<<

CITY OF NORTH MIAMI Public Works Department

Rehabilitation of Pump Station “A” Bid Set Contract IFB No. 55-20-21

City of North Miami Public Works Department 776 NE 125th Street – 3rd Floor North Miami, Florida 33161

Prepared By:

800 Douglas Entrance Suite 200 Coral Gables, Florida 33134 Phone: (305) 718-4828

Date: June 2020

TABLE OF CONTENTS

DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS

TBD Notice to Bidders TBD Instructions to Bidders TBD Cone of Silence 00300 Proposal 00301 Proposal Bid Form TBD Approved Bid Bond 00495 Trench Safety Form TBD Contract TBD Performance Bond TBD Payment Bond TBD General Conditions TBD Supplementary General Conditions

DIVISION 1 - GENERAL REQUIREMENTS

01010 Summary of Work 01015 Index of Drawings 01025 Measurement and Payment 01080 Abbreviations and Definitions 01090 Reference Standards 01110 Environmental Protection Procedures 01200 Project Meetings 01300 Submittals 01310 Construction Progress Schedules 01380 Construction Photographs 01400 Quality Assurance 01410 Contractor Health and Safety Plan 01500 Temporary Facilities 01530 Protection of Existing Facilities 01568 Erosion Control, Sedimentation and Containment of Construction Materials 01600 Control of Materials 01610 Delivery, Storage and Handling 01700 Contract Closeout 01710 Cleaning Up 01740 Warranties and Bonds

DIVISION 2 - SITE WORK

02013 Connections to Existing Buried Pipelines 02050 Demolition and Alterations 02100 Site Preparation City of North Miami Pump Station “A” Rehab – 100% Submittal 00015-i Bid Set

TABLE OF CONTENTS (Cont.)

02140 Dewatering 02141 Temporary Bypass Pumping Systems 02160 Temporary Excavation Support Systems and Vibration 02210 Earth Excavation, Backfill, Fill and Grading 02223 Screened Gravel 02507 Prime and Tack Coats 02510 Asphaltic Concrete Pavement 02515 Disinfecting of Water Utility Distribution 02580 Pavement Markings 02615 Ductile-Iron Pipe and Fittings 02622 Polyvinylchloride Sewer Pipe 02775 Curbs, Gutters, Sidewalk, and Dumpster Pads 02820 Chain Link Fences and Gates 02900 Landscaping 02930 Sodding

DIVISION 3 - CONCRETE

03300 General Concrete Construction 03600 Grout 03730 Concrete Repair

DIVISION 4 - MASONRY – (NOT USED)

DIVISION 5 – METALS

05500 Miscellaneous Metal 05510 Steel Ladders 05520 Metal Railings

DIVISION 6 - WOOD AND PLASTIC – (NOT USED)

DIVISION 7 - THERMAL AND MOISTURE PROTECTION

07900 Joint Sealants

DIVISION 8 - DOORS AND WINDOWS

08100 Metal Doors and Frames 08710 Finish Hardware

DIVISION 9 – FINISHES

09900 Painting and Coating

City of North Miami Pump Station “A” Rehab – 100% Submittal 00015-ii Bid Set

TABLE OF CONTENTS (Cont.)

DIVISION 10 - SPECIALTIES – (NOT USED)

DIVISION 11 – EQUIPMENT – (NOT USED)

DIVISION 12 – FURNISHING - (NOT USED)

DIVISION 13 - SPECIAL CONSTRUCTION

13852 Combustible Gas Detection System 13853 Hydrogen Sulfide Gas Detection System

DIVISION 14 - CONVEYING SYSTEMS

14600 Cranes, Hoists and Trolley- General 14633 Top Running Single Girder Bridge Crane

DIVISION 15 - MECHANICAL

15056 Pipe Supports 15075 Identification of Equipment Piping, Ducts and Valves 15101 Process Valves and Appurtenances 15144 Pressure Testing of Piping 15290 PVC Pipe, 3 inches and smaller 15370 Process Piping and Appurtenances 15806 Ventilation 15855 FRP Duct, Dampeners and Appurtenances 15857 Odor Abatement System

DIVISION 16 - ELECTRICAL

16050 Electrical Work - General 16110 Electrical Raceway Systems 16120 Electric Wires and Cables 16133 Cable Trays for Electrical Systems 16140 Wiring Devices 16220 Electric Motors 16359 Electrical System Studies 16415 Automatic Transfer 16450 Grounding 16601 Lightning Protection 16900 Electrical Controls and Miscellaneous Electrical Equipment 16998 Field Inspection and Acceptance Tests

DIVISION 17 – CONTROLS – (NOT USED)

City of North Miami Pump Station “A” Rehab – 100% Submittal 00015-iii Bid Set

TABLE OF CONTENTS (Cont.)

APPENDICES

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 00015-iv Bid Set

SECTION 00300

PROPOSAL

TO THE MAYOR AND COMMISSIONERS CITY OF NORTH MIAMI, FLORIDA

SUBMITTED ______

Dear Mayor and Commissioners:

The undersigned, as BIDDER, hereby declares that the only person or persons interested in the Proposal as principal or principals is or are named herein and that no other person than herein mentioned has any interest in this Proposal or in the Contract to be entered into; that this Proposal is made without connection with any other person, company or parties making a Bid or Proposal; and that it is in all respects fair and in good faith without collusion or fraud.

The BIDDER further declares that he has examined the site of the Work and informed himself fully in regard to all conditions pertaining to the place where the Work is to be done; that he has examined the Drawings and Specifications for the Work and contractual documents relative thereto, including the Notice to Bidders, Instructions to Bidders, Proposal Bid Form, Form of Bid Bond, Form of Contract and Form of Performance Bond, General, Supplementary and Technical Specifications, Addenda, Drawings, and Local Preference, Exhibit A, and has read all of the Provisions furnished prior to the opening of bids; and that he has satisfied himself relative to the work to be performed.

The undersigned BIDDER has not divulged to, discussed or compared his bid with other bidders and has not colluded with any other BIDDER of parties to this bid whatever.

If this Proposal is accepted, the undersigned BIDDER proposes and agrees to enter into and execute the Contract with the City of North Miami, Florida, in the form of Contract specified; of which this Proposal, Instructions to Bidders, General Specifications, Supplementary Conditions and Drawings shall be made a part for the performance of Work described therein; to furnish the necessary bond equal to one hundred (100) percent of the total Contract base bid, the said bond being in the form of a Cash Bond or Surety Bond prepared on the applicable approved bond form furnished by the CITY; to furnish all necessary materials, equipment, machinery, tools, apparatus, transportation, supervision, labor and all means necessary to construct and complete the work specified in the Proposal and Contract and called for in the Drawings and in the manner specified; to commence Work on the effective date established in the "Notice to Proceed" from the ENGINEER; and to substantially complete all Contract Work within 330 days with final completion within 360 days, as stated in the "Notice to Proceed" or pay liquidated damages for each calendar day in excess thereof, or such actual and consequential damages as may result therefrom, and to abide by the Local Preference (when applicable).

00300-1

The BIDDER acknowledges receipt of the following addenda:

No. ______Dated ______No. ______Dated ______No. ______Dated ______No. ______Dated ______No. ______Dated ______

And the undersigned agrees that in case of failure on his part to execute the said Contract and the Bond within ten (10) days after being presented with the prescribed Contract forms, the check or Bid Bond accompanying his bid, and the money payable thereon, shall be paid into the funds of the City of North Miami, Florida, otherwise, the check or Bid Bond accompanying this Proposal shall be returned to the undersigned.

Attached hereto is a certified check on the

______Bank of ______or approved Bid Bond for the sum of

______Dollars ($ ) according to the conditions under the Instructions to Bidders and provisions therein.

NOTE: If a Bidder is a corporation, the legal name of the corporation shall be set forth below, together with signature(s) of the officer or officers authorized to sign Contracts on behalf of the corporation and corporate seal; if Bidder is a partnership, the true name of the firm shall be set forth below with the signature(s) of the partner or partners authorized to sign Contracts in behalf of the partnership; and if the Bidder is an individual, his signature shall be placed below; if a partnership, the names of the general partners.

WHEN THE BIDDER IS AN INDIVIDUAL: ______(Signature of Individual)

______(Printed Name of Individual)

______(Address)

********************************************************************************** WHEN THE BIDDER IS A SOLE PROPRIETORSHIP OR OPERATES UNDER A TRADE NAME: ______(Name of Firm)

00300-2

______(Address)

______(SEAL) (Signature of Individual)

********************************************************************************** WHEN THE BIDDER IS A PARTNERSHIP: ______(Name of Firm) A Partnership

______(Address)

By:______(SEAL) (Partner) Name and Address of all Partners:

______

______

********************************************************************************** WHEN THE BIDDER IS A JOINT VENTURE: ______(Correct Name of Corporation

By:______(SEAL) (Address)

______(Official Title)

As Joint Venture (Corporate Seal)

Organized under the laws of the State of ______, and authorized by the law to make this bid and perform all Work and furnish materials and equipment required under the Contract Documents.

********************************************************************************** WHEN THE BIDDER IS A CORPORATION: ______(Correct Name of Corporation

00300-3

By:______(SEAL)

______(Official Title)

______(Address of Corporation)

Organized under the laws of the State of ______, and authorized by the law to make this bid and perform all Work and furnish materials and equipment required under the Contract Documents.

CERTIFIED COPY OF RESOLUTION OF BOARD OF DIRECTORS

______(Name of Corporation)

RESOLVED that ______(Person Authorized to Sign)

______of ______(Title) (NameofCor po ration)

be authorized to sign and submit the Bid or Proposal of this corporation for the following project: CITY OF NORTH MIAMI Rehabilitation of Pump Station "A" PROJECT IFB No. 55-20-21

The foregoing is a true and correct copy of the Resolution adopted by

______at a meeting of its Board of ______(Name of Corporation)

Directors held on the ______day of ______, 20____.

By: ______

Title: ______

(SEAL)

The above Resolution MUST BE COMPLETED if the Bidder is a Corporation.

- END OF SECTION -

00300-4 SECTION 00301 CITY OF NORTH MIAMI PUBLIC WORKS DEPARTMENT

PROPOSAL BASE BID FORM

Project No.: IFB No. 55-20-21 Project Name: Rehabilitation of Pump Station “A”

BASE BID

Item Estimated Extension or Total No. Quantity Description 1. Aggregate For performing preparatory work and Sum (divided operations for mobilizing prior to beginning 2 payments. Rehabilitation of Pump Station “A” and See demobilizing after the completion of all work Measurement associated with the rehabilitation of Pump and Station A, but excluding materials and permit Payment) costs, both of which are paid under other payment items, the aggregate sum of

______Dollars and $______Cents

2. Aggregate For furnishing labor, tools, materials and Sum equipment to completely demolish any Structural, Electrical, Mechanical, Odor Control & Ventilation, and Site Civil component(s) as described in demolition drawings (Sheets D-1 through D-4) in support of rehabilitation work to be performed at Pump Station “A”, the aggregate sum price of ______Dollars and ______Cents $______

3. Aggregate Completion of Pump Station “A” rehabilitation Sum and all associated work in its entirety to include all materials, labor, tools, equipment and for performing all operations necessary to complete the work in accordance with the Contract Documents, the aggregate sum price of ______Dollars and ______Cents $______

00301-1 Item Estimated Extension or Total No. Quantity Description 4. Aggregate For furnishing labor, tools, materials and Sum equipment to perform restoration and clean-up at all locations affected by this project, the aggregate sum price of ______Dollars and $______Cents

5. SUBTOTAL BID FOR PROPOSAL ITEMS 1 THROUGH 4 Written: ______

______Dollars and $______Cents

6. Dedicated Cost allowance for work to re-roof any portion Allowance of the existing Pump Station “A” roof damaged or affected by the associated rehabilitation work, as directed and upon authorization by the Engineer, the aggregate sum price of ______Dollars and ______Cents $______

7. Dedicated For reimbursement of the actual cost of all Allowance required construction permits and fees without any markup for overhead and profit, if authorized by the Engineer, the sum of 3% of the Subtotal, Item 5, (.03) X (Subtotal, Item 5) ______Dollars and ______Cents $______

8. Allowance For unforeseen conditions, for minor construction changes, roofing improvements, drainage upgrades, topography, and for quantity adjustments, if ordered by the Owner, the sum of 10% of the Subtotal, Item 5, (.10) X (Subtotal, Item 5): ______Dollars and ______Cents $______

00301-2 Item Estimated Extension or Total No. Quantity Description

9. TOTAL BID (Items 5, 6, 7, 8, and 9) Written: ______

______Dollars and

______Cents $______

NOTES: 1. SUBSTANTIAL COMPLETION TIME AND PROJECT CLOSEOUT TIME FOR THE WORK SHALL BE AS DEFINED IN THE PROJECT SCHEDULE IN THE SUPPLEMENTARY GENERAL CONDITIONS (SGC’S). 2. THE CITY OF NORTH MIAMI REQUIRES THE CONTRACTOR TO PROVIDE THE PRICE/TOTAL IN TEXT AS WELL AS NUMERICAL FORMAT FOR EACH LINE ITEM LISTED IN THE PROPOSAL BID FORMS. FAILURE TO PROVIDE PRICE/TOTAL FOR EACH LINE ITEM IN TEXT AS WELL AS NUMERICAL FORMAT MAY RENDER THE ENTIRE BID PACKAGE NON-RESPONSIVE. 3. THE CITY OF NORTH MIAMI WILL EVALUATE THE BID PROPOSALS AND DETERMINE THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER FOR THE TOTAL BASE BID (ITEMS 1 THROUGH 8). IT IS THE CITY OF NORTH MIAMI’S INTENT TO AWARD THE PROJECT BASED UPON THE TOTAL BASE BID. 4. FOR A DETAILED DESCRIPTION OF EACH PROPOSAL BID ITEM, REFER TO SPECIFICATION SECTION 01025 – MEASUREMENT AND PAYMENT.

- END OF SECTION -

00301-3

SECTION 00495

TRENCH SAFETY FORM

This form must be completed and signed by the Bidder.

Failure to complete this form may result in the bid being declared non-responsive.

Bidder acknowledges that the Florida Trench Safety Act, Section 553.60 et. seq., which became effective October 1, 1990, shall be in effect during the period of construction of the project. The Bidder by signing and submitting the bid is, in writing, assuring that it will perform any trench excavation in accordance with applicable trench safety standards. The Bidder further identifies the following separate item of cost of compliance with the applicable trench safety standards as well as the method of compliance:

Method of Compliance Cost

Total $ ______

Bidder acknowledges that this cost is included in the applicable items of the Proposal and in the Grand Total Bid Price. Failure to complete the above will result in the bid being declared non-responsive.

The Bidder is, and the Owner and Engineer are not, responsible to review or assess Bidder’s safety precautions, programs or costs, or the means, methods, techniques or technique adequacy, reasonableness of cost, sequences or procedures of any safety precaution, program or cost, including but not limited to, compliance with any and all requirements of Florida Statute Section 553.60 et. seq. cited as the “Trench Safety Act”. Bidder is, and the owner and Engineer are not, responsible to determine if any safety related standards apply to the project, including but not limited to, the “Trench Safety Act”.

______Witness Signature Contractor’s Signature

______Witness Printed Name Printed Name

______Witness Address Title

______Date Date

- END OF SECTION -

00495-1

Division 01 SECTION 01010

SUMMARY OF WORK

PART 1 - GENERAL

1.01 LOCATION OF WORK:

A. The work of this Contract is located in the City of North Miami at Pump Station A.

1.02 SCOPE OF WORK:

A. Furnish all labor, materials, equipment and incidentals necessary to perform rehabilitation of Pump Station A, complete and ready for operation as shown on the Drawings and specified herein.

B. The Work includes, but is not necessarily limited to, the following major items:

1. Demolish the existing odor control device, ducts, blower, electrical connections, and appurtenances; remove existing chain link fence, gates, doors, hose bibs, valve box, and mill & resurface existing parking lot; remove hoist, piping, handrail, existing ventilation system, and saw cut concrete slab inside pump station building; remove frame & door on north side of grade level room inside building; remove existing ship ladder, check valves, pump bases, and wall braces inside dry pit; and remove existing safety switches, panels, pull boxes, and conduits throughout the station as indicated in the plans.

2. Perform Structural Rehabilitation and Installation of new items as described below and in the plans:

a. Install bridge crane and davit arm hoist to allow maintenance and operations the ability to pick up any item within the dry pit. b. Remove the existing ship ladders in the dry pit and modify the opening by widening as described in the plans. c. Install two (2) new ladders at both openings along the wall as identified and described in the plans. d. Repair to concrete where spalling/cracking/etc. has occurred and fill abandoned openings in walls and floors. e. Remove existing wet well access ladder. f. Add a hatch to the wet well opening. g. Install new ladder that allows full closure of hatch in wet well opening. h. Replace Fascia at areas where corrosion has occurred. i. Cap the existing manhole to the wet well. j. Re-coat/seal wet well.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01010-1 Bid Set

3. Perform Electrical Rehabilitation and Installation of new items as described below and in the plans: a. Remove rust from service entrance conduit (3) from roof down and recoat with zinc rich paint. b. Replace approximately 15LF of conduit and wire from fixture above electrical room door to fixture above wet well door. c. Replace 1000 Ampere transfer (this work will require shut down of station for at least 2 days and must be coordinated with station bypass during dry weather). d. Remove Odor System control panel in electrical room and replace with a control panel mounted outside near the odor filter and recirculation pump. (1) Install approximately 50LF of new conduit from 480 volt panelboard HP-1 to new Odor System control panel. (2) Replace existing Odor Fan disconnect switch with new NEMA 4X stainless steel switch – 30 Ampere, non-fused. Location of switch may change based on location of new Odor Fan. (3) Install new conduit from Odor System control panel to new Odor fan disconnect switch (approximately 50LF) and from disconnect to fan (approximately 8LF). (4) Install new conduit from Odor System control panel to new recirculation pump and nutrient pump. Size as required. (5) Provide new conduit from Odor System control panel to Odor Control vessel for miscellaneous instruments. Number and size as needed. e. Install cable tray on South wall of grade level between East wall and electrical room for antenna cable to new Mission Communication antenna. f. Replace and reconnect disconnect safety switches for the three pumps with 200 Ampere non-fused switches (3 Each). Switches shall have terminal strips in the switch for connection of the thermal and leak detection wiring to the pumps. (1) Provide and install Kellems grips on the cables dropping down from each switch to prevent pressure on the switch terminals. Grips shall have extension handle and cable through slab and be connected on grade level to allow lowering cable when disconnected. g. Provide and install three (3) sets of J-hooks on the dry pit wall at elevation to allow access by ladder, but above the top of pumps. Loop excess pump cables on these hooks. (1) Provide three (3) Kellems grips hung from each J-hook to support cable to the pump. h. Replace existing receptacles with Ground Fault Circuit Interrupter weather resistant type receptacles in the Dry Pit. May be up to four, including for the sump pump. i. Dry pit luminaire on North wall is not working and is missing its reflector. Replace reflector and bulb. Should the luminaire not be in working conditions replace luminaire with LED type unit.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01010-2 Bid Set

j. Clean rust on threads at all junction and receptacle boxes inside Dry Pit and coat with zinc rich paint. k. Replace one 30 ampere circuit breaker in panel board HP-1 of the Electrical Room with a 20 ampere circuit breaker for new bridge crane. Replace one 30 ampere circuit breaker in panel board HP-1 with a 20 ampere circuit breaker for new dry pit exhaust fan (.75HP – 480V 3 phase). l. Provide and install approximately 50LF of conduit from panel board HP-1 to new bridge crane in dry pit – ¾” conduit with 3#12, 1#12G conductors. Provide and install 30 ampere non-fused safety disconnect switch for bridge crane. m. Provide and install conduit from panel board HP-1 to new dry pit sidewall exhaust fan in grade level room. Provide and install 30 ampere non-fused safety disconnect switch for exhaust fan. n. Abandon and remove wires back to switch for existing sidewall exhaust fan. o. Disconnect and reconnect power to exhaust and supply fans for grade level and dry pit ventilation units. p. Provide and install conduit to new in dry pit to indicate water in dry pit. Float to be mounted in Southwest corner of dry pit. ¾” conduit with vendor cable. Provide and install cable sealing fitting on conduit. q. Existing 24” opening into wet well will be capped. A new opening will be installed in the wet well entry for the Pulsar level sensor and the float switches. (1) Install conduit into the wet well entry with an EYS seal for the wires for the float switches. Provide a Class 1 Division 1 junction box with terminals to connect the float switch cables. (2) Provide a conduit into the wet well entry for the level sensor cable. Install explosion-proof cable seal as the first fitting on the conduit in the entry area. r. Provide and install new circuit breakers in panel board LP-1 for new gas detection system and new flowmeter. s. Provide approximately 100LF of 3/4” conduit and #16 twisted shielded pair cable from gas detection monitor mounted in electrical room to H2S sensors located in the dry pit and the grade level room, and to a combustible gas detector (CDG) in the wet well. t. Provide conduit and vendor supplied cable from flow transmitter in electrical room to new flowmeter to be mounted to the North of the pump station. Conduit shall be 1” rigid galvanized steel (approximately 50LF) in the pump station and schedule 80 PVC (approximately 50LF) for underground installation. u. Provide and install lightning protection and grounding devices; including bare ground, ground rods, conductors, conduits, and all associated appurtenances. 4. Perform Mechanical Rehabilitation and Installation of new items as described below and in the plans:

City of North Miami Pump Station “A” Rehab – 100% Submittal 01010-3 Bid Set

a. Remove three (3) existing swing type check valves and replace with three (3) new rubber flapper type check valves. b. Remove existing pump mounting stand for each of the three (3) vertical dry pit submersible pumps and replace with new mounting stands from the original pump manufacturer. c. Remove and replace sump pump and associated discharge piping in northwest corner of pump station dry pit. d. Prepare and apply corrosion resistant coating to existing and new surfaces of piping, valves and pumps in the pump station dry pit and wet well. e. Extend the existing influent sewer drop pipe close to the floor on the south side of the wet well. Work will include preparing the existing pipe to couple with new PVC pipe. f. Remove and replace ductile iron suction pipe and fittings associated with the concrete repairs of the suction pipe penetrations to the wet well. New ductile iron pipe for replacement includes 10” and 14” pipe and 90-deg flared bend fittings. g. Remove and replace sump pump and PVC discharge piping to wet well. (1) Sump pump shall be UL listed, factory assembled and tested submersible type pumps with integral float switch for operation under water up to maximum 120 degrees F or higher and capable of passing minimum ½-inch spherical solids. Pump shall be complete with cast-iron casing with corrosion resistant finish, cast iron or bronze impeller, stainless steel shaft, carbon/ceramic mechanical seals, sealed heavy-duty ball bearings, water-cooled hermetically-sealed motor, built-in automatic reset thermal protection, stainless steel lift handle, and waterproof three- conductor cable and grounded plug. Pumps shall have single seal design and integral float. (2) Select the pump to handle the same flow and head of the existing sump pump, and so that the operating point is in the middle one half of the characteristic performance curve for the pump to be furnished. 5. Perform Odor Control & Ventilation work as described below and in the plans: a. Remove existing odor control system at the City of North Miami Pump Station “A.” (1) Disconnection of all utility services to existing odor control equipment including electrical power supply and water service. (2) Removing and disposing of existing odor control system including vessels, media, water supply and drain piping, blower, ductwork, panels and any ancillary equipment in accordance with local and state disposal requirements. (3) Site preparation and clearing. (4) Repairs to wall(s) and floor(s) to close and/or repurpose penetrations from existing odor control ductwork.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01010-4 Bid Set

b. Furnish, install and test an odor control system capable of handling and removing hydrogen sulfide gas and sewage vapors, complete, with all appurtenances to make it operable, as indicated and as specified. (1) Obtain all state, local or federal permits. (2) Installation of all Manufacturer-supplied equipment components, which includes: receiving, offloading, placement and bolting of all equipment to the concrete pad, connection of ductwork, water piping, drainage piping, and power and control wiring, all in accordance with the Manufacturer's installation instructions. (3) Provide onsite storage and maintenance of all equipment, suitably protected, per the Manufacturers written instructions, from weather and any conditions that could adversely affect the material from its intended function. (4) Supply of all odorous air ductwork including flex connectors, damper valves and all equipment necessary to route air from the Pump Station wet pit area to the blower and through the odor control vessel. (5) Construction of wall and floor penetrations for ductwork to draw odorous air from pump station pit through fan and through the biotrickling filter vessel. (6) Construction of concrete equipment pad for placement of the biotrickling filter(s) and supply of system anchor bolts. (7) Connection to the existing onsite potable water piping and installation of external water supply and drain and overflow piping with water traps to and from the biotrickling filter equipment. (8) Power supply to the electrical control panel, power to the odor control fan and connection of all ancillary instrumentation mounted remotely to the System Control Panels. (9) Installation of any additional items as noted on the contract drawings. (10) Adjusting and balancing of all upstream odor sources. (11) Temporary piping, tanks and ancillary equipment necessary for startup of the system and acclimation of the biological process. (12) Conduct performance testing to demonstrate and document compliance with the odor control requirements as specified herein. (13) Provide classroom and field operator training and instruction on equipment, and system operation and maintenance. c. Provide Mechanical Ventilation to the grade level space and the dry pit pump level space to maintain temperatures below 104 deg F at ASHRAE 1% cooling design day conditions. (1) Remove existing duct work from existing wall mounted exhaust fan through to the dry pit pump level. (2) Enlarge hole through slab on grade level to accommodate new 14”X36” duct size (Refer to drawing M1). (3) Remove existing wall mounted exhaust fan.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01010-5 Bid Set

(4) Modify the hole through the wall in grade level to accommodate the new 24”x24” duct size which will connect to the wall mounted exhaust fan. (5) Install new wall mounted exhaust fan per NOA (Refer to sheet M1 and Mechanical Notes). (6) Connect 24”x24” exhaust duct to wall mounted fan and immediately transition into a 14”x36” duct which will penetrate the grade level slab and continue down into the dry pit pump level. (7) Remove existing roof mounted fans. (8) Modify existing openings in roof to install new roof mounted fans. (9) Install two new roof fans per NOA. 6. Perform Civil/Site work as described below and in the plans: a. Replacement of 90LF of chain link fence with one (1) walk gate, next to the building and parking lot. b. Replacement of 50LF of chain link fence with one walk gate and privacy slats, next to the building and around the odor control system. c. Installation of ten (10) bollards around the existing generator. d. Replacement of two (2) hose bibbs on the pump station building. e. Relocation of one (1) hose bibb on the pump station building. f. Replacement of one (1) valve box. g. Valve vault improvements (painting, grouting). h. Replacement of three (3) exterior doors of the Motor Room, Electrical Room, and Wet Well Room. i. Painting of pump station building and masonry block wall around the building. j. Painting of the Generator fuel tank. k. Replacement of one (1) hose bibb in the dry well. l. Mill and resurface the existing parking lot (3,800 square yards), 1-inch thickness. m. Install parking lot striping on resurfaced parking lot. n. Install wheel stops at all parking spots.

7. Full and complete restoration as shown.

8. The Contractor will be responsible for coordination with Florida Power & (FPL) for all related electrical work.

9. Provide MOT Plan for agency approval. Provide MOT Coordination with the City of North Miami.

1.03 WORK SEQUENCE:

A. Duties of the existing pump station must be maintained via bypass pumping throughout the duration of any work requiring shut down of the station. The Contractor will be responsible for the sequence of construction and continuous operation of the pump station

City of North Miami Pump Station “A” Rehab – 100% Submittal 01010-6 Bid Set

throughout the project. The proposed sequence shall be in accordance with the approved schedule submitted by the Contractor.

1.04 CONTRACTOR'S USE OF PREMISES:

A. Contractor shall limit the use of the premises for the performance of the Work and storage of materials and equipment to allow for the Owner's use in operating and maintaining the pumping station.

B. Contractor shall coordinate with Owner necessary access for normal maintenance requirements.

C. Contractor shall assume full responsibility for security of all his and his subcontractors materials and equipment stored on the site.

D. If directed by the Owner, Contractor shall move any stored items which interfere with operations of Owner.

E. Obtain and pay for use of additional storage or work areas if needed to perform the Work.

F. As part of MOT, Contractor must provide for temporary fencing and any other means to keep the site secure and safe from pedestrians and vehicular traffic. Contractor to coordinate with surrounding neighbors on station construction impact.

G. Noise: The Contractor is specifically advised that the project site is located in close proximity to existing residential properties. Contractor shall employ all necessary means and methods required to mitigate the noise impacts to the adjacent residents including the use of sound barriers and/or electric driven equipment as necessary to comply with all City and County noise ordinances (City of North Miami Code Ordinance Chapter 12; and Noise Ordinance for Miami-Dade County Florida: Chapter 21 NOISES; UNNECESSARY AND EXCESSIVE PROHIBITED). All Contractor equipment shall be equipped with hospital grade silencers as applicable. The Contactor shall prepare a Noise Mitigation Plan for review by the Owner and Engineer.

In the event of conflicting or less stringent requirements in the technical specifications with this paragraph, Section 01010 1.04F shall govern.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 01010-7 Bid Set

SECTION 01015

INDEX OF DRAWINGS

PART 1 GENERAL

1.01 CONTRACT DRAWINGS

A. Drawings dated below, and any subsequent revision thereto introduced by Addenda prior to Bid, showing the work of the Contract are hereby made a part of the Contract Documents and are listed as follows:

CITY OF NORTH MIAMI PUBLIC WORKS DEPARTMENT REHABILITATION OF PUMP STATION A CONTRACT NO. TBD

Sheet No. Title Date G-1 COVER SHEET OCT 2019

G-2 ABBREVIATIONS, LEGENDS & NOTES OCT 2019

C-1 EXISTING SITE CONDITIONS OCT 2019

C-2 SEWAGE BYPASS PUMPING PLAN OCT 2019

D-1 SITE DEMOLITION PLAN OCT 2019

D-2 MECHANICAL DEMOLITION OCT 2019

D-3 ODOR CONTROL DEMO PLAN AT GRADE LEVEL OCT 2019

D-4 ELECTRICAL GRADE LEVEL DEMOLITION PLAN OCT 2019

S-1 STRUCTURAL NOTES OCT 2019

S-2 STRUCTURAL REHABILITATION PLANS OCT 2019

S-3 STRUCTURAL REHABILITATION SECTIONS OCT 2019

S-4 STRUCTURAL DETAILS (1) OCT 2019

S-5 STRUCTURAL PHOTOS (1) OCT 2019

S-6 STRUCTURAL PHOTOS (2) OCT 2019

S-7 STRUCTURAL PHOTOS (3) OCT 2019

City of North Miami Pump Station “A” Rehab – 100% Submittal 01015 - 1 Bid Set Sheet No. Title Date M-1 BUILDING IMPROVEMENTS PLAN OCT 2019

M-2 BUILDING IMPROVEMENTS SECTION OCT 2019

M-3 DETAILS & NOTES OCT 2019

MO-1 ODOR CONTROL PROPOSED AT GRADE LEVEL OCT 2019

MO-2 ODOR CONTROL LAYOUT OCT 2019

MO-3 ODOR CONTROL SCHEMATIC OCT 2019

MO-4 PHOTOS – ODOR CONTROL OCT 2019

E-1 ELECTRICAL SYMBOLS & ABBREVIATIONS OCT 2019

E-2 ELECTRICAL GRADE LEVEL MODIFICATIONS OCT 2019

E-3 ELECTRICAL DRY PIT LEVEL MODIFICATIONS OCT 2019

E-4 SINGLE LINE DIAGRAM & SCHEDULES OCT 2019

E-5 ELECTRICAL DETAILS OCT 2019 PHOTOS (1) – ELECTRICAL GRADE LEVEL E-6 OCT 2019 MODIFICATIONS PHOTOS (2) – ELECTRICAL DRY PIT LEVEL E-7 OCT 2019 MODIFICATIONS

E-8 LIGHTNING PROTECTION & GROUNDING PLAN OCT 2019

CS-1 SITE IMPROVEMENTS PLAN OCT 2019

CS-2 PAVING & STRIPING PLAN OCT 2019

CS-3 BULDING IMPROVEMENTS PLAN (CIVIL) OCT 2019

CS-4 CIVIL DETAILS (1) OCT 2019

CS-5 CIVIL DETAILS (2) OCT 2019

Due to the possibility of typing errors or omissions, the above list shall not be considered as necessarily complete, nor shall the Standard Details which may be included elsewhere herein be considered as forming a complete listing of all Standard Details which may apply to this Project. Perform all work shown on all sheets of the Plans, as specified herein or necessary for a complete functional installation and no extra compensation will be made due to the omission or incorrect listing of a Drawing in this Section. All Departmental Standard Details are incorporated in these Contract Documents by reference and all work shall be performed in accordance with all applicable Departmental Standard Details.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01015 - 2 Bid Set PART 2 PRODUCTS

NOT USED

PART 3 EXECUTION

NOT USED

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 01015 - 3 Bid Set SECTION 01025

MEASUREMENT AND PAYMENT

PART 1 GENERAL

1.01 GENERAL

A. The Contractor shall receive and accept compensation as provided in the Proposal, the Contract, COST BREAKDOWN, of the Instruction to Bidders and the General Covenants and Conditions as full payment for furnishing all labor, materials, tools and equipment, for performing all operations necessary to complete the work under this Contract, and also in full payment for all loss or damages arising from the nature of the Work, or from the action of the elements or from unforeseen difficulties which may be encountered during the prosecution of the work until the final acceptance by the Owner.

B. The cost breakdown (or schedule of values) referred to herein is defined in the Instruction to Bidders. The cost breakdown (schedule of values) approved by the Engineer will be used as the basis for making progress payments and for determining the cost of extra work which is the same or similar (as determined by the Engineer) to that defined in the schedule of values.

C. The prices submitted as part of this Bid shall include full compensation for overhead and profit, all costs and expenses for taxes, labor, equipment, furnishing and repairing small tools and ordinary equipment, mobilization, home office expenses and general supervision, materials, commissions, transportation charges and expenses, patent fees and royalties, bond, insurance, 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 Contract Plans and specified herein. In addition, the Contractor shall include the actual cost of social security taxes, unemployment insurance, worker's compensation, fringe benefits, inclusive of life and health insurance, union dues, pension, pension plans, vacations, and insurance and contractor's public liability and property damage insurance involved in the work based on the actual wages paid to such labor and all other general costs and profits, prorated to each Item.

