degree C ambient in compliance with UL standards. Vertical bus feeding unit compartments shall be tin plated copper and shall be securely bolted to the horizontal main bus. All joints shall be front- accessible for ease of maintenance. The vertical bus shall have a minimum rating of 300 amperes for front -mounted units and 600 amperes for back-to-back mounted units. All vertical bus shall be fully rated, reduced rated via center feeding is not acceptable. B. The vertical bus shall be completely isolated and insulated by means of a labyrinth design barrier. It shall effectively isolate the vertical buses to prevent any fault - generated gases from passing from one phase to another. The vertical bus shall include a shutter mechanism to provide complete isolation of the vertical bus when a unit is removed. C. Buses shall be braced for 65,000 amperes RMS symmetrical. D. Each structure shall contain tin plated vertical ground bus rated 300 amps. The vertical ground bus shall be directly connected to the horizontal ground bus via a tin plated copper connector. Units shall connect to the vertical bus via a tin plated copper stab. E. Each structure shall contain a tin plated DC bus to distribute control voltage from the Control Power Supply unit to the Motor Control units. 2.04 BUS WIRING A. Wiring shall be NEMA Class II, Type B. B. Wiring shall be in accordance with the Modbus/TCP specification. Truck cable shall be provided in the upper wireway, with T connectors for each MCC section. Drop cables and T connectors shall be used in the vertical wireway to connect each Modbus device. C. Power supplies for network components shall be provided, suitable for a remote UPS power supply City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 24 19 - 4 EMI April 2013 • 2.05 MOTOR CONTROLLERS A. Combination starter units shall be full -voltage non -reversing, unless otherwise shown, and shall utilize motor circuit protectors (MCP). 1. Each combination unit shall be rated 65,000 AIC symmetrical at 480V. The MCP shall provide adjustable magnetic protection, which has an adjustment range that can be set to1700% motor nameplate full load current to comply with NEC requirements. All MCP combination starter units shall have a "tripped" position on the unit disconnect and a push -to -test button on the MCP. Motor circuit protectors shall include transient override feature for motor inrush current. MCP shall be used to provide Type 2 coordination to 65,000 amperes. B. Motor starters shall be Modbus/TCP compatible, electrically operated, electrically held, three -pole assemblies with arc extinguishing characteristics and shall have silver -to -silver renewable contacts. They shall have provisions for a total of six(6) NO or six (6) NC auxiliary contacts. The overload protection shall consist of one (1) current sensor located in each phase monitored by the microprocessor that yields a time -current curve closely paralleling that of motor heating damage boundary, accurate to 2%. Running overload protection shall be selectable for the specific motor full load amperes within the overload range. The overload shall be programmable to provide selectable overload trip class of 20 without the use of an external programming device. 1. Motor starters shall monitor current in each phase to provide phase loss and phase unbalance protection, such that if the unbalance on any of two phases is greater than 30% of the FLA selected trip rating, a phase loss/unbalance trip occurs. Provide phase loss/unbalance protection which requires no time delay for reset. Phase unbalance protection shall have the capability of enabled or disabled with out the use of an external programming device. 2. Microprocessor shall apply power to the coil such that a guaranteed maximum of two (2) milliseconds of main contact bounce occurs on contactor closure. 3. Microprocessor shall continuously measure coil circuit voltage and current so as to maintain constant coil power at a level to maintain main contact closure and minimize coil power consumption. 4. Provide control modules to perform the indicated input/output control functions shown on the drawings. Module to incorporate faceplates having membrane type pushbuttons and LEDs. All pushbutton and LED functions to be furnished with clearly written identification. Modules to be provided with the ability to replace conventional start, stop, hand, auto, and control functions, and when utilized in starter applications, overload reset function. Modules to be provided with the ability to replace conventional indicating light status of run, off, selector switch pushbutton position, and when utilized in starter applications, overload alarm, overload trip, and circuit breaker trip. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 24 19 - 5 EMI April 2013 5. Each starter unit shall have an addressable communication module capable of transmitting control and diagnostic data over an open Modbus/TCP network to either a personal computer or PLC. Each starter shall be a single node on the Modbus/TCP network. The addition of the Modbus/TCP communication module shall not increase the size of the starter unit. The starter unit shall be capable of transmitting the following data. a. Starter Status (ON, OFF, TRIPPED, NO RESPONSE) b. ON-OFF reset control functions c. Circuit Breaker status (ON, OFF, TRIPPED) d. Control voltage Trip Class e. Overload protection settings f. Trip current magnitude as a % of FLA g. Average motor current Trip Warning h. Hand/Manual/Local control i. Cause of trip indication i. Phase loss ii. Phase unbalance iii. Thermal trip 6. Each starter shall be equipped with a control power stab with fuseless over current protection, two (2) 24 V DC LED type indicating lights (Run and Stop), HOA selector switch, and two (2) NO contacts, unless otherwise scheduled on the drawings. Each starter shall utilize 24 V dc control voltage for safety. 7. Solid-state reduced -voltage starters, shall be provided where shown on the contract drawings. The solid-state reduced -voltage starter shall be UL and CSA listed in the motor control center, and consist of an SCR -based power section, logic board and paralleling bypass contactor. The paralleling bypass contactor shall be energized when the motor reaches full speed. Bypass contactors external of the SSRV starter shall not be allowed. Each starter shall have an addressable communication card capable of transmitting control and diagnostic data over an open Modbus/TCP network to either a personal computer or PLC. The starter unit shall be capable of transmitting the following data. a. Starter Status (ON, OFF, TRIPPED, NO RESPONSE) b. ON-OFF reset control functions c. Circuit Breaker status (ON, OFF, TRIPPED) d. Control voltage Trip Class e. Overload protection settings f. Trip current magnitude as a % of FLA g. Average motor current Trip Warning h. Hand/Manual/Local control i. Motor Current each phase j. Motor Voltage phase -to -phase k. Cause of trip indication City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 24 19 - 6 EMI April 2013 • i. Phase loss ii. Phase unbalance iii. Thermal trip 8. Variable frequency drives shall be Modbus/TCP compatible. Controllers for variable torque loads shall be rated a minimum of 110% overcurrent for one (1) minute. Drives larger than 1 hp shall have identical keypads, control terminals and programmable parameters. Drives shall be capable of providing 200% starting torque. Drives over 150 hp shall be located next to the main section to reduce bus loading and heating. Drives shall have communication cards capable of communication using Modbus/TCP. The drive shall include the following: a. Input line reactor b. Long motor lead filter c. Main Circuit Breaker status (ON, OFF, TRIPPED) d. Motor space heater 200 Watt, 120 VAC power supply and control circuit e. Remote preset speed control via mechanical relay input. f. All software for remote control, monitoring and drive configuration. g. Six (6) dry contact inputs for transmission of signals via Modbus/TCP to the plant SCADA system 2.06 CONTROL POWER SUPPLY UNITS A. Each structure shall have a control power supply unit that will provide 24VDC control power to other control units in that structure. The unit shall be 1X (6 inch) minimum. This will be accomplished by using a single control power supply that converts line voltage to 24V DC directly with out the use of a control power transformer. The unit will use a DC stab to energize the DC bus that is mounted in the structure. B. Each Power supply unit shall be sized to power eleven (11) NEMA size 2 starter units. The power supply shall be sized to provide 14 Cycle ride through at 0 V on the primary, when fully loaded. C. Power supplies shall contain an electronic fuseless over current protection that will safely shut down the power supply in the event of a short circuit on the power supply output. 2.07 OVERCURRENT DEVICES A. Circuit Breakers 1. Individual feeder breakers shall have a minimum interrupting capacity of 65 kAIC at rated voltage or as scheduled on the drawings. 411 B. Modbus/TCP devices City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 24 19 - 7 EMI April 2013 1. Motor Control Center assemblies shall be provided with a factory assembled Modbus/TCP fieldbus communications network providing direct connectivity between MCC devices and the system controller and/or HMI. 2. The Modbus/TCP system installed in the MCC shall include a complete and tested cabling system compliant and approved by the ODVA Modbus/TCP standard. The cabling system shall consist of trunk and drop line cabling including all splice and tap connectors and terminating resistors. The trunk and drop cabling shall be 600V insulation and include electrical shielding as per the standard ODVA Modbus/TCP specification. Non-standard, non - shielded flat cable will not be accepted. 3. The trunk line shall be installed in the top horizontal wireway of the MCC. The trunk line shall be thick cable as specified by the ODVA standard. Sealed, threaded, and keyed device tap connectors located and mounted in the top horizontal wireway shall "T" off the top wireway to drop cable mounted in each of the vertical wireways. Each Modbus/TCP device shall have a dedicated drop line connection via T Connector. The drop cable shall be thin cable as specified by the ODVA standard. Each section of motor control shall be connected with sealed, threaded, and keyed device tap connectors located and mounted in the top horizontal wireway All cabling shall be securely supported and attached to the MCC structure in accordance with the contract drawings and the manufacturer's recommendations. 4. Modbus/TCP communications modules shall be provided at each device interfacing to the Modbus/TCP fieldbus. The communications modules shall be installed in the unit device compartment or bucket, and shall be direct - connected to the Modbus/TCP drop cable. Each device shall be provided with the appropriate factory fabricated cable for interfacing the communications module with the associated Modbus/TCP device. 5. Port expanders shall be provided where required to permit multiple device communications. The port expander shall be installed in the associated unit device compartment. 6. Motor control centers shall provide required 24 volt DC power to adequately supply power to all the devices in the MCC, and shall be sized per the manufacturers recommendations. The power supply shall be installed in an MCC unit with a disconnect switch, supplementary protection and a cable tap box to prevent damage to/from other power supplies on the network. 7. Operator interface unit(s) shall be provide and be of the same manufacturer as the MCC. Operator interface units shall be able to provide the following. Starter status, three-phase current, control voltage, overload condition (alarm), cause of device trip, operations count, run time, set points, starter description and identification, system process graphics screens. Operator interface shall have the capability of communicating on the Modbus/TCP network. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 24 19 - 8 EMI April 2013 2.08 ACTIVE FILTER • A. This specification defines the electrical and mechanical characteristics and requirements for power correction systems in order to meet 5% total demand distortion [TDD], <5% total harmonic voltage distortion [THD(V)], and specific displacement power factor levels at selected points within the electrical system. B. The power correction systems shall be designed in accordance with the applicable sections of the following documents. Where a conflict arises between these documents and statements made herein, the statements made in this specification shall govern. 1. ANSI IEEE std C62.41-1991 [Surge Withstand Capacity] 2. CSA 22.2, No. 14 & 66 [CSA requirements for power electronics] 3. ANSI IEEE std 519-1992 [Harmonic limits] 4. UL 508C [UL requirements for power conversion equipment] 5. The products shall include third party approvals by UL or CSA. C. System Description 1. Voltage: 208 to 480 Volts, 380 to 600 Volts, 50/60 Hz, 3 phase, 3 wire plus ground. 2. Output Load Capacity: Rated capacity shall be the specified current capacity at the voltage required as indicated. 3. Field Installable Capacity Upgrade: Additional power correction capacity shall be added by installing additional units in parallel to previously installed power correction systems. A maximum of 5 units shall be installed in parallel per set of current transformers. 4. Current Transformers: a. Split core type current transformers shall be installed as defined herein. b. Two current transformers per power correction system location are required and mounted on phases A & B. C phase CT required when line -to -neutral loads present. c. Current ratings of the current transformers shall be according to full load current of the circuit on which installed, 500, 1000, 3000, or 5000A to 5A secondary acceptable. d. Current transformers rated for 400 hertz shall be used. D. Modes of Operation 1. The power correction system shall be designed to electronically inject harmonic current to cancel the load produced harmonic current such that the upstream power harmonic current and voltage are reduced to below 5% TDD City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 24 19 - 9 EMI April 2013 and 5% THD(V). TDD as used herein refers to the total load demand of the applied circuit. The applied circuit may be a single nonlinear load, an entire distribution -bus load, or the facility load at the point -of -common coupling (PCC) with the power source. 2. Reactive current compensation (aka displacement power factor correction) shall be activated via a digital keypad/display mounted on the door of the enclosure. When reactive current compensation is activated, the power correction system shall first perform harmonic current correction and then use the remaining capacity to inject reactive current compensation to the attain the specified level herein defined. E. Performance Requirements 1. Input Power: a. Voltage: automatically adapted to 208 - 480V, 380-600V, 3 phase plus ground b. Voltage Tolerance: +/- 10% of nominal c. Frequency: automatically adapted to 50 or 60 Hz, +/- 3 Hz d. Surge Withstand Capability: ANSI/IEEE std C62.41-1991 without damage e. Input Fuses: Rated at 200,000 AIC (amperes interrupting capacity), Class T 2. Output Performance a. Performance of the power correction system shall be independent of the impedance of the power source. All performance levels shall be attained whether on the AC lines, backup generator, or output of UPS. b. Harmonic Correction: c. Limit the 2nd through 50th order harmonic current to <5% TDD at each installed location indicated herein. Harmonic levels for individual harmonic orders shall comply with respective levels established in ANSI/IEEE std 519-1992, Table 10.3. d. Limit the THD(V) added to the electrical system immediately upstream of the power correction system location(s) to less than or equal to 5%. The power correction system shall not correct for utility supplied voltage distortion levels. e. Reactive Current Compensation: to .95 lagging displacement power factor. Leading power factor is not permitted. 3. Current Transformers a. Current transformers shall be rated for the total rated rms current of the total load at each installed location or higher. b. Two (2) current transformers, mounted on phases A and B, are to be installed per location. c. Each current transformer shall have a current output of 5 amperes. Current capacity of each current transformer shall be 5000, 3000, 1000 City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 24 19 - 10 EMI April 2013 or 500 Ampere primary as required for the electrical system where installed. No other ratings are acceptable. d. Each current transformer shall be rated for 400 Hertz. 2.09 INCOMING FEEDER TERMINATIONS AND DEVICE A. Incoming cable shall terminate within the control center on a main breaker termination point. Main lug terminations shall have adequate dedicated space for the type and size of cable used and the lugs shall be compression -type with anti -turn feature. Main breakers shall be provided as indicated on the drawings and shall be molded case circuit breakers. 2.10 CUSTOMER METERING A. Provide current transformers for each meter. Current transformers shall be wired to shorting -type terminal blocks. B. Provide potential transformers including primary and secondary fuses with disconnecting means fused potential taps as the potential source] for metering. C. Metering shall be Modbus/TCP compatible. D. Metering shall provide the following data: 1. Voltage each phase 2. Amperage each phase 3. Total voltage harmonics 4. Total current harmonic 5. Voltage balance 6. Current balance 2.11 ENCLOSURES A. The type of enclosure shall be in accordance with NEMA standards for Type 1A with gasketed doors. All enclosing sheet steel, wireways, and unit doors shall be gasketed. 2.12 NAMEPLATES A. Each unit will have a 1.0 x 2.5 -inch engraved nameplate. The lettering shall be black 3/16 -inch high, on a white background. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 24 19 - 11 EMI April 2013 2.13 FINISH A. The control center shall be given a phosphatizing pretreatment. The paint coating shall be a polyester urethane, thermosetting powder paint. Manufacturer's standard color shall be used. B. The control center finish shall pass 600 hours of corrosion -resistance testing per ASTM B 117. 2.14 SPARE PARTS A. The following spare parts shall be furnished: 1. One (1) box of power fuses of each size furnished 2. One (1) set of starter contacts for each NEMA size installed 3. One (1) starter coil for each NEMA size installed 4. One (1) box of pilot lights 5. One (1) Modbus/TCP interface module of each type 6. One (1) Modbus/TCP power supply of each type PART 3 - EXECUTION 3.01 INSTALLATION A. The motor control center housings shall be bolted to angle iron sills imbedded in the concrete on the two longest sides. The sills shall be the full length of the motor control center housing and shall be installed level in all directions. B. Field installed interior wiring shall be neatly grouped by circuit and bound by plastic tie wraps. Circuit groups shall be supported such that circuit terminations are not stresses. C. The motor control centers shall be maintained in an upright position at all times. Lifting shall be only at the floor sills or the top mounted lifting angle. D. The motor control centers shall be protected against damage at all times. Any damage to the paint shall be carefully repaired using touch-up paint furnished by motor control centers manufacturer. E. Installer shall provide Modbus/TCP trunk and drop cabling with threaded, sealed and keyed device taps City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 24 19 - 12 EMI April 2013 3.02 TESTS AND CHECKS • A. The following minimum tests and checks shall be made after the assembly of the motor control centers, but prior to the termination of any field wiring. 1. Megger terminals and buses after disconnecting devices sensitive to megger voltage. 2. A 1,000 VDC megger shall be used for these tests. 3. The first test shall be made with main circuit breaker closed and all remaining breakers open. A second test shall be made with all circuit breakers closed. 4. The test results shall be recorded and forwarded to the Engineer for his review. Minimum megger readings shall be 100 megohms in both tests. 5. Test failures will be the Contractors responsibility to correct at no charge to the Owner. 6. All factory tests required by the latest ANSI, NEMA and UL standards shall be performed 7. A certified test report of all standard production tests shall be available to the Engineer upon request. 8. Installing Contractor to verify NEC clearances as dictated on the contract drawings prior to installation. Verify UL labeling of the assembly prior to installation 9. Overload relay heater ratings must be properly sized and coordinated for each motor starter unit 10. Follow the minimum requirements as stipulated in the latest NETA testing procedure for this type of motor control center assembly B. The following shall be done before energizing the motor control centers: 1. Remove all current transformer shunts after completing the secondary circuit. 2. Install overload relay heaters based on actual motor nameplate current. If capacitors are installed between starter and motor, use overload relay heaters based on measured motor current. 3. Check all mechanical interlocks for proper operation. 4. Vacuum clean all interior equipment. 3.03 FIELD QUALITY CONTROL A. Provide the services of a qualified factory -trained manufacturer's representative to assist the contractor in installation and startup of the equipment specified under this section for a period of five (5) working days. The manufacturer's representative shall provide technical direction and assistance to the Contractor in general assembly of the City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 24 19 - 13 EMI April 2013 equipment, connections and adjustments, and testing of the assembly and components contained therein. B. The following minimum work shall be performed by the Contractor under the technical direction of the manufacturer's service representative 1. Rig the MCC assembly into final location and install on level surface 2. Check all removable cells and starter units for easy removal and insertion. 