D. It is the intent of the Owner to obtain a complete and working installation under this Contract, and any items of labor, equipment or materials which may reasonably be assumed as necessary to accomplish this end shall be supplied whether or not they are specifically shown on the Plans or stated herein.

E. Unless otherwise specifically stated elsewhere herein, the Contractor shall include in the prices bid all materials, electrical supplies, fuel, lubricants, temporary equipment, temporary wiring, temporary piping and fittings, pumps, gages, painting of exposed/above ground piping and all other items of whatever nature

City of North Miami Pump Station “A” Rehab – 100% Submittal 01025-1 Bid Set

required to completely test, balance, disinfect if required, and put into fully operational condition all equipment and/or systems supplied by either the Owner or the Contractor and installed as a part of this Project. Further, any test materials supplied by the Contractor shall be completely satisfactory to the Owner. Any decision as to whether a particular material is suitable for test purposes shall be at the sole discretion of the Engineer whose decision shall be final. Any material considered not suitable shall be immediately replaced by the Contractor with suitable material and no extra compensation will be allowed.

F. The Contractor will be paid each month the value of the work completed during the preceding month (less retainage) and the invoiced cost including applicable sales taxes and shipping value (less retainage) of materials not already used, but which have been furnished by the Contractor under the Specifications, provided that such materials have been delivered, properly stored and inspected by the Engineer and that payment therefore has been satisfactorily certified by the Contractor to the Engineer. Remaining cost for materials (less retainage) will be paid at the same time as installation. Any payment for materials which are not used will be withheld from the final payment.

1.02 PAYMENT ITEMS

It is intended that all work required to complete this Contract will be included in the various bid items as follows:

A. For each major part of the Project the Contractor shall propose Work Item descriptions and Units of Measure as a basis for payment that is representative in detail and scope to the following:

1. Such items shall be assigned a proposed Contract cost value which, in total, comprises all work activities and services to be performed for the scope of Work under the Contract Documents. The Contractor may provide a further item breakdown and detail so long as the proposed item descriptions are clearly defined and complete with respect to the item scope of work.

B. The Contractor shall provide a "Schedule of Values" for all activities that are a part of this work with prices satisfactory to the Engineer. Measurement shall be in accordance with a reasonable apportionment of the Work as established in the Schedule of Values. Payment will be based upon the percentage of completion for each appropriate item in the Schedule of Values.

1. Bid Item 1, For performing preparatory work and operations in mobilizing for beginning the work of the Project and demobilizing after the completion of all work, but excluding materials and permit costs, both of which are paid under other payment items, shall include, but not be limited to; those operations necessary for the movement of personnel, equipment, supplies and incidentals to the Project site; the cost of permit preparation/

City of North Miami Pump Station “A” Rehab – 100% Submittal 01025-2 Bid Set

submission/acceptance; the costs of bonds, required insurance and other pre-demolition expense but excluding the actual cost of permits, which are paid under a separate dedicated allowance account.

a. No actual demolition or physical preparatory work may be performed at the site until the first milestone has been successfully achieved unless specific written approval by the Owner is granted for said work. Such permission by the Owner will only be granted if all bond and insurance is in place and a complete price together with construction duration for those items of work has been supplied by the Contractor and approved by the Engineer;

b. Mobilization/Demobilization will be paid in two (2) separate payments. Overall Mobilization Payment will not exceed a total of fifteen percent (15%) of the Contract Price for Construction, not including Owner contingencies and dedicated allowances, as agreed by the Owner and be paid in not less than two (2) parts;

c. First part not exceeding fifty percent (50%) of the assigned value to be included in the Contractor's initial Application for Payment;

d. Second part not exceeding fifty percent (50%) of assigned value to be included in the Contractor's Application for Payment thirty (30) days prior to the start of construction of the permanent facilities.

2. Bid Item 2, For furnishing labor, tools, materials and equipment to completely demolish any Structural, Electrical, Mechanical, Odor Control & Ventilation, and Site Civil component(s) as indicated in demolition drawings (Sheets D-1 through D-4) in support of rehabilitation work to be performed at Pump Station “A”. The price bid shall be an aggregate sum for full compensation for the work associated with the demolition of the existing odor control device, ducts, blower, electrical connections, and appurtenances; removal of existing chain link fence, gates, doors, hose bibs, valve box, and mill & resurface existing parking lot; removal of hoist, piping, handrail, existing ventilation system, and saw cutting concrete slab inside pump station building; removal of frame & door on north side of grade level room inside building; removal of existing ship ladder, check valves, pump bases, and wall braces inside dry pit; and removal of existing safety switches, panels, pull boxes, and conduits throughout the station as indicated in the plans, and proper disposal of demolished material.

3. Bid Item 3, For furnishing labor, tools, materials and equipment to install and perform all Structural, Electrical, Mechanical, Odor Control & Ventilation, and Site Civil work as described in the plans and specifications. The price bid shall be an aggregate sum for full

City of North Miami Pump Station “A” Rehab – 100% Submittal 01025-3 Bid Set

compensation for the work associated with the installation and rehabilitation of Pump Station “A” as described below and satisfying all the requirements of the building department and any other applicable regulatory agency, submitting shop drawings and test results, and contract close-out requirements.

a. Structural Work: Removal of existing ships ladder in the dry pit and removing ladder in wet well access room; widening opening(s) in the grade level room; capping the existing manhole to the wet well; installing bridge crane (with 2 years warranty additional to manufacturer’s warranty) and davit arm hoist; installing two (2) new ladders in the dry pit and one (1) new ladder in the wet well access room; adding a hatch to the wet well opening; replacing fascia at areas where corrosion has occurred; repairing concrete where spalling/cracking/etc. has occurred and filling abandoned openings in walls and floors; and re-coating/sealing wet well; all as described in the plans.

b. Electrical Work: Removal of rust from service conduits and recoating with zinc rich paint; replacing conduits and wires as indicated in the plans; replacing transfer switches; installing new transfer switches; replacing disconnect switches; installing new disconnect switches; providing new electrical connection(s) to new Odor Control System; installing new cable tray; providing and installing J-hooks and Kellems grips; replacing existing receptacles; cleaning rust on threads at all junction and receptacle boxes inside dry pit; replacing circuit breakers; installing new circuit breakers; reconnecting power to exhaust and supply fans; providing and installing electrical for new float switch; providing power to the Pulsar level sensor and the float switches; installing explosion-proof cable switches as identified on the plans; providing power to a combustible gas detector (CDG) in the wet well, and installing lightning protection and grounding devices.

c. Mechanical Work: Removal of three (3) existing swing type check valves and replacement with three (3) rubber flapper check valves; replacement of three (3) pump mounting stands; replacement of sump pump; preparing and applying corrosion resistant coating to existing and new surfaces of piping, valves, and pumps; extending the existing influent sewer drop pipe; and removing and replacing ductile iron suction pipe and fittings.

d. Odor Control & Ventilation Work: Obtaining all state, local, or federal permits as required; installation of new Odor Control Device, including all equipment, duct work, water piping, flex connectors, valves; construction of equipment concrete pad, wall

City of North Miami Pump Station “A” Rehab – 100% Submittal 01025-4 Bid Set

and floor penetrations, and connection to the existing onsite potable water piping; receiving, offloading, and storing equipment and materials per the manufacturer’s recommendations; start-up of system, performance testing, and training of Owner’s operation and maintenance staff.

e. Civil/Site Work: Replacement of chain link fences and walk gates; installation of privacy slats; installation of bollards around existing generator; replacement of hose bib(s); relocation of hose bib(s); replacement of valve box; valve vault improvements; replacement of exterior doors; painting as required in the plans and specifications; milling and resurfacing of existing parking lot; and installation of parking lot striping and wheel stops.

4. Bid Item 4, For furnishing labor, tools, materials and equipment to perform restoration and clean-up at all locations affected by this project. The price bid shall be aggregate sum for full compensation for the work associated with restoring any areas affected by the work and performing final clean-up.

5. Subtotal, The total of Bid Item Nos. 1 through 4.

6. Bid Item 6 (Dedicated Allowance), For furnishing labor, tools, materials, and equipment to re-roof any portion of the existing Pump Station “A” roof damaged or affected by the associated rehabilitation work. The price bid shall be an aggregate sum for full compensation for the work associated with re-roofing any portion of the existing roof damaged by the associated rehabilitation work, at the approval and discretion of the Engineer. Any portion of this fund remaining after all authorized payments have been made will be withheld from contract payment and will remain with the Owner.

7. Bid Item 7 (Dedicated Allowance), For reimbursement of the actual cost of all required construction permits and fees without any markup for overhead and profit, if authorized by the Engineer, the sum of 3% of the Subtotal, Item 5, (.03) X (Subtotal, Item 5).

8. Bid Item 8 (Contingency Allowance), For unforeseen conditions, for minor construction changes, roofing improvements, drainage upgrades, topography, and for quantity adjustments, if ordered by the Owner, the sum of 10% of the Subtotal, Item 5, (.10) X (Subtotal, Item 5).

9. Total Bid: The SUM of Item Nos. 5, 6, 7, and 8.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01025-5 Bid Set

PART 2 PRODUCTS

NOT USED

PART 3 EXECUTION

NOT USED

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 01025-6 Bid Set

SECTION 01080

ABBREVIATIONS AND DEFINITIONS

PART 1 - GENERAL

1.01 RELATED SECTIONS:

A. Section 01090: Reference Standards

1.02 ABBREVIATIONS:

A. Where any of the following abbreviations are used in the Contract Documents, they shall have the meaning set forth opposite each. Abbreviations for trade associations and standards organizations are listed in Section 01090 - Reference Standards.

AASHTO American Association of State Highway and Transportation Officials

ACI American Concrete Institute

AFBMA Anti-Friction Bearing Manufacturers Association

AGA American Gas Association

AGMA American Gear Manufacturers Association

AISC American Institute of Steel Construction

AMCA Air Moving and Conditioning Association

ANS American National Standard

ANSI American National Standards Institute

API American Petroleum Institute

ASCE American Society of Civil Engineers

ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers

ASME American Society of Mechanical Engineers

ASTM American Society for Testing and Materials

City of North Miami Pump Station “A” Rehab – 100% Submittal 01080-1 Bid Set AWG American or Brown and Sharpe Wire Gage

AWPA American Wood-Preservers' Association

AWWA American Water Works Association

CS Commercial Standard

IBR Institute of Boiler and Radiator Manufacturers

IEEE Institute of Electrical and Electronics Engineers, Inc.

Fed. Spec. Federal Specifications issued by the Federal Supply Service of the General Services Administration, Washington, D.C.

IPS Iron Pipe Size

JIC Joint Industry Conference Standards

NBS National Bureau of Standards

NEC National Electrical Code; latest edition

NEMA National Electrical Manufacturers Association

NFPA National Fire Protection Association

NPT National Pipe Thread

OS&Y Outside screw and yoke

SMACNA Sheet Metal and Air Conditioning Contractors National Association, Inc.

Stl. WG U. S. Steel Wire, Washburn and Moen, American Steel and Wire or Roebling Gage

UL Underwriters' Laboratories

USS Gage United States Standard Gage

WOG Water, Oil, Gas

WSP Working steam pressure

City of North Miami Pump Station “A” Rehab – 100% Submittal 01080-2 Bid Set 125-lb. ANS American National Standard for Cast-Iron or Pipe Flanges and Flanged Fittings, 250-lb. ANS Designation B16.1-1975, for the appropriate class

1.03 DEFINITIONS:

A. Wherever the words defined in this section or pronouns used in their stead occur in the Contract Documents, they shall have the meanings herein given.

As Directed, as Required, Etc.

Wherever in the Contract Documents, or on the Drawings, the words "as directed," "as ordered," "as requested," "as required," "as permitted," or words of like import are used, it shall be understood that the direction, order, request, requirement, or permission of the Engineer is intended. Similarly, the words "approved," "acceptable," "suitable," "satisfactory," and words of like import shall mean approved by, acceptable to, suitable to, or satisfactory to the Engineer.

Provide

Wherever in the Contract Documents the word "provide" is used, it shall mean to furnish (or supply) and install.

Elevation

The figures given on the Drawings or in the other Contract Documents after the word "elevation" or abbreviation of it shall mean the distance in feet above the datum adopted by the Engineer.

Rock

The word "rock," wherever used as the name of an excavated material or material to be excavated, shall mean only boulders and pieces of concrete or masonry exceeding 1 cu. yd. in volume, or solid ledge rock which, in the opinion of the Engineer, requires, for its removal, drilling and blasting, wedging, sledging, barring, or breaking up with a power- operated tool. No soft or disintegrated rock which can be removed with a hand pick or power-operated excavator or shovel, no loose, shaken, or previously blasted rock or broken stone in rock fillings or elsewhere, and no rock exterior to the maximum limits of measurement allowed, which may fall into the excavation, will be measured or allowed as "rock."

Earth

The word "earth", wherever used as the name of an excavated material or material to be excavated, shall mean all kinds of material other than rock as above defined.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01080-3 Bid Set PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 01080-4 Bid Set SECTION 01090

REFERENCE STANDARDS

PART 1 - GENERAL

1.01 QUALITY ASSURANCE:

A. Should specified reference standards conflict with the Contract Documents, refer to the General Conditions.

1.02 SCHEDULE OF REFERENCES:

AA Aluminum Association 818 Connecticut Avenue, N.W. Washington, DC 20006

AABC Associated Air Balance Council 1000 Vermont Avenue, N.W. Washington, DC 20005

AASHTO American Association of State Highway and Transportation Officials 444 North Capitol Street, N.W. Washington, DC 20001

ABMA American Bearing Manufacturers Association 1101 Connecticut Avenue, N.W., Suite 700 Washington, DC 20036

ACI American Concrete Institute Box 19150 Reford Station Detroit, MI 48219

ADC Air Diffusion Council 230 North Michigan Avenue Chicago, IL 60601

AGA American Gas Association

AGC Associated General Contractors of America 1957 E Street, N.W. Washington, DC 20006

City of North Miami Pump Station “A” Rehab – 100% Submittal 01090-1 Bid Set

AI Asphalt Institute Asphalt Institute Building College Park, MD 20740

AIA American Institute of Architects 1735 New York Avenue, N.W. Washington, DC 20006

AISC American Institute of Steel Construction Eighth Floor 400 North Michigan Avenue Chicago, IL 60611

AISI American Iron and Steel Institute 1000 16th Street, N.W. Washington, DC 20036

AITC American Institute of Timber Construction 333 W. Hampden Avenue Englewood, CO 80110

AMCA Air Movement and Control Association 30 West University Drive Arlington Heights, IL 60004

ANSI American National Standards Institute 1430 Broadway New York, NY 10018

APA American Plywood Association Box 11700 Tacoma, WA 98411

API American Petroleum Institute 1220 L. Street, N.W. Washington, DC 2005

ARI Air-Conditioning and Refrigeration Institute 1501 Wilson Boulevard Arlington, VA 22209

ASCE American Society of Civil Engineers 1801 Alexander Bell Drive Reston, VA 20191

City of North Miami Pump Station “A” Rehab – 100% Submittal 01090-2 Bid Set ASHRAE American Society of Heating, Refrigeration and Air Conditioning Engineers 1791 Tullie Circle, N.E. Atlanta, GA 30329

ASME American Society of Mechanical Engineers 345 East 47th Street New York, NY 10017

ASPA American Sod Producers Association 4415 West Harrison Street Hillside, IL 60162

ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103

AWI Architectural Woodwork Institute 2310 South Walter Reed Drive Arlington, VA 22206

AWPA American Wood-Preservers' Association 7735 Old Georgetown Road Bethesda, MD 20014

AWS American Welding Society 550 LeJeune Road, N.W. Miami, FL 33135

AWWA American Water Works Association 6666 West Quincy Avenue Denver, CO 80235

BIA Brick Institute of America 11490 Commerce Park Drive Reston, VA 22091

BOCA BOCA International Headquarters Office 4051 West Flossmoor Road Country, Club Hills, IL 60478-5795

CDA Copper Development Association 57th Floor, Chrysler Building 405 Lexington Avenue New York, NY 10174

City of North Miami Pump Station “A” Rehab – 100% Submittal 01090-3 Bid Set

CLFMI Chain Link Fence Manufacturers Institute 1101 Connecticut Avenue, N.W. Washington, DC 20036

CRSI Concrete Reinforcing Steel Institute 933 Plum Grove Road Schaumburg, IL 60195

DHI Door and Hardware Institute 7711 Old Springhouse Road McLean, VA 22101

EJCDC Engineers' Joint Contract Documents Committee American Consulting Engineers Council 1015 15th Street, N.W. Washington, DC 20005

EJMA Expansion Joint Manufacturers Association 25 North Broadway Tarrytown, NY 10591

FGMA Flat Glass Marketing Association 3310 Harrison White Lakes Professional Building Topeka, KS 66611

FM Factory Mutual System 1151 Boston-Providence Turnpike P.O. Box 688 Norwood, MA 02062

FS Federal Specification General Services Administration Specifications and Consumer Information Distribution Section (WRSIS) Washington Navy Yard, Building 197 Washington, DC 20407

GA Gypsum Association 1603 Orrington Avenue Evanston, IL 60201

JIC Joint Industrial Council c/o National Tool Builders Association 79-1 Westpark Drive McLean, VA 22102

City of North Miami Pump Station “A” Rehab – 100% Submittal 01090-4 Bid Set

IBR Institute of Boiler and Radiator Manufacturers a/k/a Hydronics Institute P.O. Box 218 35 Russo Place Berkeley Heights, NJ 07922

ICBO International Conference of Building Officials 5360 S. Workman Mill Road Whittier, CA 90601

ICEA Insulated Cable Engineers Association Box 1568 Carrollton, GA 30112

IEEE Institute for Electrical and Electronics Engineers 3 Park Ave 17th Floor New York, NY 10016-5997

IMIAC International Masonry Industry All-Weather Council International Masonry Institute 815 15th Street, N.W. Washington, DC 20005

MBMA Metal Buildings Manufacturer's Association 1230 Keith Building Cleveland, OH 44115

MEC Massachusetts Electric Code

MIL Military Specifications Naval Publications and Forms Center 5801 Tabor Avenue Philadelphia, PA 19120

ML/SFA Metal Lath/Steel Framing Association 221 North LaSalle Street Chicago, IL 60601

NAAMM National Association of Architectural Metal Manufacturers 221 North LaSalle Street Chicago, IL 60601

NCMA National Concrete Masonry Association P.O. Box 781 Hendron, VA 22070

City of North Miami Pump Station “A” Rehab – 100% Submittal 01090-5 Bid Set NEBB National Environmental Balancing Bureau 8224 Old Courthouse Road Vienna, VA 22180

NEC National Electric Code

NECA National Electrical Contractors Association 3 Belhesda Metro Center Suite 1100 Bethesda, MD 20814

NEMA National Electrical Manufacturers' Association 1300 N 17th Street Suite 1847 Rosslyn VA 22209

NETA InterNational Electrical Testing Association 106 Stone St. P.O. Box 687 Morrison, CO 80465

NFPA National Fire Protection Association Battery March Park Quincy, MA 02269

NFPA National Forest Products Association 1619 Massachusetts Avenue, N.W. Washington, DC 20036

NSWMA National Solid Wastes Management Association 1730 Rhode Island Avenue, N.W. Washington, DC 20036

NTMA National Woodwork Manufacturers Association 205 W. Touhy Avenue Park Ridge, IL 60068

PCA Portland Cement Association 5420 Old Orchard Road Skokie, IL 60077

PCI Prestressed Concrete Institute 201 North Wells Street Chicago, IL 60606

City of North Miami Pump Station “A” Rehab – 100% Submittal 01090-6 Bid Set PS Product Standard U.S. Department of Commerce Washington, DC 20203

RIS Redwood Inspection Service One Lombard Street San Francisco, CA 94111

RCSHSB Red Cedar Shingle and Handsplit Shake Bureau 515 116th Avenue Bellevue, WA 98004

SDI Steel Deck Institute P.O. Box 9506 Canton, OH 44711

SDI Steel Door Institute 712 Lakewood Center North 14600 Detroit Avenue Cleveland, OH 44107

SIGMA Sealed Insulating Glass Manufacturers Association 111 East Wacker Drive Chicago, Il 60601

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 01090-7 Bid Set SECTION 01110

ENVIRONMENTAL PROTECTION PROCEDURES

PART 1 - GENERAL

1.01 SCOPE OF WORK:

A. The work covered by this Section consists of furnishing all labor materials and equipment and performing all work required for the prevention of environmental pollution in conformance with applicable laws and regulations, during and as the result of construction operations under this Contract. For the purpose of this Specification, environmental pollution is defined as the presence of chemical, physical, or biological elements or agents which adversely affect human health or welfare; unfavorably alter ecological balances of importance to human life; affect other species of importance to man; or degrade the utility of the environment for aesthetic and/or recreational purposes.

B. The control of environmental pollution requires consideration of air, water, and land, and involves management of noise and solid waste, as well as other pollutants.

C. Schedule and conduct all work in a manner that will minimize the erosion of soils in the area of the work. Provide erosion control measures such as diversion channels, sedimentation or filtration systems, berms, staked hay bales, seeding, mulching, or other special surface treatments as are required to prevent silting and muddying of streams, rivers, impoundments, lakes, etc. All erosion control measures shall be in place in an area prior to any construction activity in that area. Specific requirements for erosion and sedimentation controls are specified in Section 01568.

D. These Specifications are intended to ensure that construction is achieved with a minimum of disturbance to the existing ecological balance between a water resource and its surroundings. These are general guidelines. It is the Contractor's responsibility to determine the specific construction techniques to meet these guidelines.

E. All phases of sedimentation and erosion control shall comply with and be subject to the approval of the Florida Department of Environmental Protection and local agencies.

F. Schedule and conduct all work in a manner that will minimize the level of noise escaping the site, especially at night and on weekends.

1.02 APPLICABLE REGULATIONS:

A. Comply with all applicable Federal, State, and local laws and regulations concerning environmental pollution control and abatement.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01110-1 Bid Set 1.03 NOTIFICATIONS:

A. The Engineer will notify the Contractor in writing of any non-compliance with the foregoing provisions or of any environmentally objectional acts and corrective action to be taken. State or local agencies responsible for verification of certain aspects of the environmental protection requirements shall notify the Contractor in writing, through the Engineer, of any non-compliance with State or local requirements. The Contractor shall, after receipt of such notice from the Engineer or from the regulatory agency through the Engineer, immediately take corrective action. Such notice, when delivered to the Contractor or his authorized representative at the site of the work, shall be deemed sufficient for the purpose. If the Contractor fails or refuses to comply promptly, the Owner may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost due to any such stop orders shall be made the subject of a claim for extension of time or for excess costs or damages by the Contractor unless it is later determined that the Contractor was in compliance.

1.04 IMPLEMENTATION:

A. Prior to commencement of the work, meet with the Engineer to develop mutual understandings relative to compliance with this provision and administration of the environmental pollution control program.

B. Remove temporary environmental control features, when approved by the Engineer, and incorporate permanent control features into the project at the earliest practicable time.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.01 EROSION CONTROL:

A. Provide positive means of erosion control such as shallow ditches around construction to carry off surface water. Erosion control measures such as siltation basins, hay check dams, mulching, jute netting, and other equivalent techniques shall be used as appropriate. Offsite surface water shall be diverted around the site to a downstream channel ahead of siltation barriers. Flow of surface water into excavated areas shall be prevented. Ditches around construction area shall also be used to carry away water resulting from dewatering of excavated areas. At the completion of the work, ditches shall be backfilled and the ground surface restored to original condition.

3.02 PROTECTION OF STREAMS, WETLANDS, AND SURFACE WATER:

A. Care shall be taken to prevent or reduce to a minimum any damage to any stream, drainage ditch, storm drain of sewer from pollution by debris, sediment, or other material, or from the manipulation of equipment and/or materials in or near such streams. Water that has been used for washing or processing, or that contains oils or sediments that will

City of North Miami Pump Station “A” Rehab – 100% Submittal 01110-2 Bid Set reduce the quality of the water in the stream, shall not be directly returned to the stream. Such water will be diverted through a settling basin or filter before being directed into the streams.

B. Turbidity barriers shall be installed and maintained during construction, and shall remain in place at indicated location until construction is completed and soils are stabilized. All practices shall be in accordance with the guidelines and specifications described in Chapter 6 of the Florida Land Development Manual; A Guide to Sound Land and Water Management (Department of Environmental Regulation, 1988).

C. All preventative measures shall be taken to avoid spillage of petroleum products and other pollutants. In the event of any spillage, prompt remedial action shall be taken in accordance with a contingency action drawing or plan approved by the Florida Department of Environmental Protection. Contractor shall submit two copies of approved contingency drawings or plans to the Engineer.

D. Water being flushed from structures or pipelines after disinfection, with a Cl2 residue of 2 mg/l or greater, shall be treated with a dechlorination solution, in a method approved by the Engineer, prior to discharge.

3.03 PROTECTION OF LAND RESOURCES:

A. Land resources within the project boundaries and outside the limits of permanent work shall be restored to a condition, after completion of construction, that will appear to be natural and not detract from the appearance of the project. Confine all construction activities to areas shown on the Drawings.

B. Outside of areas requiring earthwork for the construction of the new facilities, the Contractor shall not deface, injure, or destroy trees or shrubs, nor remove or cut them without prior approval. No ropes, cables, or guys shall be fastened to or attached to any existing nearby trees for anchorage unless specifically authorized by the Engineer. Where such special emergency use is permitted, first wrap the trunk with a sufficient thickness of burlap or rags over which softwood cleats shall be tied before any rope, cable, or wire is placed. The Contractor shall in any event be responsible for any damage resulting from such use.

C. Where trees may possibly be defaced, bruised, injured, or otherwise damaged by the Contractor's equipment, dumping or other operations, protect such trees by placing boards, planks, or poles around them. Monuments and markers shall be protected similarly before beginning operations near them.

D. Any trees or other landscape feature scarred or damaged by the Contractor's equipment or operations shall be restored as nearly as possible to its original condition. The Engineer will decide what method of restoration shall be used and whether damaged trees shall be treated and healed or removed and disposed of.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01110-3 Bid Set All scars made on trees by equipment, construction operations, or by the removal of limbs larger than 1-in. in diameter shall be coated as soon as possible with an approved tree wound dressing. All trimming or pruning shall be performed in an approved manner by experienced workmen with saws or pruning shears. Tree trimming with axes will not be permitted.

Climbing ropes shall be used where necessary for safety. Trees that are to remain, either within or outside established clearing limits, that are subsequently damaged by the Contractor and are beyond saving in the opinion of the Engineer, shall be immediately removed and replaced.

E. The locations of the Contractor's storage, and other construction building, required temporarily in the performance of the work, shall be cleared portions of the job site or areas to be cleared as shown on the Drawings and shall require written approval of the Engineer and shall not be within wetlands or floodplains. The preservation of the landscape shall be an imperative consideration in the selection of all sites and in the construction of buildings. Drawings showing storage facilities shall be submitted for approval of the Engineer.

F. Remove all signs of temporary construction facilities such as haul roads, work areas, structures, foundations of temporary structures, stockpiles of excess of waste materials, or any other vestiges of construction as directed by the Engineer. It is anticipated that excavation, filling, and plowing of roadways will be required to restore the area to near natural conditions which will permit the growth of vegetation thereon. The disturbed areas shall be prepared and seeded as described in Section 01568, or as approved by the Engineer.

G. All debris and excess material will be disposed of outside wetland or floodplain areas in an environmentally sound manner.

3.04 PROTECTION OF AIR QUALITY:

A. Burning. The use of burning at the project site for the disposal of refuse and debris will not be permitted.

B. Dust Control. The Contractor will be required to maintain all excavations, embankments, stockpiles, access roads, plant sites, waste areas, borrow areas, and all other work areas within or without the project boundaries free from dust which could cause the standards for air pollution to be exceeded, and which would cause a hazard or nuisance to others.

C. An approved method of stabilization consisting of sprinkling or other similar methods will be permitted to control dust. The use of chlorides may be permitted with approval from the Engineer.

D. Sprinkling, to be approved, must be repeated at such intervals as to keep all parts of the disturbed area at least damp at all times, and the Contractor must have sufficient

City of North Miami Pump Station “A” Rehab – 100% Submittal 01110-4 Bid Set competent equipment on the job to accomplish this if sprinkling is used. Dust control shall be performed as the work proceeds and whenever a dust nuisance or hazard occurs, as determined by the Engineer.

3.05 MAINTENANCE OF POLLUTION CONTROL FACILITIES DURING CONSTRUCTION:

A. During the life of this Contract, maintain all facilities constructed for pollution control as long as the operations creating the particular pollutant are being carried out or until the material concerned has become stabilized to the extent that pollution is no longer being created.

3.06 NOISE CONTROL:

A. The Contractor shall make every effort to minimize noises caused by his operations. Equipment shall be equipped with silencers or mufflers designed to operate with the least possible noise in compliance with State and Federal (OSHA) regulations.

B. Refer to 01010 for additional information.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 01110-5 Bid Set SECTION 01200

PROJECT MEETINGS

PART 1 - GENERAL

1.01 PRECONSTRUCTION CONFERENCE:

A. In addition to the preconstruction conference required by the General Conditions, a preconstruction conference will be held between the Contractor, the Engineer, and the Owner to review the Contractor's proposed methods of complying with the requirements of the Contract Documents.

B. Contractor will be notified of the time, date and place where the preconstruction conference will be held.

1.02 PROGRESS MEETINGS WITH ENGINEER:

A. In addition to other regular project meetings for other purposes (as indicated elsewhere in the Contract Documents), hold general progress meetings twice each month with times coordinated with preparation of payment requests. Meeting dates shall be established by the Engineer. Require every entity involved in the planning, coordination or performance of work to be properly represented at each meeting. Include (when applicable) consultants, separate contractors (if any), principal subcontractors, suppliers/ manufacturers/fabricators, governing authorities, insurers, special supervisory personnel and others with an interest or expertise in the progress of the work. Review each entity's present and future needs including interface requirements, time, sequence, deliveries, access, site utilization, temporary facilities and services, hours of work, hazards and risks, housekeeping, submittals, change orders, and documentation of information for payment requests. Discuss whether each element of current work is ahead of schedule. Determine how behind-time work will be expedited, and secure commitments from the entities involved in doing so. Discuss whether schedule revisions are required to ensure that current work and subsequent work will be completed within the Contract Time. Review everything of significance which could affect the progress of the work.

B. Within seven days after each progress meeting date, the Engineer will forward copies of the minutes-of-the-meeting, to the Contractor.

C. Immediately following each progress meeting where revisions to the Progress Schedule/Critical Path Schedule have been made or recognized (regardless of whether agreed to by each entity represented), revise the Schedule. Reissue revised Schedule within 10 days after meeting. At intervals matching the preparation of payment requests, revise and reissue the Schedule to show actual progress of the work in relation to the latest revision of the Schedule.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 01200-1 Bid Set SECTION 01300

SUBMITTALS

PART 1 - GENERAL

1.01 DESCRIPTION:

A. This Section specifies the general methods and requirements of submissions applicable to the following work-related submittals:

1. Shop Drawings.

2. Product Data.

3. Samples.

4. Mock Ups.

5. Construction Photographs.

6. Construction or Submittal Schedules.

7. Request for Information (RFI)

B. Additional general submission requirements are contained in Paragraph 6.17 of the General Conditions.

C. Detailed submittal requirements will be specified in the technical specifications section.

1.02 SHOP DRAWINGS, PRODUCT DATA, SAMPLES:

A. Shop Drawings:

1. Shop drawings, as defined in the General Conditions, and as specified in individual work Sections include, but are not necessarily limited to: custom- prepared data such as fabrication and erection/installation (working) drawings of concrete reinforcement, structural details and piping layout, scheduled information, setting diagrams, actual shopwork manufacturing instructions, custom templates, special wiring diagrams, coordination drawings, individual system or equipment inspection and test reports including performance curves and certifications as applicable to the work.

2. All shop drawings shall be submitted using the transmittal form furnished by the Engineer.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01300-1 Bid Set 3. All shop drawings submitted by subcontractors for approval shall be sent directly to the Contractor for checking. The Contractor shall be responsible for their submission at the proper time so as to prevent delays in delivery of materials.

4. The Contractor shall check all subcontractor's shop drawings regarding measurements, size of members, materials, and details to satisfy himself that they conform to the intent of the Drawings and Specifications. Shop drawings found to be inaccurate or otherwise in error shall be returned to the subcontractors for correction before submission thereof.

5. All details on shop drawings submitted for approval shall show clearly the relation of the various parts of the main members and lines of the structure, and where correct fabrication of the work depends upon field measurements, such measurements shall be made and noted on the drawings before being submitted for approval.

6. Submittals for equipment specified under Divisions 13, 14, 15, and 16 shall include a listing of all installations where identical or similar equipment has been installed and been in operation for a period of at least one year.

7. Submittals for equipment furnished under Divisions 13, 14, 15, and 16 shall include maintenance and lubrication schedules for each piece of equipment. Schedules shall be similar to the following sample schedules:

City of North Miami Pump Station “A” Rehab – 100% Submittal 01300-2 Bid Set SAMPLE MAINTENANCE SCHEDULE

ITEM ACTION FREQUENCY REMARKS

Sedimentation Equipment Check removal of scum Daily washdown; if required, remove any debris, etc.

Dewater, examine structure, 6 mos. Scrape and clean scrape and paint all exposed walls of structure. metals, examine Repair any damage scraping shoes. to scraping shoes.

Sludge Remove shear pin, 6 mos Collector clean off rust, Drive Unit grease and replace.

Overflow Check Daily Weir Serviceability

SAMPLE LUBRICATION SCHEDULE

MANUFACTURER'S TYPE ITEM RECOMMENDATIONS LUBRICANT FREQUENCY

Spur Check oil level See below; Weekly and Worm same as for Gearing oil change

Change oil 75-80 NSMP 6 mos Gem oil (Winter) 80-90 NSMP Gem Oil (Summer)

Flush out drives Kendall Prior to before oil change Flushing oil oil change

Gear Motors* Change oil Kenoil 053 2,000 hrs R&O (Winter) Kenoil 072 R&O (Summer)

*See manufacturer's instructional manual for initial operation instructions. (IMPORTANT).

City of North Miami Pump Station “A” Rehab – 100% Submittal 01300-3 Bid Set

B. Product Data:

1. Product data as specified in individual Sections, include, but are not necessarily limited to, standard prepared data for manufactured products (sometimes referred to as catalog data), such as the manufacturer's product specification and printed installation instructions, availability of colors and patterns, manufacturer's printed statements of compliances including certificates of compliance and applicability, roughing-in diagrams and templates, catalog cuts, product photographs, standard wiring diagrams, printed performance curves and operational-range diagrams, production or quality control inspection and test reports and certifications and recommended spare-parts listing, and printed product warranties, as applicable to the Work.

C. Samples:

1. Samples specified in individual Sections, include, but are not necessarily limited to, physical examples of the work such as sections of manufactured or fabricated work, small cuts or containers of materials, complete units of repetitively-used products, color/texture/pattern swatches and range sets, specimens for coordination of visual effect, graphic symbols, and units of work to be used by the Engineer or Owner for independent inspection and testing, as applicable to the Work.

1.03 CONTRACTOR'S RESPONSIBILITIES:

A. The Contractor shall review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following:

1. Field measurements

2. Field construction criteria

3. Catalog numbers and similar data

4. Conformance with the Specifications

B. Each shop drawing, sample, and product data submitted by the Contractor shall have affixed to it the following Certification Statement including the Contractor's Company name and signed by the Contractor: "Certification Statement: by this submittal, I hereby represent that I have determined and verified all field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data, and I have checked and coordinated each item with other applicable approved shop drawings and all Contract requirements." Shop drawings and product data sheets 11-in. X 17-in. and smaller shall be bound together in an orderly fashion and bear the above Certification Statement on the cover sheet. The cover sheet shall fully describe the packaged data and include a listing

City of North Miami Pump Station “A” Rehab – 100% Submittal 01300-4 Bid Set of all items within the package. Provide to the Engineer a copy of each submittal transmittal form for shop drawings, product data and samples at the time of submittal of said drawings, product data and samples to the Engineer.

C. If a shop drawing shows any deviation from the requirements of the Contract Documents, the Contractor shall make specific mention of the deviations in the Transmittal Form furnished by the Engineer and provide a description of the deviations in a letter attached to the submittal.

D. The review and approval of shop drawings, samples or product data by the Engineer shall not relieve the Contractor from his responsibility with regard to the fulfillment of the terms of the Contract. All risks of error and omission are assumed by the Contractor and the Engineer will not have responsibility therefor.

E. No portion of the work requiring a shop drawing, sample, or product data shall be started nor shall any materials be fabricated or installed prior to the approval or qualified approval of such item. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data shall be at the Contractor's risk. The Owner will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity.

F. Project work, materials, fabrication, and installation shall conform with approved shop drawings, applicable samples, and product data.

1. Manufacturer’s printed installation instructions, a part of product data submitted to the Engineer will not be reviewed and are for informational purposes only.

1.04 SUBMISSION REQUIREMENTS:

A. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor.

B. All submittals shall be submitted sufficiently in advance of construction requirements to provide no less than fourteen working days, excluding Saturdays, Sundays and legal holidays for review from the time received at the Engineer’s reviewing office. Any submittal received after 12:00 pm (noon) on a given working day shall be considered received the following working day. For submittals of major equipment, that require more than fourteen days to review, due to its sheer complexity and amount of detail and also requiring review by more than one engineering discipline, a letter will be sent by the Project Manager or his/her designee to the Contractor informing him/her of the circumstances and the date it is expected the submittal will be returned to the Contractor.

C. RFI’s shall be submitted sufficiently in advance of construction requirements to provide no less than five (5) working days, excluding Saturdays, Sundays and legal holidays for review from the time received at the Engineer’s reviewing office. Any RFI received after

City of North Miami Pump Station “A” Rehab – 100% Submittal 01300-5 Bid Set 12:00 pm (noon) on a given working day shall be considered received the following working day.

D. Number of submittals required:

1. Shop Drawings: Unless otherwise stated in the respective Specifications Sections, submit six (6) copies.

2. Product Data: Unless otherwise stated in the respective Specifications submit six (6) copies.

3. Samples: Submit the number stated in the respective Specification Sections.

4. When requested, it may be permissible to provide shop drawings by solely electronic means.

5. If allowed by the Engineer, submittals may be electronic (via email) in PDF format with returned copies also electronic.

E. Submittals shall contain:

1. The date of submission and the dates of any previous submissions.

2. The Project title and number.

3. Contractor identification.

4. The names of:

a. Contractor

b. Supplier

c. Manufacturer

5. Identification of the product, with the specification section number, page and paragraph(s).

6. Field dimensions, clearly identified as such.

7. Relation to adjacent or critical features of the Work or materials.

8. Applicable standards, such as ASTM or Federal Specification numbers.

9. Identification of deviations from Contract Documents.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01300-6 Bid Set 10. Identification of revisions on resubmittals.

11. An 8-in. X 3-in. blank space for Contractor and Engineer stamps.

F. Each shipment of drawings shall be accompanied by a transmittal form furnished by the Engineer providing a list of the drawing numbers and the names mentioned above.

G. Submittals shall be separated by specification section. Do not combine submittals for different specification sections under the same transmittal.

1.05 REVIEW OF SHOP DRAWINGS, PRODUCT DATA, WORKING DRAWINGS AND SAMPLES:

A. The Engineer's review is for general conformance with the design concept and contract drawings. Markings or comments shall not be construed as relieving the Contractor from compliance with the contract plans and specifications or from departures therefrom. The Contractor remains responsible for details and accuracy, for coordinating the work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly, and for performing work in a safe manner.

B. The review of shop drawings, data, and samples will be general. They shall not be construed:

1. as permitting any departure from the Contract requirements;

2. as relieving the Contractor of responsibility for any errors, including details, dimensions, and materials;

3. as approving departures from details furnished by the Engineer, except as otherwise provided herein.

C. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which the Engineer finds to be in the interest of the Owner and to be so minor as not to involve a change in Contract Price or time for performance, the Engineer may return the reviewed drawings without noting an exception.

D. Two (maximum) copies of shop drawings or product data will be returned to the Contractor via First Class United States Postal Service unless stated otherwise. Samples will not be returned.

E. Submittals will be returned to the Contractor under one of the action codes indicated and defined on the transmittal form furnished by the Engineer.

F. Resubmittals will be handled in the same manner as first submittals. On resubmittals the Contractor shall direct specific attention, in writing, on the letter of transmittal and on

City of North Miami Pump Station “A” Rehab – 100% Submittal 01300-7 Bid Set resubmitted shop drawings by use of revision triangles or other similar methods, to revisions other than the corrections requested by the Engineer, on previous submissions. Any such revisions which are not clearly identified shall be made at the risk of the Contractor. The Contractor shall make corrections to any work done because of this type revision that is not in accordance to the Contract Documents as may be required by the Engineer.

G. Partial submittals may not be reviewed. The Engineer will be the only judge as to the completeness of a submittal. Submittals not complete will be returned to the Contractor and will be considered "Rejected" until resubmitted. The Engineer may at his option provide a list or mark the submittal directing the Contractor to the areas that are incomplete.

H. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, the Contractor shall give written notice thereof to the Engineer at least seven working days prior to release for manufacture.

I. When the shop drawings have been completed to the satisfaction of the Engineer, the Contractor shall carry out the construction in accordance therewith and shall make no further changes therein except upon written instructions from the Engineer.

1.06 DISTRIBUTION:

A. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the Engineer. Number of copies shall be as directed by the Engineer but shall not exceed 6. If electronic transmittals are used, no hard copies will follow.

1.07 GENERAL PROCEDURES FOR SUBMITTALS:

A. Coordination of Submittal Times: Prepare and transmit each submittal sufficiently in advance of performing the related work or other applicable activities, or within the time specified in the individual work sections, of the Specifications, so that the installation will not be delayed by processing times including disapproval resubmittal (if required), coordination with other submittals, inspection, testing (off-site and on-site), purchasing, fabrication, delivery and similar sequenced activities. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work.

1.08 CERTIFICATION FORMS:

A. If specifically required in other Sections of these Specifications, the Contractor shall submit the applicable Certificate of Design for each item required, and in the form attached to this Section, completely filled in and signed and sealed by a registered professional engineer.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01300-8 Bid Set 1.09 CERTIFICATES OF COMPLIANCE:

A. Certificates of Compliance as required in the specifications shall include and mean certificates, manufacturer’s certificates, certifications, certified copies, letters of certification and certificate of materials.

B. The Contractor shall be responsible for providing Certificates of Compliance as required in the technical specifications. Certificates are required for demonstrating proof of compliance with specification requirements and shall be executed in 6 copies unless otherwise specified. Each certificate shall be signed by an official authorized to certify on behalf of the manufacturing company and shall contain the name and address of the Supplier, the project name and location, and the quantity and date or dates of shipment or delivery to which the certificates apply. Copies of laboratory test reports submitted with certificates shall contain the name and address of the testing laboratory and the date or dates of the tests to which the report applies. Certification shall not be construed as relieving the Supplier from furnishing satisfactory material, if after tests are performed on selected samples, the material is found not to meet the specific requirements.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 01300-9 Bid Set CERTIFICATE OF DESIGN

The undersigned hereby certifies that he/she is a Professional Engineer registered in the state of ______and that he/she has been employed by (Name of Contractor) ______to design ______in accordance with Specifications Section _____ for the (Name of Project) ______The undersigned further certifies that he/she has performed similar designs previously and has performed the design of the ______; that said design is in conformance with all applicable local, state, and federal codes, rules, and regulations and professional practice standards; that his/her signature and Professional Engineer (P.E.) Stamp have been affixed to all calculations and drawings used in, and resulting from, the design; and that the use of that stamp signifies the responsibility of the undersigned for that design.

The undersigned hereby certifies that he/she has Professional Liability Insurance with limits of $1,000,000.00 and a Certificate of Insurance is attached.

The undersigned hereby agrees to make all original design drawings and calculations available to the Town/City of ______or Owner’s representative within seven (7) days following written request therefore by the Owner.

______P.E. Name Contractor’s Name

______Signature Signature

______Title Title

______Address Address

City of North Miami Pump Station “A” Rehab – 100% Submittal 01300-10 Bid Set CERTIFICATE OF UNIT RESPONSIBILITY For Specification Section ______(Section title)

In accordance with Section 01300, paragraph 1.08 of the contract documents, the undersigned manufacturer accepts unit responsibility for all components of equipment furnished under specification Section _____. We hereby certify that these components are compatible and comprise a functional unit suitable for the specified and indicated performance and design requirements.

______Notary Public Name of Corporation

______Commission expiration date Address

Seal: By: ______Duly Authorized Official

______Legal Title of Official

Date: ______

City of North Miami Pump Station “A” Rehab – 100% Submittal 01300-11 Bid Set SECTION 01310

CONSTRUCTION PROGRESS SCHEDULES

PART 1 - GENERAL

1.01 DESCRIPTION:

A. CONTRACTOR shall prepare and submit to ENGINEER for review within 60 days after Notice to Proceed, a construction progress schedule.

B. Work schedule (hours) in accordance with the Front End Bid Documents.

C. Night work may be established by CONTRACTOR as regular procedure with written permission of OWNER. Such permission, however, may be revoked at any time by OWNER if CONTRACTOR fails to maintain adequate equipment and supervision for proper prosecution and control of work at night.

1.02 FORM OF SCHEDULES:

A. Prepare schedules in form of a horizontal bar chart.

1. Provide separate horizontal bar for each trade or operation.

2. Horizontal Time Scale: Identify first work day of each week.

3. Scale and spacing to allow space for notations and future revisions.

B. Format of Listings: Chronological order of start of each item of work.

C. Identification of Listings: By major specification section numbers.

1.03 CONTENT OF SCHEDULES:

A. Construction Progress Schedule:

1. Show complete sequence of construction by activity.

2. Show dates for beginning and completion of each major element of construction and installation dates for major items of equipment. Elements shall include, but not be limited to, the following:

3. Shop drawing receipt from supplier/manufacturer submitted to ENGINEER, review and return to supplier/manufacturer.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01310-1 Bid Set 4. Material and equipment order, manufacturer, delivery, installation, and checkout.

5. Performance tests and supervisory services activity.

6. Piping, duct work, and wiring installation.

7. Construction of various facilities.

8. Concrete pour sequence.

9. Structural steel erection.

10. Precast concrete erection.

11. Backfilling, grading, seeding, sodding, landscaping, fence construction, and paving.

12. Electrical work activity.

13. Heating, ventilating, and air conditioning work activity.

14. Plumbing work activity.

15. Sewer installation.

16. Connection to existing sewers.

17. Water main installation.

18. Subcontractor's items of work.

19. Final cleanup.

20. Allowance for inclement weather.

21. Demolition.

22. Miscellaneous concrete placement.

23. Show projected percentage of completion for each item as of first day of each month.

1.04 SCHEDULE REVISIONS:

A. Every 14 days CONTRACTOR shall revise construction schedule to reflect changes in progress of work.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01310-2 Bid Set B. Indicate progress of each activity at date of submittal.

C. Show changes occurring since previous submittal of schedule.

1. Major changes in scope.

2. Activities modified since previous submittal.

3. Revised projections of progress and completion.

4. Other identifiable changes.

D. Provide a narrative report as needed to define:

1. Problem areas, anticipated delays, and impact on schedule.

2. Corrective action recommended and its effect.

3. Effect of changes on schedules of other CONTRACTORS.

1.05 SUBMITTAL REQUIREMENTS:

A. For initial submittal of construction schedule and subsequent revisions thereof, furnish six copies of schedule to ENGINEER.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 01310-3 Bid Set SECTION 01380

CONSTRUCTION PHOTOGRAPHS

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide construction photographs pertinent to the Contract work during the Contract period as specified and as directed by the Engineer.

1.02 SUBMITTALS:

A. Proposed Photographer:

1. Several different samples of work by proposed photographer on construction photography of similar nature to the work under this Contract.

2. Two copies of proposed photographer's experience and qualifications in similar work. Include copies of references and any certification acquired.

3. Two copies of techniques, materials and equipment proposed to be used.

B. Two copies of each print, each identified and mounted as specified.

C. Compact Discs (CD-R) with digital version of photos.

1.03 QUALITY ASSURANCE:

A. Photographer proposed to be approved by Engineer.

B. Photographer's experience and qualifications:

1. Not less than 2 accumulated years of experience with similar construction photography.

C. Photographer to use techniques, material and equipment capable of producing photographs of high quality and resolution.

D. Photographer to be available on call on one day notice when requested by Engineer and be prepared to respond on shorter notice in unusual or unexpected conditions.

E. Dates for photography at site to be coordinated with Engineer and Engineer to be present during photographic periods at site unless approved otherwise by Engineer.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01380-1 Bid Set F. Photographer to make and retain detailed records of all photographs by photographer under this Contract:

1. The records to be in sufficient detail to support any attestation that may be required of photographer.

2. Photographer to retain such records for a period not less than two years from the final acceptance of entire work under this Contract.

PART 2 - PRODUCTS

2.01 DIGITAL CAMERA:

A. Digital camera shall be of at least 8 megapixel resolution.

2.02 PRINTS:

A. Type: Color prints from digital pictures and copies on compact disc (CD-R) at full resolution for print size specified.

B. Finish: Smooth glossy surface.

C. Size: 8-in. x 10-in. plus suitable margin for identification.

D. Paper weight: Singe weight.

E. Number of prints: Two of each photograph.

2.03 PRINT IDENTIFICATION:

A. Each print to carry identification and information on it in a manner that results in minimum interference with exposure printed.

B. Front of Print:

1. Top margin:

a. Project name.

b. Brief title of view.

2. Bottom margin:

a. Photographer's numbered identification of exposure.

b. Time and date of exposure.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01380-2 Bid Set

c. Name of photographer making exposure.

C. Back of Print:

1. Detailed description of view including point from which exposure made, compass direction of view, vertical declination of view (horizontal, looking up, looking down etc.) identification of main features in view and any other data and information pertinent to the purpose and identification of the exposure photographer feels necessary to include.

2. Weather conditions under which exposure made.

2.04 PRINT MOUNTING:

A. Each print to be inserted in a clear plastic envelope design for the purpose:

1. Print deterioration not to be caused by envelope material or fabrication.

2. Designed to prevent print from accidentally slipping out of envelope.

3. Front and back of print to be visible through the plastic envelope.

4. Permit convenient removal and insertion of print.

5. To have 1-in. hinged binding edge suitable for approved binder specified under subsection PRINT FILING BINDER.

2.05 PRINT FILING BINDER:

A. Furnish Engineer suitable approved binders for filing specified under subsection PRINT MOUNTING.

1. Initially furnish 2 binders and subsequently such additional binders as required by Engineer for filing the prints.

2. All binders to be alike unless otherwise approved by Engineer.

B. Binders:

1. Sturdy and durable for long term filing of prints.

2. Provisions for labeling front cover and binding face.

3. Have sturdy durable back and front cover hinges.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01380-3 Bid Set 4. Of size suitable for filing mounted prints.

5. Permit convenient removal and insertion of mounted prints.

PART 3 - EXECUTION

3.01 GENERAL REQUIREMENTS:

A. Contractor notify Engineer at least 5 days in advance of any photographic sessions.

B. Photographer to furnish additional prints beyond the number specified when request by Engineer at commercial rates applicable at time of purchase.

C. All views to contain a relative dimension reference that is easily recognizable by the average person. In views where dimensions are critical use a recognizable measuring devices such as folding ruler, measuring tape in a manner the markings are clear and sharp in the photograph and the device located in close relationship with subject of photograph.

3.02 SITE PHOTOGRAPHY REQUIRED:

A. Provide photographs at following stages of construction:

1. Site before commencement of any construction.

2. Site upon completion of site clearing.

3. At completion of each structural excavation.

4. At completion of each structural foundation.

5. At completion of framing or forming for structures.

6. At completion of enclosures of structures.

7. At 1-month intervals, progress photography during construction of facilities. Photos of any month need show only new work performed during month.

8. Such special photographs required by Engineer.

9. Upon completion of all Contract work over-all site photography.

B. Views:

1. Coordinate with Engineer on views to be taken. In general views from locations to adequately illustrate state of project and condition of construction.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01380-4 Bid Set

2. At least 3 different views of photographic subject except over-all site photography to have at least 4 different views unless otherwise approved by Engineer.

3. Succeeding photography of same photographic subject to be taken, insofar as practical, from the same view points as preceding photographic sessions. Variations in this procedure to be approved by Engineer.

3.03 ROUTE PHOTOGRAPHY REQUIRED:

A. Provide progressive photographs of route before commencement of construction:

1. Progressive photographs of route starting at one end of route and progressing to other end then reverse progressive photography back to point of beginning.

2. Each exposure to overlap preceding exposure by 1/4 to 1/3 of the frame.

3. Additional photographs of features along route as directed by Engineer.

B. In the portions of the route where clearing is required make an additional set of progress photographs in similar manner specified for the initial route photography after all clearing work completed and before any other work commences in the cleared portion of the route.

C. During Construction:

1. At least once per week to illustrate state of project, condition of construction and progress in the previous week. Work photographed in previous sessions only photographed again sufficiently to provide progressive continuity of work unless otherwise directed by Engineer.

2. Such special photographs required by Engineer.

D. Upon Completion of All Construction Work:

1. Progressive photographs of route in same manner as that specified before commencement of Contract Work.

2. The route may be photographed in increments when work in that increment is completed and when approved by Engineer. Each increment photography to overlap other increment photography sufficiently such that all photographs provide progressive views of the route throughout.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 01380-5 Bid Set SECTION 01400

QUALITY ASSURANCE

PART 1 - GENERAL

1.01 DESCRIPTION:

A. This section covers Quality Assurance and Control requirements for this contract.

B. The Contractor is responsible for controlling the quality of work, including work of its subcontractors, and suppliers and for assuring the quality specified in the Technical Specifications is achieved.

C. Refer to the Article 6 - Contractor’s Responsibilities, paragraphs 6.01, 6.02, and 6.03.

1.02 CONTRACTOR FURNISHED TESTING LABORATORY SERVICES:

A. An independent commercial testing laboratory acceptable to the Engineer shall perform all tests that require the services of a laboratory to determine compliance with the Contract Documents. The laboratory shall be staffed with experienced technicians, properly equipped, and fully qualified to perform the tests in accordance with the specified standards.

B. Preliminary Testing Services: The Contractor shall be responsible for all testing laboratory services in connection with concrete materials and mix designs, the design of asphalt mixtures, gradation tests for structural and embankment fills, backfill materials, and all other tests and engineering data required for the Engineer's review of materials and equipment proposed to be used in the Work. The Contractor shall obtain the Engineer's acceptance of the testing laboratory before having services performed and shall pay all costs for services.

C. The Contractor shall not retain any testing laboratory against which the Owner or the Engineer have reasonable objection, and if at any time during the construction process the services become unacceptable to the Owner, or the Engineer, either the Owner or the Engineer may direct in writing that such services be terminated. The request must be supported with evidence of improper testing or unreasonable delay. If the Engineer determines that sufficient cause exists, the Contractor shall terminate the services and engage a different testing laboratory.

D. Transmittal of Test Reports: Written reports of testing and engineering data furnished by the Contractor for the Engineer's review of materials and equipment proposed to be used in the Work shall be submitted as specified for Shop Drawings.

E. The Contractor’s testing laboratory shall furnish four copies of a written report of each test performed by laboratory personnel within three days after each test is completed.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01400-1 Bid Set Distribution shall be two copies of each test report to the Engineer's Representative, one copy to the Owner, and one copy for the Contractor.

1.03 OWNER FURNISHED TESTING AND INSPECTION SERVICES:

A. The Owner will employ the services of an independent testing agency to conduct concrete testing. The Contractor shall be responsible for all other testing.

B. The Contractor shall furnish a construction schedule and a minimum of 48 hour notice of readiness for testing and inspection of the work. The Engineer shall determine the exact time and location of field sampling and testing and may require such additional sampling and testing as necessary to determine that materials and equipment conform with data previously furnished by Contractor and with the Contract Documents.

C. The Contractor shall schedule the work to permit adequate time for testing and re-testing should test results not conform to the contract documents. Lack of testing or inspection which is attributable to insufficient notice by the Contractor or failure of the Contractor to cooperate, will be cause for rejection of the work.

D. The Contractor shall deliver materials in sufficient quantities to the Owner’s testing agency as may be required. Laboratory testing shall be performed within a reasonable time, consistent with the specified standards.

E. The Contractor shall furnish material samples and cooperate in the field sampling and testing activities, interrupting the work when necessary. The Contractor shall furnish personnel, facilities and access to assist in the sampling and testing activities.

1.04 QUALITY ASSURANCE:

A. Codes and Standards: Refer to General Conditions in Contract Documents.

B. Copies of applicable referenced standards are not included in the Contract Documents. Where copies of standards are needed by the Contractor for superintendence and quality control of the work, the Contractor shall obtain a copy or copies directly from the publication source and maintain at the jobsite, available to the Contractor's personnel, subcontractors, and Engineer.

C. Quality of Materials: Unless otherwise specified, all materials and equipment furnished for permanent installation in the Work shall conform to applicable standards and specifications and shall be new, unused, and free from defects and imperfections, when installed or otherwise incorporated in the Work. The Contractor shall not use material and equipment for any purpose other than that intended or specified unless the Engineer authorizes such use.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01400-2 Bid Set D. Where so specified, products or workmanship shall also conform to the additional performance requirements included within the Contract Documents to establish a higher or more stringent standard or quality than that required by the referenced standard.

1.05 OFFSITE INSPECTION:

A. When the specifications require inspection of materials or equipment during the production, manufacturing, or fabricating process, or before shipment, such services shall be performed by the Owner’s independent testing laboratory, or inspection organization acceptable to Engineer in conjunction with or by the Engineer.

B. The Contractor shall give appropriate written notice to the Engineer not less than 30 days before offsite inspection services are required, and shall provide for the producer, manufacturer, or fabricator to furnish safe access and proper facilities and to cooperate with inspecting personnel in the performance of their duties.

1.06 MATERIALS AND EQUIPMENT:

A. The Contractor shall maintain control over procurement sources to ensure that materials and equipment conform to specified requirements in the Contract Documents.

B. The Contractor shall comply with manufacturer’s printed instructions regarding all facets of materials and/or equipment movement, storage, installation, testing, startup, and operation. Should circumstances occur where the contract documents are more stringent than the manufacturer’s printed instructions, the Contractor shall comply with the specifications. In cases where the manufacturer’s printed instructions are more stringent than the contract documents, the Contractor shall advise the Engineer of the disparity and conform to the manufacturer’s printed instructions. In either case, the Contractor is to apply the more stringent specification or recommendation, unless approved otherwise by the Engineer.

1.07 SHOP AND FIELD TESTING:

A. The Contractor is responsible for providing advance notice of and access for the shop and field testing specified in the technical specification sections.

B. The Contractor and its Subcontractor shall permit inspections, tests, and other services as required by the Contract Documents.

C. Contractor shall provide twenty-one days written notice to the Engineer so that the Engineer may schedule and witness off site and on-site tests. The Engineer’s witnessing of tests does not relieve the Contractor and/or Subcontractors of their obligation to comply with the requirements of the Contract Documents.

1.08 MANUFACTURER'S FIELD SERVICES:

City of North Miami Pump Station “A” Rehab – 100% Submittal 01400-3 Bid Set A. When specified in the technical specifications sections, the Contractor shall arrange for and provide technical representation from manufacturer’s of respective equipment, items or components. The manufacturer's representative shall be a factory trained service engineer/technician with the type and length of experience specified in the technical specifications.

B. Services Furnished Under This Contract: An experienced, competent, and authorized factory trained service engineer/technician representative of the manufacturer of each item of equipment for which field services are indicated in the specifications shall visit the site of the Work and inspect, operate, test, check, adjust if necessary, and approve the equipment installation. In each case, the manufacturer's service representative shall be present when the equipment is placed in operation. The manufacturer's service representative shall revisit the jobsite as often as necessary until all problems are corrected and the equipment installation and operation are satisfactory to the Engineer.

C. Refer to specific Technical Specification sections for additional requirements.

1.09 CERTIFICATION FORMS AND CERTIFICATES:

A. The Contractor shall be responsible for submitting the certification forms and certificates in conformance with the requirements specified in Section 01300 - Submittals.

PART 2 - PRODUCTS (NOT USED)

PART 3 – EXECUTION

3.01 QUALITY CONTROL:

A. Quality control is the responsibility of the Contractor, and the Contractor shall maintain control over construction and installation processes to assure compliance with specified requirements.

B. Certifications for personnel, procedures, and equipment associated with special processes (e.g., welding, cable splicing, instrument calibration, surveying) shall be maintained in the Contractor’s field office, available for inspection by the Engineer. Copies shall be made available to the Engineer upon request.

C. Means and methods of construction and installation processes are the responsibility of the Contractor, and at no time is it the intent of the Engineer to supersede or void that responsibility.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 01400-4 Bid Set SECTION 01410

CONTRACTOR’S HEALTH AND SAFETY PLAN

PART 1 - GENERAL

1.1 DESCRIPTION:

A. Scope: 1. This Section describes CONTRACTOR’s responsibilities for a written site-specific health and safety plan (SSHP). CONTRACTOR shall conduct all construction activities in a safe manner so as not to result in: a. injuries to employees, Subcontractors or other persons with an interest at or near the Site; b. employee exposures to health hazards above the occupational limits established by the Occupational Health and Safety Administration (OSHA), the American Conference of Governmental Industrial Hygienists (ACGIH), or the Nuclear Regulatory Commission (NRC); c. exposure of area residents to air contaminants above the levels established for general public exposure by the Environmental Protection Agency (EPA), NRC, or the State in which the Project is located; d. significant increases in the levels of contaminants in soil, water, or sediment near the Site; or e. violations of OSHA, or other Laws or Regulations.

B. Any disregard of the provisions of the SSHP may, without limitation, be deemed just and sufficient reason for termination of CONTRACTOR’s services for cause.

1.2 QUALITY ASSURANCE:

A. Qualifications: 1. Engage an industrial hygienist certified by the American Board of Industrial Hygiene or a safety professional certified by the Board of Certified Safety Professionals to prepare or supervise the preparation of the SSHP. 2. Submit qualifications along with SSHP.

B. Regulatory Requirements: CONTRACTOR’s health and safety practices shall follow the standards and guidelines established in the following: 1. 29 CFR 1904, OSHA, Record Keeping. 2. 29 CFR 1910, OSHA, General Industry Standards. 3. 29 CFR 1926, OSHA, Construction Industry Standards. 4. 29 CFR 1926.65, OSHA, Hazardous Waste Operations and Emergency Response. 5. 49 CFR 171.8, DOT, Hazardous Materials in Transport. 6. 40 CFR Parts 261.3, 264 and 265, EPA, Resource Conservation and Recovery Act. 7. 29 CFR 1910.146, OSHA, Permit-Required Confined Spaces. 8. 29 CFR 1926.1101, OSHA, Asbestos 1.3 SUBMITTALS:

City of North Miami Pump Station “A” Rehab – 100% Submittal 01410-1 Bid Set A. Submit to OWNER the following: 1. CONTRACTOR’s SSHP. 2. Qualifications of industrial hygienist or safety professional. 3. Health and safety reports. 4. Accident reports.

PART 2 - GENERAL

2.1 GENERAL PROVISIONS:

A. Submit SSHP to OWNER one week prior to the Preconstruction Conference, or 30 days prior to planned mobilization at the Site, whichever is sooner.

B. The SSHP shall 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 the SSHP.

C. OWNER will review and either accept or return for revision CONTRACTOR’s SSHP in accordance with the Schedule of Submittals acceptable to OWNER. OWNER’s review and acceptance will be only to determine if the topics covered by the SSHP conform to the Contract Documents.

D. OWNER’s review and acceptance will not extend to means, methods, techniques, procedures of construction, or to whether the representations made in the SSHP comply with regulatory standards or standards of good practice.

E. At the time of submittal, CONTRACTOR shall give OWNER specific written notice of variations, if any, that the SSHP may have from the requirements of the Contract Documents. This notice shall be both a written communication separate from the submittal; and, in addition, by a specific notation made on each submittal to OWNER for review and acceptance of each such variation.

F. No Work shall be performed on the Site until the written SSHP has been accepted by the OWNER.

G. Notwithstanding any other provision of the Contract Documents, extensions to the Contract Times will not be granted if caused by undue delay by CONTRACTOR in developing or revising the SSHP.

2.2 WRITTEN HEALTH AND SAFETY PROGRAM:

A.. The SSHP, which shall be kept on the Site, shall address the safety and health hazards of each phase of operations on the Site and include the requirements and procedures for employee protection. The SSHP as a minimum, shall address and include the following: 1. The organizational structure of CONTRACTOR’s organization. 2. A comprehensive work plan. 3. A safety and health risk or hazard analysis for each task and operation found in the work plan.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01410-2 Bid Set 4. Employee training assignments including copies of 40-hour, 24-hour Supervised Field Activities, 8-hour Supervisors, and 8-hour Refresher Training Certificates for all CONTRACTOR’s employees assigned to the Project. 5. Personal protective equipment to be used by employees for each of the tasks and operations being conducted. Respirator fit test certificates for all CONTRACTOR employees assigned to the Project. 6. Medical Surveillance Requirements: Medical clearance certificates for all CONTRACTOR’s employees assigned to the Project. 7. Frequency and types of air monitoring, personnel monitoring, and environmental sampling techniques and instrumentation to be used, including methods of maintenance and calibration of monitoring and sampling equipment. 8. Site control measures for purposes, including but not limited to: a. preventing trespassing; b. preventing unqualified or unprotected workers from entering restricted areas; c. preventing tracking of contaminants out of the Site; d. maintaining log of employees on and visitors to the Site; e. delineating hot, cold and support zones; f. locating personnel and equipment decontamination zones; and g. communicating routes of escape and gathering points. 9. Decontamination procedures. 10. An emergency response plan for safe and effective responses to emergencies, including the necessary PPE and other equipment. 11. Confined space entry procedures (if applicable). 12. A spill containment program.

C. Organizational Structure: 1. The organizational structure part of the SSHP shall refer to or incorporate information on the specific chain of command and specify the overall responsibilities of supervisors and employees, and shall include, at a minimum, the following elements: a. designation of a general supervisor who has the responsibility and authority to direct all hazardous waste operations. b. a Site safety and health supervisor who has the responsibility and authority to implement and modify the SSHP and verify compliance. c. all other personnel needed for hazardous waste Site operations and emergency response and their general functions and responsibilities. d. The lines of authority, responsibility, and communication. 2. The organizational structure shall he reviewed and updated as necessary to reflect the current status of Site operations.

D. Work Plan: 1. The comprehensive work plan part of the SSHP shall refer to or incorporate information on the following: a. The tasks and objectives of the Site operations and the logistics and resources required to achieve those tasks and objectives. b. The anticipated activities as well as the CONTRACTOR’s normal operating procedures. c. The personnel and equipment requirements for implementing the work plan.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01410-3 Bid Set E. The SSHP shall include procedures that will be used to ensure safe waste handling during the excavating, handling, loading, and transporting activities.

2.3 ACCIDENT REPORTING AND INVESTIGATION:

A. Document all accidents resulting in bodily injury using OSHA 301 form.

B. Submit copies of completed OSHA 301 forms to the OWNER weekly.

C. Based upon the results of an accident investigation, make modifications to the SSHP by changing tasks or procedures to prevent a reoccurrence.

D. Post a copy of CONTRACTOR’s OSHA 300A report in a conspicuous place onsite.

2.4 DAILY HEALTH AND SAFETY FIELD REPORTS:

A. Submit to OWNER daily health and safety field reports including, but not limited to, weather conditions, delays encountered in construction, and acknowledgment of deficiencies noted along with corrective actions taken on current and previous deficiencies. In addition, the daily health and safety air monitoring results, documentation of instrument calibration, new hazards encountered, and PPE utilized shall be included.

B. The daily health and safety field reports shall include a description of problems, real or anticipated, encountered during the course of Work that should be brought to the attention of the OWNER and notification of deviations from planned Work shown in the previously submitted daily health and safety field report(s).

PART 3 - EXECUTION (Not Used)

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 01410-4 Bid Set SECTION 01500

TEMPORARY FACILITIES

PART 1 - GENERAL

1.01 SCOPE OF WORK:

A. The Contractor shall provide all temporary facilities for the proper completion of the work, as required and as specified.

1.02 SANITARY REGULATIONS:

A. The Contractor shall provide adequate sanitary facilities for the use of those employed on the Work. Such facilities shall be made available when the first employees arrive on the site of the Work, shall be properly secluded from public observation, and shall be constructed and maintained during the progress of the Work in suitable numbers and at such points and in such manner as may be required.