3. Perform insulation tests on each phase and verify low-resistance ground connection on ground bus 4. Calibrate any solid-state metering or control relays for their intended purpose and make written notations of adjustments on record drawings. Perform startup of any solid-state starters. 5. Connect all power wiring and control wiring and verify basic operation of each starter from control power source 6. Torque all bolted connections made in the field and verify all factory bolted connections C. The Contractor shall provide three (3) copies of the manufacturer's field startup report. 3.04 MANUFACTURER'S CERTIFICATION A. A qualified factory -trained manufacturer's representative shall certify in writing that the equipment has been installed, adjusted, and tested in accordance with the manufacturer's recommendations. Equipment shall be inspected prior to the generation of any reports. B. The Contractor shall provide three (3) copies of the manufacturer's representative's certification. 3.05 TRAINING A. The Contractor shall provide training sessions for each City working shift and for an approved number of owner's representatives for two (2) normal workdays at the jobsite or other office location chosen by the Owner. B. The training session shall be conducted by a manufacturer's qualified representative. C. The training program shall consist of the following: 1. Review of the MCC one -line drawings and schedules. 2. Review of the factory record shop drawings and placement of the various cells. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 24 19 - 14 EMI April 2013 3. Review of each type of starter cell, components within, control, and power wiring. 4. Review contactor coil replacement and contact replacement procedures. 5. Discuss the maintenance timetable and procedures to be followed in an ongoing maintenance program. 6. Provide three-ring binders to participants complete with copies of drawings and other course material covered. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 24 19 - 15 EMI April 2013 • THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 24 19 - 16 EMI April 2013 SECTION 26 27 26 WIRING DEVICES PART 1- GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install receptacles. 1.02 REFERENCES A. Standards referenced in this Section are listed below: 1. National Electrical Code, (NEC). 2. Underwriters' Laboratories, Inc., (UL). a. UL 1010, Receptacle - Plug Combinations for Use in Hazardous • (Classified) Locations. • 1.03 SUBMITTALS A. Shop Drawings: Submit the following: 1. Manufacturer's technical information for receptacles proposed for use. PART 2 - PRODUCTS 2.01 MATERIALS A. Receptacles for Non -Hazardous Locations: 1. Duplex grounding receptacle, two pole, three wire, 125 volt AC, 20 amperes. a. Products and Manufacturers: Provide one of the following: i. Catalog No. 5362, for dry indoor locations and Catalog No. 53CM62, for wet and corrosive locations, by Harvey Hubbell, Incorporated. ii. Catalog No. 5362, for dry indoor locations and Catalog No. 5362 - CR, for wet and corrosive locations, by Arrow -Hart, Incorporated. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 27 26 - 1 EMI April 2013 2. Single grounding receptacle, corrosion resistant, two pole, three wire, 125 volt AC, 20 amperes. a. Products and Manufacturers: Provide one of the following: i. Catalog No. 53CM61, by Harvey Hubbell, Incorporated. ii. Catalog No. 5361 -CR, by Arrow -Hart, Incorporated. B. Receptacles for Hazardous Locations: 1. Material: Factory sealed receptacle suitable for installation in Class I, Group D hazardous locations. Copper -free aluminum receptacle and cover with cast gray iron alloy or cast malleable iron mounting box with zinc electroplate finish. Receptacle rated at 20 amperes, 125 to 250 volt AC, two wire, three pole. Provide matching plug for each receptacle. 2. Products and Manufacturers: Provide one of the following: a. Series CPS by Crouse -Hinds Company. b. Type CPS by Appleton Electric Company. C. Ground Fault Receptacles: 1. Duplex receptacle, two pole, three wire, 125 volt AC, 20 amperes. 2. Products and Manufacturers: Provide one of the following: a. Catalog No. GF5362, by Harvey Hubbell, Incorporated. b. Catalog No. GF5342, by Arrow -Hart, Incorporated. D. Surge Suppression Receptacles: 1. Duplex grounding, surge suppression receptacle, two pole, three wire, 125 volt AC, 20 amperes, capable of absorbing a transient surge 6,000 volts minimum. Receptacle to include power on indicator light: a. Products and Manufacturers: Provide one of the following: i. Catalog No. 5350S by Harvey Hubbell, Incorporated. ii. Catalog No. 5380-GY by Leviton Manufacturing Company. E. Power Receptacles: 480 volt interlocked receptacle with enclosed safety switch service outlet: Provide service outlets, quantity as shown for portable equipment. 1. Material: Copper free aluminum enclosures with operating handle NEMA 4, with gasketed hinged door. 2. Switch: Heavy duty, three pole, with visible blades, a quick make a break mechanism with reinforced, positive pressure type blade and fuse clips. Switch shall be mechanically interlocked with the receptacle. The switch cannot be City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 27 26 - 2 EMI April2013 • • closed until the plug is fully inserted and the plug cannot be withdrawn or inserted, unless the switch is open. 3. Receptacle: Single ground receptacle, three wire, four pole, 600 volt, 60 amp. Provide two matching plugs. a. Products and Manufacturers: Provide one of the following: i. Type WSR, and Type APS plugs by Crouse -Hinds Company. F. Power and Special Receptacles: Provide receptacles with number of poles and voltage and current rating as shown. Coordinate with equipment plugs. Provide matching plug for each receptacle. PART 3 - EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the conditions under which the Work is to be installed and notify the ENGINEER, in writing, of conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Install receptacles at locations as shown in outlet or device boxes in accordance with Section 26 05 37, Outlet Boxes, in non -hazardous locations. B. Install receptacles with ground pole in the down position. C. Mount receptacles 18 -inches above finished floor in non -hazardous locations and 4 feet -6 inches above finished floor in hazardous locations, unless otherwise noted. D. Install in conformance with National Electrical Code. E. Identify each conductor with the circuit number and the lighting panel number. Identification shall conform to the requirements of Section 26 05 19, 600 Volt Cable. F. Identify each receptacle with a permanent phenolic tag. The tags shall include the circuit number and the lighting panel number. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 27 26 - 3 EMI April 2013 I THIS PAGE LEFT BLANK INTENTIONALLY • City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 27 26 - 4 EMI April 2013 • • SECTION 26 2816 DISCONNECT SWITCHES PART 1- GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install disconnect switches. 1.02 REFERENCES A. Standards referenced in this Section are listed below: 1. National Electrical Code, (NEC). 2. Underwriters' Laboratories, Inc., (UL). a. UL 98, Enclosed and Dead -Front Switches. 3. National Electrical Manufacturer's Association, (NEMA). a. NEMA KS -1, Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts Maximum). b. NEMA 250, Enclosures for Electrical Equipment (1,000 Volts aximum). 1.03 SUBMITTALS A. Shop Drawings: Submit the following: 1. Manufacturer's technical information for disconnect switches proposed for use. 2. Listing of the switches to be furnished with an identification of their location, rating and NEMA enclosure type. PART 2 - PRODUCTS 2.01 MATERIALS A. Service Disconnect Switches: 1. Type: Fused, heavy-duty, single throw, quick -make, quick -break mechanism, visible blades in "OFF" position and safety handle. 2. Rating: Voltage, current and short circuit ratings and number of poles as shown. Switch shall bear a UL label certifying suitability for use as service equipment. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 28 16 - 1 EMI April 2013 3. Provide auxiliary dry contacts to indicate switch position. B. Single Throw, Circuit Disconnect Switches: 1. Type: Fused or unfused, horsepower rated, heavy-duty, single throw, quick - make, quick -break mechanism, visible blades in the "OFF" position and safety handle. 2. Rating: Voltage and current ratings and number of poles as required for motor or equipment circuits being disconnected. Switches shall bear a UL label. 3. Provide auxiliary dry contacts to indicate switch position. C. Double Throw Safety Switches: 1. Type: Unfused, double throw with center "OFF" position, quick -make, quick -break mechanism, visible blades in the "OFF" position and safety handle. 2. Rating: Voltage and current ratings and number of poles as required for the circuits being disconnected. 3. Provide auxiliary dry contacts to indicate switch position. D. Enclosures: 1. NEMA 12 for dry, indoor, air-conditioned areas. 2. NEMA 4X stainless steel for wet or corrosive locations and all outdoor and indoor locations. 3. NEMA 7 for explosion proof areas. E. Identification: 1. Identify all enclosures in accordance with Section 26 05 00, General Provisions. 2. Nameplate identifying equipment, include identification of the equipment served and source of power, for which switches serve as the disconnecting means. F. Manufacturers: Provide products of one of the following: 1. Square D Company. 2. General Electric Company. 3. Cutler -Hammer. PART 3 - EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the conditions under which the Work is to be installed and notify the ENGINEER, in writing, of conditions detrimental to the proper and timely City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 28 16 - 2 EMI April 2013 completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Mount equipment so that sufficient access and working space is provided for ready and safe operation and maintenance. B. Securely fasten equipment to walls or other structural supports on which they are mounted. Provide independent stainless steel supports where no wall or other structural surface exists. C. Install in conformance with National Electrical Code. D. Furnish one set of spare fuses for each fused disconnect switch to be installed. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 28 16 - 3 EMI April 2013 THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 28 16 - 4 EMI April 2013 SECTION 26 29 23 ENCLOSED VARIABLE FREQUENCY DRIVES (1-500 HP) PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work 1. Install variable speed drives furnished by other Divisions in these specification and as shown on the drawing, including all appurtenances and furnish and install all variable speed drives not furnish by other Divisions including all appurtenances. 2. All equipment and accessories shall have approved manufacturer's shop drawings prior to installation and shall be tested in conformance with these Performance Specifications prior to acceptance and final payment by the Owner. 3. All drives shall be the same manufacturer. B. Related Work Described Elsewhere 1. Equipment: Division 11 and 43 2. Instrumentation for Process Control: Basic Requirements: Section 40 90 00. 1.02 QUALITY ASSURANCE A. Variable speed drives shall be sufficient size for the duty to be performed and shall not exceed their full -rated capacity when the driven equipment is operating as specified. Variable speed drives driving pumps shall not be overloaded under any operating condition of the pump. B. Standards 1. National Electrical Manufacturers Association (NEMA). 2. Institute of Electrical and Electronics Engineers, Inc. (IEEE). 3. American National Standards Institute (ANSI). 4. National Electric Code (NEC). C. The controller shall be subject to, but not limited to, the following quality assurance controls, procedures and tests: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 29 23 - 1 EMI April 2013 1. Power transistors, SCR,s and diodes shall be tested to ensure correct function and highest reliability. 2. All printed circuit boards shall be tested at 50 degree C for 50 hours. The VFD manufacturer shall provide certification that the tests have been completed. 3. Every controller will be functionally tested with a motor to ensure that if the drive is started up according to the instruction manual provided, the unit will run properly. 4. The VFD systems shall be fabricated by the same VFD manufacturer, items must not be fabricated in whole or in part by parties other than the VFD manufacturer. Third party distributor or packager modifications to a standard product will not be allowed. 5. The VFD shall be fully designed and manufactured in the United States of America. D. Approved Manufacturers: 1. Yaskawa by ICON Technologies, Square D 1.03 DRIVE MANUFACTURES'S RESPONSIBILITIES A. The VFD manufacturer shall insure proper installation by the contractor including te, testing and start-up of each drive. B. The VFD manufacturer shall be responsible for the coordination of the drive with their respective motor(s) specified in other Section(s) of this specification. The contractor must provide all motor submittal information to VFD manufacturer for review. All motors amps must not exceed NEC standard amp ratings. C. The VFD manufacturer shall be, at no additional cost to the Owner, responsible for mitigating any harmonic, and/or all RF and/or EMI and/or any electrical type noise created by the drive which adversely affect the proper operation of any and all electronic and/or electrical power and/or mechanical devices on this project. The contractor must install VFD and associated wiring per VFD manufacturer's recommendations. . D. The VFD manufacturer shall provide input and/or output filters and/or other accessories on each drive to mitigate the transient to a limit which is not detrimental to the motor winding irregardless of the motor lead length and/or type of conduit and wire. All motors are to be inverter duty design. E. The VFD manufacturer shall be responsible for providing documentation and support to SCADA contractor for interfacing the VFD with the plant SCADA system. The interface shall transmit real-time data, configuration and fault data as a minimum. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 29 23 - 2 EMI April 2013 • F. Harmonic calculations showing VFD installation in conformance to IEEE519 (1992) shall be provided with submittals. 1. Isc to IL ratio of 50 and fault current of 200,000 amps shall be used for all calculations. 2. Calculations shall be made for All VFDs used in normal operation operating at full load. 3. Calculations shall be made for all VFDs on generators. 1.04 SUBMITTALS A. Refer to Section 01 33 00: Submittals and Section 40 90 00: Instrumentation for Process Control: Basic Requirements. 1.05 DOCUMENTATION A. Refer to Section 01 78 39: Project Record Documents. 1.06 PRODUCT DELIVERY, STORAGE AND HANDLING A. Refer to Section 40 90 00: Instrumentation for Process Control: Basic Requirements. B. The equipment shall be maintained in an upright position at all times. Lifting shall be only at the floor sills or the top mounted lifting angles. C. The equipment shall be protected against damage at all times. Any damage to the paint shall be carefully repaired using touch-up paint furnished by the VFD Manufacturer. D. Each box or package shall be properly marked to show its net weight in addition to its contents. 1.07 WARRANTY AND GUARANTEES A. Refer to Section 01 07 40: Warranties and Bonds. PART 2 - - PRODUCTS 2.01 DESCRIPTION: A. Provide adjustable speed drives per operating and design conditions specified suitable • for operating at the current, voltage, and horsepower indicated. (NEMA ICS 3.1 applies to medium voltage class equipment only). City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 29 23 - 3 EMI April 2013 B. All VFDs 50HP and above will be true 12 -pulse complete with full-kva drive isolation transformers. Isolation transformers can be mounted internally to VFD enclosure or externally as required and shown on contract documents. Autotransformers are not acceptable unless listed below. VFDs below 50HP shall be 6 -pulse type with DC bus choke and 3% input reactor. VFDs below 30HP shall have 3% input line reactor. C. Due to space constraints autotransformer will be allowed for 500HP VFDs. Autotransformer shall be provided with input line reactor rated 5% impedance and must be 12 pulse or higher. D. Each NEMA 4X (outdoor applications) enclosure containing VFDs shall have the following: 1. Input circuit breaker disconnect. 2. Each individual VFD shall be supplied with transient voltage surge suppressor (TVSS). 3. Clean Power Harmonic Reduction technology for each 12 -pulse VFD shall be provided by a full kva-rated phase -shifting drive isolation transformer with a minimum 5% impedance; and, for each 6 -pulse VFD, shall be provided by an isolation transformer with a minimum 5% impedance. 4. Phase shifting transformers shall be designed for convection cooling without the need for forced cooling airflow. The VFD phase shifting transformer system shall be designed for continuous operation. 5. At a minimum, 3% impedance output reactor filters shall be provided if inverter duty motors are not supplied or if motor lead length is greater than 160 feet. Additional output filtering shall be provided per VFD manufacturer(s) application guidelines based on motor cable lead length as shown on contract documents. E. Each NEMA Type 12 ventilated and filtered (indoor applications) enclosures containing VFDs shall have the following: 1. Input circuit breaker disconnect. 2. Clean Power Harmonic Reduction technology for each 12 -pulse VFD shall be provided by a full-kva drive isolation phase -shifting transformer with a minimum 5% impedance 3. Phase shifting transformers shall be designed for convection cooling without the need for forced cooling airflow. The VFD phase shifting transformer system shall be designed for continuous operation. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 29 23 - 4 EMI April 2013 • 4. An output dv/dt filter shall be provided. Output dv/dt filter shall be Model DVA by MTE Corp or approved equal and shall be housed in the VFD enclosure. F. As a minimum, the VFD shall be provided with the following operator devices in addition to devices required by schematic diagrams that may be part of the project plans and specifications: 1. Hand -Off -Remote and VFD/OFF/Bypass selector switches 2. Run, Fault, & Power On pilot lights 3. Keypad. 4. Speed Pot G. Where shown on the project drawings VFD shall be provided with Solid -State Starter bypass (SSRV): 1. The bypass shall incorporate four contactors. VFD input and output isolation contactors, SSRV input and output contactors, Output isolation contactors shall be electrically interlocked to prevent both VFD and SSRV from being connected to motor at the same time. Input isolation contactors shall remove VFD or SSRV from input power line when not in use. 2. SSRV shall be manufactured by MagneTek model RVS-DX/DN or equal. 3. SSRV shall have the following capabilities: a. 1.15 service factor b. Internal motor overload protection. c. 100% to 400% current limit d. Phase loss and heat sink over temperature protection 2.02 POWER QUALITY AND TOLERANCES: A. VFD shall be rated for 460 plus 10% and minus 15% with full torque performance and operate in under -voltage conditions down to 270 volts (460 volt VFDs) without tripping. B. Displacement Power Factor: 0.98 over entire range of operating speed and load. C. Operating Ambient Temperature: -10 degrees C. to 45 degrees C. D. Humidity: non -condensing to 95%. E. Altitude: to 3300 feet, higher by derating. • F. Minimum Efficiency: 96% at half speed; 98% at full speed. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 29 23 - 5 EMI April 2013 G. Starting Torque: 150% starting torque shall be available from 0.3 Hz to 60 Hz. H. Overload capability: 110% of rated FLA for 60 seconds for variable torque (centrifugal) and 150% FLA for 60 seconds for constant torque (positive displacement) loads. Instantaneous overload capacity shall be 180% of rated FLA. I. The VFD must meet the requirements for Radio Frequency Interference (RFI) above 7 MHz as specified by FCC regulations, part 15, subpart J, Class A devices. 2.03 DESIGN: A. Design Technology: VFD shall employ a voltage source PWM technology consisting of full -wave diode rectifier, fixed voltage DC link, and PWM output inverter section controlled by solid-state microprocessor based digital control platform isolated from all power circuits. B. Input AC to DC Diode Rectifier Section: VFD input power stage shall convert three- phase AC line power into a fixed DC voltage via a dual (12 -pulse ready) full wave diode rectifier, with MOV (metal oxide varistor) protection. C. Intermediate DC Link Section: 1. DC bus as a supply to the VFD Output Section shall maintain a fixed voltage with filtering and short circuit protection. 2. DC Bus shall be interfaced with the VFD diagnostic logic circuit, for continuous monitoring and protection of the power components. a. All VFDs 30HP and larger shall be supplied with DC bus chokes as in addition to input line reactors as specified. b. DC link shall be designed with circuit to allow a minimum of 2 seconds power -loss ride through without tripping via capturing motor rotational and DC link stored energy to keep VFD running during temporary loss of utility power and to allow time for standby generator starting. D. Output DC to AC Inverter Section: 1. Insulated gate bipolar transistors (IGBTs) shall convert DC bus voltage to variable frequency and voltage. Insulated gate bipolar transistors (IGBTs) shall convert DC bus voltage to variable frequency and voltage. 2. All VFDs must be selected for operation without de -rating to provide quiet motor operation at carrier frequencies at or above 5 kHz for VFDs equal to or City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 29 23 - 6 EMI April 2013 1 below 250 hp. Above 250HP carrier frequency must be a minimum of 2 kHz and shall utilize a noise cancellation technique for reducing noise. 3. VFD shall have an adjustable carrier frequency: The carrier frequency shall have a minimum of five settings to allow adjustment in the field or shall utilize a noise cancellation technique for reducing motor noise. E. VFD Controls and System Interface (see electrical wiring diagram for controls specific to this project): 1. Circuit boards shall utilize surface -mount technology. 