B. The Contractor shall maintain the sanitary facilities in a satisfactory and sanitary condition at all times and shall enforce their use. He shall rigorously prohibit the committing of nuisances on the site of the Work, on the lands of the Owner, or on adjacent property.

1.03 WATER SUPPLY:

A. For all necessary operations at the site of the work (except as noted in the next paragraph below) the Owner, without charge therefor, shall provide reasonable quantities of water at the then existing pressure from a mutually convenient hydrant of the water distribution system. The Contractor shall furnish all necessary pipe or hose extensions to conduct the water to the points of use and shall exercise due care not to waste water. The Contractor shall not contaminate the water supply and shall comply with all applicable regulations and code requirements.

B. The Owner reserves the right to limit, suspend, or terminate the supplying of water as set forth above should it consider such action to be necessary on account of damage to the distribution system, the necessity of conserving water, or other emergency. In this event, the Contractor shall obtain water from some other approved source, at his own expense.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01500-1 Bid Set

1.04 ELECTRICAL ENERGY:

A. The Contractor shall make all necessary applications and arrangements and pay all fees and charges for electrical energy for power and light necessary for the proper completion of the Work and during its entire progress. The Contractor shall provide and pay for all temporary wiring, switches, connections, and meters.

B. The Contractor shall pay charges and fees by power company for providing the temporary electrical service if required and for power used at no additional cost to the Owner.

1. Perform all work in accordance with the power company’s requirements and in manner approved by power company.

2. Notify power.

C. The Contractor shall provide sufficient electric so that all work may be done in a workmanlike manner when there is not sufficient daylight.

1.05 PRECAUTIONS DURING ADVERSE WEATHER:

A. During adverse weather and against the possibility thereof, the Contractor shall take all necessary precautions so that the Work may be properly done and satisfactory in all respects. When required, protection shall be provided by use of tarpaulins, wood and building-paper shelters, or other suitable means.

B. During cold weather, materials shall be preheated, if required, and the materials and adjacent structure into which they are to be incorporated shall be made and kept sufficiently warm so that a proper bond will take place and a proper curing, aging, or drying will result. Protected spaces shall be artificially heated by suitable means which will result in a moist or a dry atmosphere according to the particular requirements of the work being protected. Ingredients for concrete and mortar shall be sufficiently heated so that the mixture will be warm throughout when used.

1.06 CONTRACTOR'S FIELD OFFICE:

A. The Contractor shall maintain a temporary field office near the work for his own use during the period of construction at which readily accessible copies of all contract documents shall be kept. The office shall be located where it will not interfere with the progress of the work. In charge of this office there shall be a competent superintendent of the Contractor as specified under "Supervision of Work" in the AGREEMENT.

1.07 TEMPORARY FENCING:

City of North Miami Pump Station “A” Rehab – 100% Submittal 01500-2 Bid Set A. Provide commercial grade chain link fence to prevent trespass by workmen and suppliers onto private property and the public from construction site.

B. Provide 6 foot high fence around construction site. Equip fence with vehicular and pedestrian gates with locks.

C. Coordinate location of temporary fencing with Owner (Engineer).

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 01500-3 Bid Set SECTION 01530

PROTECTION OF EXISTING FACILITIES

PART 1 - GENERAL

1.01 THE REQUIREMENT:

A. The CONTRACTOR shall protect all existing utilities and facilities not designated for removal and shall restore damaged or temporarily relocated utilities and facilities to a condition equal to or better than they were prior to such damage or temporary relocation, all in accordance with requirements of the Contract Documents.

B. The CONTRACTOR shall verify the exact locations and depths of all utilities shown and the CONTRACTOR shall make exploratory excavations of all utilities that may interfere with the Work. All such exploratory excavations shall be performed as soon as practicable after award of Contract and, in any event, a sufficient time in advance of construction to avoid possible delays to the CONTRACTOR’S Work. When such exploratory excavations show the utility location as shown to be in error, the CONTRACTOR shall so notify the CITY.

C. The number of exploratory excavations required shall be that number which is sufficient to determine the alignment and grade of the utility.

1.02 RIGHTS-OF-WAY (NOT USED)

1.03 PROTECTION OF STREET OR ROADWAY MARKERS (NOT USED)

1.04 RESTORATION OF FACILITIES:

A. General: All paved areas including asphaltic concrete berms cut or damaged during construction shall be replaced with similar materials and of equal thickness to match the existing adjacent undisturbed areas, except where specific resurfacing requirements have been called for in the Contract Documents or in the requirements of the agency issuing the permit. All temporary and permanent pavement shall conform to the requirements of the affected CITY pavement. All pavements which are subject to partial removal shall be neatly saw cut in straight lines.

B. Temporary Restoration: Temporary restoration includes repair to all driveways, sidewalks and roadways. They shall be swept clean and be maintained free of dirt and dust. All areas disturbed by the construction activities shall be restored to proper grade, cleaned up, including the removal of debris, trash, and deleterious materials. All construction materials, supplies, or equipment, including piles of debris shall be removed from the area. All temporarily restored areas shall be maintained by the CONTRACTOR. These areas shall be kept clean and neat, free of dust and dirt, until final restoration operations are completed. The CONTRACTOR is responsible to utilize dust abatement operations in the temporarily restored areas as required, to the satisfaction of the ENGINEER.

C. Temporary Resurfacing: Wherever required by the public authorities having jurisdiction, the CONTRACTOR shall place temporary surfacing promptly after backfilling and shall maintain

City of North Miami Pump Station “A” Rehab – 100% Submittal 01530-1 Bid Set such surfacing for the period of time fixed by said authorities before proceeding with the final restoration and improvements.

E. Permanent Resurfacing: In order to obtain a satisfactory junction with adjacent surfaces, the CONTRACTOR shall saw cut back and trim the edge so as to provide a clean, sound, vertical joint before permanent replacement of an excavated or damaged portion of pavement. Damaged edges of pavement along excavations and elsewhere shall be trimmed back by saw cutting in straight lines. All pavement restoration and other facilities restoration shall be constructed to finish grades compatible with adjacent undisturbed pavement, unless otherwise shown on the drawings.

F. Final Restoration: Final restoration shall include the completion of all required pavement replacement of roadways, driveways, curbs, gutters, sidewalks and other existing facilities disturbed by the construction: final grading, placement of sod, installation or replacement of any trees or shrubs, repair of irrigation systems, pavement markings, etc., all complete and finished, acceptable to the ENGINEER.

1.05 EXISTING UTILITIES AND FACILITIES:

A. General: The CONTRACTOR shall protect all underground utilities and other facilities which may be impaired during construction operations. It shall be the CONTRACTOR’S responsibility to ascertain the actual location of all existing utilities and other facilities that will be encountered in its construction operations, and to see that such utilities or other facilities are adequately protected from damage due to such operations.

B. Utilities to be Moved: In case it shall be necessary to move the property of any public utility or franchise holder, such utility company or franchise holder will, upon request of the CONTRACTOR, be notified by the CITY to move such property within a specified reasonable time. When utility lines that are to be removed are encountered within the area of operations, the CONTRACTOR shall notify the CITY a sufficient time in advance for the necessary measures to be taken to prevent interruption of service.

C. Where the proper completion of the Work requires the temporary or permanent removal and / or relocation of an existing utility or other facility which is shown, the CONTRACTOR shall remove and temporarily replace or relocate such utility or facility in a manner satisfactory to the CITY and the OWNER of the utility/facility. In all cases of such temporary removal or relocation, restoration to former location shall be accomplished by the CONTRACTOR in a manner that will restore or replace the utility or facility as nearly as possible to its former locations and to as good or better condition than found prior to removal.

D. CITY’S Right of Access: The right is reserved to the CITY and to the OWNER’S of public utilities and franchises to enter at any time upon any public street, alley, right-of-way, or easement for the purpose of making changes in their property made necessary by the Work of this Contract.

E. Underground Utilities Shown or Indicated: Existing utility lines that are shown or the locations of which are made known to the CONTRACTOR prior to excavation and that are to be retained, and all utility lines that are constructed during excavation operations shall be protected from damage during excavation and backfilling and, if damaged, shall be immediately repaired by the CONTRACTOR. City of North Miami Pump Station “A” Rehab – 100% Submittal 01530-2 Bid Set F. Underground Utilities Not Shown or Indicated: In the event that the CONTRACTOR damages any existing utility lines that are not shown or the locations of which are not made known to the CONTRACTOR prior to excavation by the CITY and Sunshine One-Call Notification, a written report thereof shall be made immediately to the CITY. The CONTRACTOR shall make the repairs immediately under the provisions for changes and extra work contained in the General Conditions.

G. Approval of Repairs: All repairs to a damaged facility are subject to inspection and approval by an authorized representative of the CITY before being concealed by backfill or other Work.

H. No fill, excavation material, construction generated debris or equipment shall obstruct water valves, gas meters or sewer manholes. Water, sewer and gas service shall be made accessible to repair or maintenance crews representing the CITY or a privately-owned utility company.

I. Maintaining in Service: All oil and gasoline pipelines, power, and telephone or other communication cable ducts, gas and water mains, irrigation lines, reuse lines, sewer lines, storm drain lines, poles, and overhead power and communication wires and cables encountered along the line of the Work shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the CITY are made with the owner of said utilities. The CONTRACTOR shall be responsible for and shall repair all damage due to its operations, and the provisions of this Section shall not be abated even in the event such damage occurs after backfilling or is not discovered until after completion of the backfilling.

1.06 TREES WITHIN STREET RIGHTS-OF-WAY AND PROJECT LIMITS:

If any tree removal or relocation is required, the CONTRACTOR needs to coordinate with the CITY, accordingly. All required permits related to tree removal are the responsibility of the CONTRACTOR.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 01530-3 Bid Set SECTION 01568

EROSION CONTROL, SEDIMENTATION AND CONTAINMENT OF CONSTRUCTION MATERIALS

PART 1 – GENERAL

1.01 DESCRIPTION:

A. Provide all work and take all measures necessary to control soil erosion resulting from construction operations, prevent flow of sediment from construction site, and contain construction materials (including excavation and backfill) within protected working area as to prevent damage to any stream or wetlands.

1.02 REFERENCE:

A. "Guide-lines for Erosion and Sediment Control, Planning and Implementation" and "Processes, Procedures and Methods to Control Pollution Resulting from all Construction Activity", published by the United States Environmental Protection Agency.

B. Florida Department of Environmental Protection and City of North Miami guidelines and procedures.

1.03 SUBMITTALS:

A. Two weeks prior to the start of the work, submit to Engineer, for review, a plan with detailed sketches showing the proposed methods to be used for controlling erosion during construction.

1.04 QUALITY ASSURANCE:

A. Use acceptable procedures, including use of water diversion structures, diversion ditches, settling basins, and sediment traps.

B. Operations restricted to areas of work indicated on drawings and area which must be entered for construction of temporary or permanent facilities.

C. If construction materials are washed away during construction, remove materials from fouled areas.

D. Stabilize diversion outlets by means acceptable to Engineer.

E. Engineer has authority to limit surface area of erodible earth material exposed by clearing and grubbing, excavation, borrow and fill operations and to direct immediate permanent or temporary pollution control measures to prevent contamination of any stream or

City of North Miami Pump Station “A” Rehab – 100% Submittal 01568-1 Bid Set wetlands, including construction of temporary berms, dikes, dams, sediment basins, sediment traps, slope drains, and use of temporary mulches, mats, or other control devices or methods as necessary to control erosion.

PART 2 – PRODUCTS

2.01 BALES:

A. Hay or straw or other suitable material acceptable to Engineer.

2.02 WOOD STAKES:

A. 2 in. by 2 in. by 3 ft.

PART 3 – EXECUTION

3.01 GENERAL:

A. Do not discharge chemicals, fuels, lubricants, bitumen, raw sewage and other harmful waste into or alongside any body of water or into natural or man-made channels.

3.02 INSTALLATION:

A. Install baled hay or straw erosion checks in all locations as directed, surrounding base of all deposits of stored excavated material outside of disturbed area, and where directed by the Engineer.

B. Install checks immediately after site is cleared and before trench excavation. Locate checks, surrounding stored material, approximately 6 ft. from material.

C. Hold bales in place with two 2 in. by 2 in. by 3 ft. stakes so that each bale is butted tightly against ad-joining bale thereby precluding shortcircuiting of erosion check.

D. Construct earth berms or diversions to intercept and divert runoff water from critical areas.

E. Discharge silt-laden water from excavations onto filter fabric mat and/or baled hay or straw sediment traps to ensure that only sediment-free water is returned to watercourses.

F. Do not place excavated soil material adjacent to water-course in manner that will cause it to wash away by high water or runoff.

G. Prevent damage to vegetation by excessive watering or silt accumulation in the discharge area.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01568-2 Bid Set H. Do not dump spoiled material into any streams, wetlands, surface waters, or unspecified locations.

I. Prevent indiscriminate, arbitrary, or capricious operation of equipment in streams, wetlands or surface waters.

J. Do not pump silt-laden water from trenches or excavations into surface waters, streams, wetlands, or natural or man-made channels leading thereto.

K. Prevent damage to vegetation adjacent to or outside of construction area limits.

L. Do not dispose of trees, brush, debris, paints, chemicals, asphalt products, concrete curing compounds, fuels, lubricants, insecticides, washwater from concrete trucks or hydroseeders, or any other pollutant in streams, wetlands, surface waters, or natural or man-made channels leading thereto, or unspecified locations.

M. Do not alter flow line of any stream unless indicated or specified.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 01568-3 Bid Set SECTION 01600

CONTROL OF MATERIALS

PART 1 - GENERAL

1.01 APPROVAL OF MATERIALS:

A. Unless otherwise specified, only new materials and equipment shall be incorporated in the work. All materials and equipment furnished by the Contractor shall be subject to the inspection and approval of the Engineer. No material shall be delivered to the work without prior approval of the Engineer.

B. As specified in Section 01300, the Contractor shall submit to the Engineer, data relating to materials and equipment he proposes to furnish for the work. Such data shall be in sufficient detail to enable the Engineer to identify the particular product and to form an opinion as to its conformity to the specifications.

C. Facilities and labor for handling and inspection of all materials and equipment shall be furnished by the Contractor. If the Engineer requires, either prior to beginning or during the progress of the work, the Contractor shall submit additional samples or 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 the Contractor's expense. Except as otherwise noted, the Owner will make arrangements for and pay for the tests.

D. Any delay of approval resulting from the Contractor's failure to submit samples or data promptly shall not be used as a basis of a claim against the Owner or the Engineer.

E. In order to demonstrate the proficiency of workmen or to facilitate the choice among several textures, types, finishes, and surfaces, the 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.

1.02 BOLTS, ANCHOR RODS AND NUTS:

A. All necessary bolts, anchor rods, nuts, washers, plates and bolt sleeves shall be furnished by the Contractor in accordance herewith. Anchor rods and shall have suitable washers and hexagonal nuts.

B. All anchor rods, nuts, washers, plates, and bolt sleeves shall be galvanized unless otherwise indicated or specified.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01600-1 Bid Set C. Unless otherwise specified, stud, tap, and machine bolts, and nuts shall conform to the requirements of ASTM Standard Specification for Carbon Steel Externally and Internally Threaded Standard Fasteners, Designation A325. Hexagonal nuts of the same quality of metal as the bolts shall be used. All threads shall be clean cut and shall conform to ANSI Standard B1.1 for Unified Inch Screw Threads (UN and UNR Thread Form).

D. Bolts, anchor rods, nuts, and washers, specified to be galvanized, shall be zinc coated, after being threaded, by the hot-dip process in conformity with the ASTM Standard Specification for Zinc (Hot-Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and Strip, Designation A123, or the ASTM Standard Specifications for Zinc Coating (Hot Dip) on Iron and Steel Hardware, Designation A153, as is appropriate.

E. Bolts, anchor rods, nuts, and washers specified to be stainless steel shall be Type 304 or Type 316 stainless steel, as indicated.

F. Anchor rods shall be set accurately. They shall be carefully held in suitable templates of acceptable design. Where indicated on the Drawings, specified, or required, anchor bolts shall be provided with square plates at least 4 in. by 4 in. by 3/8 in. or shall have square heads and washers and set in the concrete forms with suitable pipe sleeves, or both. If anchor are set after the concrete has been placed, all necessary drilling and grouting or caulking shall be done by the Contractor and care shall be taken not to damage the structure or finish by cracking, chipping, spalling, or otherwise during the drilling and caulking.

1.03 GREASE FITTINGS:

A. Provide extension fittings and tubing on all grease fittings that are installed in an inaccessible location. The extension is to be located so that equipment can be lubricated from the operating level without the use of ladders, staging or shutting down the equipment. Tubing: 316 stainless steel.

1.04 CONCRETE INSERTS FOR HANGERS:

A. Concrete inserts for hangers shall be designed to support safely, in the concrete that is used, the maximum load that can be imposed by the hangers used in the inserts. Inserts for hangers shall be of a type which will permit adjustment of the hangers both horizontally (in one plane) and vertically and locking of the hanger head or nut. All inserts shall be galvanized.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01600-2 Bid Set

1.05 EQUIPMENT FOUNDATIONS, INSTALLATION AND GROUTING:

A. The Contractor shall furnish the necessary materials and construct suitable concrete foundations for all equipment installed by him, even though such foundations may not be indicated on the Drawings. The tops of foundations shall be at such elevations as will permit grouting as specified below.

B. All such equipment shall be installed by skilled mechanics and in accordance with the instructions of the manufacturer.

C. In setting pumps, motors, and other items of equipment customarily grouted, the Contractor shall make an allowance of at least 1 in. for grout under the equipment bases. Shims used to level and adjust the bases shall be steel. Shims may be left embedded in the grout, in which case they shall be installed neatly and so as to be as inconspicuous as possible in the completed work. Unless otherwise permitted, all grout shall be a suitable non-metallic, non-shrink grout.

D. Grout shall be mixed and placed in accordance with the recommendations of the manufacturer. Where practicable, the grout shall be placed through the grout holes in the base and worked outward and under the edges of the base and across the rough top of the concrete foundation to a peripheral form so constructed as to provide a suitable chamfer around the top edge of the finished foundation.

E. Where such procedure is impracticable, the method of placing grout shall be as approved by the engineer. After the grout has hardened sufficiently, all forms, hoppers, and excess grout shall be removed, and all exposed grout surfaces shall be patched in an approved manner and given a burlap-rubbed finish.

1.06 EQUIPMENT DRIVE GUARDS:

A. All equipment driven by open shafts, belts, chains, or gears shall be provided with acceptable all-metal guards enclosing the drive mechanism. Guards shall be constructed of galvanized sheet steel or galvanized woven wire or expanded metal set in a frame of galvanized steel members. Guards shall be secured in position by steel braces or straps which will permit easy removal for servicing the equipment. The guards shall conform in all respects to all applicable safety codes and regulations.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 01600-3 Bid Set SECTION 01610

DELIVERY, STORAGE AND HANDLING

PART 1 - GENERAL

1.01 GENERAL:

A. This Section specifies the general requirements for the delivery handling, storage and protection for all items required in the construction of the work. Specific requirements, if any, are specified with the related item.

1.02 TRANSPORTATION AND DELIVERY:

A. Transport and handle items in accordance with manufacturer's printed instructions.

B. Schedule delivery to reduce long term on-site storage prior to installation and/or operation. Under no circumstances shall equipment be delivered to the site more than one month prior to installation without written authorization from the Engineer.

C. Coordinate delivery with installation to ensure minimum holding time for items that are hazardous, flammable, easily damaged or sensitive to deterioration.

D. Deliver products to the site in manufacturer's original sealed containers or other packing systems, complete with instructions for handling, storing, unpacking, protecting and installing.

E. All items delivered to the site shall be unloaded and placed in a manner which will not hamper the Contractor's normal construction operation or those of subcontractors and other contractors and will not interfere with the flow of necessary traffic.

F. Provide equipment and personnel to unload all items delivered to the site.

G. Promptly inspect shipment to assure that products comply with requirements, quantities are correct, and items are undamaged. For items furnished by others (i.e. Owner, other Contractors), perform inspection in the presence of the Engineer. Notify Engineer verbally, and in writing, of any problems.

1.03 STORAGE AND PROTECTION:

A. Store and protect products and equipment in accordance with the manufacturer's instructions, with seals and labels intact and legible. Storage instruction shall be studied by the Contractor and reviewed with the Engineer by him. Instructions shall be carefully followed and a written record of this kept by the Contractor for each product and pieces of equipment.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01610-1 Bid Set

B. Arrange storage of products and equipment to permit access for inspection. Periodically inspect to make sure products and equipment are undamaged and are maintained under specified conditions.

C. Provide protective maintenance during storage consisting of manually exercising equipment, inspecting mechanical surfaces for signs or corrosion or other damage, lubricating, applying any coatings as recommended by the equipment manufacturer necessary for its protection and all other precautions to assure proper protection of all equipment stored and for compliance with manufacturers’ requirements related to warranties.

D. Store loose granular materials on solid flat surface in a well-drained area. Prevent mixing with foreign matter.

E. Cement and lime shall be stored under a roof and off the ground and shall be kept completely dry at all times. All structural, miscellaneous and reinforcing steel shall be stored off the ground or otherwise to prevent accumulation 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 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 manner to reduce breakage, cracking and spalling to a minimum.

F. All mechanical and electrical equipment and instruments shall be covered with canvas and stored in a weathertight building to prevent injury. The building may be a temporary structure on the site or elsewhere, but it shall be satisfactory to the Engineer. Building shall be provided with adequate ventilation to prevent condensation. Maintain temperature and humidity within range required by manufacturer and to prevent condensation on the equipment being stored.

1. All equipment shall be stored fully lubricated with oil, grease and other lubricants unless otherwise instructed by the manufacturer.

2. Moving parts shall be rotated a minimum of once weekly to insure proper lubrication and to avoid metal-to-metal "welding".

3. Upon installation of the equipment, the Contractor shall start the equipment, at least half load, once weekly for an adequate period of time to ensure that the equipment does not deteriorate from lack of use.

4. Lubricants shall be changed upon completion of installation and as frequently as required thereafter during the period between installation and acceptance. New lubricants shall be put into the equipment at the time of acceptance.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01610-2 Bid Set 5. Prior to acceptance of the equipment, the Contractor shall have the manufacturer inspect the equipment and certify that its condition has not been detrimentally affected by the long storage period. Such certifications by the manufacturer shall be deemed to mean that the equipment is judged by the manufacturer to be in a condition equal to that of equipment that has been shipped, installed, tested and accepted in a minimum time period. As such, the manufacturer will guaranty the equipment equally in both instances. If such a certification is not given, the equipment shall be judged to be defective. It shall be removed and replaced at the Contractor's expense.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 01610-3 Bid Set SECTION 01700

CONTRACT CLOSEOUT

PART 1 - GENERAL

1.01 SCOPE OF WORK:

A. This Section specifies administrative and procedural requirements for project closeout, including but not limited to:

1. Closeout procedures.

2. Final cleaning.

3. Adjusting.

1.02 RELATED WORK:

A. Warranties and Bonds are included in Section 01740.

1.03 CLOSEOUT PROCEDURES:

A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection.

B. Provide submittals to Engineer that are required by governing or other authorities.

C. Contractor shall submit hard copies and electronic files (AutoCAD R2010 or later) of As- builts.

1. As-builts shall provide elevations of structures and equipment onsite, including but not limited to invert elevations of pipes and top and bottom elevations of underground structures, top of slabs, etc.

2. Location of floats within wetwell

3. Other site features to reflect as-built conditions.

D. Submit final Application for Payment identifying total adjusted Contract Sum, previous payment, and sum remaining due.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01700-1 Bid Set 1.04 FINAL CLEANING:

A. Complete the following cleaning operations before requesting inspection for Certification of Substantial Completion.

1. Remove labels that are not permanent labels.

2. Clean exposed exterior and interior hard-surfaced finishes to a dust-free condition, free of stains, films and similar foreign substances. Restore reflective surfaces to their original reflective condition. Leave concrete floors broom clean.

3. The installing Subcontractor shall wipe surface of mechanical and electrical equipment. Remove excess lubrication and other substances. Clean plumbing fixtures to a sanitary condition. Clean light fixtures and lamps.

4. Clean the site, including landscape development areas, of rubbish, litter and other foreign substances. Sweep paved areas broom clean; remove stains, spills and other foreign deposits. Rake grounds that are neither paved nor planted, to a smooth even-textured surface.

1.05 ADJUSTING:

A. Adjust operating products and equipment to ensure smooth and unhindered operation.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 01700-2 Bid Set SECTION 01710

CLEANING UP

PART 1 - GENERAL

1.01 DESCRIPTION OF WORK:

A. During its progress, the work and the adjacent areas affected thereby shall be cleaned up and all rubbish, surplus materials, and unneeded construction equipment shall be removed and all damage repaired so that the public and property owners will be inconvenienced as little as possible.

B. Where material or debris has washed or flowed into or been placed in existing watercourses, ditches, gutters, drains, pipes structures, work done under this contract, or elsewhere during the course of the Contractor's operations, such material or debris shall be entirely removed and satisfactorily disposed of during the progress of the work, and the ditches, channels, drains, pipes, structures, and work, etc., shall, upon completion of the work, be left in a clean and neat condition.

C. On or before the completion of the work, the Contractor shall, unless otherwise especially directed or permitted in writing, tear down and remove all temporary buildings and structures built by him; shall remove all temporary works, tools, and machinery or other construction equipment furnished by him; shall remove, acceptably disinfect, and cover all organic matter and material containing organic matter in, under, and around privies, houses, and other buildings used by him; shall remove all rubbish from any grounds which he has occupied; and shall leave the roads and all parts of the premises and adjacent property affected by his operations in a neat and satisfactory condition.

D. Upon completion of the work, the Contractor shall remove from the sites of the subsurface explorations all of his plant, machinery, tools, equipment, temporary work, and surplus materials; shall, unless otherwise directed or permitted in writing, remove all rubbish from any grounds which he has occupied; and shall leave the roads and all parts of the premises and adjacent property affected by his operations in a neat and satisfactory condition.

E. The Contractor shall thoroughly clean all materials and equipment installed by him and his sub-contractors, and on completion of the work shall deliver it undamaged and in fresh and new-appearing condition. All mechanical equipment shall be left fully charged with lubricant and ready for operation.

F. The Contractor shall restore or replace, when and as directed, any public or private property damaged by his work, equipment, or employees, to a condition at least equal to that existing immediately prior to the beginning of operations. To this end the Contractor shall do as required all necessary highway or driveway, walk, and landscaping work.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01710-1 Bid Set Suitable materials, equipment, and methods shall be used for such restoration. The restoration of existing property or structures shall be done as promptly as practicable as work progresses and shall not be left until the end of the contract period.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 01710-2 Bid Set SECTION 01740

WARRANTIES AND BONDS

PART 1 - GENERAL

1.01 SCOPE OF WORK:

A. This Section specifies general administrative and procedural requirements for warranties and bonds required by the Contract Documents, including manufacturers standard warranties on products and special warranties.

1.02 RELATED WORK:

A. Refer to Conditions of Contract for the general requirements relating to warranties and bonds.

B. General closeout requirements are included in Section 01700 Contract Closeout.

C. Specific requirements for warranties for the Work and products and installations that are specified to be warranted, are included in the individual Sections of Division 2 through 16.

D. Certifications and other commitments and agreements for continuing services to Owner are specified elsewhere in the Contract Documents.

1.03 SUBMITTALS:

A. Submit written warranties to the Owner prior to the date fixed by the Engineer for Substantial Completion. If the Certificate of Substantial Completion designates a commencement date for warranties other than the date of Substantial Completion for the Work, or a designated portion of the Work, submit written warranties upon request of the Owner.

B. When a designated portion of the Work is completed and occupied or used by the Owner, by separate agreement with the Contractor during the construction period, submit properly executed warranties to the Owner within fifteen days of completion of that designated portion of the Work.

C. When a special warranty is required to be executed by the Contractor, or the Contractor and a subcontractor, supplier or manufacturer, prepare a written document that contains appropriate terms and identification, ready for execution by the required parties. Submit a draft to the Engineer for approval prior to final execution.

City of North Miami Pump Station “A” Rehab – 100% Submittal 01740-1 Bid Set D. Refer to individual Sections of Divisions 2 through 16 for specific content requirements, and particular requirements for submittal of special warranties.

E. At Final Completion, compile two copies of each required warranty and bond properly executed by the Contractor, or by the Contractor, subcontractor, supplier, or manufacturer. Organize the warranty documents into an orderly sequence based on the table of contents of the Project Manual.

F. Bind warranties and bonds in heavy-duty, commercial quality, durable 3-ring vinyl covered loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-in. by 11-in. paper.

G. Table of Contents: Neatly typed, in the sequence of the Table of Contents of the Project Manual, with each item identified with the number and title of the specification Section in which specified, and the name of the product or work item.

H. Provide heavy paper dividers with celluloid covered tabs for each separate warranty. Mark the tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product, and the name, address and telephone number of the installer, supplier, and manufacturer.

I. Identify each binder on the front and the spine with the typed or printed title "WARRANTIES AND BONDS," the Project title or name, and the name, address, and telephone numbers of the Contractor and equipment supplier.

J. When operating and maintenance manuals are required for warranted construction, provide additional copies of each required warranty, as necessary, for inclusion in each required manual.

K. Schedule of Special Warranties

None

1.04 WARRANTY REQUIREMENT:

A. Related Damages and Losses: When correcting warranted Work that has failed, remove and replace other Work that has been damaged as a result of such failure or that must be removed and replaced to provide access for correction of warranted Work.

B. Reinstatement of Warranty: When Work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated warranty shall be equal to the original warranty with an equitable adjustment for depreciation.

C. Replacement Cost: Upon determination that Work covered by a warranty has failed, replace or rebuild the Work to an acceptable condition complying with requirements of

City of North Miami Pump Station “A” Rehab – 100% Submittal 01740-2 Bid Set Contract Documents. The Contractor is responsible for the cost of replacing or rebuilding defective Work regardless of whether the Owner has benefited from use of the Work through a portion of its anticipated useful service life.

D. Owner's Recourse: Written warranties made to the Owner are in addition to implied warranties, and shall not limit the duties, obligations, rights and remedies otherwise available under the law, nor shall warranty periods be interpreted as limitations on time in which the Owner can enforce such other duties, obligations, rights or remedies.

E. Rejection of Warranties: The Owner reserves the right to reject warranties and to limit selections to products with warranties not in conflict with requirements of the Contract Documents.

F. The Owner reserves the right to refuse to accept Work for the Project where a special warranty, certification, or similar commitment is required on such Work or part of the Work, until evidence is presented that entities required to countersign such commitments are willing to do so.

G. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve the Contractor of the warranty on the Work that incorporates the products, nor does it relieve suppliers, manufacturers, and subcontractors required to countersign special warranties with the Contractor.

1.05 DEFINITION:

A. Standard Product Warranties are pre-printed written warranties published by individual manufacturers for particular products and are specifically endorsed by the manufacturer to the Owner.

B. Special Warranties are written warranties required by or incorporated in the Contract Documents, either to extend time limits provided by standard warranties or to provide greater rights for the Owner.

PART 2 - PRODUCTS - (NOT USED)

PART 3 - EXECUTION - (NOT USED)

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 01740-3 Bid Set

Division 02 SECTION 02013

CONNECTIONS TO EXISTING BURIED PIPELINES

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Connecting to Existing Buried Pipelines

1. Tapping existing buried ductile iron, steel, asbestos cement, and PVC pipelines.

2. Line stopping.

1.02 REFERENCES:

A. American Society of Mechanical Engineers (ASME):

1. B16.1: AN Standard for Cast Iron Pipe Flanges and Flanged Fittings, Class 25, 125, 250 and 800

B. ASTM International (ASTM):

1. A36: Standard Specification for Carbon Structural Steel

2. A325: Standard Specification for Structural Bolts, Steel, Heat-Treated 120/105 ksi Minimum Tensile Strength

3. A325M: Standard Specification for Structural Bolts, Steel, Heat-Treated 830 MPa Minimum Tensile Strength (Metric)

4. A536: Standard Specification for Ductile Iron Castings

C. American Water Works Association (AWWA):

1. C110: Ductile Iron and Gray Iron Fittings

2. C153: Ductile-Iron Compact Fittings for Water Service

3. C213: Fusion Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines

4. C223: Fabricated Steel and Stainless Steel Tapping Sleeves

5. C509: Resilient Seated Gate Valves for Water Service

6. C550: Protective Interior Coatings for Valves and Hydrants

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02013-1 Bid Set 7. C800: Underground Service Line Valves and Fittings

D. Manufacturer's Standardization Society (MSS):

1. SP-60: Connecting Flange Joint Between Tapping Sleeves and Tapping Valves

2. SP-111: Gray Iron and Ductile Iron Tapping Sleeves

3. SP-113: Connection Joint Between Tapping Machine and Tapping Valve

E. NSF International (NSF):

1. 61: Drinking Water System Components Health Effects

1.03 SUBMITTALS:

A. Submit the following shop drawings in accordance with Section 01300.

1. Manufacturer’s catalog data for products to be used.

1.04 QUALITY ASSURANCE:

A. Comply with the requirements specified in Section 01400.

1.05 DELIVERY STORAGE AND HANDLING:

A. Comply with the requirements specified in Section 01610.

PART 2 - PRODUCTS

2.01 MATERIALS:

A. Tapping Sleeves (for tapping outlets 4-inch to 12-inch diameter) for Ductile Iron, Steel, Asbestos Cement, and PVC Pipe:

1. Manufacturers:

a. Smith-Blair

b. Mueller

c. Romac

2. Products:

a. Complies with AWWA C223, MSS SP-60.

b. Type 304L stainless steel, outlet to match piping material and joint

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02013-2 Bid Set c. Bolts, Nuts, and Washers: Type 316 Stainless Steel, coated to protect from galvanic corrosion.

d. Outlet: Recessed for tapping valve per MSS-SP 60.

e. Pressure Rating: To match or exceed rating of existing piping.

B. Tapping Valves (4-inch to 12-inch diameter):

1. Manufacturers:

a. Mueller

b. US Pipe

c. American Pipe

2. Products:

a. Conforms to AWWA C509.

b. Ends: Conform to ANSI B16.1, Class 125, and MSS SP-60 and MSS SP- 113.

c. Wedge: Iron, fully encapsulated in rubber.

d. Stem: Non-rising.

e. Bonnet and Stuffing Box: 304 stainless steel.

f. Nuts and Bolts: 304 stainless steel.