2. All circuit boards shall be conformal coated to help protect microprocessors and complex integrated circuits from hydrogen sulfide and methane gasses. 3. VFD shall include two independent remote reference inputs. One shall be 0-10 VDC. The other shall be programmable for either 0-10 VDC or 4-20 mA. Either input shall respond to a programmable bias and gain. 4. VFD shall have two independent remote reference outputs capable of either 0- 10 VDC or 4-20mA. Either output shall be programmable to model up to 10 VFD parameters. 5. VFD shall include a minimum of five multi -function input terminals, capable of being programmed to determine their function when their state is changed. These terminals shall provide up to 20 functions, including, but not limited to: a. Remote/Local operation selection. b. Detection of external overheat condition. c. Remote Reset d. Multi -step speed commands 6. VFD shall include two (2) 4-20mA selectable analog output signals, proportional to output frequency, output current or output power, for either monitoring, or "speed tracking" the VFD. 7. VFD shall include at least one external fault input, which shall be programmable, for either a normally open, or a normally closed contact, for connection to system permissible such as check -valves, pressure alarms, etc. 8. VFD shall include one fully rated form -"A" contact and one fully rated form "C" contact, capable of being programmed to determine what conditions must be met in order for them to change their state. These contacts shall be rated for at least 1A at 250 VAC. These terminals shall provide up to 15 functions, including, but not limited to: a. Zero speed detection. b. Low and high frequency detection. c. Missing frequency reference detection. d. Over torque detection City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 29 23 - 7 EMI April 2013 e. Drive Running f. Drive Faulted g. Drive heat sink temperature alarm or trip for indication of cabinet temperature in outdoor applications. 9. VFD shall include a front mounted, sealed keypad operator, with a digital display, to provide complete programming, operating, monitoring, and diagnostic capability. Keys provided shall include commands for RUN, STOP, and RESET. Operating mode (auto or manual) and speed setting functions shall also be provided. These components shall be mounted on a dead front door for outdoor NEMA 4X applications. 10. A three line 16 character LCD display shall provide readouts of; output frequency in hertz, output voltage in volts, output current in amps, output power in kilowatts, DC bus voltage in volts, interface terminal status, and fault codes. All displays shall be labeled in easy -to -read English language. Codes are not acceptable. 11. VFD unit shall include the following meters to estimate use of energy: a. Elapsed Time Meter b. Kilowatt Meter 12. VFD shall be capable of PID (Proportional, Integral, Derivative) logic, to provide closed-loop setpoint control capability, from a remote reference. 13. VFD shall include loss of input signal protection, with a speed default to 80% of the most recent speed. 14. VFD shall include electronic thermal overload protection for both the drive and motor, profilable for variable or constant torque. The electronic thermal motor overload shall be approved by UL. Otherwise, a separate UL approved thermal overload relay shall be provided in the VFD enclosure. 15. VFD shall include the following programming functions: a. Critical frequency rejection capability: 2 selectable, adjustable bands. b. Auto restart capability: 0 to 10 attempts. c. Stall prevention capability. d. "S" curve soft start capability. e. "Speed search" capability, in order to start a rotating motor. f. Fifteen preset volts per hertz patterns. g. One adjustable volts per hertz pattern. h. Current limit adjustment capability, from 30 % to 200 % of rated full load current of the VFD. i. Anti "wind milling" function capability. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 29 23 - 8 EMI April 2013 • 16. Where shown on the project drawings (500HP) VFDs will be provided with a Motor Protection/RTD monitor. Motors will be provided with bearing and winding RTDs. A motor protection/RTD monitor shall be provided with a minimum of 12 channels to monitor motor temperatures and alarm or trip on user -selectable set points. RTDs shall be 100 ohms and of the platinum type. The Motor Protection/RTD monitor shall provide 5 output relay contacts to coordinate VFD trip/alarm functions. The motor protection/RTD monitor and CTs as necessary will be mounted as part of the VFD assembly. Motor protection/RTD monitor will be Yaskawa Model CT. No other monitor will be accepted. 17. Where shown on the project drawings, a pump protection relay may be required for motor/pump protection. Pump specific protection relays will be supplied by the pump manufacturer. If other than 120 vac power supply is required by this relay the power supply will also be supplied by the pump manufacturer. Pump protection relay and power supply (if required) will be installed in the VFD assembly by the VFD supplier and connected such that VFD will stop when pump protection relay output fault contact is activated. F. Programming and Communications: 1. VFD shall include factory settings for all parameters, and the capability to be reset back to those settings. 2. VFD shall include the capability to adjust the following functions, while the VFD is running: a. Acceleration adjustment from 0 to 3600 seconds. b. Deceleration adjustment from 0 to 3600 seconds. c. A minimum of five different preset speeds. d. Analog output gain, to calibrate the signal for the application used. 3. The VFD shall have a serial communications gateway, with RS -485/232 port to provide interface from a VFD to Programmable Logic Controller (PLC). Ethernet TCP/IP communication protocols shall be supplied such that the VFD can easily be integrated into existing and future SCADA and DCS systems. It is the intent of this project to provide complete monitoring functionality via Ethernet and future ability to provide complete control functionality via Ethernet. Standard I/O will be provided for VFD control inputs for initial commissioning. 2.04 ENCLOSURE: A. The enclosure shall be NEMA type 12 ventilated and filtered for indoor applications and NEMA 4X air conditioned enclosure for outdoor applications. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 29 23 - 9 EMI April 2013 1. Outdoor enclosures shall be Type 4X Stainless Steel (Type 316) or marine grade aluminum painted white. Furnish enclosures with stainless steel or white painted aluminum sunshields on top, south, and west sides. a. All VFD components must be contained internal to enclosure and be operated at full load with a Nema 4X air -conditioner shall be designed to maintain internal temperature of the enclosure at 75% of the maximum rated operating temperature when fully loaded. Air conditioner shall be furnished with stainless steel or copper coils with a corrosion resistant coating. If copper coils are furnished, provide two spare coils. Phase shifting transformer can be mounted within or external to the VFD cabinet and the transformer cabinet must be NEMA 4X 304 or 316 stainless steel or marine grade aluminum. b. Enclosure must be designed such that Solid State bypass starter (when specified) can operate without air-conditioning in the type 4X enclosure. c. Enclosure shall be designed to dissipate heat of VFD and phase shifting transformer while operating at full load. B. Coordinate dimensions of cabinets with allotted spaces on plans. 2.05 MANUFACTURES FIELD SERVICES: A. Field start-up assistance and customer on site training will be included with the VFD quotation. 1. Provide a minimum 7 days start-up assistance 2. Provide minimum 1 day training to facility personnel. B. VFD supplier shall provide pump vibration analysis. Vibration shall be monitored at all operating speeds. And the drive shall be adjusted as necessary so to minimize pump vibration. PART 3 - EXECUTION 3.01 SYSTEM OPERATION A. With the H -O -R switch in the "HAND" position, the drive shall be controlled by the manual speed potentiometer located remotely near the motor or on the drive door. B. With the H -O -R switch in "REMOTE", the drive shall start when and its speed shall be controlled by a 4-20mA signal from the local control panel. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 29 23 - 10 EMI April 2013 • • • C. With the H -O -R switch in the "OFF" position, the run circuit will be open and the VFD will not operate. 3.02 INSTALLATION A. Field installation and wiring shall be per manufacturer's recommendation. B. The manufacturer shall include in his bid one (1) normal work day per drive of a qualified service engineer's time. This time will be used to ensure proper connection and functioning of the equipment prior to startup and to train Owner personnel in the use of the equipment. C. The manufacturer shall provide one spare for each type of plug-in type PC card. These spares will be color -coded or otherwise keyed to its original counterpart. In addition to the cards, the manufacturer shall provide two spares per drive all expendable items such as fuses, pilot lamps, etc. 3.03 INSPECTION AND TESTING A. The drive manufacturer shall test the drive controller with a motor load prior to shipment. B. The drive manufacturer shall furnish a certified field test report demonstrating installed compliance for voltage and current distortion at the required point of common coupling under both utility power and generator power. The test shall report shall be sealed by a Florida Registered Professional Electrical Engineer. The test report shall be performed by measuring actual power system harmonic content. The test shall measure harmonic content while all normally operated variable frequency drives are on-line and at full speed. C. A copy of all tests and checks performed in the field, complete with meter readings and recordings, where applicable, shall be submitted to the Owner. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 29 23 - 11 EMI April 2013 • THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 29 23 - 12 EMI April 2013 SECTION 26 32 13 480 VOLT STANDBY POWER GENERATOR SYSTEM PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as required to furnish and install one (1) diesel engine -generator sets complete with all appurtenances as shown, specified and required for complete operational diesel engine generator standby power systems. B. In order to centralize responsibility, it is required that the entire engine generator and all equipment and services provided under this Section be furnished by a single supplier or manufacturer who shall assume full responsibility for the completeness of the systems. The supplier shall be authorized to perform warranty service on the complete system. • C. The manufacturer of the equipment specified herein shall be required to review and satisfy all relevant requirements of other Sections of the Contract Documents. D. Warranty: The equipment supplied under this Section shall be covered by warranty with the same of more comprehensive coverage then a full 5 year Caterpillar warranty plus a 5 -year Platinum CAT Extended Service Coverage (ESC) plan with zero deductible. A warranty statement including these features shall be provided as part of the OWNER'S Operation and Maintenance Manuals. Warranty shall be administered by the same company that supplied the equipment. E. Electrical connections will be furnished by CONTRACTOR. F. Acceptable manufactures: Caterpillar, Cummins Power Generation 1.02 REFERENCES A. Standards referenced in this Section are listed below: 1. Air Pollution Control District, (APCD). 2. Institute of Electrical and Electronics Engineers, (IEEE). a. a. IEEE 85, Airborne Sound Measurements rotating Electric Machinery. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 32 13 - 1 EMI April 2013 b. b. IEEE 126, Internal Combustion Engine -Generator Units. 3. National Electrical Code, (NEC). a. NEC Article 701, Legally Required Standby Systems. 4. National Electrical Manufacturers' Association, (NEMA). a. NEMA MG1, Motors and Generators. 5. National Fire Protection Association, (NFPA). a. NFPA 30, Flammable and Combustible Liquids. b. NFPA 31, Standard for the Installation of Oil -Burning Equipment. c. NFPA 37, Standard for the Installation and Use of Stationary Combustion Engines and Gas Turbines. d. NFPA 70E, Electrical Safety in the Workplace e. NFPA 99, Standard for Health Care Facilities. f. NFPA 101, Standard for Life Safety Code. g. NFPA 110, Standard for Emergency and Standby Power Systems. 6. Underwriters' Laboratories, Incorporated, (UL). a. UL 1008, Transfer Switch Equipment. b. UL 142, Steel Aboveground Tanks for Flammable and Combustible Liquids. c. UL 2085, Insulated Aboveground Tank for Flammable and Combustible Liquids. d. UL2200 Emergency generator sets. 7. Underwriters' Laboratories of Canada, (ULC). a. ULC/ORD 142.23, Aboveground Waste Oil Tank. b. ULC/ORD 142.5, Aboveground Concrete Encased Steel Tank Assemblies. 1.03 QUALITY ASSURANCE A. Manufacturer's Qualifications: 1. Manufacturer shall have a minimum of five years of experience of producing substantially similar equipment, and shall be able to show evidence of at least five installations in satisfactory operation for at least five years. B. The manufacturer shall have complete parts and service facilities and a factory trained service staff available on a 24-hour basis. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 32 13 - 2 EMI April 2013 C. Source Quality Control: 1. All equipment shall be new, of current domestic production of a national firm which manufactures the engine -generator set as a matched unit, and the manufacturer together with its authorized representative, shall have full responsibility for the performance of the generator set and its accessories. Unit shall be designed for outdoor installation. 2. The engine generator set shall be factory assembled and tested to determine that it is free from electrical or mechanical defects and that it meets design specifications. 3. Supplier shall maintain a parts and service facility, employ factory trained technicians, and offer 24-hour emergency service. Supplier shall be the authorized dealer of the manufacturer offering standard production equipment built and prototype tested in accordance with NFPA 110, and shall be authorized to administer the warranty for all components of the standby generator system specified herein. 4. UL inspection and labeling. 5. Industrial Risk Insurers inspection and labeling. 6. Perform the following tests and inspections at factory. a. Pressure test at five psi. b. UL inspection and labeling. D. Requirements of Regulatory Agencies: Comply with applicable provisions of regulatory agencies below and others having jurisdiction: 1. Local Ordinances: The manufacturer shall submit proof that the engine generator sets meet all requirements with respect to noise control and emission. Exhaust emissions and sound levels shall not exceed the values given under Products, in this Section. Certified test reports shall be provided. 2. Permits: CONTRACTOR shall obtain and pay for all required permits, fees and inspections by authorities having jurisdiction. 3. Applicable Local and State Building Codes and Ordinances. 4. Underwriters' Laboratories Incorporated, (UL). 5. Industrial Risk Insurance, (IRI). 6. National Fire Protection Association, (NFPA). 7. National Electrical Code, (NEC). E. Performance Tests: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 32 13 - 3 EMI April 2013 • 1. Factory Tests: Standard .8 pf production tests shall be performed at the factory after assembly to verify proper operation and performance. Provide Factory Certified test report. 2. The equipment supplied shall have been prototype tested and reports shall be provided with the submittals. 3. Field testing shall be performed by a factory trained serviceman as coordinated by CONTRACTOR. 1.04 SUBMITTALS A. Shop Drawings: Submit the following: 1. Standby power generators. a. Bill of Material, covering all equipment submitted. b. Qualifications of the engine -generator manufacturer and of the authorized distributor in accordance with Paragraph 1.2.A, above, of this Section. Verify the availability of 24 -Hour emergency service capability. c. Manufacturer's published rating sheet. NFPA 110 test verification. Altitude and temperature de -rating procedures. Frequency and voltage regulation. Cooling system capability. Full rated load pickup capability. d. Installation requirements: Radiator airflow and backpressure capacity, 10 combustion air requirement, fuel consumption, fuel circulation, heat rejection, exhaust flow, exhaust back -pressure calculations, battery requirements. ISO container pad layout dimensional data with provision for cable entry and termination. e. Engine performance data. Configuration, cubic inch displacement, rated RPM, type of aspiration, voltage of electrical system, oil and coolant capacities, exhaust volume and temperature, and motor starting capability in KVA at 90 percent sustained voltage. f. Exhaust emission data provided on the current application form of the Air Pollution Control District (APCD). Exhaust and crankcase emission control equipment devices. g. Description of battery set and battery charger. h. Generator data sheet including, as a minimum, design type, continuous and standby rating in KW, voltage, phase, frequency, winding insulation class and temperature rise, coupling, voltage and frequency regulation capability, AC wave form total harmonic distortion from no load to full linear load and surge KW capacity. i. Control panel features and performance. Meters and gauges. Safety alarm and shutdown devices. Cranking control. Indicator lamps and horn. Control switches. j. Exhaust silencer attenuation rating. • City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 32 13 - 4 EMI April 2013 • k. Jacket water heater system. 1. Generator control panel front views, wiring diagrams, instrument and relay data, description of operation. m. Generator set seismic restraint devices. i. Agency pre -qualification. ii. Dimensional data. n. Enclosure details. i. Exhaust system mounting. ii. Overall dimensions. iii. Sound attenuation data for conformance to specified requirements and to APCD requirements. o. Fuel storage system. i. Compliance with UL. ii. Secondary containment. iii. Alarm and indicator devices. iv. Dimensional data. v. Fuel capacity and hours of operation at rated load. vi. Seismic restraint devices and calculations for the fuel tank configuration. P. Schematic and wiring diagrams for all major components. Interconnection diagram for all major components. q. Complete details of generator enclosure. r. Shop and field testing procedures. s. Warranty certificate and administration authorization by the supplier in accordance with Article 1.5, below. 2. Above -ground fuel oil storage tank. a. Manufacturer's literature, illustrations, specifications, engineering data, materials of construction, dimensions, and cross-section cuts. b. Drawings showing fabrication methods, assembly, installation details, and accessories including construction of tank, piping layouts, calibration charts, and sizing of all fittings. c. Piping sump details, dimensions, including installation details. B. Operation and Maintenance Manuals: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 32 13 - 5 EMI April2013 • 1. Submit complete installation, operation and maintenance manuals including test reports, maintenance data and schedules, description of operation and spare parts information. 2. Furnish Operation and Maintenance Manuals in conformance with the require- ments of Section 01 78 23, Operation and Maintenance Data. 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver materials to the Site to ensure uninterrupted progress of the Work. Deliver anchor bolts and anchorage devices which are to be embedded in cast -in-place concrete in ample time to prevent delay of the Work. B. All boxes, crates and packages shall be inspected by CONTRACTOR upon delivery to the Site. CONTRACTOR shall notify ENGINEER of any Loss or damage exists to equipment or components. Replace loss and repair damage to new condition in accordance with manufacturer's instructions. C. Store materials to permit easy access for inspection and identification. Keep all materials off the ground, using pallets, platforms or other supports. Protect steel members and packaged materials from corrosion and deterioration. 1.06 WARRANTY A. General Warranty: The special warranty specified in this Article shall not deprive OWNER of other rights or remedies OWNER may otherwise have under the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by CONTRACTOR under the Contract Documents. The obligations of CONTRACTOR under the Contract Documents shall not be limited in any way by the provisions of the specified special warranty. 1.07 MAINTENANCE A. Spare Parts: B. Provide the following spare parts for each generator set: a. Two sets - fuel filters (primary and secondary). b. One set - air filters. c. Two - fuses for control circuit. d. Two sets - lube oil filters. e. One set - fan belts. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 32 13 - 6 EMI April 2013 • 2. Spare parts shall be packed in sturdy containers with clear indelible identification markings and shall be stored in a dry, warm location until transferred to the OWNER at the conclusion of the Project. PART 2 - PRODUCTS 2.01 GENERAL A. The following generator sets are required: 1. Number Required: 1. 2. Ratings: a. 1500 KW, 1875KVA, 0.8 power factor, 480 volts, 3 phase, 4 wire, 60 Hz. when equipped with all accessories. Ratings are based on standby operation. 3. Cooling System: Radiator type, unit mounted. B. Ambient Conditions: 1. Maximum Ambient Temperature: 95°F. 2. Altitude: 500 feet above sea level. 2.02 ENGINE -GENERATOR SET A. Engine Type: Four cycle, radiator cooled diesel, 1800 RPM, maximum bore -to -stroke ratio of unity. B. Engine Construction: 1. Steel backed bearings. 2. Crank Case: Reinforced cast iron. 3. Crank Shaft: Forged alloy steel with hardened journals, finished and dynamically balanced. 4. Cylinder Head: Cast iron. 5. Pistons: Aluminum alloy with chrome faced rings. 6. Replaceable cylinder liners and valve seat inserts for engines rated over 200 horsepower. 