3. Coating:

a. Fusion bonded epoxy, conforming to AWWA C550.

b. Certified to meet NSF 61 standard.

C. Tapping Saddles (4 inch diameter and smaller) for Ductile Iron Steel, Asbestos Cement, and PVC Pipe:

1. Manufacturers:

a. Smith-Blair

2. Products:

a. Conforms to AWWA C800 and NSF 61.

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02013-3 Bid Set b. Body: Ductile Iron, ASTM A536.

c. Outlet: Threaded NPT.

d. Gasket: Buna-N, conforming to NSF 61.

e. Straps: Single at least 2-inches wide, or multiple each 1.5-inches wide.

f. Studs, Nuts, and Washers: Type 304 Stainless Steel, coated to protect from galvanic corrosion.

g. Pressure Rating: To match or exceed rating of existing piping.

3. Coating:

a. Fusion-bonded epoxy coating.

D. Line Stop Fittings:

1. Manufacturers:

a. ADS, Hydra-Stop

b. Furmanite, IPSCO Flo-Stop

2. Products:

a. Type 304 Stainless Steel split sleeve.

b. Seals: Rubber gasket constructed of Buna-N.

c. Bolts and Nuts: Steel, ASTM A325.

3. Rubber Stopper:

a. Fully expandable rubber, minimum 100 psi pressure rating, or

b. Carbon steel pivoting head with Buna-N sealing element, minimum 100 psi pressure rating.

PART 3 - EXECUTION

3.01 EXAMINATION:

A. Line Stopping: Expose the existing pipeline and determine the pipe wall thickness prior to ordering the line stop materials. If wall thickness cannot be visually ascertained, utilize pipe thickness testing using ultrasonic .

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02013-4 Bid Set B. Tapping: Expose the existing pipeline to be tapped. Verify material of construction and outside diameter prior to ordering tapping materials.

3.02 PREPARATION:

A. Coordinate work to be performed with pipeline Owner’s Representative.

3.03 INSTALLATION:

A. Line Stopping:

1. Install concrete and support thrust blocking before installing the temporary pressure tapping machinery and valve.

2. After tapping and line stopping operations have been completed, seal the tee fitting with an ASTM A36 steel pin-locked completion plug with Buna-N O-ring seal.

3. Close the fitting with a blind flange meeting the requirements of AWWA C110.

4. Repair any damage that occurs to line stop fitting, accessories, or existing pipeline.

5. Dispose of water and/or sewer and existing pipeline at no additional cost to Owner.

3.04 CLOSEOUT ACTIVITIES:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02013-5 Bid Set SECTION 02050

DEMOLITION AND ALTERATIONS

PART 1 – GENERAL

1.01 DESCRIPTION:

A. Demolish and alter existing facilities as indicated on drawings, as specified, and as directed by Engineer.

B. Remove, salvage, or otherwise dispose of minor site improvements as specified in Section 02100.

1.02 RELATED WORK:

A. Section 02100: Site Preparation

B. Section 02210: Earth Excavation, Backfill, Fill and Grading.

1.03 SUBMITTALS:

A. Submit the following in accordance with Section 01300:

1. Submit to Engineer for review, a demolition plan describing proposed sequence, methods, and equipment for demolition and disposal of each structure.

1.04 QUALITY ASSURANCE:

A. Provide in accordance with Section 01400 and as specified.

B. Demolish and remove existing construction, utilities, equipment, and appurtenances without damaging integrity of existing structures, equipment, and appurtenances that are to remain.

C. Store equipment to be salvaged for relocation where directed by Engineer, and if necessary, protect from damage during work.

D. Repair or remove items that are damaged. Repair and install damaged items at no additional compensation and to condition at least equal to that which existed prior to start of work.

E. Exercise all necessary precautions for fire prevention. Make acceptable fire extinguishers available at all times in areas where demolition work by burning is being done. Do not burn demolition debris on or near site.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02050-1 Bid Set

F. Protect persons and property throughout progress of work. Proceed in such manner as to minimize spread of dust and flying particles and to provide safe working conditions for personnel.

G. Maintain circulation of traffic within area at all times during demolition operations.

H. Obtain permission from Engineer before abandoning or removing any existing structures, materials, equipment and appurtenances.

I. Make necessary arrangements with and perform work required by utility companies and municipal departments for discontinuance or interruption of utility services due to demolition work.

PART 2 - PRODUCTS (NOT APPLICABLE)

PART 3 – EXECUTION

3.01 DEMOLITION:

A. Provide three reference points for each survey marker and monument removed, established by a licensed civil engineer or land surveyor and record locations and designations of survey markers and monuments prior to removal.

B. Store removed markers and monuments during demolition work, and replace upon completion of work. Reestablish survey markers and monuments in conformance with recorded reference points. Forward letter to Engineer signed by licensed civil engineer or land surveyor verifying reestablishment of survey markers and monuments.

C. Confine apparatus, storage of materials, demolition work, new construction, and operations of workmen to areas that will not interfere with continued use and operation of entire facility. Provide and maintain , barriers, and temporary passageways for free and safe access.

D. Wet down work during demolition operations to prevent dust from arising. Provide maximum practicable protection from inclement weather for materials, equipment, and personnel located in partially dismantled structures. Provide shoring or bracing where necessary to prevent settlement or displacement of existing or new structures.

E. Cap or plug with brick and mortar, as indicated, pipes and other conduits abandoned due to demolition.

F. Contractor to replace, in kind, all affected elements including but not limited to sidewalks, fences, landscaping resulting from the project.

3.02 SALVAGE:

City of North Miami Pump Station “A” Rehab – 100% Submittal 02050-2 Bid Set

A. Materials, equipment, and appurtenances removed, that are not designated for relocation, become property of Owner. For Owner designated refuse, haul from site and dispose of at no additional compensation.

3.03 REPAIR/RESTORATION:

A. Repair or remove items that are damaged. Repair and install damaged items to condition at least equal to that which existed prior to start of work.

3.04 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 02050-3 Bid Set SECTION 02100

SITE PREPARATION

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide labor, material, tools and equipment to prepare site as indicated and specified.

1.02 RELATED WORK:

A. Section 02210: Earth Excavation, Backfill, Fill and Grading

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.01 EXISTING TREES AND VEGETATION:

A. Avoid cutting or injuring trees and vegetation outside easement line and outside areas to be cleared as indicated, without Engineer's permission.

B. Accept responsibility for damages outside these lines.

C. Remove trees within permanent and temporary easement as designated by Engineer.

D. Replace as indicated on the plans.

3.02 EXISTING STRUCTURES AND PROPERTY:

A. Remove existing signs, posts, catchbasin frames and grates, manhole frames and covers, and granite curbing within construction path unless directed otherwise.

B. Store at a site designated by Owner, items in reusable condition as determined by Engineer.

3.03 CLEARING:

A. Cut or remove trees, brush, and other vegetable matter such as snags, bark and refuse, from areas to be cleared. Clear ground to width of permanent easement unless otherwise directed.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02100-1 Bid Set B. Cut trees, stumps, and stubs to be cleared, except where clearing done by machinery, as close to ground surface as practicable, but no more than 6 in. above ground surface for small trees and 12 in. for larger trees.

C. Bury elm bark, at least 1 ft. deep, or burn in incinerators off site with antipollution controls and fire prevention controls, to prevent spread of Dutch Elm disease as required by applicable laws.

3.04 GRUBBING, STRIPPING, DISPOSAL:

A. Remove stumps and roots larger than 3 in. in diameter to a depth of 12 in., and roots larger than 1/2 in. in diameter to a depth of 6 in. Measure depths to cut from existing ground surface or proposed finished grade, whichever is lower.

B. Strip stumps, roots, foreign matter, topsoil and unsuitable earth from ground surface. Utilize topsoil insofar as possible for finished surfacing.

C. Promptly dispose off site material from clearing and grubbing not reused or stockpiled. In doing so, observe all applicable laws, ordinances, rules and regulations. Do not consider work completed until final cleaning, unless otherwise directed.

3.05 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 02100-2 Bid Set SECTION 02140

DEWATERING

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Design, furnish, operate, maintain, and remove temporary dewatering systems to control groundwater and surface water to maintain stable, undisturbed subgrades, and permit work to be performed under dry and stable conditions. Work to be done as part of dewatering includes, but is not limited to:

1. Lower the groundwater level.

2. Lower hydrostatic pressure.

3. Prevent surface water from entering the excavation during construction.

4. Implement erosion control measures for disposing of discharge water.

B. Groundwater within the excavation area shall be lowered to at least 2 feet (60 cm) below the lowest excavation levels as specified and as indicated.

C. Common dewatering methods include, but are not limited to, sump pumping, deep wells, well points, vacuum well points or combinations thereof.

D. Common groundwater recharge methods include, but are not limited to, deep wells, large sumps or combination thereof.

E. The Contractor shall obtain the required permits for discharge from the Contractor’s dewatering systems in accordance with 40 CFR Part 122. The discharge location shall be in accordance with permit requirements.

1.02 REFERENCES:

A. Code of Federal Regulations, Title 40 – Protection of Environment (CFR):

1. 40 CFR Part 122: EPA Administered Permit Programs: The National Pollutant Discharge Elimination System.

1.03 SUBMITTALS:

A. Submit the following in accordance with Section 01300.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02140-1 Bid Set 1. Qualification of the Contractor’s dewatering specialist's or firm's qualifications a minimum of 4 weeks prior to dewatering work. The submittal shall include, but not be limited to:

a. Qualifications of specialist's or firm's Registered Professional Engineer.

b. Qualifications of specialist's or firm's field representative who will oversee the installation, operation and maintenance of the dewatering system.

2. Submit a dewatering plan, and, if applicable, a groundwater recharge plan at least 2 weeks prior to start of dewatering work. Do not submit design calculations. The review will be only for the information of the Owner and third parties for an overall understanding of the project relating to access, maintenance of existing facilities and proper utilization of the site. The Contractor shall remain responsible for the adequacy and safety of the means, methods and sequencing of construction. The plan shall include the following items as a minimum:

a. Dewatering plan and details stamped and signed by a Florida Registered Professional Engineer registered.

b. Certificate of Design: Refer to Section 01300.

c. A list of equipment including, but not limited to, pumps, prime movers, and standby equipment.

d. Detailed description of dewatering, maintenance, and system removal procedures.

e. Monitoring plan and details, including, but not limited to, number and locations of observation wells, and geotechnical instruments such as settlement markers and piezometers, and frequency of reading the monitoring devices.

f. Erosion and sedimentation control measures, and methods for disposal of pumped water.

g. List of all applicable laws, regulations, rules, and codes to which dewatering design conforms.

h. List of assumptions mode for design of dewatering and for groundwater recharge systems, including but not limited to groundwater levels, soil profile, permeabilities, and duration of pumping and or recharge.

3. Measurement records consisting of observation well groundwater records and the geotechnical instrumentation readings within one day of monitoring.

4. A modified dewatering plan within 24 hours, if open pumping from sumps and ditches results in boils, loss of fines or softening of the ground.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02140-2 Bid Set 1.04 QUALITY ASSURANCE:

A. Comply with the requirements specified in Section 01400.

B. Employ the services of a dewatering specialist or firm having the following qualifications:

1. Have completed at least 5 successful dewatering projects of equal size and complexity and with equal systems within the last 5 years.

2. Retain the services of a Florida Registered Professional Engineer having a minimum of 5 years experience in the design of well points, deep wells, recharge systems, or equal systems.

3. Retain the services of a field representative having a minimum of 5 years experience in installation of well points, deep wells, recharge systems, or equal systems.

C. If subgrade soils are disturbed or become unstable due to dewatering operation or an inadequate dewatering system, notify the Owner’s representative, stabilize the subgrade, and modify system to perform as specified at no additional cost to the Owner.

D. Notify the Owner’s representative immediately if settlement or movement is detected on structures. If the settlement or movement is deemed by the Owner’s representative to be related to the dewatering, take actions to protect the adjacent structures and submit a modified dewatering plan to the Owner’s representative within 24 hours. Implement the modified plan and repair damage incurred to adjacent structures at no additional cost to the Owner.

E. Immediately notify the Owner’s representative if oil or other hazardous materials are encountered after dewatering begins.

1.05 HYDRAULIC UPLIFT OF STRUCTURES:

A. The Contractor shall be responsible for the protection of all structures against hydraulic uplift until such structures have been accepted finally by the Owner.

B. In this regard, the Contractor is advised that all tanks when completed are designed to resist hydraulic uplift from groundwater up to the elevation indicated on the structural drawings when the structure is completed. The concrete slab bottoms shall be placed in the dry, with the use of wellpoints or other dewatering means to keep the water elevation sufficiently low to carry on the work.

C. Buildings with basements are designed to resist hydraulic uplift from groundwater up to the elevation indicated on the structural drawings against the weight of the completed structure, including all masonry, structural steel frames and cladding.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02140-3 Bid Set 1.06 PRECAUTIONS AGAINST HYDROSTATIC UPLIFT DURING CONSTRUCTION:

A. The Contractor shall maintain a low groundwater elevation in the vicinity of the structures until they are complete. In case of extremely high water during construction of the structures, it may be necessary to flood the structures to maintain stable conditions.

1.07 DELIVERY STORAGE AND HANDLING:

A. Comply with the requirements specified in Section 01610.

1.08 SITE CONDITIONS:

A. Subsurface Conditions: Refer to Appendix A.

PART 2 - PRODUCTS

2.01 MATERIALS:

A. Provide settlement markers, piezometers and other geotechnical instruments in accordance with the submitted dewatering plan or as specified.

B. Provide casings, well screens, piping, fittings, pumps, power and other items required for dewatering system.

C. Provide sand and gravel filter around the well screen. Wrapping geotextile fabric directly around the well screen shall not be allowed.

D. When deep wells, well points, or vacuum well points are used, provide pumping units capable of maintaining high vacuum and handling large volumes of air and water at the same time.

E. Provide auxiliary dewatering equipment in the event of breakdown. Equipment shall consist of pumps and hoses and be stored on site. Provide at least 1 pump for every 5 pumps used.

F. Provide and maintain erosion and sedimentation control devices as indicated or specified and in accordance with the dewatering plan.

G. Provide temporary pipes, hoses, flumes, or channels for the transport of discharge water to the discharge location.

H. Provide cement grout having a water cement ratio of 1 to 1 by volume.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02140-4 Bid Set

PART 3 - EXECUTION

3.01 INSTALLATION:

A. Execution of earth excavation, installing earth retention systems, and dewatering shall not commence until the related submittals have been reviewed by the Owner’s representative with all [Owner’s representative’s comments satisfactorily addressed and the geotechnical instrumentation has been installed.

B. Provide and maintain dewatering system in accordance with the dewatering plan.

C. Carry out dewatering program in such a manner as to prevent undermining or disturbing foundations of existing structures or of work ongoing or previously completed.

D. Do not excavate until the dewatering system is operational.

E. Unless otherwise specified, continue dewatering uninterrupted until all structures, pipes, and appurtenances below groundwater level have been completed such that they will not be floated or otherwise damaged by an increase in groundwater elevation.

F. Discontinue open pumping from sumps and ditches when such pumping results in boils, loss of fines, softening of the ground, or instability of the slopes. Modify dewatering plan and submit revised plan to the Owner’s representative for acceptance at no additional cost to the Owner.

G. Where subgrade materials are disturbed or become unstable due to dewatering operations, remove and replace the materials in accordance with Section 02210 at no additional cost to the Owner.

H. Dewatering Discharge:

1. Install and monitor recharge systems in accordance with the submitted dewatering plan.

2. Install sand and gravel filters in conjunction with well points and deep wells to prevent the migration of fines from the existing soil during the dewatering operation.

3. Transport pumped or drained water to discharge location without interference to other work, damage to pavement, other surfaces, or property.

4. Provide separately controllable pumping lines.

5. The Owner’s representative reserves the right to sample discharge water at any time.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02140-5 Bid Set 6. Immediately notify the Owner’s representative if suspected contaminated groundwater is encountered. Do not pump water found to be contaminated with oil or other hazardous material to the discharge locations.

I. Monitoring Devices and Records:

1. Install, maintain, monitor and take readings from the observation wells and geotechnical instruments in accordance with the dewatering plan.

2. Install settlement markers on structures within the zone of influence for dewatering a distance equal to twice the depth of the excavation, from the closest edge of the excavation. Conduct and report settlement surveys to 1/8-inch.

3. For large rectangular, square or circular mass excavations the zone of influence shall be defined by the actual cone of watering influence corresponding to a 10 percent increase in effective vertical stress.

J. Install and maintain erosion/sedimentation control devices at the point of discharge as indicated or specified and in accordance with the dewatering plan.

K. Removal:

1. Do not remove dewatering system without written acceptance from the Owner’s representative.

2. Backfill and compact sumps or ditches with screened gravel or crushed stone wrapped with geotextile fabric in accordance with Section 02210.

3. All dewatering wells shall be abandoned upon completion of the work, and completely backfilled with cement grout.

3.02 CLOSEOUT ACTIVITIES:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 02140-6 Bid Set SECTION 02141

TEMPORARY BYPASS PUMPING SYSTEMS

PART 1 GENERAL

1.01 SUMMARY:

A. Section Includes: Furnishing all materials, labor, equipment, power, maintenance, etc. to implement a temporary pumping system for the purpose of diverting the existing raw wastewater flow of the pump station for the durations specified and disassembly of the bypass pumping system as specified herein.

B. Be responsible for the design, installation and operation of the temporary pumping system. The bypass system shall meet the requirements of all codes and regulatory agencies having jurisdiction.

C. The Contractor is responsible to maintain flow of the pump station throughout the contract period of construction. Once the Contractor mobilizes, the City cedes responsibilities of station operations to the Contractor until Substantial Completion is reached.

1.02 SYSTEM DESCRIPTION:

A. Design Requirements:

1. Provide bypass pumping systems with firm capacity to pump the following peak flow:

a. Pump Station A: 4000 GPM

2. Provide all pumps of adequate size to handle peak flow, and temporary discharge piping to ensure that the total flow of the main can be safely diverted around the pumping station. Bypass pumping system will be required to operate 24 hours per day.

3. Provide control system for the bypass pumping system which will run the pump(s) between preset levels. Additional controls are required to for high-high level and low-low level alarms, and any pump faults.

4. Provide adequate standby equipment available and ready for immediate operation and use in the event of an emergency or breakdown. One standby pump for each size pump utilized shall be installed at the mainline flow bypassing locations, ready for use in the event of primary pump failure.

City of North Miami North Miami PS “A” Rehab – 100% submittal 02141-1 Bid Set

5. The bypass pumping system shall be capable of bypassing the flow around the work area as necessary for satisfactory performances of work.

6. Make all arrangements for bypass pumping during the time when the pumping station is shut down for any reason. System must overcome any existing force main pressure on discharge.

B. It is essential to the operations of the existing wastewater system that there be no interruption in the flow of sewage throughout the duration of the project. To this end, provide, maintain and operate all temporary facilities such as, pumping equipment (both primary and back-up units as required), conduits, all necessary power, and all other labor and equipment necessary to intercept the wastewater flow before it reaches the point where it would interfere with the work, carry it past the work and return it to the existing wastewater downstream of the work.

C. Provide all necessary means to safely convey the raw wastewater past the work area. Do not stop or impede the main flows under any circumstances.

D. Maintain wastewater flow around the work area in a manner that will not cause surcharging of wastewater, damage to existing pipe line and that will protect public and private property from damage and flooding.

E. Fluid Character: Provide pumping units to pump raw wastewater.

F. Furnish pumps which meet rating capacity and head of the existing pump station.

G. Pumps shall be capable of passing a minimum of a 3-inch non-deformable sphere.

1.03 SUBMITTALS:

A. ENGINEER approval is required for submittals with an “A” designation; submittals having an “FIO” designation are for information only. Provide all submittals, including the following, in accordance with Section 01300, SUBMITTALS.

B. Data:

1. Pump Data:

a. Pump performance curves. Draw curves for the specified conditions. Include head, brake horsepower, efficiency and required NPSH, all plotted as a function of capacity, from zero to maximum capacity.

b. Calculations of static 1ift, friction losses, and flow velocity.

City of North Miami North Miami PS “A” Rehab – 100% submittal 02141-2 Bid Set

c. Submit a specific, detailed description of the proposed pumping system.

d. Submit operating descriptions, component descriptions, control schematics, electrical connection diagrams and general arrangement drawings, for control equipment.

C. Drawings:

1. Shop Drawings:

a. Submit shop drawings, including arrangement and erection drawings of the equipment and equipment operating characteristics. Include the following:

(1) Submit detailed plans and descriptions outlining all provisions and precautions to be taken regarding the handling of existing wastewater flows. The plan shall include schedules, locations elevations, capacities of equipment, materials and all other incidental items necessary and/or required to insure proper protections of the facilities, including protection of the access and bypass pumping locations from damage due to the discharge flows, and compliance with the requirements and all permit conditions.

(2) The plan shall include but not be limited to details of the following:

(a) Staging areas for pumps;

(b) Number, size, material, location and method of installation of suction piping;

(c) Number, size, material, location of installation of discharge piping;

(d) Bypass pump sizes, capacity, number of each size to be on site and motor power of fuel requirements;

(e) Standby power generator size, location;

(f) Downstream discharge plan;

(g) Thrust and restraint block sizes and locations;

City of North Miami North Miami PS “A” Rehab – 100% submittal 02141-3 Bid Set

(h) Sections showing suction and discharge pipe depth, embedment, select fill and special backfill;

(i) Method of noise control for each pump and/or generator;

(j) Any temporary pipe supports and anchoring required;

(k) Design plans and computation for access to bypass pumping locations indicated on the drawings;

(l) Calculations for selection of bypass pumping pipe size;

(m) Schedule for installation of and maintenance of bypass pumping lines;

(n) Plan indicated selection location of bypass pumping line locations.

PART 2 - PRODUCTS

2.01 EQUIPMENT:

A. All pumps used shall be centrifugal self-priming units that do not require the use of foot- valves or Compressor in the priming system. The pumps shall be diesel or electric powered. Pumps shall have sound attenuation enclosure designed for operation at sound levels of 70 decibels and below. The Contractor is fully responsible for coordinating and obtaining temporary electrical service. All pumps used must be constructed to allow dry running for long periods of time to accommodate the cyclical nature of influent flows. The pumps shall not be hydraulic submersible type.

B. Provide the necessary stop/start control system for each pump. The control system shall remotely contact the contractor along with two (2) City contacts with notification of any problem. Contractor to coordinate with the City for contact information. The contractor is responsible for responding within one (1) hour to the alarm and correcting the problem.

C. Discharge Piping – in order to prevent the accidental spillage of flows, all discharge systems shall be temporarily constructed of rigid pipe with positive, restrained joints.

D. Under no circumstances will aluminum “Irrigation” type piping and glued PVC pipe be allowed. Discharge hose will only be allowed in short sections and by specific permission from the ENGINEER. Provide piping materials of steel pipe, ductile iron pipe, or fused, high density polyethylene pipe.

City of North Miami North Miami PS “A” Rehab – 100% submittal 02141-4 Bid Set

2.02 MANUFACTURERS:

A. Acceptable manufacturers are listed below. Other manufacturers of equivalent products may be submitted.

1. Thompson Pump & Manufacturing Co., Inc.

PART 3 - EXECUTION

3.01 PRECAUTIONS:

A. Be responsible for locating any existing utilities in the area selected for installing the bypass pipelines. Locate bypass pipelines to minimize any disturbance to existing utilities and obtain approval of the pipeline locations from the ENGINEER. All costs associated with relocating utilities and obtaining all approvals shall be included in the Contract Price.

3.02 INSTALLATION AND REMOVAL:

A. Make connections to the existing wastewater pipe lines and construct temporary bypass pumping structures only at the access location indicated on the drawings and as may be required to provide adequate suction conduit.

B. Plugging or blocking of wastewater flows shall incorporate a primary and secondary plugging device. When plugging or blocking is no longer needed for performance and acceptance or work, it is to be removed in a manner that permits the wastewater flow to slowly return to normal without surge, to prevent surcharging or causing other major disturbances downstream.

C. The installation of the bypass pipelines is prohibited in all saltmarsh/wetland areas. The pipeline must be located off streets and sidewalks and on shoulder of the roads. When the bypass pipeline crosses local streets and private driveways, place the bypass pipelines in trenches and cover with temporary pavement. Upon completion of the bypass pumping operations, and after the receipt of written permission from the ENGINEER, remove all the piping, restore all property to pre-construction condition and restore all pavement. Be responsible for obtaining any approvals for placement of the temporary pipeline within public ways from the city.

3.03 FIELD QUALITY CONTROL AND MAINTENANCE:

A. Testing: Perform leakage and pressure tests of the bypass pumping discharge piping using clean water prior to actual operation. Test the piping at a test pressure of 50 psi. Provide 24 hours notice to the ENGINEER prior to testing.

City of North Miami North Miami PS “A” Rehab – 100% submittal 02141-5 Bid Set

B. Inspection: Inspect bypass pumping system as needed to ensure that the system is working correctly.

C. Maintenance Service: Insure that the temporary pumping system is properly maintained and a responsible operator is on hand at all times when pumps are operating.

D. Extra Materials:

1. Spare parts for pumps and piping shall be kept on site as required.

2. Adequate hoisting equipment for each pump and accessories shall be maintained on the site.

END OF SECTION

City of North Miami North Miami PS “A” Rehab – 100% submittal 02141-6 Bid Set

SECTION 02160

TEMPORARY EXCAVATION SUPPORT SYSTEMS AND VIBRATION

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Design, furnish and install temporary excavation support systems as required to maintain lateral support, prevent loss of ground, limit soil movements to acceptable limits and protect from damage existing and proposed improvements including, but not limited to, pipelines, utilities, structures, roadways, railroads and other facilities.

B. Common types of excavation support system include, but are not limited to, singular or multiple stages comprised of cantilevered or internally braced soldier piles and lagging, steel sheetpile wall, timber sheetpile wall, trench box, or combinations thereof. Trench box temporary excavation support system is only acceptable for pipe or utility trench excavations. Temporary unsupported open cut excavation with stable sloping sides is allowed where applicable.

C. Wherever the word "sheeting" is used in this section or on the contract drawings, it shall be in reference to any type of excavation support system specified except trench box.

D. Construction of the temporary excavation support systems shall not disturb the existing structures or the completed proposed structures. Damage to such structures shall be repaired by the Contractor at no additional cost to the Owner.

E. Adjacent structures are those that are bear upon soils above the proposed excavation depth and within a distance equal to twice the total depth of the excavation away from the closest edge of the excavation. Monitor and protect adjacent structures as specified and indicated.

F. Vibration monitoring for excavation support systems is required and shall be performed by Contractor’s vibration consultant and monitoring firm. Vibration due to Contractor’s operations shall not exceed specified limits 1.05 E.

G. Construction operations not to exceed specified noise limits in accordance with local codes.

H. The Contractor shall bear the entire cost and responsibility of correcting any failure, damages, subsidence, upheaval or cave-ins as a result of improper installation, maintenance or design of the temporary excavation support systems. The Contractor shall pay for all claims, costs and damages that arise as a result of the work performed at no additional cost to the Owner.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02160-1 Bid Set

1.02 RELATED WORK:

A. Section 02210: Earth Excavation, Backfill, Fill, and Grading

B. Section 03300: Cast-in-Place Concrete

1.03 REFERENCES:

A. American Society for Testing and Materials (ASTM):

1. A36: Standard Specification for Structural Steel

2. A328: Standard Specification for Steel Sheet Piling

3. A416: Standard Specification for Strand Steel, Uncoated Seven-Wire for Prestressed Concrete

4. A722: Specification for Uncoated High-Strength Steel Bar for Prestressing Concrete

5. A615: Standard Specifications for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement

B. American Wood-Preserves Association (AWPA) Standards.

C. American Welding Society (AWS) Code: D1.1.

D. Federal Standard, FS TT-W-571: Wood Preservation and Treating Practices.

E. Occupational Safety and Health Administration (OSHA) Standards and Regulations contained in Title 29: Subpart P - Excavations, Trenching and Shoring.

F. American Concrete Institute (ACI)

1. ACI 304: Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete.

1.04 SUBMITTALS:

A. Submit the following in accordance with Section 01300:

1. Submit the following qualifications four (4) weeks prior to the construction:

a. Qualifications of independent vibration consulting and monitoring firm as specified in Paragraph 1.05 D.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02160-2 Bid Set b. Qualifications of Contractor’s temporary excavation support system designer as specified in Paragraph 1.05 G.

c. Qualifications of Contractor’s temporary excavation support system installer as specified in Paragraph 1.05 H.

d. Qualifications of Contractor’s independent tieback testing laboratory as specified in Paragraph 1.05 I, if a tieback system is utilized.

e. Qualifications of Contractor’s temporary excavation support system installation supervisor as specified in Paragraph 1.05 J.

f. Qualifications of vacuum excavation subcontractor as specified in Paragraph 1.05 F, if DMPs for utilities are utilized.

2. Submit a temporary excavation support plan stamped and signed by a Registered Professional Engineer at least two weeks prior to start of the construction. Do not submit design calculations. The review will be only for the information of the Owner and third parties for an overall understanding of the project relating to access, maintenance of existing facilities and proper utilization of the site. The Contractor shall remain responsible for the adequacy and safety of the means, methods and sequencing of construction. The plan shall include the following items as a minimum:

a. Proposed temporary excavation support system(s), details, location, layout, depths, extent of different types of support relative to existing features and the permanent structures to be constructed, and methods and sequence of installation and removal.

b. Certificate of Design: Refer to Section 01300.

c. A list of all design assumptions, including safety factors used for the temporary excavation support system(s) and all lateral pressures used for each system.

d. If utilizing a tieback system, include tieback installation procedures and criteria for acceptance of tiebacks for performance and proof tests. Submit the tieback testing results to the Engineer for information only.

e. Requirements of dewatering during the construction.

f. Minimum lateral distance from the edge of the excavation support system for use for vehicles, construction equipment, and stockpiled construction and excavated materials.

g. List of equipment used for installing the excavation support systems.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02160-3 Bid Set h. Monitoring schedule, installation procedures and location plans for vibration/noise monitoring, geotechnical instrumentation (deformation monitoring points, inclinometers, etc.) and observation wells/piezometers to monitor ground, excavation support system, adjacent structures and groundwater fluctuation during the entire construction period.

3. Submit a Construction Contingency Plan specifying the methods and procedures to maintain temporary excavation support system stability if the allowable movement of the adjacent ground and adjacent structures is exceeded.

4. Monitoring data within one (1) day of data collection from vibration and noise recording equipment, observation wells, deformation monitoring points and offset lines. Data shall include:

a. Horizontal and vertical movements of geotechnical instruments and groundwater readings.

b. New movements since the initial readings of the geotechnical instruments.

c. Weekly summary in tabular and graphic form at the end of each week.

d. A schematic plan of excavation and/or relevant construction activities at the time of monitoring.

5. For excavation support systems left in place, submit the following as-built information prior to backfilling and covering the excavation support systems:

a. Survey locations of the temporary excavation support systems, including coordinates of the ends and points of change in direction.

b. Type of the temporary excavation support system.

c. Elevations of top and bottom of the excavation support systems left in place.

1.05 QUALITY ASSURANCE:

A. Provide in accordance with Section 01400 and as specified.

B. Conform to the requirements of the OSHA Standards and Interpretations: "Part 1926 Subpart P - Excavation, Trenching, and Shoring", and all other applicable laws, regulations, rules, and codes.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02160-4 Bid Set

C. Construction operations to conform to noise regulations provided in the Noise Control Plan and this Section.

D. Retain the services of an independent vibration consulting firm with the following in- house personnel to conduct the following vibration monitoring requirements:

1. Preparing, reviewing and signing of monitoring plans and daily reports, and overseeing of the monitoring and interpretation of the vibration data shall be performed by personnel with the following qualifications:

a. Be a Florida Registered Professional Engineer.

b. Have a minimum of five (5) years experience in the vibration consulting field.

c. Have successfully completed at least five (5) projects with vibration- inducing construction operations, pile driving, and noise levels equal to or more severe than those to be encountered.

2. Assist Contractor in selecting pile driving equipment which will generate the lowest vibration and noise levels.

3. Installation, monitoring and interpretation of monitoring equipment shall be performed by personnel with the following qualifications:

a. Have at least three (3) years of experience in the operation of monitoring equipment proposed for use and interpretation of records produced by such equipment.

b. Have installed, operated, monitored and interpreted equipment and records on at least three (3) projects with vibration-inducing construction operations, pile driving, and noise levels equal to or more severe than those to be encountered.

E. The peak particle velocity for pile driving, or other vibration-inducing operations, shall not exceed the following:

Peak Particle Type of Age of Velocity Concrete Concrete, hrs in/sec

Mass Concrete 0-11 1.0 (footings, mats, 11 and over 2.0 Slab-on-grade, fill concrete, etc.)

City of North Miami Pump Station “A” Rehab – 100% Submittal 02160-5 Bid Set Concrete Structures 0-11 0.5 (walls, columns, 11-24 1.0 elevated slabs, etc.) 24 and over 2.0

Existing Structures, - 0.5 residences or utilities

F. If utilizing deformation monitoring points (DMPs) for utilities, vacuum excavation shall be performed by subcontractor having five (5) years of experience in non- destructive vacuum excavation methods for utilities.

G. Prepare design, including calculations and drawings, under the direction of a Professional Engineer registered in the state where the project is located and having the following qualifications:

1. Not less than ten (10) years experience in the design of specific temporary excavation support systems to be used.

2. Completed not less than five (5) successful temporary excavation support system projects of equal type, size, and complexity within the last five (5) years.

H. Temporary Excavation Support System Installer's Qualifications:

1. Not less than three (3) year experience in the installation of similar types and equal complexity as the proposed system.

2. Completed not less than three (3) successful excavation support systems of similar type and equal complexity as the proposed system.

I. If utilizing a tieback system, employ an independent testing laboratory to test the tieback system with the following qualifications:

1. Be accredited by the American Association of State Highway and Transportation Officials (AASHTO) Accreditation Program.

2. Employ personnel conducting testing who are trained in the methods and procedures to test and monitor tieback systems of similar type and equal complexity, as the proposed system.

3. Have not less than five (5) years experience in testing of tieback systems of similar type and equal complexity as the proposed system.

4. Have successfully tested at least three (3) tieback systems of similar type and equal complexity as the proposed system.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02160-6 Bid Set J. Install all temporary excavation support systems under the supervision of a supervisor having the following qualifications:

1. Not less than five (5) years experience in installation of systems of similar type and equal complexity as the proposed system.

2. Completed at least five (5) successful temporary excavation support systems of similar type and equal complexity as the proposed system.

K. All welding shall be performed in accordance with AWS D1.1.

1.06 DESIGN CRITERIA:

A. Design of temporary excavation support systems shall meet the following minimum requirements:

1. Support systems shall be designed for earth pressures, hydrostatic pressure, equipment, temporary stockpiles, construction loads, roadways, railroads, and other surcharge loads.

2. Design a bracing system to provide sufficient reaction to maintain stability.

3. Limit movement of ground adjacent to the excavation support system to be within the allowable ground deformation as specified.

4. Design the embedment depth below bottom of excavation to minimize lateral and vertical earth movements and provide bottom stability. Toe of braced temporary excavation support systems shall not be less than 5 feet below the bottom of the excavation.

5. Design temporary excavation support systems to withstand an additional 2 feet of excavation below proposed bottom of excavation without redesign except for the addition of lagging and/or bracing.

1.07 DELIVERY, STORAGE AND HANDLING:

A. Provide in accordance with Sections 01610 and as specified.

B. Store sheeting and bracing materials to prevent sagging which would produce permanent deformation. Keep concentrated loads which occur during stacking or lifting below the level which would produce permanent deformation of the material.

PART 2 - PRODUCTS

2.01 MATERIALS:

City of North Miami Pump Station “A” Rehab – 100% Submittal 02160-7 Bid Set

A. Structural Steel: All soldier piles, wales, rakers, struts, wedges, plates, waterstop and accessory steel shapes shall conform to ASTM A36.

B. Steel Sheet Piling: ASTM A328, continuous interlocking type.

C. Timber Lagging Left in Place: Pressured treated per appropriate AWPA standards.

D. Tieback Tendons: Tieback tendons shall be high strength steel wire strand cables conforming to ASTM A416, or bars conforming to ASTM A722. Splicing of individual cables shall not be permitted.

E. Raker Ties: ASTM A615 Grade 60.

F. Cement Grout Materials and Admixtures for Tieback Anchorages: Grout cube strength shall be a minimum 3500 psi at 7 days and 5000 psi at 28 days.

G. Concrete: Section 03300.

H. Tamping tools adapted for backfilling voids after removal of the excavation support system.

I. Provide specific trench box sizes for each pipe and utility excavation with structural capacity of retaining soil types as described in OSHA's 29 CFR Part 1926 Subpart P.

2.02 EQUIPMENT:

A. A vibratory hammer shall be utilized for driving the temporary sheet piling providing that such operations do not exceed vibration/noise requirements of the specifications. Impact hammer shall be utilized when vibratory hammer is unable to drive temporary sheet piling to required depth and/or unable to meet vibration requirements. Impact hammer shall also meet noise requirement.

PART 3 - EXECUTION

3.01 INSTALLATION:

A. Installation of the temporary excavation support systems shall not commence until the related earth excavation and dewatering submittals have been reviewed by the Engineer with all Engineer’s comments satisfactorily addressed.

B. Install excavation support systems in accordance with the temporary excavation support plan.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02160-8 Bid Set C. If utilizing a tieback system, all performance and proof tests shall be conducted in the presence of the Engineer. Testing performed without the Engineer present will not be accepted. Repeat testing in the Engineer's presence at no additional cost to the Owner.

D. Do not drive sheeting within 100 feet of concrete less than seven (7) days old.

E. Carry out program of temporary excavation support in such a manner as to prevent undermining or disturbing foundations of existing structures of work ongoing or previously completed.

F. Bottom of the trench box excavation support system shall be above the pipe invert prior to installing the pipe.

G. Install and read geotechnical instrumentation in accordance with the temporary excavation support plan. Notify the Engineer immediately if any geotechnical instrumentation is damaged. Repair or replace damaged geotechnical instrumentation at the sole option of the Engineer and at no additional cost to the Owner.

H. Continuously monitor movements of the ground adjacent to excavation support systems and adjacent structures. In events of the measured movements approaching or exceeding the allowable movements, take immediate steps to arrest further movement by revising procedures such as providing supplementary bracing, filling voids behind the trench box, supporting utilities or other measures (Construction Contingency Plan) as required.

I. Notify utility owners if existing utilities interfere with the temporary excavation support system. Modify the existing utility with the utility owners permission or have the utility owner make the modifications at no additional cost to Owner.

3.02 GROUND DEFORMATION ADJACENT TO EXCAVATION SUPPORT SYSTEMS:

A. Allowable Vertical (heave/settlement) and Lateral Movements: 2 inches [5 cm] maximum for the trench box excavation support system, and 1 inch [2.5 cm] maximum for other types of excavation support systems at any location behind the excavation support system.

B. Monitoring personnel shall use a procedure for reading and recording geotechnical instrumentation data which compares the current reading to the last reading during data collection to eliminate spurious readings.

C. Plot the observed ground deformation readings versus time. Annotate the plots with construction loading and excavation events having an impact on the readings. Evaluate plots by means of secondary rate-of-change plots to provide early warning of accelerating ground movements.

D. Notify the Engineer when the allowable ground deformation is exceeded.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02160-9 Bid Set

E. Implement Construction Contingency Plan under direction of the temporary excavation support system designer and the Engineer.

3.03 REMOVAL OF EARTH RETENTION SYSTEM:

A. Sheeting shall not be left in place.

B. Remove the temporary excavation support system without endangering the constructed or adjacent structures, utilities, or property. Immediately backfill all voids left or caused by withdrawal of temporary excavation support systems with bank-run gravel, screened gravel or select borrow by tamping with tools specifically adapted for that purpose.

C. When tiebacks are used, release tension in tiebacks as the excavation is backfilled. Do not leave tensioned tieback in place at the completion of the work.

D. The excavation support system left-in-place shall be cut-off a minimum of 2 feet below the bottom of the next higher foundation level or a minimum of 5 feet below finished grade.

3.04 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 02160-10 Bid Set SECTION 02210

EARTH EXCAVATION, BACKFILL, FILL AND GRADING

PART 1 - GENERAL

1.01 DESCRIPTION:

1. Perform the following earth excavation, backfill, fill and grading as indicated or specified:

2. Make excavations to accommodate piping, conduits, foundations and other structures.

3. Provide materials for backfilling excavations and constructing embankments and fills as indicated and specified.

4. Construct embankments of compacted materials.

5. Grade surfaces to meet finished grades indicated.

6. Immediately notify the Engineer if suspected hazardous materials are encountered and cease operations in that part of work.

7. Remove boulders within the excavation limits.

1.02 RELATED WORK:

A. Section 01568: Erosion Control Sedimentation and Containment of Construction Materials.

1. Section 02100: Site Preparation.

2. Section 03300: Cast-in-Place Concrete

1.03 REFERENCES:

A. American Society for Testing and Materials (ASTM) Publications:

1. C33: Specification for Concrete Aggregates.

2. C136: Sieve Analysis of Fine and Coarse Aggregates.

3. D421: Practice for Dry Preparation of Soil Samples for Particle Size Analysis and Determination of Soil Constants.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02210-1 Bid Set 4. D422: Test Method for Particle-Size Analysis of Soils.

5. D1140: Test Method for Amount of Material in Soils Finer than the No. 200 (75 Fm) Sieve.

6. D1556: Test Method for Density and Unit Weight of Soil in Place by the Sand- Cone Method.

7. D1557: Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lb/ft3 (600 kN-m/m3)).

8. D2167: Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method.

9. D2922: Test Method for Density of Soil and Soil-Aggregate in Place by Nuclear Methods. (Shallow Depth).

10. D3017: Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth).

11. D4318: Test Method for Liquid Limit, Plastic Limit and Plasticity Index of Soils.

12. D4718: Practice for Correction of Unit Weight and Water Content for Soils Containing Oversized Particles.

13. D4944: Test Method for Field Determination of Water (Moisture) Content of Soil by the Calcium Carbide Pressure Tester Method.

14. D4959: Test Method for Field Determination of Water (Moisture) Content of Soil by Direct Heating Method.

15. D5080: Test Method for Rapid Determination of Percent Compaction.

16. Occupational Safety and Health Administration (OSHA) Standards and Regulations contained in Title 29: Subpart P - Excavations, Trenching and Shoring.

1.04 DEFINITIONS:

A. Percentage of compaction is defined as the ratio of the field dry density, as determined by ASTM D1556 to the maximum dry density determined by ASTM D1557 Procedure C, multiplied by 100.

B. Proof Roll: Compaction with a minimum of 4 passes of a vibratory steel drum or rubber tire roller. Vibratory plate compactors shall be used in small areas where vibratory steel drum or rubber tire roller can not be used.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02210-2 Bid Set

C. Acceptable Material: Material which does not contain organic silt or organic clay, peat, vegetation, wood or roots, stones or rock fragments over 6-inch [15 cm] in diameter, porous biodegradable matter, loose or soft fill, excavated pavement, construction debris, or refuse. Stones or rock fragments shall not exceed 40 percent by weight of the backfill material.

D. Unacceptable Materials: Materials does not comply with the requirements for the acceptable material or which cannot be compacted to the specified or indicated density.

1.05 SUBMITTALS:

A. Submit the following in accordance with Section 01300 - Submittals:

1. Qualifications of the Contractor’s Independent Testing Laboratory as specified in Paragraph 1.06 I, four (4) weeks prior to the execution of any earth excavation, backfilling, filling, or compaction process.

2. Submit an excavation, backfilling, and filling plan at least two weeks prior to start of any earth moving activities. The review will be only for the information of the Owner and third parties for an overall understanding of the project relating to access, maintenance of existing facilities and proper utilization of the site. The Contractor shall remain responsible for the adequacy and safety of the means, methods and sequencing of construction. The plan shall include, but not be limited to the following items:

a. Detailed sequence of work.

b. General description of construction methods.

c. Numbers, types, and sizes of equipment proposed to perform excavation and compaction.

d. Details of dust control measures.

e. Proposed locations of stockpiled excavation and/or backfill materials.

f. Proposed surplus excavated material off-site disposal areas and required permits.

g. Details of erosion and sedimentation control measures which will prevent erosion and sedimentation during the earth moving activities.

3. Laboratory testing results of gradation and moisture-density relationship. Submittal shall include specific location of the source and the date when sample was taken.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02210-3 Bid Set

4. During Construction, submit written confirmation of fill lift thickness, in-place soil moisture content, and percentage of compaction to the Engineer before placing the next lift or constructing foundations.

1.06 QUALITY ASSURANCE AND CONTROL:

A. Provide in accordance with Section 01400 and as specified.

1. The Contractor shall be solely responsible for making all excavations in a safe manner. All excavation, trenching, and related sheeting, bracing, etc. shall comply with the requirements of OSHA excavation safety standards (29 CFR Part 1926 Subpart P) and State requirements. Where conflict between OSHA and State regulations exists, the more stringent requirements shall apply.

2. Do not excavate, construct embankments, or fill until all the required submittals have been reviewed by the Engineer.

3. Formulate excavation, backfilling, and filling schedule and procedures to eliminate possibility of undermining or disturbing foundations of partially and completed structures, pipelines and embankments or existing structures and pipelines.

4. Field Testing and Inspections:

5. By Contractor’s independent testing laboratory, acceptable to the Engineer, at Contractor's expense as specified in Paragraph 1.06 G.

6. Location of tests mutually acceptable to testing laboratory and the Engineer or as directed by the Engineer.

7. In the event compacted material does not meet specified in-place density, recompact material and retest this area until specified results are obtained at no additional to the Owner.

8. Contractor’s testing laboratory to perform inspection at least once daily to confirm lift thickness and compaction effort for entire fill area.

9. Owner will retain the services of an independent testing laboratory to conduct confirmatory testing and inspection.

10. Methods of Field Testing:

11. In-Place Density: ASTM D1556, ASTM D2167, or ASTM D2922.

12. In-Place Moisture Content: ASTM D3017, ASTM D4944, or ASTM D4959.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02210-4 Bid Set

13. Material Testing Frequency: The following testing frequencies are minimum required for all structural and non-structural fill, grading and embankment.

14. Field In-Place Density and Moisture Content - Screened gravel and crushed stone shall be compacted as specified and indicated. For other backfill and fill materials, minimum test frequency shall be as follows, and no less than one test per:

15. Trenches under structures foundation preparation or roadways subbase: Every 1000 lin. ft. [300 m.] per lift.

16. Trenches in areas without structures or roadways: Every 1000 lin. ft. [300 m.] per alternate lift.

17. Paved Roadways: Every 200 lin. ft. [60 m.] per lift.

18. Paved Areas: 3,500 sq. ft. [350 sq. m.] per lift.

19. Under Structure: 1,000 sq. ft. [100 sq. m.] per lift.

20. Around Structures: 1,500 sq. ft. [150 sq. m.] per lift.

21. Embankment Fills: 10,000 sq. ft. [1000 sq. m.] per lift.

22. Moisture Density - One per source, except for screened gravel and crushed stone. Repeat the moisture density test for every 5,000 cubic yard of material use, and whenever visual inspection indicates a change in material gradation as determined by the Engineer.

23. Gradation Analysis - A minimum of one per source and for each moisture density test and whenever visual inspection indicates a change in material gradation.

24. Owner’s testing laboratory to conduct confirmatory testing at a minimum frequency of 25% of the specified frequencies in paragraph 1.06.H, or as directed by Owner’s Engineer.

25. Construction Tolerances:

26. Construct finished surfaces to plus or minus 1 inch [2.5 cm] of the elevations indicated.

27. Grade cut and fill areas to plus or minus 0.20 foot [6.0 cm] of the grades indicated.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02210-5 Bid Set 28. Complete embankment edges to plus or minus 6 inches [15 cm] of the slope lines indicated.

29. Provide the Engineer with adequate survey information to verify compliance with above tolerances.

30. Cut pavement with a saw or pneumatic tools to prevent damage to remaining pavement without extra compensation. Where pavement is removed in large pieces, dispose of pieces before proceeding with excavation.

31. Pipes, drains, and other utilities may exist in certain locations not indicated on drawings. No attempt has been made to show all services. Completeness or accuracy of information given is not guaranteed.

32. Dig test pits considered as incidental to the normal excavation as indicated and specified in this Section, at no additional compensation.

33. Carefully support and protect from damage, existing pipes, poles, wires, fences, curbings, property line markers, and other structures, which the Engineer determines must be preserved in place without being temporarily or permanently relocated. Should such items be damaged, restore without compensation therefore, to at least as good condition as that in which they were found immediately before the work was begun.

34. Whenever certain existing structures, as described below, are encountered, and the Engineer so directs, change the location, remove and later restore, or replace such structures, or assist the Owner in doing so.

35. In removing existing pipes or other structures, include for payment only those new materials which are necessary to replace those unavoidably damaged as determined by the Engineer.

36. The preceding two paragraphs apply to pipes, wires, and other structures which meet the following: (a) are not indicated on the drawings or otherwise provided for, (b) encroach upon or are encountered near and substantially parallel to the edge of the excavation, and (c) in the opinion of the Engineer, will impede progress to such an extent that satisfactory construction cannot proceed until they have been changed in location, removed (to be later restored), or replaced.

37. Restore existing property or structures as promptly as practicable.

38. If material unacceptable for foundation (in the opinion of the Engineer) is found at or below the grade to which excavation would normally be carried in accordance with the drawings and/or specifications, remove such material to the required width and depth as directed by the Engineer and replace it with screened gravel, select borrow, or concrete.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02210-6 Bid Set

39. Do not remove excavation materials from the site of the work or dispose of except as directed or permitted by the Engineer.

40. Haul away and dispose of surplus excavated materials at locations directed by the Engineer at no additional cost to the Owner.

41. During progress of work, conduct earth moving operations and maintain work site so as to minimize the creation and dispersion of dust. Furnish and spread calcium chloride if the Engineer decides that it is necessary for more effective dust control.

42. Provide suitable and safe bridges and other crossings where required for accommodation of travel, and to provide access to private property during construction, and remove said structures thereafter.

1.07 SITE CONDITIONS:

A. Subsurface Conditions: Refer to Front End documents and Geotechnical Report.

PART 2 - PRODUCTS

2.01 GENERAL:

A. Use only acceptable materials from excavations or borrows.

B. Provide 1,500 psi [10 MPa] concrete.

C. Provide Fine Aggregate conforming to ASTM C33.

2.02 EQUIPMENT:

A. The compaction equipment shall be selected by the Contractor and shall be capable of consistently achieving the specified compaction requirements. The selected compaction equipment shall meet the following minimum requirements:

1. Manually operated vibratory plate compactors weighing no less than 200 pounds [90 kg] with vibration frequency no less than 1600 cycles per minute.

2. Vibratory steel drum or rubber tire roller weighing at least 12,000 pounds [5450 kg].

PART 3 - EXECUTION

3.01 SITE MAINTENANCE:

City of North Miami Pump Station “A” Rehab – 100% Submittal 02210-7 Bid Set A. Roadway and Site Leveling: Grade roadway and site as to maintain them in a level unrutted condition and to eliminate puddling of surface and subsurface water.

3.02 EXCAVATION:

A. Execution of any earth excavation shall not commence until the related excavation support systems and backfill and fill materials submittals are reviewed by the Engineer and all Engineer’s comments satisfactorily addressed.

B. Carry out program of excavation, and excavation support systems to eliminate possibility of undermining or disturbing foundations of existing structures or of work previously completed under this contract.

C. Excavate to widths that give suitable room for building structures or laying and jointing piping.

D. Do not plow, scrape or dig by machinery near to finished subgrade in a manner that would result in disturbance of subgrade.

E. Excavate to lines and grades indicated in an orderly and continuous program.

F. Establish limits of excavation to allow adequate working space for installing forms and for safety of personnel.

G. Excavate to elevations indicated, or deeper, as directed by the Engineer, to remove unacceptable bottom material.

H. Exercise care to preserve material below and beyond the lines of excavations.

I. Place excavated material at the approved stockpile locations and in no case closer than 3 feet [90 cm] from edge of excavations to prevent cave-ins of bank slides.

J. Regard small, less than one cubic yard, boulders, rock fragments, and concrete encountered during excavation as a normal part of in-place soils and not included for payment as rock.

3.03 SEPARATION OF EXCAVATED MATERIALS FOR REUSE:

A. Remove only existing pavement that is necessary for prosecution of work.

B. Carefully remove loam and topsoil from excavated areas. Store separately for further use or furnish equivalent loam and topsoil as directed.

C. Carefully remove acceptable material from excavated areas and store separately for further use as backfill material.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02210-8 Bid Set 3.04 TRENCH EXCAVATION:

A. When pipe is to be laid in gravel bedding or concrete cradle, excavate trench by machinery to, or just below designated subgrade. If material remaining at bottom of trench is disturbed, recompaction shall be required.

B. When pipe is to be laid directly on bottom of trench, do not excavate lower part of trenches by machinery to subgrade. Remove remainder of material to be excavated just before placing of pipe by use of hand tools. Form a flat or shaped bottom, true to grade, so pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom.

3.05 DEPTH OF TRENCH:

A. Excavate trenches to depths so as to permit pipe to be laid at elevations, slopes, or depths of cover indicated on drawings, and at uniform slopes between indicated elevations.

3.06 WIDTH OF TRENCH:

A. Make pipe trenches as narrow as practicable and do not widen by scraping or loosening materials from the sides. Make every effort to maintain sides of trenches firm and undisturbed until backfilling has been placed and compacted.

B. Excavate trenches with approximately vertical sides between springline of pipe and elevation 1 ft. [30 cm] above top of pipe.

3.07 TRENCH EXCAVATION IN FILL:

A. Place and compact material to top of fill or to a minimum height of 1 ft. [30 cm] above top of pipe, whichever is less, when pipe is to be laid in embankment or other recently filled material. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material.

3.08 EXCAVATION NEAR EXISTING STRUCTURES:

A. Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. Include such manual excavation in work to be done when incidental to normal excavation and under items involving normal excavation.

B. Excavate test pits when determination of exact location of pipe or other underground structure is necessary for doing work properly.

3.09 REMOVAL OF SUBSURFACE OBSTRUCTIONS:

City of North Miami Pump Station “A” Rehab – 100% Submittal 02210-9 Bid Set A. Remove indicated subsurface structures and related obstructions to extent shown.

B. Promptly notify the Engineer when any unexpected subsurface facilities are encountered during excavation such as utility lines and appurtenances, walls and foundations.

3.10 UNAUTHORIZED EXCAVATION:

A. When the bottom of any excavation for structures is taken out beyond limits indicated or specified, backfill, with screened gravel and crushed stone wrapped with non-woven geotextile fabric or with 1,500 psi (10 Mpa) concrete.

3.11 REUSE AND DISPOSAL OF SURPLUS EXCAVATED MATERIALS:

A. Reuse surplus acceptable excavated materials for backfill; deposit neatly and grade so as to make or widen fills, flatten side slopes, or fill depressions; or legally dispose off-site; all as directed or permitted and without additional compensation.

3.12 SUBGRADE PREPARATION AND PROTECTION:

A. Remove loam and topsoil, loose vegetable matter, stumps and large roots from areas upon which embankments will be built or material will be placed for grading. Shape subgrade as indicated on drawings, and prepare by forking, furrowing, or plowing so that the first layer of new material placed thereon will be well bonded to it.

B. As directed by the Engineer, overexcavate unacceptable materials below the foundation subgrade. Backfill the overexcavation with compacted screened gravel or crushed stone wrapped with nonwoven geotextile fabric. In no case shall the screened gravel be placed directly on the exposed subgrade prior to placing the geotextile fabric.

C. Proof roll the foundation subgrade prior to backfilling and filling operation or placing foundation concrete.

1. Proof roll the pipe trench foundation subgrade prior to backfilling and filling operation or placing soil-supported pipeline.

2. Utilize excavating equipment equipped with a toothless or smooth edged, excavating bucket to expose the pipe trench foundation subgrade to avoid disturbance of the bearing surface. Tamp the exposed subgrade with the excavating bucket prior to backfilling and filling operation or placing soil- supported pipeline.

3.13 CARE AND RESTORATION OF PROPERTY:

A. Enclose uncut tree trunks adjacent to work in wooden boxes of such height as may be necessary for protection from injury from piled material, equipment, operations, or otherwise due to work. Operate excavating machinery and cranes of suitable type with

City of North Miami Pump Station “A” Rehab – 100% Submittal 02210-10 Bid Set care to prevent injury to trees not to be cut and particularly to overhanging branches and limbs.

B. Cut all branches, limbs, and roots smoothly and neatly without splitting or crushing. Neatly trim, cut the injured portions and cover with an application of grafting wax or tree healing paint as directed.

C. Protect cultivated hedges, shrubs, and plants which might be injured by the Contractor's operations by suitable means or dig up and temporarily replant and maintain. After construction operations have been substantially completed, replant in original positions and care for until growth is reestablished. If cultivated hedges, shrubs, and plants are injured to such a degree as to effect their growth or diminish in their beauty or usefulness, replace by items of equal kind and quality existing at the start of the work.

D. Do not use or operate tractors, bulldozers, or other power-operated equipment on paved surfaces when their treads or wheels of which are so shaped as to cut or otherwise damage such surfaces.

E. Restore surfaces damaged by the Contractor's operations to a condition at least equal to that in which they were found immediately before work commenced. Use suitable materials and methods for such restoration.

3.14 BACKFILLING - GENERAL:

A. Do not place, spread, roll or compact fill material during unfavorable weather conditions. If interrupted by heavy rain or other unfavorable conditions, do not resume until ascertaining that the moisture content and density of the previously placed soil are as specified.

B. Do not use puddling, ponding or flooding as a means of compaction.

3.15 MATERIAL PLACEMENT AND COMPACTION REQUIREMENTS:

A. Select Borrow, and Fine Aggregate:

1. Dump and spread in layers not to exceed 8-in. [20 cm] uncompacted thickness.

2. Compact, fill and backfill under structure and bedding for pipes (from below pipe to spring line) as indicated but to not less than 95 percent. Compact to not less than 90 percent in other areas unless otherwise indicated.

3. Screened Gravel and Crushed Stone:

4. Dump and spread in layers not to exceed 8-in. [20 cm] uncompacted thickness.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02210-11 Bid Set 5. Compact using self propelled vibratory steel drum or rubber tire rollers with a minimum of 4 passes in directions perpendicular to one another in open areas. In small areas, use manually operated vibratory plate compactors with a minimum of 4 passes.

6. Bank-run Gravel and Acceptable materials for use as non-structural fill:

7. Dump and spread in layers not to exceed 12-in. [30 cm] uncompacted thickness.

8. Compact to not less than 90 percent unless otherwise indicated.

9. Backfilling and filling operation shall be suspended in areas where tests are being made until tests are completed and the testing laboratory has advised the Engineer that adequate densities are obtained.

3.16 STRUCTURAL FILL AND BACKFILL UNDER STRUCTURES:

A. Compact fill and backfill under structures and pavements with screened gravel, crushed stone, select borrow, or fine aggregate as specified and indicated.

3.17 NON-STRUCTURAL BACKFILL AROUND STRUCTURES:

A. Use acceptable materials for non-structural backfill around structures and compacted as specified and indicated.

1. Conduct hydraulic testing as soon as practicable after structures are constructed and other necessary work has been done. Start backfilling promptly after completion of tests.

2. Deposit material evenly around structure to avoid unequal soil pressure.

3. Do not place backfill against or on structures until they have attained sufficient strength to support the loads (including construction loads) to which they will be subjected, without distortion, cracking, or other damage.

3.18 BACKFILLING PIPE TRENCHES:

A. General:

1. Begin backfilling and proceed until completed after: the pipes and conduits have been laid, joints have acquired maximum degree of hardness, pipelines and conduits have successfully passed tests and inspections as required in the Specifications, and concrete or masonry structures within the trench have reached their design strength to support all loads.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02210-12 Bid Set 2. Backfill and compact indicated material under, around, and above pipes, conduits, and other structures to the indicated or specified compaction density requirement. Utilize compaction devices which will not damage the pipe, conduit, or structure within the trench.

3. Do not drop backfill material into trench from a height of more than 5 ft. [150 cm], or in a manner which will damage the pipe, conduit, or other structure within trench.

4. Pipe Trenches:

5. Materials:

6. From below pipe to 1 ft. [30 cm] above top of pipe: Use screened gravel, or crushed stone, unless otherwise indicated.

7. One foot [30 cm] above top of pipe to finished grade or to pavement subbase: Use bank-run gravel or acceptable materials, unless otherwise indicated.

8. Compacting Around Pipes: Compact material around circumference of pipe and the area between the trench wall and the pipe by hand tamping in 6 inches [15 cm] layers.

9. Compacting Above Pipe: Compact material by hand tamping. If trench width is wide enough to accommodate power tools and the compacted material over the pipe will support the load of the power tools without damage to the pipe, use rollers or other powered compaction equipment able to more readily achieve compaction requirements.

3.19 MATERIAL FOR FILLING AND EMBANKMENTS:

A. Use acceptable materials for filling and building embankments unless otherwise indicated.

3.20 PLACING AND COMPACTING EMBANKMENT MATERIAL:

A. Compact fill material as specified and indicated.

B. Perform fill operation in an orderly and systematic manner using equipment in proper sequence to meet the specified compaction requirements.

C. Place fill on surfaces which are free of unacceptable materials.

D. Begin filling in lowest section of work area. Grade surface of fill approximately horizontal but provide with sufficient longitudinal and transverse slope to allow for runoff of surface water from every point.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02210-13 Bid Set

E. Conduct filling so that no obstruction to drainage from other sections of fill area is created at any time.

F. Reduce moisture content of fill material, if necessary, in source area by working it over under warm and dry atmospheric conditions. A large disc harrow with two to three foot diameter disks may be required for working soil in a drying operation.

G. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and free from humps and hollows which would prevent proper and uniform compaction. Do not permit hauling equipment to follow a single track on the same layer but direct equipment to spread out to prevent overcompaction in localized areas. Take care in obtaining thorough compaction at edges of fill.

H. Slightly slope surface of fill to ensure drainage during periods of wet weather. Do not place fill while rain is falling or after a rain-storm until the Engineer considers conditions satisfactory. During such periods and upon suspension of filling operations for any period in excess of 12 hours, roll smooth the surface of fill using a smooth wheel static roller to prevent excessive absorption of rainfall and surface moisture. Prior to resuming compaction operations, remove muddy material off surface to expose firm, compacted material, as determined by the Engineer.

I. When fill is placed against an earlier fill or against in-situ material under and around structures, including around piping beneath structures or embankments, slope junction between two sections of fill, 1 vertical to 1.5 horizontal. Bench edge of existing fill 24- in. [60 cm] to form a serrated edge of compact stable material against which to place the new fill. Ensure that rolling extends over junction between fills.

J. When fill is placed directly upon another older fill, clean surface thoroughly of debris and remove any loose material. Then proof roll the entire old surface.

K. After spreading each loose lift to the required thickness and adjusting its moisture content as necessary, roll with sufficient number of passes to obtain the required compaction. One pass is defined as the required number of successive trips which by means of sufficient overlap will insure complete coverage and uniform compaction of an entire lift. Do not make additional passes until previous pass has been completed.

L. In case material of any fill sinks and weaves under roller or under hauling units and other equipment, required degree of compaction is not being obtained. Reduce the moisture content. If such sinking and weaving produces surface cracks, suspend operations on that part of the embankment until it becomes sufficiently stabilized. Ideal condition in fill is that attained when the entire fill below the surface being rolled is so firm and hard as to show only the slightest weaving and deflection as roller passes. Spread out rolling operations over the maximum practicable area to minimize condition of sinking and weaving.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02210-14 Bid Set M. If because of defective workmanship, compaction obtained over any area is less than that required, remedy condition at no cost to Owner. If additional rolling or other means fail to produce satisfactory results, remove material in that area down to a level of satisfactory density. Perform removal, replacement, and rerolling without additional compensation.

3.21 COMPACTION CONTROL OF BACKFILL, FILL, AND EMBANKMENT:

A. Compact to density specified and indicated for various types of material. Control moisture content of material being placed as specified or if not specified, at a level slightly lower than optimum.

B. The soil testing laboratory shall provide inspection during filling or backfilling operations to ensure compaction of screened gravel or crushed stone and record compaction equipment in use.

C. Moisture control may be required either at the stockpile area, pits, or on embankment or backfill. Increase moisture content when material is too dry by sprinkling or other means of wetting uniformly. Reduce moisture content when material is too wet by using ditches, pumps, drainage wells, or other devices and by exposing the greatest possible area to sun and air in conjunction with harrowing, plowing, spreading of material or any other effective methods.

3.22 ALLOWANCE FOR SHRINKAGE:

A. Build embankments or backfill to a height above finished grade which will, in the opinion of the Engineer, allow for the shrinkage or consolidation of material. Initially, provide at all points, an excess of at least one percent of total height of backfill measured from stripped surface to top of finished surface.

B. Supply specified materials and build up low places as directed, without additional cost if embankment or backfilling settles so as to be below the indicated level for proposed finished surface at any time before final acceptance of the work.

3.23 CONTRACT CLOSEOUT

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 02210-15 Bid Set SECTION 02223

SCREENED GRAVEL

PART 1 – GENERAL

1.01 DESCRIPTION:

A. Provide and compact screened gravel as indicated and specified.

1.02 RELATED WORK:

A. Section 02210: Earth Excavation, Backfill, Fill and Grading

1.03 REFERENCES:

A. American Society for Testing and Materials (ASTM) Publications:

1. C33: Specification for Concrete Aggregates

2. D422: Test Method for Particle-Size Analysis of Soils.

1.04 SUBMITTALS:

A. Submit the following in accordance with Section 01300:

1. Gradation test result from the soil testing laboratory, at least two (2) weeks prior to hauling material, for the Engineer’s acceptance.

2. Submit a 20-lb. [9 kg] sample of the material when requested by the Engineer.

1.05 QUALITY ASSURANCE:

A. Provide in accordance with Section 01400 and as specified.

B. Qualifications of the independent soil testing laboratory as specified in Section 02210.

C. Maximum particle size and gradation analyses shall be performed in accordance with ASTM D422.

D. Material testing frequency and requirements as specified in Section 02210.

PART 2 – PRODUCTS

2.01 MATERIAL:

City of North Miami Pump Station “A” Rehab – 100% Submittal 02223-1 Bid Set

A. Screened gravel: Gradation and physical property requirements of screened gravel shall conform to ASTM C33, Coarse Aggregate number 67.

B. Screened gravel for station site: Gradation and physical property requirements of screened gravel shall conform to ASTM C33, Coarse Aggregate number 57.

1. Contractor shall excavate to 12 inches below grade and install geotextile fabric under 12 inches of screened gravel as indicated.

C. Screened gravel shall be free from roots, leaves, and other organic materials.

D. Crushed rock of equivalent size and grading may be used instead of screened gravel.

PART 3 – EXECUTION

3.01 PLACEMENT AND COMPACTION:

A. Specified in Section 02210 and as indicated on the drawings.

3.02 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 02223-2 Bid Set

SECTION 02507

PRIME AND TACK COATS

GENERAL

1.01 WORK INCLUDED

A. The work specified in this section consists of an application of bituminous material on previously prepared base in accordance with these specifications and in conformity with the line, grades, dimensions and notes shown on the Drawings.

B. Tack coat will be required prior to overlaying existing pavement.

1.02 RELATED WORK

A. Section 02510 - Asphaltic Concrete Pavement

PRODUCTS

2.01 MATERIALS

A. Prime Coat: Unless otherwise indicated, the material used for the prime coat shall be cut back asphalt, Grade RC-70 or RC-250 and shall conform with the requirements specified in AASHTO Designated M 81-75 (1982). Unless otherwise indicated, the use of either RC-70 or RC-250 shall be at the CONTRACTOR’S option.

B. Tack Coat: The material used for the tack coat shall be emulsified asphalt, Grade RS-2 and shall conform with the requirements specified in AASHTO Designation M 140- 82.

2.02 EQUIPMENT

A. The pressure distributor used for placing the tack or prime coat shall be equipped with pneumatic tires having sufficient width of rubber in contact with the road surface to avoid breaking the bond of or forming a rut in the surface. The distance between the centers of openings of the outside nozzles of the spray bar shall be equal to width of the application required, within an allowable variation of 2-inches. The outside nozzle at each end of the spray bar shall have an area of opening of not less than 25 percent, nor more than 75 percent in excess of other nozzles which shall have uniform openings.