7. Single block construction. Bolted, multiple blocks are not acceptable. • C. Cooling System: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 32 13 - 7 EMI April 2013 • 1. Cooling system shall employ an engine -mounted radiator capable of cooling the engine when operating under full load conditions in an ambient temperature of 109°F. 2. Engine shall be provided with a thermostatic valve placed in the jacket water outlet between the radiator and the engine to maintain proper jacket water temperature. An integral engine driven circulating pump shall be provided to circulate water through the engine cooling system. 3. Coolant: System shall be filled with a 50 percent solution of ethylene glycol. 4. High engine temperature shutdown. 5. Loss of coolant shutdown. 6. Engine coolant heaters, thermostatically controlled capable of keeping the jacket water at a minimum temperature of 90°F in an ambient temperature of 20°F. The coolant heaters shall operate at 480 volts, single phase. Provide a suitably rated contactor and control transformer for controlling the jacket water heater 7. The radiator shall include duct adaptors for the connection of radiator discharge ducting. D. Lubrication System: Force feed to all bearings with integral gear type pump, full -flow filters, oil level indicator, oil temperature and pressure gages. System shall include main lube oil pump. E. Fuel System: Suitable for operation on No. 2 diesel fuel oil. System to include fuel filters, fuel pump, dry element air cleaners, an electronic governor and the following: 1. Governor: Electronic, load share, isochronous control 2. Fuel/Water Separator. F. Exhaust System: Flexible stainless steel exhaust connectors and hospital critical silencing mufflers, Maxim MD36. Include condensate drain valve and piping. All piping and mufflers shall be installed and insulated by the CONTRACTOR. Back pressure shall not exceed 24 -inches of water. 1. The shell and heads shall be constructed of carbon steel with a thickness of 10 gauge. The inner and outer walls shall be separated by 21 -inches of fiberglass insulation. 2. The joints shall be reinforced, overlapping type with slotted screw holes. 3. Each generator shall be provided with one MD36 muffler. G. Starting System: DC system complete with engine mounted batteries, locally mounted charger and connecting cables between batteries and engine and between charger and batteries. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 32 13 - 8 EMI April 2013 • • 1. Batteries: Lead -acid, engine cranking type, rated in accordance with engine manufacturer's requirements for a minimum of three 15 second cranking cycles at firing speeds without recharging. Batteries to be sized to accommodate DC power requirements of the control panel and any other accessories requiring DC power. 2. Engine mounted alternator, rated 45 amps minimum. 3. Charger: Automatic float charger, current limited, with DC ammeter and voltmeter, equalizing switch and capable of recharging the batteries to full charge in not more than six hours after three crank cycles, La Marche , rated 10 amps minimum. The charger shall be integrally mounted on the engine -generator set or wall and operate on 120 volts AC input. H. Generator: Revolving field, 4 -pole, brushless excitation, 2/3 pitch, open drip -proof self ventilated enclosure, Class H insulation, output blocking diode, skewed stator, dynamically balanced rotor, full amortisseur windings, epoxy coating on rotor and stator for abrasion and humidity protection, microprocessor controlled voltage regulator and anti -condensation heater. The alternator shall have the following characteristics: 1. Voltage Regulation: One percent from no load to full load. 2. Voltage Adjustment: Five percent in generator control panel. 3. Voltage Wave Form Deviation: In accordance with the requirements of NEMA MG 1-22.43. 4. Telephone Influence Factor: In accordance with the requirements of NEMA MG1-22.43. 5. Excitation: Include a permanent magnet pilot exciter, in addition to the standard exciter, to sustain fault current to three times full load rating. 6. Rated for 80°C temperature rise. 7. The generator shall incorporate resistance temperature detectors (RTD' s) to monitor a minimum of six temperature zones, covering all three phases, in the generator windings. The RTD's shall connect to a relay which determines the sensed temperature and acts to isolate, alarm or initiate corrective action, or provide dry contact output. RTD operational setpoint shall be 160°C. Control Panel: Panel shall be furnished generator set mounted and shall contain the controls, instruments, lights, and other devices necessary to manually and automatically start, stop and protect the diesel engine -generator unit. Controls and alarms shall operate from battery power. The panel shall be mounted on vibration isolators. All signals and alarms listed below shall be monitored by the SCADA system. Panel shall include the following: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 32 13 - 9 EMI April 2013 • 1. "RUN/OFF/AUTO" selector switch with terminals for two -wire remote start -stop signal from one or more automatic transfer switches. 2. AC Volts, two percent accuracy, in percent of rated. 3. AC amps, two percent accuracy, in percent of rated. 4. VM/AM phase selector switch. 5. Kilowatts, in percent of rated. 6. Frequency, 0.5 percent accuracy. 7. DC voltage readout. 8. Engine coolant temperature readout. 9. Engine oil pressure readout. 10. Running time readout. 11. Readouts and digital interface to plant SCADA system for the following conditions: a. Overcrank (Shut Down). b. High coolant temperature (Warning Alarm). c. High -high coolant temperature (Shut Down). d. Low coolant temperature (Warning Alarm). e. Low oil pressure (Warning Alarm). f. Low -low oil pressure (Shut Down). g. High generator temperature (Warning Alarm). h. Low fuel level day tank (Warning Alarm). i. Battery voltage low (Warning Alarm). j. Battery voltage high (Warning Alarm). k. Generator running. 1. Overspeed (Shut Down). m. Anticipatory low oil pressure (Warning Alarm). n. Anticipatory high water temperature (Warning Alarm). o. Manual emergency stop (Shut Down). p. Not in automatic (Warning Alarm). q. System ready. r. Battery charger fault (Warning Alarm). s. High -high generator temperature (Shut Down). t. Low fuel level storage tank (Warning Alarm). u. Liquid in diesel fuel containment basin. This signal shall also be retransmitted to a remote panel. v. Battery weak at time of cranking (Warning Alarm). w. Overcurrent (Warning Alarm). x. Overcurrent (Shut Down). City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 32 13 - 10 EMI April 2013 y. High AC voltage (Shut Down). z. Low AC voltage (Shut Down). aa. Under frequency (Shut Down). bb. Ground fault (Shut Down). 12. Lamp test momentary push button controls and wiring. 13. Provide individual dry contacts closing on alarm for remote alarm for following conditions: a. Low oil pressure. b. High temperature. c. Generator winding high temperature. d. High exhaust temperature 14. Reset Control: Manual or remote restarts shall not be permitted and alarm lamps shall remain in the alarm state until manual reset is accomplished even if the alarm condition has been corrected. 15. Emergency stop pushbutton switch for shutdown independent of cooldown timer. 16. Cooldown timer. 17. Main circuit breaker. 18. Provide Modbus/TCP SCADA interface modules, fiber media converter and all related software. J. Engine Generator Set Control: 1. The control shall have automatic remote start capability. The panel mounted switch shall stop the engine in the "STOP" position, start and run the engine in the "RUN" (unloaded) position, and allow the engine to start and run by closing a remote contact, and stop by opening the remote contact when in the "AUTO" position. In the "AUTO" position, one or more automatic transfer switches shall signal the engine generator to start upon loss of normal (utility) power. After the generator reaches approximately 90 percent of rated voltage, the automatic transfer switch shall transfer to the emergency position after a preset time delay. 2. The control shall include a cycle cranking function. The cranking cycle, nonadjustable shall consist of an automatic crank period of approximately 15 seconds duration followed by a rest period of approximately 15 seconds duration. Cranking shall cease upon engine starting and running. Two means of cranking termination shall be provided, one as a backup to the other. Failure to start after three cranking cycles (75 second) shall shut down and lock out the engine, and visually indicate an overcrank shutdown on the panel. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 32 13 - 11 EMI April 2013 • 3. A solid-state time delay stop, adjustable from one to five minutes (factory set at five minutes), shall maintain the availability of the emergency source in the event that the normal power source fails shortly after retransfer and shall permit the engine -generator set to run unloaded for a cooldown period prior to shutdown. K. Generator Base: 1. Base shall be a structural steel frame of adequate rigidity for generator and engine alignment. L. Engine -Generator Set Mounting: 1. Vibration Isolators: Steel springs in combination with rubber pads. Korfund #LKD-D56H, 12 per set 2. Anchor Bolts: Type 316 stainless steel. 3. A template shall be furnished by the manufacturer for setting anchor bolts, pipe sleeves, and nuts for mounting the spring type isolators specified to the concrete foundation. Bolts and nuts shall be furnished for bolting the isolators to the channel frame base of the engine -generator set. M. Vibration Isolation: Provide flexible connections between engine -generator set and fuel lines, exhaust system, conduit containing power or control cables and other externally connected support systems. N. Nameplate: In accordance with the requirements of NEMA MG1-22.61. O. Exhaust characteristics shall be furnished for compliance with Air Pollution Control District (APCD) regulations. Certified test reports shall be furnished for approval by the Air Pollution Control District and for the ENGINEER' S information. P. The sound pressure level developed by the generator set shall be a maximum 85 dBA at three feet when measured in accordance with IEEE Standard 85, Test Procedure for Airborne Sound Measurement on rotating electrical machines. Q. Sound Attenuating Enclosure: 1. One aluminum weatherproof, rain tight walk-in style enclosure with a 65 dBA reduction at 7 meters in complete in every detail and require no additional in field modification or assembly. The enclosure is to be accurately dimensioned so as to be in compliance with the National Electrical Code (NEC), and the National Fire Protection Association (NFPA) for clearance of all applicable fire codes for a structure and application of this type as assembled by Phoenix Products. 2. Construction: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 32 13 - 12 EMI April 2013 • • a. The enclosure shall consist of a roof, two sidewalls and two end walls of pre -painted, aluminum, stressed skin, semi-monocoque construction. The roof shall be a one piece cambered sheet of .125 inch thick aluminum with 3/16 inch thick extruded aluminum recessed side and end rails with cast aluminum recessed side and end rails with cast aluminum corners. The entire assembly shall be suitable to withstand 140 MPH winds with a 1.3 gust factor. b. Enclosure dimensions shall be 562 -inches long, 144 -inches wide, 144 - inch height, with end of the unit as walking clearance for maintenance and operating personnel and space as required for the daytank. c. All doors on the enclosure shall be strategically located in areas as to allow ease of maintenance on the generator set and allow good access to and visibility of instruments, controls, engine gauges, etc. The doorframes shall be aluminum consisting of forged aluminum bolted to the side panels. Forged aluminum hinges with stainless steel pins and nylon bushings shall also be provided. Personnel doors shall be manufactured from aluminum and be fully gasketed to form a weather -tight perimeter seal. A three-point latching assembly with interior latch release and exterior padlocking provisions shall also be provided on these doors. d. Intake hood shall have sufficient free area to allow for 120 percent of the total engine/generator cooling air requirements used in this application. Intake hood shall be of all aluminum construction and shall be provided with bird screens. The radiator end of the enclosure shall be fitted air deflector plates, stainless steel exhaust deflectors and discharge plenum. e. The manufacturer of the enclosure shall provide mounting brackets for the exhaust silencer(s) specified. In addition, a tail pipe extension(s) and rain cap to prevent the entrance of rainwater shall also be provided. Further, a stainless steel, seamless bellows, flexible exhaust tube(s) and all necessary bolts, flanges, and gaskets to mate with the engine and exhaust silencer(s) shall be provided. f. Upon final assembly of the enclosure, it shall be prime painted with a minimum of two coats of aluminum primer. The final finish painting shall be a minimum of two coats of paint (color to be specified by the Owner). g. All wiring within the enclosure shall be installed in EMT raceways. All connections to the generator set shall be flexible. h. A battery operated light deriving its power from the engine cranking batteries shall be installed in a strategic location within the enclosure and shall be controlled by a switch located by one of the entrance doors. The lights shall be large enough to provide illumination in an emergency situation, yet not such that an overburdening drain will be placed on the starting batteries. The switch controlling this light shall be a wind-up City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 32 13 - 13 EMI April 2013 • timer type which automatically shuts off after a preset interval not to exceed one hour. Six (6), forty-eight inch, dual -tube fluorescent vaportight lights shall be installed within the enclosure and strategically located on either side of the generator set. They shall be ceiling mounted and parallel to the length of the unit. Their AC power source shall be taken from the commercial power supply at the job site and wired -in by way of the 120/208 -volt, 3phase, 4 wire load center located within the enclosure. The light switch box, located by one of the entrance doors, shall have its own -grounded duplex receptacle mounted therein for use by maintenance personnel. j. The enclosure shall be equipped with a 15 kVA 480-120-208 volt, 3- phase, 4 wire load center as a single entry point for commercial power supply conduits and wiring by the installing contractor for the battery charger, jacket water heater(s), lighting, receptacles, etc., as specified and as shown on the drawings. The load center shall be mounted within the enclosure and allow for site condition conduit entry from below. The placement of this load center shall be shown on the submittal drawings. All internal wiring and conduit runs to the various ancillary equipment supplied with the package shall be pre -wired at the factory in accordance with all governing codes pursuant to this application. The load center shall be considered as part of the emergency load and shall derive its power source downstream from the load transfer switch specified elsewhere. R. Fuel Oil Day Tank System 1. General: Provide a packaged design fuel oil day tank for each generator. Day tank shall be complete in all respects in order to provide for a reliable, local source of fuel. Day tank shall be specially designed for use with a remote aboveground storage tank (AST). Day tank shall be automatically be self -refilling and equipped for unattended operation. Day tank shall include accessories as detailed below to prevent overfill and allow for overflow return to the AST. The day tank shall be the product of a manufacturer regularly engaged in the manufacture of a standard, serial production line of day tanks. a. Provide a UL 142 (7th ed.) labeled, aboveground, atmospheric diked tank for use with fuel oil, a Class II liquid having a flash point greater than 100 degrees F b. Tank shall have interior corrosion inhibiting epoxy coatings c. Tank shall have exterior industrial enamel coating d. Tank shall include fittings as required for proper operation i. Vents per UL 142 and NFPA30 ii. Inlet from supply drop tube City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 32 13 - 14 EMI April 2013 • iii. Supply to engine/boiler drop tube iv. Return from engine boiler v. Pump supply to day tank drop tube vi. Overflow -return to AST drop tube vii. Manual fill port with lockable cap and drop tube viii. Other fittings as required e. System to be equipped with an automatic level controller as follows: i. Level controller to be listed under UL508 with the following control functions: I. "Auto -off -manual" pump control mode switch II. "Press to test" pump push-button III. Pump start -stop automatic level differential control IV. Pump overflow control backup V Overflow -return pump test push-button VI. Overflow -return pump automatic level differential control VII. Indication Functions: Tank leak sensor, fill pump lockout VIII. Fuel level IX Power available X Switch not in auto XL Pump running XII. Low level alarm XIII. High level alarm XIV Overflow alarm./pump control backup activated XV Overflow -return pump armed XVI. Overflow -return pump running XVII. Tank leak Alarm Outputs XVIII. Tank leak alarm XIX Low level alarm XX. High level alarm f. The level controller shall have an intrinsic overflow cutout backup control system which, upon sensing an overflow, will stop the pump, activate an alarm and cause the controller to revert to an emergency backup level control mode which shall allow the tank to continue operating automatically and not permit an overflow. Upon activation of the overflow alarm, the overflow return pump shall be started and shall pump down the tank to the 70% level. g. System to be equipped with supply and return pumps as follows: i. Positive displacement, high vacuum suction pump suitable for transferring fuel oil via suction lift of not less than 20 feet. The City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 32 13 - 15 EMI April 2013 • pump shall be of noncorrosive construction and equipped with a leak resistant mechanical rotary shaft seal. The pump shall be driven by an electric motor, close coupled, direct drive, via a self - aligning shaft coupling. Motor shall be 1725RPM, continuous duty 40 degree C ambient, class B insulation, UL recognized. Motor shall be equipped with integral overload protection. Supply pump: 2.0 gpm, 1/3 hp, 115 volts Il. Overflow -return pump: 7.0 gpm, 1/2 hp, 115 volts a) Equip overflow return pump with one-way check valve and automatic closing, fusible link valve, ductile iron construction, 165F fuse. ii. Inlet flow control I. Solenoid valve, 100 PSI H. Fuel strainer to protect solenoid valve 111 Manual shut-off valve, bronze, 600 PSI IV. Automatic -closing, fusible link valve, ductile iron construction, 165F fuse iii. On outlet to engine, install an automatic -closing, fusible link valve, ductile iron construction, 165F fuse. I. Provide day tank vent cap for outdoor installation Il. Provide fire rated tank drain valve iv. AST outlet control including: I. 1 -inch manual shut-off valve, carbon steel construction, fire rated II. 1 -inch automatic -closing, fusible link valve, ductile iron construction, 165F fuse III. Siphon -break, normally -open solenoid valve, operated by day tank level controller. v. Additional Items I. Hand pump II. Drain valve III. Fuel strainer IV. Vent cap City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 32 13 - 16 EMI April 2013 • • h. The 150 gallon day tank system shall be a Simplex SST -C Series as manufactured by Simplex, Inc., Springfield, Illinois 2.03 SURFACE PREPARATION AND PAINTING A. Standby generator set, all ferrous metals of the equipment, appurtenances, etc., shall receive shop primer and shop finish coating conforming to the requirements of Section 09 90 01, Painting. If any damage to the paint system occurs, the equipment shall be repainted as directed by the ENGINEER. B. Surface preparation and painting shall conform to the requirements of Section 09 90 01, Painting. C. All surfaces which are to remain unpainted shall receive a heavy application of grease or other rust -resistant coating. This coating shall be maintained during storage and until the equipment is placed into operation. D. CONTRACTOR shall certify, in writing, that the shop primer and shop finish coating system conforms to the requirements of Section 09 90 01, Painting. PART 3 - EXECUTION 3.01 INSTALLATION A. Engine -Generator Set Mounting: 1. Vibration Isolators: Steel springs in combination with rubber pads. Korfund #LKD-56H, 12 per set. 2. Anchor Bolts: Type 316 stainless steel. 3. A template shall be furnished by the manufacturer for setting anchor bolts, pipe sleeves, and nuts for mounting the spring type isolators specified to the concrete foundation. Bolts and nuts shall be furnished for bolting the isolators to the channel frame base of the engine -generator set. 4. Vibration Isolation: Provide flexible connections between engine -generator set and fuel lines, exhaust system, conduit containing power or control cables and other externally connected support systems. B. Load test each generator, utilizing a resistive load bank if necessary, as follows: 1. 1/2 hour at half load. 2. 1/2 hour at 3/4 load. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 32 13 - 17 EMI April 2013 • 3. Four hours at rated full load. 3.02 MANUFACTURER'S SERVICES A. A factory trained representative shall be provided for installation supervision, start-up and test services and operation and maintenance personnel training services. The representative shall make a minimum of ten (10) visits, minimum 8 -hours on-site for each visit, to the Site. The first visit shall be for assistance in the installation of equipment. The second visit shall be for checking the completed installation and start-up of the system. The third visit shall be Instruction of Operations and Maintenance Personnel. Manufacturer's representative shall test operate the system in the presence of the ENGINEER and verify that the standby power generators conforms to the requirements. Representative shall revisit the job Site as often as necessary until all trouble is corrected and the installation is entirely satisfactory. B. All costs, including travel, lodging, meals and incidentals, shall be considered as included in CONTRACTOR'S bid price. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 32 13 - 18 EMI April 2013 • SECTION 26 33 00 UNINTERRUPTIBLE POWER SYSTEM PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: 1. These specifications describe requirements for an Uninterruptible Power System (UPS). The UPS shall automatically maintain AC power within specified tolerances to the critical load, without interruption, during failure or deterioration of the normal power source. 2. The manufacturer shall design and furnish all materials and equipment to be fully compatible with electrical, environmental, and space conditions at the site. It shall include all equipment to properly interface the AC power source to the intended load and be designed for unattended operation. B. Standards: 1. The UPS and all associated equipment and components shall be manufactured in accordance with the following applicable standards: a. CSA 22.2, No. 107.1 b. IEEE 587, Category B (ANSI C62.41) c. National Electrical Code (NFPA 70) d. NEMA PE -1 e. OSHA f. UL Standard 1778 g. The UPS shall be ETL listed per UL Standard 1778 Uninterruptible Power Supplies, and shall be CSA certified. h. The Quality System for the engineering and manufacturing facility shall be certified to conform to Quality System Standard ISO 9001 for the design and manufacture of power protection systems for computers and other sensitive electronics. C. Design Requirements 1. The UPS shall be sized to provide a minimum of 50 kVA. 2. Load voltage and bypass line voltage shall be 277/480 VAC, three phase, 4 -wire. Input voltage shall be 480VAC, three-phase, 3 -wire. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 33 00 - 1 EMI April 2013 3. The battery shall support the UPS at 100% rated kW load for at least 30 minutes at 77°F (25°C) at startup. D. Modes of Operation 1. The UPS shall operate as an on-line reverse transfer system in the following modes: a. Normal: The critical AC load is continuously powered by the UPS inverter. The rectifier/ charger derives power from the utility AC source and supplies DC power to the inverter, while simultaneously float charging the battery. b. Emergency: Upon failure of utility AC power, the critical AC load is powered by the inverter which, without any switching, obtains its power from the battery plant. There shall be no interruption in power to the critical load upon failure or restoration of the utility AC source. c. Recharge: Upon restoration of the utility AC source, the rectifier/charger powers the inverter and simultaneously recharges the battery. This shall be an automatic function and shall cause no interruption to the critical AC load. d. Bypass: If the UPS must be taken out of service for maintenance or repair, the static transfer switch shall transfer the load to the bypass source. The transfer process shall cause no interruption in power to the critical AC load. e. Off -Battery: If the battery only is taken out of service for maintenance, it is disconnected from the rectifier/charger and inverter by means of an external disconnect circuit breaker. The UPS shall continue to function and meet all of the specified steady-state performance criteria, except for the power outage back-up time capability. E. Performance Requirements 1. The maximum working voltage, current, and di/dt of all solid-state power components and electronic devices shall not exceed 75% of the ratings established by their manufacturer. The operating temperature of solid-state component sub -assemblies shall not be greater than 75% of their ratings. Electrolytic capacitors shall be computer grade and be operated at no more than 95% of their voltage rating at the maximum rectifier charging voltage. F. Input 1. Voltage Range: +10%, -15% of nominal (no battery discharge at -20%). 2. Frequency Range: ±5%. 3. Rectifier Walk-In/Inrush Current Limiting: 20% to 100% of full rated load over 15 seconds (adjustable).y City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 33 00 - 2 EMI April 2013 • 4. Sub -Cycle Magnetizing Inrush: Not to exceed 2-3 times normal full load input current for modules without input isolation transformer. Not to exceed 5-8 times normal full load input current with input isolation transformer and input filter. 5. Power Factor: Minimum 0.92 lagging at full load with nominal input voltage 6. 2 -Step Rectifier Input Current Limit: 7. Step 1- Factory set at 115% (adjustable 100-125%) normal full load input current 8. Step 2 - Factory set at 100% (adjustable 85-125%) for on -generator operation 9. 2 -Step Battery Charge Current Limit: 10. Step 1 - Factory set at 10% (adjustable 1-25%) maximum battery discharge current. 11. Step 2 - Factory set at 1% (adjustable 1-25%) maximum battery discharge current. 12. Reflected Current Distortion: Less than 30% THD at full load input current. The input filter shall reduce reflected input current distortion to less than 7% THD at full load. 13. Surge Protection: Sustains input surges without damage per criteria listed in ANSI C62.41-1980. • G. AC Output • 1. Load Rating: a. 104% continuous load rating at 104°F (40°C) for any combination of linear and non-linear loads at the capacity of the connected modules or rating of the system control console, whichever is less. b. 10 times continuous load rating for three cycles without closing the bypass breaker. c. Load rating limited by system circuit breaker characteristics 2. Voltage Regulation: ±0.5% for balanced load, ±2% for 50% unbalanced load. 3. Voltage Adjustment Range: ±5% manually. 4. Automatic Line Drop Compensation: Adjustable 0 to +5% of nominal voltage. 5. Frequency Regulation: 0.1%. 6. Efficiency: Defined as output kW/input kW at rated lagging load power factor. a. Not less than 94% for 480/480 VAC or 600/600 VAC input/output; b. Not less than 93.5% for 480/208 VAC or 600/600 VAC input/output; c. Not less than 92.5% for 208/208 VAC input/output; d. Input filter efficiency loss not to exceed 0.5%. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 33 00 - 3 EMI April 2013 7. Phase Imbalance: a. Balanced loads 120° ±1°, b. 50% unbalanced loads 120° ±3°. 8. Unbalanced Voltage Regulation (RMS Voltage Balance, Each Phase to the Average): a. Balanced Load, ±1% from the arithmetic average of the 3 phases. b. 20% Unbalanced Load, ±1% from the arithmetic average of the 3 phases. c. 50% Unbalanced Load, ±2% from the arithmetic average of the 3 phases. 9. Voltage Transients (Average of all Three Phases): a. 20% Load Step ±4% b. 50% Load Step ±4% c. 100% Load Step ±5% d. Loss of/return to AC input power ±1% e. Transfer to/from Bypass ±4% 10. Output Voltage Transients a. Voltage transients shall be limited to a maximum deviation from nominal system output volts of plus or minus 5% with recovery to within 1% of the nominal output voltage within one electrical cycle (16 milliseconds) for each of the following conditions. Limits shall apply to any UPS load within the UPS rating, and frequency shall be maintained at 60 Hertz plus or minus 0.1 Hertz. The system shall not transfer to bypass under these conditions (except item 3).100% load step. i. Loss or return of AC input power, momentary sags, surges or spikes on the input to the UPS (all three phases or single phase). ii. Uninterrupted transfer of the critical load to and from the UPS output and bypass power line (manually initiated or automatic). iii. Trip a 10% rated ampere branch circuit breaker or clear a 10% rated fuse with a single-phase or three-phase fault. 11. Voltage Harmonic Distortion: a. Maximum 4% RMS total, maximum 2% any single harmonic (linear load). b. Maximum 5% RMS total for up to 100% non-linear load. 12. Overload at full Output Voltage with ±2% voltage regulation: a. 104% continuously. b. 125% of full load for 10 minutes c. 150% of full load for a minimum of 30 seconds. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 33 00 - 4 EMI April 2013 • • 13. Current Limit: 155% full load current. 14. Fault Clearing: Sub -cycle current of at least 300% but not more than 500% of normal full load current (when bypass is not available). H. Grounding 1. The AC output neutral shall be electrically isolated from the UPS chassis. The UPS chassis shall have an equipment ground terminal. A terminal for bonding the system neutral to facility service entrance ground (customer -provided cable) shall be provided. I. Submittals 1. Shop Drawing Submittals a. System configuration with single -line diagrams. b. Functional relationship of equipment including weights, dimensions, and heat dissipation. c. Descriptions of equipment to be furnished, including deviations from these specifications. d. Size and weight of shipping units to be handled by contractor. e. Detailed layouts site power and control connections. f. Descriptive list of site services and maintenance to be offered. g. Detailed installation drawings including all terminal locations. h. Interconnect wiring diagrams showing conduit wiring with terminal numbers for each wire. i. Descriptive list of site services and maintenance to be offered. j. Two (2) sets of instruction manuals. Manuals shall include a functional description of the equipment, safety precautions, instructions, step-by- step operating procedures and routine maintenance guidelines, including illustrations. J. UPS and Battery Warranty 1. The UPS manufacturer shall warrant the unit against defects in workmanship and materials for 12 months after final completion. 2. Special Project Warranty for Batteries: Submit a written warranty, mutually executed by manufacturer and the principal Installer, agreeing to replace UPS system storage batteries that fail in materials or workmanship within the special project warranty period specified below. This warranty will be in addition to, and not a limitation of, other rights and remedies the Owner may have against the Contractor under the Contract Documents. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 33 00 - 5 EMI April 2013 a. Special Project Warranty Period for Batteries: 10 years beginning on the date of Substantial Completion. A full warranty applies to the first year of the period, and a pro rata warranty for the last 9 years. 1.02 MANUFACTURER QUALIFICATIONS A. A minimum of 20 years' experience in the design, manufacture, and testing of solid-state UPS systems is required. 1.03 FACTORY TESTING A. Before shipment, the manufacturer shall fully and completely test the system to ensure compliance with the specification. These tests shall include operational discharge and recharge tests to ensure guaranteed rated performance. PART 2 - PRODUCTS 2.01 MATERIALS A. All materials of the UPS shall be new, of current manufacture, high grade and shall not have been in prior service except as required during factory testing. All active electronic devices shall be solid-state. All power semi -conductors shall be sealed. Control logic and fuses shall be physically isolated from power train components to ensure operator safety and protection from heat. All electronic components shall be accessible from the front without removing sub -assemblies for service access. 2.02 WIRING A. Wiring practices, materials and coding shall be in accordance with the requirements of the National Electrical Code, OSHA, and applicable local codes and standards. All bolted connections of bus bars, lugs, and cables shall be in accordance with requirements of the National Electric Code and other applicable standards. All electrical power connections shall be torque to the required value and marked with a visual indicator. B. Provisions shall be made in the cabinets to permit installation of input, output, and external control cabling, using raceway or conduit. Provision shall be made for bottom access to input, output, bypass and DC connections. In conformance with NEC, connection cabinets shall provide for adequate wire bend radius. All copper bus bars for customer power connections shall be tin plated for connection integrity. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 33 00 - 6 EMI April 2013 • 2.03 CONSTRUCTION AND MOUNTING A. The UPS shall be in NEMA Type 1 enclosures, designed for floor mounting. The UPS shall be structurally adequate and have provisions for hoisting, jacking, and forklift handling. Maximum cabinet height shall be 79 in. (20l cm). 2.04 COOLING 1. Adequate ventilation shall be provided to ensure that all components are operated well within temperature ratings. The cabinet blowers shall be redundant so that a single blower failure will not cause temperatures to increase beyond acceptable limits. 2. Temperature sensors shall be provided to monitor UPS internal temperature. Upon detection of temperatures in excess of manufacturer's recommendations, the sensors shall cause audible and visual alarms to be sounded on the UPS control panel. A separate room ambient temperature sensor shall be provided to give an alarm if the temperature of the inlet air to the UPS is above specified limits. Air filters shall be located at the point of air inlet and be changeable. No service clearance or ventilation shall be required in the rear of the system. • 2.05 EQUIPMENT A. UPS System • 1. The UPS module shall consist of a rectifier/charger and three-phase inverter with associated transformers, static transfer switch with bypass switch, bypass synchronizing circuitry, protective devices, and accessories as specified. The specified system shall also include a battery disconnect breaker and battery system. B. System Protection 1. The UPS shall have built-in protection against: surges, sags, and over -current from the AC source, overvoltage and voltage surges from output terminals of paralleled sources, and load switching and circuit breaker operation in the distribution system. 2. The UPS shall be protected against sudden changes in output load and short circuits at the output terminals. The UPS shall have built-in protection against permanent damage to itself and the connected load for all predictable types of malfunctions. Fast -acting current limiting devices shall be used to protect against cascading failure of solid-state devices. Internal UPS malfunctions shall cause the module to trip off-line with minimum damage to the module and provide maximum information to maintenance personnel regarding the reason for tripping off line. The load shall be automatically transferred to the bypass line City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 33 00 - 7 EMI April 2013 uninterrupted for an internal UPS malfunction. The status of protective devices shall be indicated on a graphic display screen on the front of the unit. 2.06 COMPONENTS A. Rectifier/Charger 1. The term rectifier/charger shall denote the solid-state equipment and controls necessary to convert AC to regulated DC for input to the inverter and for charging the battery. a. Input Current Reflected Harmonic Distortion: Input current THD shall be less than 30% at full load input current. The input filter shall reduce reflected input current distortion to less than 7% THD at full load. b. AC Input Current Limiting: The rectifier/charger shall include a circuit to limit AC input current to an adjustable level of 100% to 125% of the full input current rating. A second circuit shall provide greater limiting (85% to 125%) when signaled by an external contact (i.e., operation of generator). AC input current limit is to be factory set at 115% for normal operation and 100% for generator operation. c. Battery Charge Current Limiting: The rectifier/charger shall include a circuit to limit battery charging current to an adjustable level of 1% to 25% of maximum battery discharge current. A second circuit shall provide greater limiting when signaled by an external contact (i.e., operation of generator). Battery charge current limit is to be factory set at 10% for normal operation and 1% for generator operation. d. Input Current Walk-In:The rectifier/charger shall provide a feature that limits the total initial power requirement at the input terminals to 20% of rated load, and gradually increases power to 100% of full rating over the 15 -second time interval. This walk-in shall be graphically displayed on the front of the unit during start-up. e. Input Circuit Breaker: The rectifier/charger shall have an input circuit breaker. The circuit breaker shall be of the frame size and trip rating to supply full rated load and recharge the battery at the same time. The circuit breaker shall have an under -voltage release to open automatically when the control voltage is lost. f. Fuse Protection: Each AC phase shall be individually fused with fast - acting fuses so that loss of any semiconductor shall not cause cascading failures. Fuses shall be bolted to bus bars at both ends to ensure mechanical and electrical integrity. The display panel on the front of the unit shall indicate a blown fuse occurring on any phase of the rectifier. g. DC Filter: The rectifier/charger shall have an output filter to minimize ripple current into the battery. The AC ripple voltage of the rectifier DC output shall not exceed 0.5% RMS of the float voltage. The AC ripple current in the battery during float operation shall not exceed 2% RMS of City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 33 00 - 8 EMI April 2013 • • the inverter full load DC current. The filter shall be adequate to ensure that the DC output of the rectifier/charger will meet the input requirements of the inverter without the battery connected. h. Battery Recharge:In addition to supplying power for the load, the rectifier/charger shall be capable of producing battery charging current sufficient to replace 95% of the battery discharge power within ten (10) times the discharge time. After the battery is recharged, the rectifier/charger shall maintain the battery at full charge until the next emergency operation. Battery Equalize Charge: An automatic equalize charge timer feature shall be provided to automatically apply an equalize voltage to the battery after a 30 -second or longer utility outage that generates a Battery Discharging alarm. The duration of equalize charge time shall be adjustable from 0 to 72 hours. Manual override shall be provided for the automatic equalize circuit. j. Overvoltage Protection: There shall be DC over -voltage protection so that if the DC voltage rises to the pre-set limit, the UPS shall shut down automatically and initiate an uninterrupted load transfer to bypass. k. Temperature -Compensated Charging: The UPS shall be equipped with a battery temperature sensing unit and automatically reduce the float charge voltage in response to increases in battery temperature. Nominal float voltage shall be 540 VDC (2.25 volts per cell) at 25 degrees Centigrade. This charging setpoint will be automatically reduced 5 VDC for each temperature rise of 5 degrees Centigrade. The module LCD will indicate when the temperature compensation circuit is active. 1. VRLA Battery Load Testing :The UPS shall be capable of performing battery load testing under operator supervision. To accomplish this, the rectifier/charger will reduce charging voltage to 1.9 volts per cell, to force the batteries to carry the load for a short period of time. If the curve of battery voltage drop indicates diminished battery capacity, the UPS will display an alarm message on the LCD. If the voltage drop indicates battery failure, the UPS will terminate the test immediately and annunciate the appropriate alarms on the LCD. 2. Inverter a. The term inverter shall denote the equipment and controls to convert DC from the rectifier/charger or battery to precise AC to power the load. The inverter shall be solid-state, capable of providing rated output power, and for increased performance the inverter shall be a pulse -width - modulated 6 -step design and utilize insulated gate bipolar transistors (IGBTs). For reliability, IGBTs will not be paralleled within an inverter assembly, nor will inverter modules be paralleled within a single UPS module. To further enhance reliable performance, the inverter shall not City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 33 00 - 9 EMI April 2013 require an inverter output series static switch/isolator for the purposes of overload or fault isolation or transfers to bypass. Overload Capability: The inverter shall be able to sustain an overload across its output terminals up to 150% with ±2% output voltage regulation. The inverter shall be capable of at least 300% current for short circuit conditions. If the short circuit is sustained, the load shall be transferred to the bypass source and the inverter shall disconnect automatically from the critical load bus. ii. Output Frequency: The inverter shall track the bypass continuously providing the bypass source maintains a frequency of 60 Hz ±0.5 Hz. The inverter will change its frequency (slew rate) at 0.1 Hz per second (adjustable 0.01 to 1.0 Hz per second) to maintain synchronous operation with the bypass. This shall allow make -before -break manual or automatic transfers. If the bypass fails to maintain proper frequency, the inverter shall revert to an internal oscillator which shall be temperature compensated and hold the inverter output frequency to 0.1% from the rated frequency for steady-state and transient conditions. Drift shall not exceed 0.1% during any 24-hour period. Total frequency deviation, including short time fluctuations and drift, shall not exceed 0.1% from the rated frequency. iii. Phase -to -Phase Balance: System logic shall provide individual phase voltage compensation to obtain phase balance of no worse than ±2% under all conditions including up to 50% load unbalance, measured against the three-phase average. iv. Fault Sensing and Isolation: Fault sensing shall be provided to isolate a malfunctioning inverter from the critical load bus to prevent disturbance of the critical load voltage beyond the specified limits. An automatic output circuit breaker shall be provided to isolate a malfunctioning inverter from the critical load. v. Output Circuit Breaker: The inverter shall be provided with a motor -operated circuit breaker to isolate the inverter from the critical load bus. This circuit breaker shall be of the correct frame size and trip rating to supply full rated load and overload current as specified elsewhere in this document. The circuit breaker shall work in conjunction with the bypass circuit breaker for both automatic and manual load transfers to and from bypass power. vi. Battery Protection: The inverter shall be provided with monitoring and control circuits to protect the battery system from damage due to excessive discharge. Inverter shutdown shall be initiated when the battery voltage has reached the end of discharge voltage. The battery end -of -discharge voltage shall be City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 33 00 - 10 EMI April 2013 • • calculated and automatically adjusted for partial load conditions to allow extended operation without damaging the battery. Automatic shutdown based on discharge time is not acceptable. 