When the application covers less than the full width, the normal opening of the end nozzle at the junction line may remain the same as those of the interior nozzle.

Not Used

City of North Miami Pump Station “A” Rehab – 100% Submittal 02507-1 Bid Set

EXECUTION

4.01 PREPARATION

A. Before applying any bituminous material, all loose material, dust, dirt, and foreign material, which might prevent proper bond with the existing surface, shall be removed. Particular care shall be taken to clean the outer edges of the strip to be treated in order to ensure that the prime or tack coat will adhere.

B. When the prime or tack coat is applied adjacent to curb and gutter, or another concrete surface (except where they are to be covered with a bituminous wearing coarse) such concrete surfaces shall be protected by heavy paper or other protective material while the primer or tack coat is being applied. Any bituminous material deposited on such concrete surfaces shall be removed immediately.

4.02 WEATHER LIMITATIONS

A. No bituminous material shall be applied when the air temperature is less than 50 degrees Fahrenheit in the shade, or when the weather conditions or the condition of the existing surface is unsuitable. In no case shall bituminous material be applied while rain is falling or when there is water on the surface to be covered.

4.03 APPLICATION OF PRIME COAT

A. After the base has been finished the full width of surface shall be swept with a power broom supplemented with hand brooms and mechanical blowers prior to the application of prime coat. Care shall be taken to remove all loose dust, dirt and objectionable matter. If deemed necessary, the base shall be lightly sprinkled with water immediately in advance of the prime coat. The prime coat shall be applied to the full width of the base.

B. The temperature of the prime material shall be such as to insure uniform distribution. The material shall be applied with a pressure distributor as specified above. The amount to be applied shall be sufficient to coat the surface thoroughly and uniformly without any excess to form pools or to flow off the base. For limerock base, the rate of application shall not be less than 0.10 gallons per square yard; for shell base, the rate of application shall not less than 0.15 gallons per square yard.

C. If the roadway is to be opened for use following the application of the prime material, a light uniform application of clean sand shall be applied and rolled. The sand shall be nonplastic, shall be free from slit and rock particles and shall not contain any sticks, vegetation, grass roots, or organic matter. After the sand covering has been applied, the surface may be opened to traffic.

4.04 APPLICATION OF TACK COAT

City of North Miami Pump Station “A” Rehab – 100% Submittal 02507-2 Bid Set

A. In general, a tack coat will not be used on primed bases except in areas which have become excessively dirty and cannot be cleaned or where the prime has cured and lost all of its bonding effect.

B. No tack coat shall be applied until the primed base or leveling course has been cleaned and is free from sand, dust or other objectionable material.

C. The tack coat shall be applied with a pressure distributor as specified above. It shall be heated to a suitable consistency and applied in a thin uniform layer at the rate of between .02 gallons and .08 gallons per square yard.

D. The tack coat shall be applied sufficiently in advance of the laying of the wearing surface to permit drying but shall not be applied so far in advance or over such an area as to lose its adhesiveness as a result of being covered with dust or other foreign material. Suitable precautions shall be taken by the CONTRACTOR to protect the surface while the tack coat is drying and until the wearing surface is applied.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 02507-3 Bid Set

SECTION 02510

ASPHALTIC CONCRETE PAVEMENT

PART 1 - GENERAL

1.01 WORK INCLUDED

A. The work specified in this section consists of the construction of asphaltic concrete surface course composed of a mixture of aggregates, mineral filler and asphalt cement properly laid upon a prepared base or a newly constructed and compacted, primed and tacked roadway base course, in accordance with these specifications and in conformity with the lines, grades, thickness and typical cross section shown on the Drawings. The CONTRACTOR shall furnish asphaltic concrete surface course in the locations and to the extent indicated on the Drawings. Minimum required thickness shall be as listed below.

1. For new asphalt roadway pavement construction or reconstruction, provide asphaltic concrete structural surface course consisting of one of the following:

(a) “Superpave Asphalt Concrete” per Section 334 of FDOT Standard Specifications for Road and Bridge Construction (b) Type SP-9.5 asphaltic concrete surface course (c) Or as otherwise required by the roadway jurisdiction and/or as indicated on the plans.

Thickness of the asphalt course shall be one and a half (1.5”) inch thick minimum, or as specified on the Drawings.

1.02 QUALITY ASSURANCE

A. Construction of asphaltic concrete surface courses shall be in accordance with the Standard Specifications for Road and Bridge Construction (current edition), of the Florida Department of Transportation, and supplements thereto, hereinafter referred to as FDOT Specifications, except as amended herein. The FDOT Specifications are hereby made a part of this contract to the extent they are applicable thereto and shall be as binding upon the CONTRACTOR as though reproduced herein.

1.03 RELATED SECTIONS

A. Section 02332 - Limerock Base.

B. Section 02507 - Prime and Tack Coats.

PART 2 - PRODUCTS

City of North Miami Pump Station “A” Rehab – 100% Submittal 02510-1 Bid Set

2.01 MATERIALS

A. Bituminous Material: Asphalt cement, Viscosity Gard AC-20 or AC-30, shall conform to the requirements of FDOT Specifications, Section 916-1.

B. Coarse Material: Coarse aggregate, stone or slag shall conform to the requirements of FDOT Specifications, Section 901.

C. Fine Aggregate Material: Fine aggregate shall conform to the requirements of FDOT Specifications Section 902.

D. Mineral Filler: Mineral filler shall conform to the requirements of FDOT Specifications, Sections 917-1 and 917-2.

2.02 GENERAL COMPOSITIONS OF MIXTURE:

A. The bituminous mixture shall be composed of a combination of aggregate (coarse, fine, or mixture thereof), mineral filler, if required, and bituminous material. The several aggregate fractions shall be sized, uniformly graded and combined in such proportion that the resulting mixture will meet the grading and physical properties of the approved job mix formula.

B. In all cases, the job mix formula shall be within the design ranges in FDOT Specification Section 334 or as specified in the following table.

Gradation Design Range

Sieve Size % by Weight Passing Type SP-9.5 ¾-inch ½-inch 100 3/8-inch 88-100 No. 4 60-90 No. 10 40-70 No. 40 20-45 No. 80 10-30 No. 200 2-6

2.03 JOB MIX FORMULA

A. No work shall be started on the specific project until the ENGINEER has approved the job mix formula.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02510-2 Bid Set

B. The job mix formula shall conform to the requirements of FDOT Specifications, Section 334. In addition, the job mix formula shall include test data showing that the material as produced meets the requirements of the following table:

Minimum Minimum Min Effective Mix Marshall Flow VMA Air Asphalt Type Stability (0.01 in) (%) Voids Content (%) (%) (%) SP-9.5 1,500 8 – 14 15 3 – 7 5.5

PART 3 - EXECUTION

3.01 TRANPORTATION

A. The mixture shall be transported in tight vehicles previously cleaned of all foreign material and, if necessary, each load shall be covered with a waterproof canvas cover of sufficient dimensions to protect it from weather conditions. The inside surface of the truck bodies may be thinly coated with soapy water, or a mixture of water with not more than five percent of lubricating oil, but no excess of either shall be used. After the truck bodies are coated and before any mixture is placed therein, they shall be raised so that all excess water will drain out. Kerosene, gasoline or similar products shall not be used to prevent adhesion.

3.02 LIMITATION FOR SPREADING

A. The mixture shall be spread only when the surface is properly prepared and is intact, firm, cured and dry. No mixture shall be spread when the air temperature is less than 40 degree Fahrenheit, nor when the spreading cannot be finished and compacted during the daylight hours. The temperature of the mix at the time of spreading shall not be less than 230 degree Fahrenheit.

3.03 PLACING

A. The mixture shall be placed in accordance with the requirements of FDOT Specifications, Section 330-6. The new asphalt pavement shall be placed in two lifts. The second lift shall match the elevation of the adjacent pavement.

3.04 COMPACTING

A. The mixture shall be compacted in accordance with the requirements of FDOT Specifications 330-7.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02510-3 Bid Set

3.05 JOINTS

A. Joints shall conform with the requirements of FDOT Specifications, Section 330-8.

3.06 FIELD QUALITY CONTROL

A. Surface Requirements: Depressions which may develop after initial rolling shall be remedied by loosening or removing the mixture and adding new material to bring the areas to a true surface. No skin patching shall be done. Such portions of the completed pavement which are defective in surface compaction or in composition, or that do not comply with all other requirements of these specifications, shall be taken up and replaced with suitable mixture, properly laid in accordance with these specifications and at the expense of the CONTRACTOR.

B. Surface depressions with standing water exceeding ¼” in depth will not be allowed by the City and shall be repaired by the Contractor at no additional cost.

C. Thickness Requirements: The thickness of the compacted asphaltic concrete surface course shall be no less than that shown on the Drawings as determined by coring. Thickness testing and correction of defective work shall be as specified in FDOT Specification Section 330-9.

D. “As-Built” limerock elevations shall be signed and sealed by a registered land surveyor and submitted to the Project Engineer for approval prior to placement of asphalt. Elevation shall be taken at high and low points, midpoint, intersections and breaks in grade at intervals not to exceed 50 feet. No separate pay item is included in bid form for this work. Include limerock as-built cost in asphalt section.

E. Protection of Pavement: After the completion of the pavement, no vehicular traffic of any kind shall be permitted on the pavement until it has set sufficiently to prevent rutting or other distortion.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 02510-4 Bid Set SECTION 02515

DISINFECTING OF WATER UTILITY DISTRIBUTION

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Section Includes:

1. Disinfection of water mains in accordance with AWWA C651; except as modified below.

1.02 REFERENCES:

A. American Water Works Association (AWWA):

1. C651: Disinfecting Water Mains.

B. Miami-Dade County Health Department requirements

1.03 SEQUENCING:

A. Basic procedure for disinfecting water mains:

1. Inspecting materials to be used to ensure their integrity.

2. Preventing contaminating materials from entering the water main during storage, construction, or repair and noting potential contamination at the construction site.

3. Removing, by flushing or other means, those materials that may have entered the water main.

4. Chlorinating any residual contamination that may remain and flushing the chlorinated water from the main.

5. Protecting the existing distribution system from backflow caused by hydrostatic pressure test and disinfection procedures.

6. Documenting that an adequate level of chlorine contacted each pipe to provide disinfection.

7. Determining the bacteriological quality by laboratory test after disinfection.

8. Final connection of the accepted new water main to the active distribution system.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02515-1 Bid Set 1.04 SUBMITTALS:

A. Submit the following in accordance with Section 01300.

1. Supervisor qualifications.

2. Equipment list.

1.05 QUALITY ASSURANCE:

A. Comply with the requirements specified in Section 01400.

B. Regulatory Requirements:

1. Disinfection work shall be acceptable to Owner and Department of Health. If requirements of this section are in conflict with requirements of regulatory agencies, the latter shall govern.

C. Source Quality Assurance:

1. Perform Work in connection with disinfection under direction of experienced supervisor.

2. Use equipment in proper working condition and adequate for specified Work.

D. Prior to starting disinfection work, furnish detailed outline of proposed sequence of operation, manner of filling and flushing units, source and quality of water to be used, and disposal of wasted water.

E. Perform work in connection with disinfection under direction of experienced supervisor.

F. Use equipment in proper working condition and adequate for specified work.

1.06 DELIVERY STORAGE AND HANDLING:

A. Comply with the requirements specified in Section 01610.

1.07 PROJECT CONDITIONS:

A. Disposal of the chlorinated disinfection water and the flushing water is the Contractor's responsibility.

B. Schedule the rate of flow and locations of discharges in advance to permit review and coordination with Owner and cognizant regulatory authorities:

1. Miami-Dade Regulatory & Economic Resources

City of North Miami Pump Station “A” Rehab – 100% Submittal 02515-2 Bid Set PART 2 - PRODUCTS

2.01 OWNER-SUPPLIED PRODUCTS:

A. The Owner will provide potable water for the first disinfection effort. Submit request for use of water from waterlines of Owner 48 hours in advance. If bacteriological testing shows that the first disinfection effort was not successful, the Contractor will be charged, at the Owner's current rates, the cost of additional water for subsequent disinfection efforts.

2.02 MATERIALS:

A. Water: Use potable water for cleaning and disinfection.

B. Chlorine: Provide in accordance with AWWA C652.

1. Liquid Chlorine: Inject with a solution feed chlorinator and a water booster pump. Follow the instructions of the chlorinator manufacturer.

2. Calcium Hypochlorite (Dry): Dissolve in water to a known concentration in a drum and pump into the pipeline at a metered rate. Tablet form calcium hypochlorite may be used only for water mains up to 12 inches in diameter and less than 2,500 feet in length.

3. Sodium Hypochlorite (Solution): Further dilute in water to desired concentration and pump into the pipeline at a metered rate.

2.03 EQUIPMENT:

A. Have ready list of equipment used for disinfecting work.

2.04 ACCESSORIES:

A. Chlorine Residual Test Kit: For measuring chlorine concentration, supply and use a medium range, drop count, DPD drop dilution method kit per AWWA C651, Appendix A.1. Maintain kits in good working order available for immediate test of residuals at point of sampling.

PART 3 - EXECUTION

3.01 PREPARATION:

A. Disinfect in accordance with Miami-Dade County Health Department requirements.

B. Isolate new work being disinfected from system to avoid possibility of contaminating materials entering distribution system.

C. Water Main:

City of North Miami Pump Station “A” Rehab – 100% Submittal 02515-3 Bid Set 1. Remove debris and material not part of pipe.

2. Clean using high pressure water jet or other equally effective means to remove dirt and foreign material.

3. Cleaning shall:

a. Remove deposits of foreign nature.

b. Remove growths.

c. Avoid damage to structure.

d. Avoid contamination by workers and equipment.

4. Remove water, dirt, and foreign material and dispose.

5. Water used in cleaning reservoir shall be wasted before adding chlorinating agent to reservoir.

D. Method of disinfection for water containment devices and piping systems shall conform to AWWA C651.

3.02 CHLORINE PREPARATION:

A. Liquid Chlorine:

1. Apply chlorine gas-water solution by means of solution feed chlorinating device or, if accepted by Engineer, dry gas may be fed directly through proper devices for regulating rate of flow and providing effective diffusion of gas into water within unit being treated.

2. Provide chlorinating devices for feeding solutions of chlorine gas that prevent backflow of water into chlorine cylinder.

B. Calcium Hypochlorite:

1. Prepare granular calcium hypochlorite as water mixture before introduction into unit. Make dry powder into paste and thin to approximately 1 percent chlorine solution.

2. To prepare chlorine solution, add 1 lb of calcium hypochlorite (65 to 70 percent available chlorine to 7-1/2 gallons of water.

3.03 PIPELINE PREPARATION:

A. After pressure and leakage tests complete, flush units thoroughly to remove foreign material.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02515-4 Bid Set B. Release entrapped air at high points and fill units with disinfecting agent and water to allow disinfecting agent to come in contact with interior surfaces.

C. If complete venting cannot be accomplished through available outlets, provide necessary corporation cocks and vent piping.

3.04 APPLICATION OF DISINFECTANT:

A. Point of Application:

1. Apply chlorinating agent at supply end of unit being disinfected.

2. For pipes, apply disinfectant through corporation cock installed in top of pipe.

3. Place tablets in accordance with AWWA C651.

B. Rate of Application:

1. Introduce water at controlled rate in order to regulate chlorine dosage.

2. Proportion rate of chlorine mixture flow to rate of water entering unit so chlorine dose applied produces at least 25 mg/L chlorine residual after period of 24 hours.

3. Method of determining rate of flow of water into unit being disinfected shall be accepted by Engineer.

C. Isolating Systems:

1. Keep chlorine gas-water disinfecting solution and contaminated water from flowing into units previously chlorinated and flushed.

D. Quality:

1. Retain chlorinated water in unit long enough to destroy non-spore forming bacteria.

2. Minimum retention period shall be 24 hours with chlorine residual at end of this period of not less than 25 mg/L (ppm).

E. Disinfecting Valves:

1. Operate valves and appurtenances while line or unit is being disinfected to ensure surfaces of valves are disinfected.

F. Swabbing:

1. Flush and swab pipe, fittings or valves that must be placed in service immediately with 5 percent solution of calcium hypochlorite immediately prior to assembly.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02515-5 Bid Set 2. Secure acceptance from Engineer before using this method of disinfection.

G. Valve Operation: Performed by Contractor.

3.05 DISINFECTING METHODS:

A. Continuous Feed Method:

1. Introduce potable water into the pipeline at a constant measured rate. Feed the chlorine solution into the same water at a measured rate. Proportion the two rates so that the chlorine concentration in the pipeline is maintained at a minimum concentration of 50 mg/L. Check the concentration at points downstream during the filling to ascertain that sufficient chlorine is being added.

B. Slug Method:

1. Introduce the water in the pipeline at a constant measured rate. At the start of the test section, feed the chlorine solution into the pipeline at a measured rate so that the chlorine concentration created in the pipeline is 300 mg/L. Feed the chlorine for a sufficient period to develop a solid column or "slug" of chlorinated water that will, as it passes along the line, expose all interior surfaces to a concentration of at least 300 mg/L for at least three hours.

C. Disinfection of Valves, Blind Flanges, and Appurtenances:

1. During the period that the chlorine solution or slug is in the section of pipeline, open and close valves to obtain a chlorine residual at hydrants and other pipeline appurtenances. Swab exposed faces of valves and blind flanges prior to bolting flanges in place with a 1 percent sodium hypochlorite solution.

D. Disinfection of Connections to Existing Pipelines

1. Disinfect isolation valves, pipe, and appurtenances in accordance with AWWA C651, Section 4.7. Flush with potable water until discolored water, mud, and debris are eliminated. Swab interior of pipe and fittings with a 1 percent sodium hypochlorite solution. After disinfection, flush with potable water again until water is free of chlorine odor.

E. Disinfection of Tapping Sleeves and Line Stopping:

1. Flush exterior of pipe with potable water after removal of existing coating.]Swab exterior of pipe with a 1 percent sodium hypochlorite solution. Disinfect per AWWA C651, Section 4.8. After completion of tapping and line stopping, swab interior of pipe, valves, and faces of flanges to be connected to bypass piping with a 1 percent sodium hypochlorite solution.

F. Confirmation of Residual:

City of North Miami Pump Station “A” Rehab – 100% Submittal 02515-6 Bid Set 1. After the chlorine solution applied by the continuous feed method has been retained in the pipeline for 24 hours, confirm that a chlorine residual of 50 mg/L minimum exists along the pipeline by sampling at air valves and other points of access, such as tapping valves.

2. With the slug method, confirm by sampling as the slug passes each access point and as it leaves the pipeline that the chlorine concentration in the slug is at least 50 mg/L.

3.06 FINAL FLUSHING AND TEST:

A. Following chlorination, flush unit or system until replacement water in system is proven to be comparable in quality to water which will enter unit or system.

B. Above acceptable condition of water delivered by each unit or system shall continue for at least 2 days, as demonstrated by laboratory examination of samples. Laboratory tests shall show chlorine residual, after final flushing, of less than 1 mg/L (ppm).

C. Repetition of Flushing and Testing:

1. If initial treatment results in unsatisfactory bacterial test, repeat disinfection until satisfactory results obtained at no additional cost to Owner.

D. Prevent entry of contaminated water into previously disinfected units or systems.

E. Provide test results to Engineer.

3.07 BACTERIOLOGIC TESTS:

A. Collect two sets of samples per AWWA C651, Section 5.1, deliver to a certified laboratory within six hours of obtaining the samples, and obtain a bacteriologic quality test to demonstrate the absence of coliform organisms in each separate section of the pipeline after chlorination and refilling. Collect at least one set of samples from every 1,200 feet of the new water main and line stopping insertion point, plus one set from the end of the line and at least one set from each branch. At each connection to an existing pipeline, take two additional samples.

B. Repetition of Procedure: If the initial chlorination fails to produce required residuals and bacteriologic tests, repeat the chlorination and retesting until satisfactory results are obtained.

C. Test Facility Removal: After satisfactory disinfection, disinfect and replace air valves, restore the pipe coating, and complete the pipeline where temporary disinfection or test facilities were installed.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02515-7 Bid Set 3.08 FIELD QUALITY CONTROL:

A. Owner will obtain samples for and submit to laboratory for analysis before reservoir placed in service.

B. If safe samples not obtained using above procedure, Contractor shall add additional chlorine in amounts necessary to obtain safe samples.

3.09 CLOSEOUT ACTIVITIES:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 02515-8 Bid Set

SECTION 02580

PAVEMENT MARKING

PART 1 - GENERAL

1.01 REQUIREMENT

A. This section consists of striping pavement and parking stall wheel stops as indicated on the Drawings, specified herein and as required for a complete installation.

1.02 SUBMITTALS

A. The CONTRACTOR shall submit shop drawings and other information to the ENGINEER for review in accordance with Section 01300, "Submittals".

1.03 QUALITY CONTROL

A. The phrase "DOT Specifications" shall refer to the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. The DOT Specifications are referred to herein and are hereby made a part of this Contract to the extent of such references and shall be as binding upon the Contract as though reproduced herein in their entirety.

PART 2 - PRODUCTS

2.01 PAVEMENT MARKINGS

A. Temporary Pavement Markings shall be painted in accordance with Sections 710 and 971 of FDOT Standard Specifications for Road and Bridge Construction and shall be installed immediately following the construction of new asphalt pavement.

B. Permanent Pavement Markings shall be thermoplastic in accordance with Sections 711 and 971 of FDOT Standard Specifications for Road and Bridge Construction and shall not be installed until after new asphalt has undergone a 30-day curing period.

PART 3 - EXECUTION

3.01 PAVEMENT MARKING

A. The surface which is to be painted shall be cleaned, by compressed air or other effective means, immediately before the start of painting, and shall be clean and dry when the paint is applied. Any vegetation or soil shall be removed from the pavement before edge striping is begun. B. The traffic stripe shall be of the specified width, with clean, true edges and without sharp breaks in the alignment. A uniform coating of paint shall be obtained and the

City of North Miami Pump Station “A” Rehab – 100% Submittal 02580-1 Bid Set

finished stripe shall contain no light spots or paint skips. Any stripes which do not have a uniform, satisfactory appearance, both day and night, shall be corrected.

C. All newly painted stripes, including edge stripes, shall be protected until the paint is sufficiently dry to permit vehicles to cross the stripe without damage from the tires. While the center line stripes are being painted, all traffic shall be rouged away from the painting operations and the newly painted stripe. When necessary, a pilot car shall be used to protect the painting operations from traffic interference.

D. Any portions of the stripes damaged by passing traffic or from other cause shall be repainted at the CONTRACTOR’s expense.

1. Thermoplastic Traffic Stripes and Markings: Thermoplastic pavement markings, including stripes, pavement messages, stop bars, directional arrows, reflective pavement markers and other miscellaneous items, will be replaced to match preconstruction conditions. The thermoplastic compound shall be as specified in Section 711 of the D.O.T. Specifications. The thermoplastic compound shall be extruded or sprayed onto the pavement surface in a molten state by mechanical means, with surface application of glass spheres, when required, and upon cooling to ambient pavement temperature shall produce an adherent pavement marking of specified thickness and width and capable of resisting deformation.

E. The portion of the pavement surface or thermoplastic marking to which the marker is attached by the adhesive shall be cleaned of dirt, curing compound, grease, oil, moisture, loose or unsound pavement and any other material which would adversely affect the adhesive. Reflective markers shall be installed in such a manner that the reflective face of the marker is perpendicular to a line parallel to the roadway centerline. No markers shall be installed over longitudinal or transverse joints of the pavement surface. The adhesive shall be spread on the bonding surface (not the marker) so that 100 percent of the bonding area of the marker will be covered.

The adhesive application shall be of sufficient thickness so that when the marker is pressed into the adhesive, excess adhesive shall be forced out around the entire perimeter of the marker. All excessive adhesive shall be removed from in front of the reflective faces, if any adhesive or foreign matter adheres to the reflective face of the marker, the marker shall be replaced. The ENGINEER shall determine the minimum time necessary to cure the adhesive for sufficient set to bear traffic.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 02580-2 Bid Set SECTION 02615

DUCTILE-IRON PIPE AND FITTINGS

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide and test ductile-iron pipe and fittings, as indicated and specified.

B. Options:

1. For buried exterior pipelines provide push-on joint pipe.

a. Provide restrained push-on pipe as indicated and specified

b. Provide either restrained push-on joint fittings as specified and indicated or provide mechanical joint fittings with restraint system as specified herein

2. For piping exposed as in buildings and galleries, provide flanged or rigid-joint, grooved-coupled pipe and fittings.

3. Cast iron pipe and fittings are not acceptable.

1.02 REFERENCES:

A. American National Standards Institute, Inc. (ANSI) Standards:

1. A21.4: Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water.

2. A21.10: Ductile-Iron and Gray-Iron Fittings, 3 in. through 48 in., for Water and Other Liquids.

3. A21.11: Rubber-Gasket Joints for Ductile-Iron and Gray-Iron Pressure Pipe Fittings.

4. A21.15: Flanged Ductile-Iron Pipe with Threaded Flanges.

5. A21.50: Thickness Design of Ductile-Iron Pipe.

6. A21.51: Ductile-Iron Pipe, Centrifugally Cast in Metal Molds, or Sand-Lined Molds, for Water or Other Liquids.

7. A21.53: Ductile-Iron Compact Fittings, 3-in through 16-in. for Water and Other Liquids.

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02615-1 Bid Set

8. B16.1: Cast-Iron Pipe Flanges and Flanged Fittings, Class 25, 125, 250, and 800.

9. B16.21: Nonmetallic Flat Gaskets for Pipe Flanges.

10. B16.42: Ductile Iron Pipe Flanges and Flanged Fittings.

B. American Society for Testing and Materials (ASTM) Publications:

1. A307: Carbon Steel Bolts and Studs, 60,000 psi Tensile.

C. American Water Works Association (AWWA) Standards:

1. C606: Grooved and Shoulder Joints.

1.03 SUBMITTALS:

A. Submit the following in accordance with Section 01300:

1. Piping layouts in full detail.

2. Location of pipe hangers and supports.

3. Location and type of backup block or device to prevent joint separation.

4. Large scale details of wall penetrations and special castings.

5. Schedules of all pipe, fittings, special castings, couplings, expansion joints, and other appurtenances.

B. Certificates: Sworn and notarized certificates in duplicate of shop tests showing compliance with appropriate standard.

C. Manufacturer's Literature:

1. Catalog cuts of joints, couplings, harnesses, expansion joints, gaskets, fasteners and other accessories.

2. Brochures and technical data on coatings and lining's and proposed method of application.

D. Material Certification:

1. Provide certification from the pipe and fittings manufacturer that the materials of construction specified are recommended and designed for the service conditions specified and indicated. If materials other than those specified are proposed based on incompatibility with the service conditions, provide technical data and

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02615-2 Bid Set certification that the proposed materials are recommended and designed for the service conditions specified and indicated including an installation list of a minimum of five (5) installations in operation for a minimum of five (5) years. Provide proposed materials at no additional cost to the Owner.

2. Where materials are not specified, provide technical data and certification that the proposed materials are recommended and designed for the service conditions specified and indicated.

E. A copy of the contract mechanical process, civil and structural drawings, with addenda that are applicable to the equipment specified in this section, marked to show all changes necessary for the equipment proposed for this specification section. If no changes are required, mark all drawings with “No changes required” or provide a statement that no changes are required.

1. Failure to include all drawings or a statement applicable to the equipment specified in this section will result in submittal return without review until a complete package is submitted.

2. A copy of this specification section with addenda and all referenced specification sections with addenda, with each paragraph check-marked to indicate specification compliance or marked and indexed to indicate requested deviations and clarifications from the specified requirements.

a. If deviations and clarifications from the specifications are indicated, therefore requested by the Contractor, provide a detailed written justification for each deviation and clarification.

b. Failure to include a copy of the marked-up specification sections and or the detailed justifications for any requested deviation or clarification will result in submittal return without review until marked up specifications and justifications are submitted in a complete package.

1.04 QUALITY ASSURANCE:

A. Provide in accordance with Section 01400 and as specified.

B. Inspect and test at foundry according to applicable standard specifications.

C. Owner reserves right to inspect and test by independent service at manufacturer's plant or elsewhere at his own expense.

D. Visually inspect before installation.

1.05 DELIVERY, STORAGE AND HANDLING:

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02615-3 Bid Set A. Provide in accordance with Section 01610 and as specified.

B. During loading, transportation and unloading, prevent damage to pipes and fittings. Load and unload each pipe under control at all times. Under no circumstances will a dropped pipe be used unless inspected and accepted by Owner’s Representative. Place skids or blocks under each pipe in the shop and securely wedge pipe during transportation.

PART 2 - PRODUCTS

2.01 PIPE:

A. Ductile Iron:

1. Design conforming to ANSI A21.50.

2. Manufacture conforming to ANSI A21.15 or ANSI A21.51.

3. Thickness class, unless otherwise indicated or specified:

a. Minimum Thickness Class 52.

b. Minimum thickness Class 53 for use with threaded flanges.

c. Minimum thickness Class 53 for use with flanged pipe.

d. Minimum thickness for use with grooved couplings conforming to AWWA C606.

4. Manufactured in accordance with “Buy America.”

2.02 PIPE FOR USE WITH COUPLINGS:

A. As specified above except ends shall be plain.

B. With bolted split sleeve couplings, ends cast or machined at right angles to axis.

C. With grooved type coupling:

1. Ductile-Iron of thickness class specified above.

2. Grooved End dimensions conforming to AWWA C606 for flexible or rigid joints to suit joint requirements.

2.03 FITTINGS:

A. Provide fittings conforming to ANSI A21.10 or ANSI A21.53, at least Class 150.

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02615-4 Bid Set

B. Provide all bell push-on or mechanical-joint fittings unless otherwise indicated or specified.

C. Face and drill flanged fittings conforming to ANSI A21.10 except special drilling or tapping as necessary for correct alignment and bolting.

D. If flanged fittings are not available under ANSI A21.10 provide fittings conforming to ANSI B16.1 in 125 lb. pressure class.

E. Provide standard base fittings where indicated.

F. Provide grooved-end fittings ductile-iron conforming to ANSI A21.10 (AWWA C110) for center-to-face dimensions.

1. End preparation for grooved-ends conforming to AWWA C606 for flexible or rigid joints as required by type of joint.

2.04 NONSTANDARD FITTINGS:

A. Acceptable design.

B. Same diameter and thickness as standard fittings.

C. Manufactured to meet requirements of same specifications as standard fittings except for laying length and types of ends.

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02615-5 Bid Set 2.05 WALL CASTINGS:

A. Provide size and type indicated and specified.

1. Piping 24-inches and Smaller: Mechanical Joint with specified restraint or Restrained Push-On.

B. Wall Castings: Conform to requirements of ANSI A21.10 or fabricate of Class 53 ductile iron pipe with screwed on flanges and welded on waterstop. Screwed on mechanical or push-on joints are not acceptable.

C. Provide water stop centered in wall. Weld water stops on in factory under controlled conditions to ensure adequate strength to permit waterstop to absorb thrust up to the pressure rating of the pipe.

Wall Castings with annealed ductile iron water stops

Pipe Size Waterstop thickness, in 4”-12” 0.50 14”-24” 0.75

Wall Castings with fabricated steel water stops

Pipe Size Waterstop thickness, in 4”-16” 0.25 18”-24” 0.38

D. On flanged wall castings, provide space between the wall and flange to permit mounting the nuts on the flange bolts.

E. Flanged wall castings located with the flange flush with the wall are not acceptable.

F. Locate push-on joint wall castings with space between the bell and the wall to insert the follower bolts.

G. As an option, fabricated wall pipe of Schedule 40 Type 316L stainless steel may be substituted for wall castings specified above. Provide with waterstops of above dimensions and welded continuously on both sides of stop. Flanges of Type 316 stainless steel. Bolts for connection to buried pipe Type 316 stainless steel. Provide flange insulation gaskets, sleeves and washers for all flanges.

2.06 ADAPTERS:

A. Furnish and install for joining pipe of different types, unless solid sleeves indicated.

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02615-6 Bid Set 1. Provide ends conforming to above specifications for appropriate type of joint, to receive adjoining pipe.

2. Joining two classes of pipe may be of lighter class provided annular space in bell- and-spigot type joints sufficient for jointing.

2.07 JOINTS:

A. Provide push-on joint and mechanical joint pipe as indicated with necessary accessories, conforming to ANSI A21.11.

1. Provide gasket composition suitable for exposure to liquid within pipe.

B. Provide pipe flanges and accessories conforming to ANSI A21.15.

1. Provide flat faced flanges.

2. Provide 1/8 in. thick, full faced gaskets suitable for exposure to liquid within pipe.

C. Provide restrained joint on pipe and fittings where indicated. Provide restrained joint which is:

1. Boltless

2. Capable of being deflected after assembly

3. Designs using set screws or requiring field welding are not acceptable.

4. Manufacturers:

a. American Cast Iron Pipe Co. Flex-Ring.

b. U.S. Pipe TR FLEX.

c. Clow Super-Lock.

d. Or acceptable equivalent.

2.08 MECHANICAL JOINT FITTINGS – RESTRAINT SYSTEM

A. Provide restraint devices for pipe consisting of multiple gripping wedges incorporated into a follower gland meeting requirements of ANSI/AWWA C110/A21.10.

1. Mechanical joint restraint shall require conventional tools and installation procedures per AWWA C600, retaining full mechanical joint deflection during assembly and allowing joint deflection after assembly.

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02615-7 Bid Set

2. Provide actuation of the gripping wedges ensured with torque limiting twist off nuts.

3. Provide restraint devices Listed by Underwriters Laboratories (3” through 24” inch size) and Approved by Factory Mutual (3” through 12” inch size).

B. Working Pressure Rating:

1. 16-in and Smaller: 350 psi

2. 18-in and Larger: 250 psi

3. Minimum safety factor of 2 to 1.

C. Materials:

1. Gland body, wedges and wedge actuating components: Grade 65-45-12 ductile iron in accordance with ASTM A536.

2. Ductile iron gripping wedges: Heat treated, 370 to 470 BHN.

3. Provide three (3) test bars incrementally poured per production shift as per Underwriter’s Laboratory (U.L.) specifications and ASTM A536. Testing for tensile, yield and elongation in accordance with ASTM E8.