3. Inverter Bypass Operation a. For times when maintenance is required or the inverter can not maintain voltage to the load due to sustained overload or malfunction, a bypass circuit shall be provided to isolate the inverter output from the load and provide a path for power directly from an alternate AC (bypass) source. The UPS control system shall constantly monitor the availability of the inverter bypass circuit to perform a transfer. The inverter bypass circuit shall consist of a static transfer switch, a circuit breaker to isolate the inverter, and a bypass circuit breaker in parallel with the static transfer switch. The static transfer switch shall denote the solid-state device, consisting of two reverse -paralleled SCRs (silicon -controlled rectifiers) per phase conductor, that can automatically and instantaneously connect the alternate AC source to the load. The inverter isolation breaker and system bypass breaker shall be motor -operated circuit breakers, self - protecting in case of a fault in the distribution system. Series -rated devices shall not be used for this purpose unless specifically approved by the owner. Manual Load Transfers: A manual load transfer between the inverter output and the alternate AC source shall be initiated from the control panel. Manually initiated transfers shall be make - before -break utilizing the inverter isolation and bypass circuit breakers. The static switch shall not be required for manual transfers. ii. Automatic Load Transfers: An automatic load transfer between the inverter output and the alternate AC source shall be initiated if an overload condition is sustained for a time period in excess of the inverter output capability or due to a malfunction that would affect the output voltage. Transfers caused by overloads only shall initiate an automatic retransfer of the load back to the inverter only after the load has returned to a level within the rating of the inverter source. The UPS system logic shall allow 0 to 5 retransfers (adjustable) within any one-hour period to prevent cyclical transfers caused by overloads. iii. Momentary Overloads: In the event of a load current inrush or branch load circuit fault in excess of the inverter rating, the static transfer switch shall connect the alternate AC source to the load for up to 40 milliseconds allowing up to 1000% of the normal rated output current to flow. Output voltage shall be sustained to the extent the alternate AC source capacity permits. If the City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 33 00 - 11 EMI April 2013 overload condition is removed prior to the end of the 40 ms time period, the static transfer switch will turn off and the load shall remain on inverter power. If the overload remains, then a transfer to the alternate AC source is to be completed by closing the bypass circuit breaker. iv. Protection and Backfeed Prevention: The critical output bus shall be protected from the flow of excess current through the static transfer switch path that may be caused by a low -impedance fault at the output of the UPS system. Each phase of the bypass circuit shall be protected by individual fuses and circuit breakers. Blown fuse monitors shall indicate when a blown fuse will prevent the static transfer switch path from being available for automatic transfers. As required by UL1778 and CSA, the static transfer switch shall not backfeed UPS power to the bypass distribution system while the UPS is operating on battery during a bypass power outage. The purpose of this requirement is to prevent the risk of electrical shock on the distribution system when the normal source of power is disconnected or has failed. The static transfer switch shall be provided with redundant bypass power outage sensing circuits. The backfeed prevention system shall operate even if two component failures exist simultaneously. If a shorted SCR is detected, the static transfer switch shall be isolated and an alarm message shall be annunciated at the UPS control panel. The load shall remain on conditioned and protected power after detection of a shorted SCR and isolation of the static transfer switch. 4. Display and Controls a. UPS Control Panel The term UPS control panel denotes that portion of the UPS containing the display panel and control functions to provide complete monitoring and control through the use of menu - prompted commands. Membrane switches shall be used to select and execute operations from a Master Menu. The display and control panel shall be mounted on the SMS control section door. The display panel shall be 640 X 200 pixel, Liquid Crystal Display. b. Logic i. UPS system logic and control programming shall be resident in Application Specific Integrated Circuits. Rectifier, inverter, and system control logic shall be solid state. Switches, contacts, and City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 33 00 - 12 EMI April 2013 • relays shall only be used to signal the logic system as to the status of mechanical devices or to signal user control inputs. Relays shall be used to isolate the logic for customer external status and alarm signaling. c. Metered Values A microprocessor shall control the display and memory functions of the monitoring system. All three phases of three-phase parameters shall be displayed simultaneously. All voltage and current parameters shall be monitored using true RMS measurements for accurate (±1%) representation of non- sinusoidal waveforms typical of computers and other sensitive loads. The following parameters shall be displayed: I. Input voltage, Line -to -Line II. Input current III. Battery voltage IV Battery charging/discharging current V. Inverter voltage, Line -to -Line VI Inverter frequency VII. Bypass input voltage, Line -to -Line VIII. Bypass input frequency IX Load current X Load kVA XI Load kW XII. Total operating hours shall be available on a separate display screen XIII Battery temperature d. Power Flow Indications i. A power flow diagram shall graphically depict whether the load is being supplied from the inverter, bypass, or battery and provide, on the same screen, the status of the following components: I. AC input circuit breaker. II. Battery circuit breaker. III. Inverter output circuit breaker. IV. Bypass circuit breaker. V. Static Transfer Switch (Connected, Disconnected). VI Time to overload transfer. e. Battery Status Indicator City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 33 00 - 13 EMI April 2013 A battery status indicator shall display DC alarm conditions, shutdown voltages, the present battery voltage, and battery time remaining during discharge. A graphical representation of the battery voltage during the discharge shall be displayed. The graphical representation shall remain in the monitoring system memory until the next discharge occurs and shall be available for review of the battery performance, battery charge percentage, battery time remaining and estimated time remaining. f. Battery Cycle Monitor i. The UPS shall have a Battery Cycle Monitor (BCM) built into system firmware to document the cycle service of the battery. It shall collect and retain information on the last 132 events that involved discharging the UPS battery. Each battery discharge cycle is to be put into one of four categories, depending on the duration of the event: I. 0-30 Seconds Discharge H. 31-90 Seconds Discharge III. 91-240 Seconds Discharge IV Over 240 Seconds Discharge V. The BCM shall collect and retain this information for each discharge cycle: VI. System time and date VII. Event Number VIII. Duration of cycle (seconds) LX Lowest DC Bus Voltage X Highest DC Bus Current XI. kW carried by the batteries at the start of cycle, and XII. Battery Environment Ambient Temperature. ii. In addition, the BCM shall retain summary information on the total number of events, the cumulative ampere hours and the total discharge time since a given date. iii. The BCM shall be capable of storing information for up to 132 discharge cycle events in its data buffer. When the buffer approaches its capacity, a warning message shall be broadcast via terminal and modem communication channels and a complete listing of all records (in order of occurrence) shall be sent to the terminal port. Once the buffer is filled, new data will replace the old on a First -In, First -Out basis as new cycles occur. iv. The UPS operator shall be able to select either the BCM Summary screen or one of four screens showing detailed City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 33 00 - 14 EMI April 2013 1 • • information on any one of the four categories of discharge (0-30 seconds, 31-90 seconds, 91-240 seconds and Over 240 seconds). v. The Summary screen will ordinarily show Total Number of Discharge Cycles, Accumulated Battery Time, Accumulated Battery Amp Hours, Accumulated Battery Kilowatt Hours and the current temperature at the spot where the Battery Temperature Sensor has been positioned. During a battery discharge event, the screen shall change to show information about the current discharge cycle. The screen shall display Active Cycle Time in place of Accumulated Battery Time and substitutes Active Battery AH and Active Battery kWh for their accumulated counterparts. vi. The UPS shall allow this information to be collected remotely, through the communications board and modem, by a remote terminal or a personal computer equipped with a modem and communications program. g. Alarms i. The control panel shall report the system -level alarms listed below. An audible alarm shall be activated when any of the alarms below occurs. All alarms shall be displayed in text form. Input Fail Control Power Fail DC Ground Fault DC Capacitor Fuse Blown Battery CB Open Battery Discharging Low Battery Warning Low Battery Shutdown DC Over -voltage Shutdown Load On Bypass Auto Retransfer Primed Manual Reset/Retransfer Static Switch Unable Bypass Not Available Output Over/Under Frequency Output Under -voltage Output Over -voltage Overload Overload Transfer Overload Shutdown Reverse Power Rectifier Fuse Blown Inverter Fault Hardware Shutdown Emergency Off Ambient Over -temperature Blower Failed Equipment Over -temperature Bypass Phase Sequence Wrong Over -temperature Timeout h. Controls i. System -level control functions shall be: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 Battery Circuit Breaker Trip pushbutton Emergency Module Off pushbutton with protective cover Horn Off pushbutton Control Enable pushbutton 26 33 00 - 15 EMI V Display control pushbuttons: Up, Down, Select VI. Alarm Reset pushbutton 5. Self -Diagnostics a. Present Status Screen: The control system shall monitor and display all of the following parameters in a Present Status screen: i. Input Voltage, Line -to -Line for all three phases ii. Input Current for all three phases iii. Inverter Voltage, Line -to -Line for all three phases iv. Output Current for all three phases v. Inverter Frequency vi. Battery Voltage vii. Battery Amps viii. Load kVA ix. All three phases of the three-phase parameters shall be displayed simultaneously. All voltage and current parameters shall be monitored using true RMS measurements for accurate (±1%) representation of non -sinusoidal waveforms typical of computers and other sensitive loads. b. History Status File: A History Status file shall contain all of the information in the Present Status screens except Load kVA. The control system shall maintain this information in discreet 4 millisecond frames (1 millisecond resolution) updating memory on a First -In -First -Out basis. This shall provide status recall of a period of at least 256 milliseconds (64 frames): 160 milliseconds before the malfunction fault (40 frames), the fault frame, and 92 milliseconds after the malfunction (23 frames). c. Event History File: The control system shall maintain an event history of the alarm conditions that have occurred during system operation. System memory shall be capable of storing at least 128 events for recall. d. System Status File: The control system shall monitor and display the total operating hours of the UPS system. e. Diagnostic Aids: The UPS shall be provided with the following built-in diagnostics for troubleshooting and circuit alignment aids: i. Rectifier in control mode ii. UPS synchronizing with critical load bus iii. Positive DC bus ground fault iv. Bypass frequency higher than system output frequency v. Bypass frequency lower than system output frequency vi. Automatic static transfer switch lockout vii. Command given to close inverter output circuit breaker viii. Command given to close bypass circuit breaker City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 33 00 - 16 EMI April 2013 • • ix. Command given to open inverter output circuit breaker/bypass circuit breaker x. Degree of overload xi. Undervoltage release for battery disconnect switch xii. Undervoltage release for input circuit breaker f. Site Monitoring Capability: UPS control circuits shall be capable of interfacing with Liebert SiteScan central site monitoring systems. Interface (proprietary RS -422 format) shall be built into the UPS. The site monitoring signal -processing module shall be built into the system logic. The following shall be available for display: g. i. Metering I. Bypass volts (line -line, all phases) II. Critical bus volts (line -line & line -neutral, all phases) III Critical bus current (all phases) IV Critical bus frequency V. Critical bus kVA VI Critical bus kW ii. DC volts 1 Battery amps (+/-) II % Capacity iii. Digital Alarms I. Fuse Cleared H. Load On Bypass III Battery Discharging IV. Output Overload V Static Switch Disabled VI Control Power Failure VII. Emergency Power Off VIII Battery Disconnected IX Low Battery Reserve X Ambient Overtemp XI Module Cooling Failure Remote Monitoring Capability i. Remote Alarm Contacts I. A set of eight Form "C" remote alarm contacts, rated at • 125V, 500mA, shall be provided. These shall include: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 33 00 - 17 EMI April 2013 II. Output CB Open III. Control Failure IV. Battery CB Open V Ambient Over -temperature VI Battery Discharging VIL Module Summary Alarm VIII. Low Battery Warning IX New Alarm X A set of eight Form "C" remote alarm contacts, rated at 24VDC, 1A shall be provided, as an option, for an Remote Alarm Panel. These shall include: XL Load on UPS XIL Overload XIII Load on Bypass XIV. Ambient Over -temperature XV Battery Discharging XVI. System Summary Alarm XVII. Low Battery Warning XVIII. New Alarm h. Remote Modbus Interface :UPS shall interface to the plant SCADA system via a Modbus/TCP protocol converter. Provide a shelf mounted UPS system for Modbus/TCP converter. 6. Battery Disconnect Breaker a. The UPS shall have a properly rated circuit breaker (500 VDC) to isolate it from the battery. This breaker shall be in a separate NEMA -1 enclosure or in a matching battery cabinet. When open, there shall be no battery voltage in the UPS enclosure. The UPS shall automatically be disconnected from the battery by opening the breaker when the battery reaches the minimum discharge voltage level or when signaled by other control functions. The UPS shall be provided with a pushbutton to trip the breaker from the control panel. A maximum of three battery disconnect breakers with 48 VDC UVRs shall be connected to each UPS. 7. Battery Plant a. The battery power pack shall consist of sealed, valve -regulated batteries and a properly rated circuit breaker (500 VDC nominal, 600 VDC maximum) for isolating the battery pack from the UPS. The battery cells and disconnect breaker shall be installed and housed in a NEMA -1 cabinet, matching the UPS style and design. b. The battery system shall be sized to support a 23 kW load for 30 minutes. The battery system shall provide 100% initial capacity upon delivery. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 33 00 - 18 EMI April 2013 • • • c. The battery shall be lead -calcium, sealed, valve -regulated type with a one (1) year full warranty and a nine (9) year pro rata warranty under full float operation. The battery design shall utilize absorbent glass mat (AGM) technology to immobilize the electrolyte. d. Valve -Regulated, Sealed Cell Battery System on Rack: The battery shall be a lead -calcium, sealed, reduced -maintenance type with a one-year full warranty and a nine-year pro rata warranty under full float operation. i. Ratings I. Back-up Time: 30 minutes. II. Load kW: 25kW. ii. Electrolyte Immobilization: Battery shall utilize absorbent glass mat (AGM) technology to immobilize electrolyte. iii. Alloys: Grids shall be manufactured of calcium lead alloys to assure long life and consistently low gassing rate over the entire service life; all internal wetted parts shall be of similar non- antimonial alloy to preclude interfacial corrosion at the bonded area. iv. Plates: Both positive and negative plates shall be of the flat pasted plate design to assure highly reliable electrical performance throughout the life of the battery. Positive plates shall be equipped with fibrous retention mats to inhibit the loss of active material as a result of repeated cycling. v. Terminals: All batteries shall include copper inserted terminal posts allowing connector torque of 110 pound inches and copper - to -copper interface with the intercell connector (except for flashing). Terminal posts shall be of sufficient strength to support normal inter -tier or inter -step cabling without additional bracing. vi. Container: The cell container and cover shall be of a flame- retardant material with an oxygen index of at least 28. The cell cover shall include a low-pressure release vent. All cells larger than .25 kW/cell (15 minute rate to 1.67 volts per cell) shall include an integral flash arrestor. vii. Inter -Cell Connections: For each bolted connection, lead -plated copper connectors and corrosion -resistant bolts shall be provided; interconnecting hardware shall be sized so as to permit discharge at the maximum published rate while allowing no more than 30 my of voltage drop between adjacent units at the one -minute rate to 1.75 volts per cell (VPC). Along with the necessary hardware, the supplier shall furnish terminal connection coating compound if required by the battery manufacturer. viii. Manufacturing Controls: Each cell shall be clearly identified as to cell type, voltage, and capacity as well as manufacturing City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 33 00 - 19 EMI April 2013 control group for future Quality Assurance traceability. All cells in the battery shall be tested to verify 100% system capacity. The equipment shall be designed and manufactured under a Quality Assurance Program which is controlled and documented by written policies, procedures or instructions, and which shall be carried out throughout the performance of the work. The Quality Assurance Program shall conform to the requirements of ANSI N45.2, MIL -I -45208A, and MIL -Q-9858. 8. Input Filter a. The input filter shall reduce reflected input current distortion to less than 7% THD at full load. The input filter shall also improve the input power factor to better than 0.92 lagging at full load. The filter shall be installed inside the UPS module cabinet, not requiring any additional cabinet . 9. Input Isolation Transformer a. The all copper winding, dry power transformer (isolated winding type) shall isolate the AC line voltage from the battery, and shall have one tap 5% below rated voltage. When operating at full load and at maximum ambient temperature, the hottest spot winding temperature shall not exceed the temperature limit of the transformer insulation class of material. The transformer shall be designed for continuous operation at 125% full load with a non-linear 6 -pulse rectifier. The transformer shall fit entirely inside the UPS module and not require an additional external cabinet. 10. Matching Maintenance Bypass Cabinet a. A make -before -break maintenance bypass shall be provided in a cabinet that matches and bolts up to the UPS. Installation of cabinet shall not affect cooling ability of UPS. Thermal -magnetic breakers shall be provided for maintenance bypass (MBB) and for maintenance isolation (MIB). Thermal -magnetic breakers shall be bypass isolation (BIB) and rectifier input (RIB). Each circuit breaker shall have an interrupting rating of 85 KAIC at 480 VAC and 85 KAIC at 208 VAC. An key interlock system shall be provided. 11. Maintenance Bypass Switchboard a. A make -before -break maintenance bypass shall be provided in a wall - mounted or floor -standing cabinet. Thermal -magnetic breakers shall be provided for maintenance bypass (MBB) and for maintenance isolation (MIB). Thermal -magnetic breakers shall be bypass isolation (BIB) and rectifier input (RIB). Each circuit breaker shall have an interrupting rating City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 33 00 - 20 EMI Apri12013 • • of 85 KAIC at 480 VAC and 85 KAIC at 208 VAC. An key interlock system shall be provided. 12. Load Bus Synchronization a. The Active Load Bus SyncTM (LBS) shall ensure synchronous operation of two UPS systems during all steady state operating conditions. This includes times when the UPSs are operating on battery or independent generators, and situations when the bypass inputs are out of phase or sync.. The Active LBS system the Slave UPS system is constantly tracking the Master UPS system. 13. Power -Tie Equipment a. The Power -Tie system shall provide the capability to momentarily or continuously parallel the output of two otherwise independent UPS systems. It also shall provide manually initiated, uninterrupted transfers of a critical load bus between the two UPS systems. This topology shall permit one UPS and its associated distribution system to be shut down for maintenance while the load continues to be supplied by another UPS, without the necessity of transferring the load to bypass during shutdown or restart of the UPS being maintained. • 14. Modes of Operation • a. The UPS system shall operate as an on-line reverse transfer system in the following modes: Normal: Each critical AC load bus is continuously powered by its respective multi -module UPS system. The rectifier/chargers of the UPS modules within each system derive power from the utility AC source and supply DC power to the inverters, while simultaneously float charging the batteries. The two UPS systems will be isolated from each other except as required by the Load Bus Sync Circuits. On -battery and bypass operation will be as described elsewhere in this specification for the individual UPS modules and systems. ii. Maintenance Bypass with Momentary Power -Tie: If maintenance or repair is required on either UPS system, the critical load on that UPS system can be manually transferred to the other UPS system using the Power -Tie Control Cabinet without transferring to utility bypass. The Power -Tie Control system will ensure the breakers are operated in proper sequence. Once its load has been transferred, the UPS system to be maintained -- including UPS modules, System Control Cabinet, static switch, system output and bypass breakers -- can be totally isolated. After the City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 33 00 - 21 EMI April 2013 maintenance or repairs are finished, the critical load shall be manually retransferred to the original UPS system without putting any portion of the critical load to bypass. iii. Continuous Power -Tie: The Power -Tie controls shall permit the operator to continuously parallel the output of both UPS systems through the Tie Breaker. The control logic shall permit this tie operation without putting any portion of the critical load to bypass. 2.07 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by the following: 1. Uninterruptible Power Supply Systems: a. APC. b. Powerware PART 3 - EXECUTION 3.01 FIELD QUALITY CONTROL A. The following inspections and test procedures shall be performed by factory -trained field service personnel during the UPS start-up. 1. Visual Inspection a. Inspect equipment for signs of damage. b. Verify installation per drawings supplied with installation manuals or submittal package. c. Inspect cabinets for foreign objects. d. Verify neutral and ground conductors are properly sized and configured per Liebert requirements as noted in Liebert drawings supplied with installation manuals or submittal package. e. Inspect electrolyte level in cells (flooded cells only). f. Inspect all cell cases. g. Inspect each cell for proper polarity. h. Verify all printed circuit boards are configured properly. 2. Mechanical Inspection a. Check all control wiring connections for tightness. b. Check all power wiring connections for tightness. c. Check all terminal screws, nuts, and/or spade lugs for tightness. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 33 00 - 22 EMI April 2013 • • 3. Electrical Inspection a. Check all fuses for continuity. b. Confirm input and bypass voltage and phase rotation is correct. c. Verify control transformer connections are correct for voltages being used. d. Assure connection and voltage of the battery string(s). 4. Unit Start -Up a. Energize control power. b. Perform control/logic checks and adjust to meet Liebert specification. c. Verify DC float and equalize voltage levels. d. Verify DC voltage clamp and overvoltage shutdown levels. e. Verify battery discharge, low battery warning and low battery shutdown levels. f. Verify fuse monitor alarms and system shutdown. g. Verify inverter voltages and regulation circuits. h. Verify inverter/bypass sync circuits and set overlap time. i. Perform manual transfers and returns. j. Simulate utility outage at no load. k. Verify proper recharge. • 3.02 INSTALLATION • A. Install system components on 4 -inch -high (100 -mm -high) concrete housekeeping bases. Cast -in-place concrete, reinforcing, and formwork are specified in Division 3. Install systems according to manufacturer's printed instructions. B. Maintain minimum working space at equipment according to manufacturer's shop drawings and NEC. C. Connections: Interconnect system components. Make connections to supply and load circuits according to manufacturer's wiring diagrams and as indicated. D. Manufacturer's Field Services: Arrange and pay for the services of a factory -authorized service representative to supervise the installation, connection, and adjustment of the unit. 3.03 IDENTIFICATION A. Identify components according to Section 26 05 00 General Provisions B. Identify each battery cell individually. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 33 00 - 23 EMI April 2013 3.04 FIELD QUALITY CONTROL A. Supervised Adjustment and Pretesting: Under supervision of factory -authorized service representative, pretest system functions, operations, and protective features. Adjust to ensure operation complies with specifications. Load the system using a variable load bank simulating kVA of loads for which unit is rated. B. Retest: Correct deficiencies and retest until specified requirements are met. 3.05 CLEANING A. Upon completion of installation, inspect system components. Remove paint splatters and other spots, dirt, and debris. Repair scratches and mars of finish to match original finish. Clean components internally using methods and materials recommended by manufacturer. 3.06 DEMONSTRATION A. Training: Arrange and pay for the services of a factory -authorized service representative to demonstrate adjustment, operation, and maintenance of the system and to train Owner's personnel. B. Conduct a minimum of 4 hours of training as specified under Instructions to Owner's Employees in the Contract Closeout Section of these Specifications. C. Schedule training with at least a 7 -day advance notification. 3.07 COMMISSIONING A. Battery Equalization: Equalize charging of battery cells according to manufacturer's instructions. Record individual cell voltages. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 33 00 - 24 EMI April 2013 • SECTION 26 36 23 AUTOMATIC TRANSFER SWITCH PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: 1. Furnish and install one automatic transfer switch including all appurtenances required as shown on the Drawing and specified herein. The automatic transfer switch shall be furnished with the generator. B. Related Work Described Elsewhere: 1. Stand-by Generator Section 26 32 13 1.02 QUALITY ASSURANCE A. Standards: 1. Underwriters' Laboratories (U.L.) - 1008. 2. National Electric Code (NEC). 3. National Electrical Manufacturers' Association (NEMA). B. Manufacturers: 1. GE Zenith 2. Onan/Cummins 3. ASCO 4. Thomson Technology 1.03 SUBMITTALS A. Submit shop drawings and product data clearly indicating: 1. Cabinet dimensions. 2. All applicable options and accessories. 3. Wiring diagrams. 4. Interrupting or withstanding current rating. 5. All electrical characteristics and data as required to show compliance with these specifications. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 26 36 23 - 1 EMI B. To establish conformance with the above, manufacturer must produce certified test reports from an independent testing laboratory to verify the identical samples have been subject to three phase short circuit current at rated voltage, for a minimum of 3 cycles duration, without contact damage or contact welding and without the use of current limiting fuse protection. Oscillograph traces are to be supplied to verify that the test parameters have been met. C. Warranty: The equipment supplied under this Section shall be covered by warranty with the same or more comprehensive coverage then a full 5 year warranty plus a 5 -year extension option. Warrant shall cover all parts, labor, travel and related items. Warranty shall be administered by the same company that supplied the equipment. 1.04 PRODUCT DELIVERY STORAGE AND HANDLING A. The equipment shall be stored indoors in a dry location at all times. B. The equipment shall be maintained in an upright position at all times. Lifting shall be only at the floor sills or the top mounted lifting angles. C. The equipment shall be protected against damage at all times. Any damage to the paint shall be carefully repaired using touch-up paint furnished by the ATS Manufacturer. D. Each box or package shall be properly marked to show its net weight in addition to its contents. PART 2 - PRODUCTS 2.01 AUTOMATIC TRANSFER SWITCH A. General: 1. Install as specified herein and on the Drawings, an automatic transfer switch to protect the load from loss of power. The load transfer control shall be fully rated 3000 amp, 4 -pole for continuous duty and for all classes of load. The control components shall be compatible with the electrical requirements of the standby set. a. Upon power line outage, automatically start the generating set and when the set comes up to speed and voltage, disconnect the load circuits from the power line and transfer them to the standby set's output. b. Upon power line return, transfer the load back to the line and stop the standby set. 2. On failure of normal power, or a drop in voltage on any phase to 70% of normal, contacts shall close after a delay of 2.5 seconds to override momentary voltage City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) EMI Conformed Documents 26 36 23 - 2 April 2013 • • fluctuations, and signal the engine generator to start. When the generator reaches a 90% of rated voltage and frequency, the switch shall operate to transfer the load to the generator. On restoration of all phases of normal power to 90% or more of nominal voltage for an adjustable period of up to 9990 hours, the switch shall retransfer the load to normal and the engine starting contacts shall open. 3. The transfer switch shall be a mechanically held device utilizing two circuit breakers or contactors. Circuit breakers shall be high instantaneous trip circuit interrupters, trip free in the closed position, complete with terminal lugs suitable for copper or aluminum conductors. The breakers shall be operated by a common transfer mechanism to provide double throw switching action. 4. The transfer mechanism shall be electrically operated by a single unidirectional gear motor which shall be powered by the source to which the switch is transferring. The switch shall be mechanically and electrically interlocked. The switch shall be capable of manual operation and shall have provision for disengaging the motor when so operated. It shall not be possible for the load to be simultaneously connected to the normal and emergency sources during manual operation to allow maintenance of load circuits. The speed of contact opening and closure shall be the same during manual and automatic operation. 5. The switch shall have equal withstand, closing and interrupting rating at the voltage • employed, sufficient for the available short circuit at the point of application. 6. The control circuit shall utilize solid state components mounted on printed circuit boards wherever practical, to accomplish functions such as timing, voltage, and frequency monitoring. Circuit boards shall be individually replaceable plug-in type. Relays shall be plug-in dust -proof type. Voltage sensing relays shall be solid state, field adjustable, close differential type with positive locks which operate without affecting relay settings. 7. The entire transfer switch and accessories shall be enclosed in a NEMA 12 steel enclosure with hinged door. It shall contain a spare pair of contacts, one for normal and one for emergency, a solid neutral bar and four -position selector switch with test -auto -off and engine start positions. It shall be UL -1008 listed, including accessories, in accordance with NEC Article 700 and CSA approved. It shall include the following accessories: a. Time Delay Starting Engine: Adjustable from 0.6300 seconds with tin plated contacts. b. Time Delay Normal to Emergency: Adjustable from 0.1-9990 hours. Factory set at 0.1 seconds. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 263623-3 EMI c. Time Delay Emergency to Normal: Adjustable from 0.1-9990 hours. Factory ip set at 2 minutes. d. Time Delay for Engine Cool Off: Adjustable from 0.1-9990 hours. Factory set at 5 minutes. e. Frequency and Voltage Relays for Normal Source and Emergency Source. Under Volt Adj. 90%; Pickup 70% Drop. f. Time Delay Motor Load Transfer: Adjustable from 0.5-10 seconds. In-phase monitors and motor disconnects are unacceptable. g. Pilot Lights: Normal Supply Green in Cover; Emergency Supply Red in Cover. h. Plant Exerciser: 7 day type with provisions to exercise with or without load with Selector Switch. i. Engine Start Contacts. j. Remote shunt trip relay to prevent generator starting, if required by local codes. k. Auxiliary contacts for remote power failure relaying. PART 3 - EXECUTION 3.01 INSTALLATION A. The equipment manufacturer shall furnish the services of a competent and experienced representative who has complete knowledge of proper operation and maintenance of the equipment for period of not less than one (1) day to inspect the installed equipment, supervise the initial test run, and to provide instructions to the plant personnel. The visit will be for checking and inspecting the equipment after it is installed, and shall be allocated solely to the instruction of plant personnel in operation and maintenance of the equipment. This instruction period shall be scheduled at least ten days in advance with the Owner and shall take place prior to plant start-up and acceptance by the Owner. The final six (6) copies of operation and maintenance manuals specified in Section 01730 must have been delivered to the Engineer prior to scheduling the instruction period with the Owner. These services may be combined with those provided under Article 1.06, Operating Instructions. 3.02 INSPECTION AND TESTING A. Prior to acceptance of the automatic transfer switch all equipment furnished hereunder shall be tested to show it is free of any defects and the generator set can operate satisfactorily under loaded conditions. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) EMI Conformed Documents 26 36 23 - 4 April 2013 • City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 END OF SECTION 263623-5 THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents April 2013 263623-6 EMI 1 SECTION 26 41 00 LIGHTNING PROTECTION SYSTEM PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment, services and incidentals as shown, specified or required to furnish and install a lightning protection system protecting all above ground existing and proposed equipment, lighting installation, security installation, piping and structures. 1.02 REFERENCES A. Standards referenced in this Section are listed below: 1. Lightning Protection Institute, (LPI). a. LPI 175, Standard of Practice. b. LPI 176, Standard of Materials. 2. National Fire Protection Association, (NFPA). a. NFPA 70, National Electrical Code. b. NFPA 780, Standard for the Installation of Lightning Protection Systems. 3. Underwriters' Laboratories, Inc., (UL). a. UL 96A, Installation Requirements for Lightning Protection Systems. b. UL 651, Schedule 40 and 80 PVC Conduit. 1.03 QUALITY ASSURANCE A. Source Quality Control: 1. A UL listed Master Labeled certification shall be provided. For hazardous areas, where a Master Label is not available, a letter of finding shall be obtained. 2. All materials used in the installation shall be labeled or listed by UL for use in Master Labeled lightning protection systems. The completed system shall conform to the requirements of NFPA, LPI and UL Standard No. 96A. Non- compliance items shall be replaced at no additional cost to the OWNER. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 41 00 - 1 EMI April2013 3. It is the intent of this Section that a complete certified lightning protection system installation shall be provided. All bonding connections and miscel-laneous items required shall be provided to ensure a complete system. B. Field Quality Control: 1. Retain the services of a Lightning Protection Contractor who is regularly engaged in installing Master Labeled lightning protection systems. 2. The Lightning Protection Contractor shall be a LPI certified Master Installer or Inspector. 1.04 SUBMITTALS A. Shop Drawings: Submit the following: 1. Manufacturer's catalog cuts and technical information. 2. Technical specifications. 3. Complete scaled drawings showing proposed routing and layout of the lightning protection system with installation details. Drawings shall include equipment connection details and downlead details. 4. Final inspection report. B. Qualifications of proposed Lightning Protection Contractor. C. Certificates of LPI code compliance, together with UL master label Certificate or letter of finding. PART 2 - PRODUCTS 2.01 MATERIALS A. General: 1. Materials shall be sized in accordance with the material requirements of NFPA 780, UL 96A and LPI 176. 2. Materials shall comply in weight, size and composition for the class of structure to be protected in accordance with the following: a. Class I materials shall be used for systems on structures not exceeding 75 feet in height. b. Class II materials shall be used for systems on structures exceeding 75 feet above grade. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 41 00 - 2 EMI April 2013 • • 3. Materials shall be corrosion resistant, heavy duty type. Materials shall be Type 316 stainless steel, copper and high copper -content bronze castings. All bolts, screws and hardware shall be Type 316 stainless steel. 4. Aluminum materials shall be used in locations where system components are mounted on aluminum surfaces, to avoid electrolytic corrosion of the dissimilar metals. 5. Provide all fittings, mounting bases, couplings, connectors, fasteners and other system devices as required for a complete system. B. Ground Rods: Ground rods shall conform to the requirements of Section 26 05 26, Grounding Systems. C. Ground Cables: 1. Ground cables shall be copper, except in connections to aluminum surfaces as required to prevent dissimilar metal reaction. 2. Ground cable stranding, number and size shall be suitable for the classification of the structure to be protected. 3. Exposed ground cable shall be corrosion resistant. D. Air Terminals: 1. Air terminals shall be stainless steel 5/8 -inch diameter and a minimum of 18 - inches long. 2. Air terminals shall include a cast bronze point protector, stainless steel adapter and copper base. E. Non -Metallic Conduit and Fittings: 1. Non-metallic conduit shall be Schedule 80 PVC plastic, 90°C rated, conforming to the requirements of UL 651. 2. Non-metallic fittings shall be of same material and manufacturer as base conduit. Cement shall be provided for joining fittings to the conduit and shall be the same manufacturer as the base conduit. F. Manufacturers: Provide products of one of the following: 1. Heary Brothers Lightning Protection Company. 2. Thompson Lightning Protection Company. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 41 00 - 3 EMI April 2013 PART 3 - EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the conditions under which the Work is to be installed and notify the ENGINEER, in writing, of conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Install main conductors to provide a two-way path from each air terminal horizontally or downward to connections with ground terminals. B. Install conductors free of excessive splices and sharp bends. Conductor bends shall form an included angle of not less than 90 degrees nor have a radius of bend of less than 8 - inches. Secure conductors to the structure at intervals not exceeding three -feet. C. Conceal down conductors wherever possible in the exterior wall construction. Space down conductors at intervals averaging not more than 100 feet around the perimeter of the structure. In no case shall a structure have fewer than two down conductors. D. In the case of structural steel frame construction, down conductors at the upper and lower extremities and at intervals not exceeding 200 feet shall be connected to the structural steel. Connections to the steel frame shall be made with bonding plates having eight square inches of contact or by exothermic weld connections. E. Install air terminals at intervals not exceeding 20 feet along ridges and around the perimeter of flat or gently sloping roofs. Air terminals shall project a minimum of 10 - inches above the area protected. F. Protect flat or gently sloping roofs exceeding 50 feet in width, by installing additional air terminals located at intervals not exceeding 50 feet on the flat or gently sloping area. Locate air terminals within two feet of roof edges and outside corners of protected areas. Air terminal spacing exceeding these dimensions shall be permitted so long as the area protected lies within a "zone of protection". G. Install air terminals for stacks, flues, mechanical equipment, and other objects, having a metal thickness of less than 3/16 -inch, and not located within a "zone of protection". Connect objects having a metal thickness 3/16 -inch or greater to the lightning protection system. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 41 00 - 4 EMI April 2013 • • H. Install roof penetrations using thru-roof assemblies with solid bars and appropriate roof flashing. Conductors shall not pass directly through the roof. I. Install the system with common grounding by interconnecting ground mediums entering the building using main size conductors and fittings. Grounded metal bodies shall be bonded to the system using bonding connections and fittings. When ground conductors are installed in conduit, the conduit shall be non-metallic type. J. Install ground electrodes for each down conductor dedicated for the lightning protection system with no other ground connections. Connect the down conductor to the ground rod using an exothermic welded connection. A bronze ground rod clamp having at least 1- 1/2 -inches of contact between the rod and the conductor, measured parallel to the axis of the rod shall be used at ground test wells. 3.03 FIELD INSPECTION A. During the installation, the lightning protection system shall be inspected. The field inspection shall be performed by the Master Installer or Inspector at several stages during the installation in accordance with LPI requirements. B. System components shall not be concealed until the inspection has taken place and the installation is accepted. C. Upon completion of the lightning protection system, arrange for a final inspection of the system and submit the final inspection report to the ENGINEER. The final inspection shall be performed by the Master Installer or Inspector, in accordance with LPI requirements. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 41 00 - 5 EMI April 2013 • THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 41 00 - 6 EMI April 2013 • • SECTION 26 4123 TRANSIENT VOLTAGE SURGE SUPPRESSION PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install transient voltage surge suppressors (TVSS) as a minimum for all 480 VAC and above switchboards and motor control centers and as shown. 2. These Specifications describe the electrical and mechanical requirements for a system of electrical transient voltage surge suppression filter components integrating both transient voltage surge suppression and electrical high frequency noise filtering. B. Related Sections: 1. Section 26 24 19, Motor Control Centers. 2. Section 26 23 13 Low Voltage Drawout Switchgear 1.02 REFERENCES A. Standards referenced in this Section are listed below: 1. Institute of Electrical and Electronic Engineers, (IEEE). a. C62.41, Surge Voltages in Low -voltage AC Power Circuits. b. IEEE C62.45, Recommended Practice on Surge Testing for Equipment Connected to Low -Voltage (1,000V and Less) AC Power Circuits. 2. National Electrical Code, (NEC). a. NEC 240-21, Overcurrent Protection, Location in Circuit. b. NEC 110-9, Requirements for Electrical Installations, Interrupting Rating. 3. National Electrical Manufacturers' Association, (NEMA). a. NEMA LS 1-1992 (R2000), Low Voltage Surge Protection Devices. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 41 23 - 1 EMI April 2013 • 4. National Fire Protection Association, (NFPA). a. NFPA 70, National Electrical Code. b. NFPA 75, Standard for the Protection of Electronic Computer/Data Processing Equipment. 5. Underwriters' Laboratories, Inc., (UL). a. UL 198, Standard for Mine -Duty Fuses. b. UL 248-1, Low -Voltage Fuses Part 1: General Requirements. c. UL 1283, Standard for Electromagnetic Interference Filters. d. UL 1449, Standard for Transient Voltage Surge Suppressors. 1.03 QUALITY ASSURANCE A. Manufacturer's Qualifications: 1. Manufacturer shall have a minimum of five years experience of producing substantially similar equipment, and shall be able to show evidence of at least five installations in satisfactory operation for at least five years. 1.04 SUBMITTALS A. Shop Drawings: Submit the following: 1. Electrical and mechanical drawings for each type of unit that shows electrical ratings, dimensions, weights, mounting provisions, connection details and layout diagrams. 2. Provide verification that the TVSS device complies with the requirements of UL 1449. 3. Provide actual let through voltage test data in the form of oscillograph results for both the ANSI/IEEE C62.41 Category C3 (combination wave) and B3 (ringwave) tested in accordance with the requirements of ANSI/IEEE C62.45. 4. Provide spectrum analysis of each unit based on MIL -STD -220A test procedures between 50 kHz and 200 kHz verifying the device's noise attenuation exceeds 50 dB at 100 kHz. B. Operation and Maintenance Manuals: 1. Submit complete installation, operation and maintenance manuals including test reports, maintenance data and schedules, description of operation and spare parts information. 2. Furnish Operation and Maintenance Manuals in conformance with the requirements of Section 01 78 23, Operation and Maintenance Data. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 41 23 - 2 EMI April 2013 • 1.05 WARRANTY A. Warranty: The manufacturer shall provide a full five year warranty from the date of shipment against any TVSS part failure when installed in compliance with manufacturer's written instructions and any applicable national or local electrical code. PART 2 - PRODUCTS 2.01 GENERAL A. Unit Operating Voltage: The operating voltage shall be as shown. B. Maximum Continuous Operating Voltage (MCOV): The MCOV shall be greater than 115 percent of the nominal system operating voltage. C. Protection Modes: For a wye configured system, the device must have directly connected suppression elements between line -neutral (L -N), line -ground (L -G) and neutral -ground (N -G). For a delta configured system, the device must have suppression elements between line to line (L -L) and line to ground (L -G). • D. The maximum UL 1449 SVR for the device must not exceed the following: 1. Line to Neutral: 800 volts. 2. Line to Ground: 800 volts. 3. Neutral to Ground: 800 volts. 4. Line to Line: 1500 volts. E. The let through voltage based on IEEE C62.41 and C62.45 recommended procedures for Category C3 surges (20 KV, 10 KA) shall be less than 900 volts. F. The let through voltage based on IEEE C62.41 and C62.45 recommended procedures for the ANSI/IEEE Cat. B3 ringwave (6 KV, 500 amps) shall be less than 200 volts. G. Surge Current Capacity: For branch applications, total surge current per phase (based on an 8x20 microsecond waveform) that the device is capable of surviving shall not be less than 250 KA per phase, or 125 KA per mode on L -G, L -N and N -G modes (Wye system); L -L and N -G (Delta system). H. Let Through Voltage at the Motor Control Center Stabs: Upon request, the manufacturer must provide suppression test results measured at the motor control center bucket stabs. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 41 23 - 3 EMI April 2013 • 2.02 DESIGN A. Each circuit shall include arrays of fused Metal Oxide Veristors (MOV) to suppress the transient voltage surges. B. Balanced Suppression Platform: The surge current shall be equally distributed to all MOV components to ensure equal stressing and maximum performance. The surge suppression platform must provide equal impedance paths to each matched MOV. Designs incorporating TVSS modules which do not provide a balanced impedance path to each MOV shall not be acceptable. C. Electrical Noise Filter: Each unit shall include a high performance EMURFI noise rejection filter. Noise attenuation for electric line noise shall be 55 dB at 100 kHz using the MIL -STD -220A insertion loss test method. The unit shall be complimentary listed to UL 1283. Products not able to demonstrate noise attenuation of 55 dB at 100 kHz shall be rejected. D. Internal Connections: No plug-in component modules or printed circuit boards shall be used as surge current conductors. All internal components shall be hardwired with connections utilizing low impedance conductors and compression fittings. E. Safety and Diagnostic Monitoring: Each unit shall be equipped with 200 kAIC internal fuses. Each unit shall provide the following three levels of monitoring: 1. Continuous monitoring of fusing system. 2. Internal infrared sensor system for monitoring individual MOVs (including neutral to ground). The system must be capable of identifying open circuit failures not monitored by conventional fusing systems. 3. Thermal detection circuit shall monitor for overheating in all modes due to thermal runaway. F. A green/red solid state indicator light shall be provided on each phase. The absence of a green light and the presence of a red light shall indicate which phase(s) have been damaged. Fault detection will activate a flashing trouble light. Units which cannot detect open circuit damage, thermal conditions, and over current will not be accepted. G. Products and Manufacturers: Provide one of the following: 1. General Electric, 2. Square "D" Company, 3. Siemens 4. APT. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 41 23 - 4 EMI April2013 • • 2.03 ACCESSORIES A. The unit must be equipped with transient event counter and audible alarm. B. Remote Status Monitor: The TVSS device must include Form "C" dry contacts (one N.O. and one N. C.) for remote annunciation of unit status. The remote alarm shall change state if any of the three monitoring systems described detect a fault condition. C. Push -To -Test Feature: Each suppression unit shall incorporate an integral test feature which verifies the operational integrity of the unit's monitoring system. PART 3 - EXECUTION 3.1 INSPECTION A. CONTRACTOR shall examine the conditions under which the Work is to be installed and notify the ENGINEER, in writing, of conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Suppressors shall be installed inside the motor control center at the manufacturer's factory. B. To facilitate removal and inspection, the suppressor shall be mounted within a standard motor control center bucket. C. The suppressor shall be mounted in a standard 12 -inch NEMA 1 compartment. Conductor length between the suppressor and the stab shall be less than 5 -inches. All units shall be internally fused with 200 kAIC. All status indicators and monitors shall be mounted on the front of the motor control center compartment for easy visibility. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 41 23 - 5 EMI April 2013 • THIS PAGE LEFT BLANK INTENTIONALLY City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 41 23 - 6 EMI April 2013 SECTION 26 50 00 LIGHTING FIXTURES AND CONTROLS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install lighting fixtures and controls. 2. CONTRACTOR shall furnish and install standard OWNER 25 -foot long prestressed reinforced concrete security poles to be buried 6.5 feet and designed by a profession engineer. The poles shall include a 2 -inch galvanized pipe 1 -foot long protruding 4 -inches above the top of pole for camera mounting (by Others). The pole shall include hand hole entry with cover, grounding, electrical panel box (Hoffman # A1008NFSS6) and other necessary accessories to be made ready for camera installation. B. Coordination: 1. Coordinate location of fixtures with piping, ductwork, openings and other systems and equipment and locate clear of interferences. 2. Coordinate fixtures to be mounted in hung ceilings with the ceiling suspension system proposed for use. 1.02 REFERENCES A. Standards referenced in this Section are listed below: 1. Illuminating Engineer's Society of North America, (IESNA). 2. National Electrical Code, (NEC). 3. Underwriters' Laboratories, Incorporated, (UL). a. UL 57, Electric Lighting Fixtures. b. UL 844, Electric Lighting Fixtures for Use in Hazardous Locations. c. UL 917, Clock -Operated Switches. d. UL 1570, Fluorescent Lighting Fixtures. e. UL 1571, Incandescent Lighting Fixtures. f. UL 1572, High Intensity Discharge Lighting Fixtures. 1.03 SUBMITTALS A. Shop Drawings: Submit for approval the following: City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 50 00 - 1 EMI April 2013 1. Manufacturer's catalog cuts and technical information for lighting fixtures proposed for use. 2. Fixture construction details. 3. ETL photometric and isocandle curves for each fixture proposed. 4. Verification that recessed fixtures which are to be mounted in hung ceilings are compatible with the ceiling suspension system proposed for use. 5. Manufacturer's technical information for lighting controls proposed for use. 6. Wiring diagrams. PART 2 - PRODUCTS 2.01 MATERIALS A. Type: Lighting fixtures are shown in the Fixture Schedule. Fixtures to be complete with supports, ballasts, lamps and incidentals, as required. B. Lamps: 1. Fluorescent: Cool white, energy efficient type, unless noted otherwise in the Fixture Schedule. 2. High Pressure Sodium: Color corrected. 3. Incandescent: Inside frosted. 4. Spare: Ten percent spare lamps of each type and wattage. C. Ballasts: 1. Fluorescent: All fluorescent ballasts shall be electronic type with a total harmonic distortion of less than 20 percent. Ballast factor shall be .85 minimum with a total of less than 61 watts input. Cold weather type ballast shall be provided where noted in the Fixture Schedule. 2. High Intensity Discharge: High power factor, constant wattage, stabilized autotransformer with line starting current the same or less than operating current. 3. Ballasts to have "C" sound rating (min.) and shall be ETL/CBM certified. 4. Spare: Ten percent spare ballasts of each type. D. Fixtures located in an area which is identified as a hazardous location shall be approved as a complete assembly for the hazardous location classification as shown, shall be clearly marked to indicate maximum wattage of lamps for which they are approved, and shall be protected against physical damage by suitable guards. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 50 00 - 2 EMI April 2013 E. Hardware: All necessary hangers, supports, conduit adaptors, reducers, hooks, brackets • and other hardware required for safe fixture mounting shall be furnished. Hardware shall have a protective, non -corrosive finish. F. Time Switch: 1. Type: Astronomic dial time switch with day -omitting device. 2. Timing Motor: Heavy duty, synchronous, self-starting, high torque, 120 volt or 277, 60 cycles, as shown. 3. Capacity: 40 Amps per pole at 277 volts. 4. Dial: 24 hour rotation, with gear to provide one revolution per year which automatically raises the "ON" and "OFF" settings each day according to seasonal changes of sunset and sunrise. 5. Reserve Power: Spring driven reserve sufficient to operate time switch contacts for a minimum of 30 hours after power failure. On restoration of power, time switch shall transfer to synchronous motor drive and automatically rewind reserve. 6. Products and Manufacturers: Provide one of the following: a. Z Series by Tork Time Controls, Incorporated. G. A lighting contactor and control system shall be provided for control of each area. The • system shall include the following: • 1. NEMA Type 12 enclosure sized as required, complete with input control fuse and screw type terminal blocks rated 300 volt, 20 amp quantity for all circuits. Equip enclosure with cover mounted nameplate screw type, reading: "LIGHTING CONTROL PANEL." 2. Single coil, electrically operated, mechanically held contactor. Contactor shall be rated 30 amp, 600 volt, 4 pole with 120 volt operating coil. 3. A 120 volt, 2 pole control relay shall be provided, enclosure mounted to convert the 2 -wire photocell control to the 3 -wire control required by the contactor. The control shall also include a cover mounted on -off -auto selector switch for "manual" or "auto" selection of operation. In "auto" position, contactor shall respond to the photocell. H. Photocell: 1. Cadmium sulphide hermetically sealed cell, fully temperature compensated, with time delay of at least 15 seconds to prevent false switching. 2. Built-in fail safe light level selector, adjustable within limits of 2 to 50 foot candles and factory set at 25 foot candles. 3. Products and Manufacturers: Provide one of the following: a. 2100 Series by Tork Time Controls, Incorporated. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 50 00 - 3 EMI April 2013 PART 3 - EXECUTION • 3.01 INSTALLATION A. General: Fixture mounting heights and locations as shown are approximate and are subject to revision in the field, where necessary to clear conflicts and obstructions. B. Suspended Fixtures: Pendant mount using 1/2 -inch conduit stems. Ground to outlet box. Attach mounting to building structure with expansion anchors. Fixtures shall not be dependent on the outlet box cover screws for support. C. Surface Mounted Fixtures: Attach to appropriate outlet box. D. Boxes and Fixtures: 1. For units mounted against masonry or concrete walls, provide suitable 1/2 -inch spacers to prevent mounting back of box directly against wall. 2. Bolt units rigidly to building with expansion anchors, toggle bolts, hangers or Unistrut. 3. No boxes shall be installed with open conduit holes. 4. Cable each circuit and identify with tag. E. Mounting Heights: Mounting heights or elevations are to bottom of the fixture or to centerline of device. F. Relamp all lighting fixtures with new lamps at end of construction period, prior to Final Completion of the new facilities by OWNER. G. Mount equipment so that sufficient access and working space is provided for ready and safe operation and maintenance. H. Mount photocell as shown and adjust foot-candle setting for proper dusk and dawn photocontrol. Provide wiring in conduit from the photocell to controls. I. Securely fasten equipment to walls or other surfaces on which they are mounted. J. Install fixtures in conformance with the National Electrical Code. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project 10 -0039 -UT -(D) Conformed Documents 26 50 00 - 4 EMI April 2013 • • SECTION 28 05 30 SECURITY ROUGH -IN PART 1 - GENERAL 1.01 SYSTEM DESCRIPTION A. The security rough -in system shall be a cable pathway system consisting of raceways, wire trough/tray, duct bank, etc. It shall provide all necessary infrastructures to support a complete copper wire and fiber optic cable communications system for Security. B. This section supports materials indicated on the "SE" series Security Rough -in Drawings. C. This section defines the requirements for the installation of pathways to be utilized for data/video transmission in an electronic security system. D. Provide all materials, labor, tools, apparatus and equipment to furnish a complete raceway system. E. Conduit identification tags shall be provided on all conduits. The tag nomenclature shall match the conduit schedule as documented on the shop drawing submittal and subsequent "as -built" drawings. 1.02 PERFORMANCE REQUIREMENTS A. Factory punched knockouts shall not be permitted in any electrical junction boxes or electrical pull boxes. Knockouts shall be field punched and shall only be in the exact quantity to support the raceway connected to the electrical box. 1. Junction/switch boxes used as a back box to facilitate the mounting of a device are not subject to this requirement. B. All conduit/raceway and electrical boxes shall be color coded. A dedicated color code shall be furnished for all raceway and boxes specified herein and shown on the SE series drawings. Coordinate the specific color code with the other raceway systems within the building. A shared color code with any other raceway system shall not be permitted. C. All electrical junction boxes and electrical pull boxes shall have a hinged cover, screw fastened with torx style tamper resistant hardware, and equipped with a hasp & staple to allow securing with an owner furnished shrouded 1/2 inch shackle diameter padlock. 1. Junction/switch boxes used as a back box to facilitate the mounting of a device are not subject to this requirement. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents 28 05 30 - 1 April 2013 ha 1 ONE COMPANY Many Solutions. D. It shall be the responsibility of the raceway installer under this scope of work as specified herein and shown on the SE series drawings to furnish and install a complete conduit raceway system and associated fittings and junction boxes to support the complete and operational Electronic Security System. Prior to bid, the security system raceway shall be coordinated with the City or Clearwater's selected Security System Integrators as listed in Division 0. Include in the bid submission, all conduit and materials required for the Electronic Security System indicated in the Contract Documents. There shall be no allowances for any additional conduit and materials that are not included in the bid. 1.03 QUALITY ASSURANCE A. The Contractor shall have a minimum of 5 years experience in the installation of security raceway systems. The contractor shall provide a list of at least five (5) current customers, including the name and telephone number of the contact person. All of these references must be from customers with similar size and scope system installations. B. All material shall be new and UL Listed. C. Installation of conduit pathways and spaces shall be in accordance with NEC. 1.04 SUBMITTALS: A. Shop drawings: 1. Conduit/Raceway routing drawings. 2. Cable Trough/Trays routing drawings. 3. Conduit schedules. B. Product data: 1. Conduit/Raceway. 2. Fittings and all Boxes. 3. Raceway Support Systems. 4. Cable trough/trays. 1.05 WARRANTY A. Contractor shall provide a warranty covering all parts, labor and performance as set forth in the manufacturers' performance standards for a period of not less than 1 year from the date of acceptance by the owner. The manufacturer's warranty shall be passed on to the City of Clearwater to include all installed hardware. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents 28 05 30 - 2 April 2013 ONE COMPANY Many Solutions. B. The warranty specified in this Article shall not deprive the City of Clearwater of other • rights the City of Clearwater may have under other provisions of the Contract Documents and shall be in addition to, and run concurrently with, and not limiting, other rights and warranties the City of Clearwater may have under the provisions of the Contract Documents. PART 2 - PRODUCTS 2.01 MATERIALS A. Acceptable manufacturers: 1. Conduit/Raceway: a. RACO. b. Steel City. 2. Junction/ Pull Boxes and Handholes a. Hammond Manufacturing. b. Hoffman Manufacturing. c. Quazite-Strongwell 3. Fittings, and Device/Switch Boxes: a. RACO. b. Steel City. 4. Raceway Support Systems: a. TYCO Unistrut. b. Globe Strut 5. Cable Wireways: a. Hoffman Manufacturing. b. Chatsworth. 2.02 PATHWAY COMPONENTS A. Electrical General Requirements: 1. Electrical General Requirements shall be as specified in Division 26. B. Grounding and Bonding for Electrical Systems 1. Grounding and Bonding for Electrical Systems shall be as specified in Section 26 05 26. City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents 28 05 30 - 3 April 2013 ONE COMPANY Many Solutions* C. Conduit: 1. Conduit shall be as specified in Section 26 05 33. D. Boxes and fittings: 1. Boxes and fittings shall be as specified in Section 26 05 34. E. Surface Metal Raceways and Wireways: 1. Surface Metal Raceways and Wireways shall be as specified in Section 26 05 33. F. Underground Ducts and Raceways: 1. Underground Ducts and Raceways shall be as specified in Section 26 05 43. G. Wireways: 1. Wireways shall be as specified in Section 26 05 35. PART 3 - EXECUTION 3.01 INSTALLATION A. All work must conform to the latest editions of: 1. Manufacturer's specifications. 2. National Electrical Code. 3. National Electrical Safety Code. 4. International Building Code. 5. All local codes and ordinances. END OF SECTION City of Clearwater WTP No. 2 — Contract 4: RO Plant Site Expansion Project — 10 -0039 -UT -(D) Conformed Documents 28 05 30 - 4 April 2013 ONE COMPANY Many Solutions* •