4. Provide chemical and nodularity tests performed as recommended by the Ductile Iron Society, on a per ladle basis.

5. Provide an identification number consisting of year, day, plant and shift (YYDDD)(plant designation)(Shift number) cast into each gland body.

6. Record all physical and chemical test results such that they can be accessed via the identification number on the casting. Provide the Material Traceability Records (MTR’s) available, in hard copy.

D. Manufacturer:

1. EBAA Iron MegaLug Series 1100

2.09 FLANGE ADAPTORS:

A. Provide restrained flange adaptors for pipe consisting of multiple individual gripping wedges incorporated into a follower gland meeting requirements of ANSI/AWWA C110/A21.10.

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02615-8 Bid Set 1. Provide actuation of the gripping wedges ensured with torque limiting twist off nuts.

2. Provide restraint devices Listed by Underwriters Laboratories (3-in through 12 in size) and Approved by Factory Mutual (4-in through 12-in size).

B. Joint Deflection capability:

1. 3-in thru 8-in: 5 degrees

2. 10-in and 12-in: 3 degrees

3. 14-in and 16-in: 2 degrees

C. Provide flange adaptor to maintgain seal with and 0.6 inch gap between end of pipe and mating flange

D. Working Pressure Rating:

1. 16-in and Smaller: 350 psi

2. 18-in: 300 psi

3. Minimum safety factor of 2 to 1.

E. Materials:

1. Gland body, wedges and wedge actuating components: Grade 65-45-12 ductile iron in accordance with ASTM A536.

2. Ductile iron gripping wedges: Heat treated, 370 to 470 BHN.

3. Provide three (3) test bars incrementally poured per production shift as per Underwriter’s Laboratory (U.L.) specifications and ASTM A536. Testing for tensile, yield and elongation in accordance with ASTM E8.

4. Provide chemical and nodularity tests performed as recommended by the Ductile Iron Society, on a per ladle basis.

5. Provide an identification number consisting of year, day, plant and shift (YYDDD)(plant designation)(Shift number) cast into each gland body.

6. Record all physical and chemical test results such that they can be accessed via the identification number on the casting. Provide the Material Traceability Records (MTR’s) available, in hard copy.

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02615-9 Bid Set

7. Provide coating for restraint devices consisting of the following:

a. Process all wedge assemblies and related parts through a phosphate wash, rinse and drying operation prior to coating application.

b. Coating: A minimum of two coats of liquid thermoset epoxy coating with heat cure to follow each coat.

c. Surface pretreat all casting bodies with a phosphate wash, rinse and sealer before drying. The coating shall be electrostatically applied and heat cured. Coating: Polyester based powder to provide corrosion, impact and UV resistance.

d. Coating system: MEGA-BOND by EBAA Iron, Inc.

F. Manufacturer:

1. EBAA Iron MegaFlange Series 2100

2.10 FLEXIBLE CONNECTIONS:

A. Use as specified or indicated:

1. Grooved couplings

2.11 GROOVED COUPLINGS:

A. Conform to AWWA C606.

B. Minimum pipe wall thickness specified under "Pipe for Use with Couplings."

C. Where grooved couplings are indicated to provide for expansion or flexibility, cut pipe grooves to provide necessary expansion or flexibility.

D. Where grooved couplings are used instead of flanged joints, joint to be of rigid type with pipe grooves cut to bring pipe ends together. Beam strength of joint shall be equal to or greater than that of flanged joint.

E. Hardware: Type 316 Stainless Steel

F. Manufacturer:

1. Victaulic Company or acceptable equivalent product.

2.12 FILLING RINGS:

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02615-10 Bid Set

A. Provide where necessary.

B. Materials, workmanship, facing, and drilling, conforming to 125-lb. ANSI Standard.

C. Suitable length with nonparallel faces and corresponding drilling, if necessary, for correct assembly of adjoining piping or equipment.

2.13 CONNECTIONS - TAPPED:

A. Provide service saddles for all taps for lines 24-inch and smaller.

1. Body: Ductile iron ASTM A395 or Bronze.

2. Straps and Hardware: Type 316 stainless steel.

2.14 PIPE COATING

A. Outside of pipe and fittings within structures: Clean and apply one shop coat with a 3 to 5 mil (75 to 125 µm) DFT of moisture cured urethane.

B. Outside surfaces of castings to be encased in concrete: No coating.

C. Machined surfaces cleaned and coated with rust-preventative compound at shop.

D. Outside of buried pipe and fittings: Standard bituminous coating conforming to AN Standard.

2.15 CERAMIC EPOXY LINING:

A. Material:

1. Amine cured novalac epoxy containing at least 20% by volume of ceramic quartz pigment, Protecto 401 or equal.

2. Permeability rating: 0.00 when tested according to Method A of ASTM E-96-66, Procedure A with a test duration of 30 days.

3. Provide the following testing performed on coupons from factory lined ductile iron pipe:

4. ASTM B-117 Salt Spray (scribed panel) - Results to equal 0.0 undercutting after two years.

5. ASTM G-95 Cathodic Disbondment 1.5 volts @ 77°F. Results to equal no more than 0.5mm undercutting after 30 days.

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02615-11 Bid Set

6. Immersion Testing rated using ASTM D-714-87.

7. 20% Sulfuric Acid - No effect after two years.

8. 140°F 25% Sodium Hydroxide - No effect after two years.

9. 160°F Distilled Water - No effect after two years.

10. 120°F Tap Water (scribed panel) - 0.0 undercutting after two years with no effect.

11. An abrasion resistance of no more than 3 mils (.075mm) loss after one million cycles using European Standard EN 598: 1994 Section 7.8 Abrasion Resistance.

B. Lining Thickness:

1. 40 mils nominal dry film thickness. No lining shall take place when the substrate or ambient temperature is below 40 degrees Fahrenheit. The surface also must be dry and dust free.

2. Provide the number of coats of lining material as recommended by the lining manufacturer.

C. Preparation and Application: As recommended by the lining manufacturer

D. Lining Inspection:

1. Check all ductile iron pipe and fitting for thickness using a magnetic film thickness gauge using the method outlined in SSPC-PA-2 Film Thickness Rating.

2. Test the interior lining of all pipe barrels and fittings for pinholes with a nondestruLining ctive 2,500 volt test. Any pinholes found shall be repaired prior to shipment at no additional cost to the Owner.

3. Mark each pipe joint and fitting with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work.

4. Certification: The pipe or fitting manufacturer must supply a certificate attesting to the fact that the applicator met the requirements of this specification, lining manufacturers recommendations for preparation and applicationand and that the material used is as specified.

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02615-12 Bid Set 2.16 GASKETS, BOLTS, AND NUTS:

A. Provide ring or full face synthetic rubber gaskets for flanged joints and neoprene faced phenolic for insulating gaskets.

1. 1/8 in. thick.

B. Make flanged joints with:

1. Bolts.

2. Bolt studs with nut on each end.

3. Studs with nuts where flange is tapped.

4. Plastic bolt sleeves and washers for insulating joints.

C. Number and size of bolts conform to same ANS as flanges.

D. Provide bolts and nuts, except as specified or indicated, Grade B, ASTM A307.

E. Provide bolt studs and studs of same quality as machine bolts.

F. Provide Type 316 stainless steel bolts, washers and nuts in the following areas:

1. Submerged

2. Wet Wells

3. Valve Chamber

PART 3 - EXECUTION

3.01 INSPECTION BEFORE INSTALLATION:

A. Visually inspect.

3.02 HANDLING AND CUTTING:

A. Mark pipe and fittings "Rejected" and remove from site when cracked or has received a severe blow.

B. If permitted, cut on sound barrel at a point at least 12 in. from visible limit of crack, at Contractor's expense.

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02615-13 Bid Set C. Machine cut with milling type cutters, knives, or saws. Snap cutters, , or hammer and chisel NOT ALLOWED. Examine for possible cracks.

D. Chamfer cut ends if used for push-on joints.

3.03 INSTALLATION:

A. Piping Support: Provide in accordance with Section 15056.

B. Pipe and Fittings:

1. Remove and replace defective pieces.

2. Clear of all debris and dirt before installing and keep clean until accepted.

3. Lay accurately to lines and grades indicated or required. Provide accurate alignment, both horizontally and vertically.

4. Provide firm bearing along entire length of buried pipelines.

5. Do not allow deflection of alignment at joints to exceed permissible deflection as specified below:

PIPE DEFLECTION ALLOWANCES

Maximum permissible deflection, in.*

Size of pipe, in Push-on joint Mechanical joint 4 19 31 6 19 27 8 19 20 10 19 20 12 19 20 * Maximum permissible deflection for 20-ft. lengths; for other lengths in proportion of such lengths to 20ft.

a. For push-on joint or similar pipe, clean bell of excess tar or other obstruction and wipe out before inserting next pipe spigot. Shove new pipe into place until properly seated and hold securely until joint completed.

b. Set castings to be encased in concrete accurately with bolt holes, if any, carefully aligned. Clean off rust and scale before setting.

C. Temporary Plugs: When pipe laying not in progress, close open ends of pipe with temporary watertight plugs. If water in trench, do not remove plug until danger of water entering pipe passed.

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02615-14 Bid Set

D. Appurtenances: Set valves, fittings and appurten-ances as indicated.

3.04 JOINTS AND COUPLINGS:

A. Push-on Joints:

1. Insert gasket into groove bell. Apply thin film of nontoxic gasket lubricant over inner surface of gasket in contact with spigot end.

2. Insert chamfered end into gasket. Force pipe past it until it seats against socket bottom.

B. Flanged Joint:

1. Make up tight.

2. Do not put strain on nozzles, valves, and other equipment.

C. Mechanical Joints:

1. Wire brush surfaces in contact with gasket and clean gasket.

2. Lubricate gasket, bell, and spigot with soapy water.

3. Slip gland and gasket over spigot and insert spigot into bell until seated.

4. Seat gasket and press gland firmly against gasket.

5. After bolts inserted and nuts made finger-tight, tighten diametrically opposite nuts progressively and uniformly around joint by torque wrench. Torque bolts to values specified above.

D. Grooved Couplings:

1. Clean grooves and other parts.

2. Coat ends of pipe and outside of gasket with soft soap or silicone and slip gasket over one pipe end.

3. Bring pipes to correct position and center gasket over pipe ends with lips against pipe.

4. Place housing sections, insert bolts and tighten nuts until housing sections in metal- to-metal contact.

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02615-15 Bid Set 5. After assembly and inspection and before backfilling, coat exterior surfaces of buried couplings, including bolts and nuts, with heavy-bodied bituminous mastic.

E. Tapped Connection:

1. Drill and tap normal to longitudinal axis.

2. Drilled by skilled mechanics using proper tools.

3. Use only tapered threads.

3.05 TESTING:

A. Clean of all dirt, dust, oil, grease and other foreign material, before conducting pressure and leakage tests.

B. Pressure and Leakage Tests:

1. Conduct combined pressure and leakage test in pipelines. Water Mains to be pressure and leak testing in accordance with Miami-Dade County Health Department Requirements. Test results provided to Engineer.

2. Furnish and install temporary testing plugs or caps; pressure pumps, pipe connections, meters, gages, equipment, and labor.

3. Test when desired and comply with specifications.

4. Test pipelines in excavation or embedded in concrete before backfill or placing of concrete and test exposed piping before field painting.

5. Fill section of pipe with water and expel air. If hydrants or blowoffs are not available at high points for releasing air, make necessary taps and plug after test completion.

6. Maintain section full of water for 24 hours before conducting combined pressure and leakage test.

7. Conduct pressure and leakage test consisting of first raising water pressure (based on elevation of lowest point of section under test and corrected to gage location) to pressure in psi numerically equal to pipe pressure rating, but not more than 150 psi.

8. If unable to achieve and maintain specified pressure for one hour with no additional pumping, section fails test.

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02615-16 Bid Set 9. If section fails pressure and leakage test, locate, uncover, and repair or replace defective pipe, fitting, or joint, at no additional expense and without time extension. Conduct additional tests and repairs until section passes test.

10. Modify test procedure only if permitted by Engineer.

3.06 PAINTING:

A. Painting and Coating, Section 09900.

3.08 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02615-17 Bid Set SECTION 02622

POLYVINYLCHLORIDE SEWER PIPE

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide and test polyvinylchloride (PVC) pipe as indicated and specified.

1.02 RELATED WORK:

A. Section 02210: Earth excavation, Backfill, Fill and Grading

B. Section 02223: Screened Gravel

1.03 REFERENCES:

A. American Society for Testing and Materials (ASTM) Publications:

1. D3034: Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings.

2. F679: Specification for Poly (Vinyl Chloride) (PVC) Large-Diameter Plastic Gravity Sewer Pipe and Fittings.

3. D3212: Specification for Joints for Drain and Sewer Plastic Pipes using Flexible Elastic Seals.

4. F 477: Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe.

B. American Water Works Association (AWWA):

1. C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4 In. Through 12 In., for Water Distribution.

1.04 SUBMITTALS:

A. Submit the following in accordance with Section 01300:

1. Submit shop drawings and descriptive literature showing pipe dimensions, joints, joint gaskets, pipe stiffness, and details for each size of pipe indicated.

2. Submit gasket and pipe manufacturers' joint assembly directions.

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02622-1 Bid Set

3. Submit certification with each delivery, that pipe complies to this specification.

4. Submit certified copies of test reports, with each delivery, stating compliance with ASTM D3212, ASTM F477, ASTM D3034 or ASTM F679, and AWWA C900.

1.05 QUALITY ASSURANCE:

A. Provide in accordance with Section 01400 and as specified.

B. Provide labor to assist the Engineer in inspecting pipe upon delivery. Remove rejected pipe immediately.

C. Reject pipe of any manufacturer if more than five unsatisfactory joint assembly operations or "bell breaks" in 100 consecutive joints, even if they conform to ASTM Specifications. Remove all unsatisfactory pipe of that manufacturer of same shipment from work and furnish from another manufacturer conforming to these specifications.

D. Perform tests in accordance with methods prescribed by ASTM specifications. Accept or reject based on the test results.

1.06 DELIVERY, STORAGE AND HANDLING:

A. Provide in accordance with Section 01610 and as specified.

PART 2 - PRODUCTS

2.01 GRAVITY SANITARY SEWER PIPE:

A. Pipe, Fittings, and Specials:

1. Pipe and fittings including those required for stubs: ASTM D3034 or ASTM F679. Pipe stiffness (PS): 46 psi minimum.

2. Provide straight pipe in lengths of 13 ft. maximum, Y-branches in lengths of 3 ft. maximum. Saddle Y-branches NOT ACCEPTABLE.

3. Provide specials as specified and to meet the specifications for straight pipe insofar as applicable and to the details indicated.

B. Joints:

1. Joints: Conform to ASTM 3212.

2. Provide push-on bell and spigot joints with elastomeric ring gaskets.

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02622-2 Bid Set

3. Provide gaskets conforming to ASTM F477; resistant to common ingredients of sewage and industrial wastes, including oils and groundwater; and capable of enduring permanently under conditions of proposed use. Fix gaskets into place in bells to avoid dislodging during joint assembly.

2.02 FORCE MAIN (PRESSURE) SANITARY SEWER PIPE MATERIALS:

A. Polyvinyl Chloride (PVC) Pipe: to AWWA C900.

1. SDR: 18

2. Pressure Class: 1 Mpa.

3. Gasket bell end.

4. Pipe joints: bell and spigot with rubber gaskets solvent welded joints or mechanical joints to AWWA C111/A21.11, with transition gaskets to pipe manufacturer’s specifications.

5. Rubber gaskets: to AWWA C111/A21.11. Gaskets for mechanical joints to be duck-tipped transition gaskets for PVC.

PART 3 - EXECUTION

3.01 INSPECTION:

A. Examine excavation before pipe placement to ensure:

1. Excavation complete to elevations and slopes indicated.

2. No obstruction exists to interfere with installation.

3. Bottom firm and dry.

B. Inspect each pipe and fitting before installation. Remove defective pipe. Replace with sound pipe.

3.02 HANDLING:

A. Store until installation, acceptable to Engineer; keep pipe at ambient outdoor temperature.

1. Provide temporary shading.

2. Do not use covering causing temperature build-up.

B. Handle into position to avoid damage and acceptable to Engineer.

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02622-3 Bid Set

3.03 INSTALLATION:

A. Do not install non-straight pipe.

1. Do not allow pipe centerline to deviate from straight line drawn between ends, by more than 1/16 in. per ft. of length.

2. Remove pipe failing to meet above requirement.

B. Support pipe on compacted screened gravel, Section 02223. Do not permanently support on saddles, blocking or stones.

C. Excavate bell holes so that only pipe barrel receives bearing pressure.

D. Clear pipe units of debris, dirt, etc. before installation and keep clean until acceptance.

E. Install to lines and grades indicated.

F. Maintain close joint with previously installed pipe. Match with adjoining pipe.

G. Do not drive pipe down to required grade by striking.

H. Clean joint surfaces. Lubricate bell according to manufacturer's recommendation. Push pipe unit into place without damage to pipe or gasket. Use devices to force pipes together with minimum open recess inside and outside and tightly sealed joints. Avoid force that could wedge apart and split bell ends.

I. Do not pull or cramp joints without permission of Engineer.

J. Remove unfittable pipes and replace with sound units.

K. Follow directions of joint material and pipe manufacturers when installing gaskets and joints to render them watertight and flexible.

L. Close open ends of pipe and branches with PVC stoppers secured in place.

M. After bedding pipe, place and compact screened gravel between pipe and sides of trench. Use extra care to compact screened gravel under lower half of pipe. Fill bell holes with screened gravel and compact. Place and compact screened gravel as indicated.

N. Prevent pipe flotation in trench.

O. Make open ends of pipe and branches watertight with temporary plugs when pipe installation not in progress.

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02622-4 Bid Set

P. If water in trench, do not remove plug until provisions made to prevent water, earth, or other substances from entering pipe; then resume work.

Q. Do not use pipeline as conductor for trench drainage.

R. Cleaning:

1. Prevent earth, water, and other material entering pipeline.

2. Clean pipeline and manholes upon completion.

3.04 ALLOWABLE PIPE DEFLECTION:

A. Allow a maximum deflection of installed pipe of 5.0 percent of base diameter.

B. Measure deflection after completion of a section including placement and compaction of backfill. Pull a specially designed gage through completed section. Use a gage as recommended by pipe manufacturer and accepted by Engineer.

C. Provide base diameter and gage diameter (diameter of circumscribing circle):

Nominal Base Gage Size Diameter Diameter (in.) (in.) (in.)

6 5.742 5.45 8 7.665 7.28 10 9.563 9.08 12 11.361 10.79

D. Should the installed pipe fail to meet above requirement, do all work to correct problem without additional compensation.

3.05 LEAKAGE TESTS:

A. Perform leakage tests and measurements:

1. After completion of backfill.

2. After return of groundwater to normal level.

a. Plug underdrains.

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02622-5 Bid Set

b. Stop other groundwater drainage.

B. Furnish test plugs, water pumps, appurtenances, and labor. Install bulkheads for testing and weirs for measurements as necessary. Determine groundwater elevation from observation wells or excavations subject to acceptance by Engineer.

1. If groundwater is more than 1 ft. above top of pipe at upper end, conduct infiltration or low-pressure air tests. If maximum pressure exerted by groundwater is greater than 4 psig, conduct infiltration test.

2. If groundwater is less than 1 ft above top of pipe at upper end, conduct exfiltration or low-pressure air tests.

C. Force Main Pressure Test: To prevent movement of pipe, backfill between joints to provide 2-foot minimum cover. Expose only area immediately at pipe joints. Test force main hydrostatically for 2 hours at 150 PSI. Measure leakage in accordance with, and not exceeding, the allowable leakage specified in AWWA C600.

D. Perform exfiltration or infiltration test on sections of approved length and before connection to buildings. Perform low pressure air tests on manhole-to-manhole sections of pipeline.

E. A Low-pressure air test:

1. Equipment:

a. Designed for testing sewers using low-pressure air.

b. Provide air regulator or safety valve so air pressure does not exceed 8 psig.

c. Air through single control panel.

2. Procedure:

a. Perform tests from manhole-to-manhole after backfill.

b. Place pneumatic plugs: (1) Sealing length: Equal or greater than pipe diameter (2) Capable of resisting internal test pressure without external bracing or blocking.

c. Introduce low-pressure air into sealed line and achieve internal air pressure 4 psig greater than maximum pressure exerted by groundwater above pipe invert.

d. Limit internal pressure in sealed line below 8 psig.

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02622-6 Bid Set

e. Allow 2 minutes minimum for air pressure to stabilize. Disconnect low- pressure air hose from control panel.

3. Acceptable Test Result:

a. Allow a time for pressure to drop from 3.5 to 2.5 psig. greater than maximum pressure exerted by ground water above pipe invert of no less than:

Pipe Time, diameter, in. min.

4 2.0 6 3.0 8 4.0 10 5.0 12 5.5

b. Allow a time for sewers with more than one size of pipe based on largest diameter reduced by 0.5 min.

4. Locate and repair leaks, and retest as required, without additional compensation.

F. Infiltration Test:

1. Dewater, and conduct test for at least 24 hours.

2. Locate and repair leaks, and retest as required, without additional compensation.

3. Allow a maximum infiltration including manholes, fittings and connections of 100 gallons per inch per mile per 24 hours.

G. Exfiltration Test:

1. Subject sewers to internal pressure by: (1) Plugging the pipe at lower end. (2) Filling pipelines and manholes with clean water to height of 2 ft. above top of sewer at upper end.

2. Use suitable ties, braces, and wedges to secure stoppers against leakage from test pressure, where conditions between manholes may result in test pressure causing leakage.

3. Determine the rate of leakage from sewer by amount of water required to maintain level 2 ft. above pipe top.

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02622-7 Bid Set

4. Allow exfiltration same as allowable infiltration.

5. Modify this test, only as permitted by Engineer.

6. Locate and repair leaks, and retest as required, without additional compensation.

3.06 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami North Miami PS “A” Rehab – 100% Submittal 02622-8 Bid Set

SECTION 02775

CURBS, GUTTERS, SIDEWALKS, AND DUMPSTER PADS

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Section includes:

1. Concrete curbs, gutters, sidewalks, and pads.

1.02 REFERENCES:

A. American Society of Testing and Materials (ASTM):

1. A82/A82M: Standard Specification for Steel Wire, Plain, for Concrete Reinforcement.

2. A185/A185M: Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete.

3. A497/A497M: Standard Specification for Steel Welded Wire Reinforcement, Deformed, for Concrete.

4. C33/C33M: Standard Specification for Concrete Aggregates.

5. C1602/C1602M: Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete.

6. D1190: Standard Specification for Concrete Joint Sealer, Hot-Applied Elastic Type (Withdrawn).

7. D6690: Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements.

B. FDOT Specifications: Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 2019 edition.

C. Florida Greenbook: Florida Department of Transportation (FDOT) Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways, 2016 edition.

D. PWSI Greenbook: Standard Specifications for Public Works Construction, 2009 edition; as promulgated by Public Works Standards, Inc. (PWSI).

City of North Miami Pump Station “A” Rehab – 100% Submittal 02775-1 Bid Set PART 2 - PRODUCTS

2.01 MATERIALS:

A. Water: Potable water or within the limits of ASTM C1602/C1602M.

B. Aggregate Base: Minimum 4 inches thick, unless noted otherwise.

1. Aggregate: FDOT Specifications, Section 901, Class 12.

2. Aggregate: ASTM C33 physical properties and within limits of gradation No. 67.

2.02 CONCRETE FORMWORK:

A. Forms:

1. Forms shall be made of steel or wood or other material capable of supporting concrete and mechanical concrete placing equipment that is sufficiently rigid to maintain the specified tolerances.

2. Forms shall be clean and free of dirt, rust, and hardened concrete.]

2.03 CONCRETE:

A. Concrete: FDOT Specifications, Section 346, Type I.

2.04 CONCRETE: CLASS A, WITH 0.55 MAXIMUM WATER-CEMENT RATIO FOR CURB AND GUTTER]

2.05 CONCRETE REINFORCEMENT:

2.06 REINFORCING STEEL: FDOT SPECIFICATIONS, SECTION 415.

2.07 SIDEWALKS:

A. Concrete: Pedestrian Areas: 4 inches thick; Driveways: 6 inches thick; unless noted otherwise.

B. Reinforcement: ASTM A185/A185M.

2.08 CONCRETE PADS:

A. Concrete: 6 inches thick; unless noted otherwise.

B. Reinforcement: ASTM A497/A497M.

2.09 CONCRETE FINISHES:

A. Sidewalks and Concrete Pads: Float and normal broom finish.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02775-2 Bid Set B. Curbs and Gutters: Normal broom finish.

2.10 ACCESSORIES:

A. Expansion Joint Filler: FDOT Specifications, Section 932 .

2.11 EXPANSION JOINT FILLER: BITUMINOUS TYPE, ASTM D1751.

1. Curb and gutter: 1/2 inch thick.

2. Sidewalk: 1/4 inch thick.

A. Joint Sealer: Hot poured elastic type, ASTM D6690.

B. Curing Compound: FDOT Specifications.

PART 3 - EXECUTION

3.02 PREPARATION:

A. Excavate and shape subgrade to line, grade, and cross section.

B. Remove all soft subgrade material encountered while compacting and backfill with aggregate base.

C. Moisten aggregate base or subgrade immediately before placing concrete to minimize absorption of water from fresh concrete.

D. Provide concrete surfaces that are clean and dry - free of oil, dirt or foreign materials immediately before application of compounds or painting.

3.03 COMPACTION:

A. Refer to Section 02210 for additional compaction requirements.

B. Subgrade: Compact top 12 inches to 95 percent of maximum dry density, unless noted otherwise.

C. Aggregate Base: Compact to 95 percent of maximum dry density, unless noted otherwise.

3.04 CURB CONSTRUCTION:

A. According to FDOT Specifications.

B. Fine grade and compact subgrade.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02775-3 Bid Set C. Place aggregate base and compact. Top of aggregate base shall be at the proper level to receive concrete.

D. Set forms on face of curb to eliminate horizontal joints within 7 inches of the top of curb.

E. Brace forms to prevent change of shape or movement in any direction resulting from the weight of the concrete during placement.

F. Construct short-radius curved forms to exact radius.

G. Construct curbs to line and grade indicated. Cross slope of ramps shall not exceed 1/4 inch per foot.

H. Construct curbs and ramps as indicated.

I. Expansion Joints: Place preformed asphalt-impregnated expansion joints at intervals not exceeding 45 feet or less than 15 feet, at the beginning and end of curved portions of the curb, at each change in thickness in section, at the end of curbs at buildings and other structures, and at connections to existing curbs.

J. Contraction Joints: Place contraction joints in the curb at uniform intervals not exceeding 15 feet. Contraction joints shall be of the open-joint type. Construct by inserting a thin, oiled steel sheet vertically in the fresh concrete to force coarse aggregate away from the joint. Insert the steel sheet the full depth of the curb. After initial set has occurred in the concrete and prior to removing the front curb form, remove the steel sheet with a sawing motion. Finish top of curb with a steel trowel and finish edges with a steel edging tool. Make contraction joints by sawcutting the concrete before it cures.

K. Remove forms after concrete has set sufficiently to support its own weight.

L. Finish exposed surfaces of concrete by rubbing with a burlap sack or similar device that will produce a uniformly textured surface, free of form marks, honeycomb, and other defects.

M. Remove and replace defective concrete.

N. Finished curbs shall present a uniform appearance for both grade and alignment. Remove any section of curb showing abrupt changes in alignment or grade or that is more than 1/4 inch away from its location as staked and construct new curb in its proper location.

O. Apply curing compound to exposed surfaces after finishing concrete. Curing shall continue for a minimum of 5 days.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02775-4 Bid Set P. Allow at least 7 days before backfilling and compacting adjacent to curing concrete. Backfill with earth, free from foreign material and rocks that are 2 inches or larger. Tamp backfill firmly in place.

3.05 SIDEWALK CONSTRUCTION:

A. According to FDOT Specifications, Section 522.

B. Sidewalk cross slope shall not exceed 1/4-inch per foot).

C. Slope sidewalks away from structures at 1/4-inch per foot, unless noted otherwise.

D. At locations where the new sidewalk is to abut existing concrete, saw concrete for a depth of 2 inches, chip the old concrete down to sound material and a plane surface, clean the surface, and apply a neat cement paste just prior to pouring the new sidewalk.

E. Expansion Joints: Place preformed asphalt expansion joints at intervals not exceeding 45 feet or less than 15 feet, where the sidewalk ends at a curb, and around posts, poles, or other objects protruding through the sidewalk. Place expansion joints between sidewalks and buildings or other structures.

F. Place preformed asphalt expansion joint material between back of curbs and sidewalks.

G. Provide contraction joints transversely to the walks at locations opposite the contraction joints in the curb and at intervals along the sidewalk such that the distance between contraction joints does not exceed 1.5 times the sidewalk width. These joints shall be 3/16-inch by one-fourth of the slab thickness weakened plane joints. They shall be straight and at right angles to the surface of the walk.

H. Broom sidewalk surface with a fine-hair broom at right angles to the length of the walk and tool at all edges, joints, and markings. Mark the walks transversely at 5-foot intervals with a jointing tool, unless noted otherwise. Upon completion of the finishing, apply a curing compound to exposed surfaces.

I. Finished sidewalk shall present a uniform appearance for both grade and alignment. Remove any section of sidewalk showing abrupt changes in alignment or grade or that is more than 2 inches away from its location as staked and construct new sidewalk in its proper location.

3.06 FINISHING:

A. Float (for sidewalks and flatwork):

1. Use magnesium or aluminum hand floats or power floats with slip on float shoes after concrete has stiffened to point where 1/4-inch maximum indentation can be imparted by normal foot pressure. Do not use combination blades for floating.

2. Float finish shall result in uniform smooth granular texture.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02775-5 Bid Set 3. After floating, check slab tolerances with 10-foot straightedge. Fill low spots with fresh concrete.

4. Do not sprinkle with dry cement or add water.

B. Broom Finish:

1. Normal Broom Finish: Use fine, soft-bristled broom to produce a non-skid surface.

2. Heavy Broom Finish: Use steel wire or stiff coarse fiber broom while concrete is still soft enough to produce deep scouring.

3. Texture shall be reviewed by Engineer.

4. Sidewalks: Texture perpendicular to direction of travel with trowel and radius edge using 1/4-inch radius.

5. Curbs and Gutters: Texture parallel to travel direction of pavement.

3.07 TOLERANCES:

A. Subgrade: Smooth and free from irregularities at the specified relative compaction. The subgrade shall be considered to extend over the full width of the base course.

1. Elevation: 1/2-inch plus or minus from the indicated grade and cross-section.

B. Forms: Check constructed forms are within tolerance by using a 10-foot straightedge along the top of forms. Allowable tolerance is:

1. Grade: 1/8-inch over 10 feet (0.1 percent), plus or minus.

2. Alignment: 1/8-inch, plus or minus.

3.08 FIELD QUALITY CONTROL:

A. Refer to Section 02210 for compaction and testing requirements.

B. Submit compaction test results to Engineer for review.

C. Concrete Testing: Maintain records of placed concrete including: record date, location of pour, quantity, air temperature, and test samples taken. Submit test results to Engineer for acceptance.

3.09 PROTECTION:

A. Protect concrete from damage and replace if damage occurs.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 02775-6 Bid Set SECTION 02820

CHAIN LINK FENCES AND GATES

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Section includes:

1. Chain link fence framework, fabric, and accessories.

2. Excavation for post bases.

3. Manual gates and related hardware.

1.02 REFERENCES:

A. American Association of State Highway and Transportation Officials (AASHTO):

1. M181: Standard Specification for Chain-Link Fence.

B. American Society for Testing and Materials (ASTM):

1. A53/A53M: Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc- Coated, Welded and Seamless.

2. A121: Standard Specification for Metallic-Coated Carbon Steel Barbed Wire.

3. A392: Standard Specification for Zinc-Coated Steel Chain-Link Fence Fabric.

4. F567: Standard Practice for Installation of Chain-Link Fence.

5. F654: Standard Specification for Residential Chain Link Fence Gates.

6. F900: Standard Specification for Industrial and Commercial Swing Gates.

7. F1184: Standard Specification for Industrial and Commercial Horizontal Slide Gates.

C. Chain Link Fence Manufacturers Institute (CLFMI):

1. PM 2445: Chain Link Fence Manufacturers Institute Product Manual.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02820-1 Bid Set 1.03 PERFORMANCE REQUIREMENTS:

A. Delegated Design: Design chain-link fences and gates, including comprehensive engineering analysis by a qualified professional engineer, using performance requirements and design criteria indicated.

B. Structural Performance: Chain-link fence and gate framework shall withstand the effects of gravity loads, privacy slats installed, and the following loads and stresses within limits and under conditions indicated according to ASCE/SEI 7:

1. Minimum Post Size and Maximum Spacing: Determine according to CLFMI WLG 2445, based on mesh size and pattern specified and on the following:

a. Wind Loads: 146 mph

b. Fence Height: see drawings

1.04 SUBMITTALS:

A. Submit the following in accordance with Section 01300.

1. Sustainable Design Submittals.

2. Submit Manufacturer's specifications, drawings, details and fence layout with appurtenances.

3. Submit two samples of fencing materials. Mark or tag each sample and submit 30 days prior to erection of fence.

4. Submit certified test reports with results of tests for fence finish.

5. Submit shop drawings, samples and certificates simultaneously as one complete package.

1.05 SPARE PARTS:

A. Comply with the requirements specified in Section 01600.

1.06 QUALITY ASSURANCE:

A. Comply with the requirements specified in Section 01400.

B. Sustainability Standards Certifications.

1.07 DELIVERY STORAGE AND HANDLING:

A. Comply with the requirements specified in Section 01610.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02820-2 Bid Set PART 2 - PRODUCTS

2.01 SYSTEM DESCRIPTION:

A. Provide framework, fabric, accessories and gates in accordance with ASTM F567.

B. Fence heights as indicated with top rail and bottom tension wire.

D. Fence heights as indicated with top rail, bottom tension wire, and three strands of barbed wire projecting outward at top.

E. Gates:

1. Industrial and Commercial:

a. Provide swing gates in accordance with ASTM F900.

2.02 FENCE FABRIC:

A. Galvanized steel.

B. Galvanized steel chain-link fabric conforming to ASTM A392, with Class 2 zinc coating (2.0 ounces of zinc per square foot of uncoated wire surface); Fabric woven in 2-inch mesh from No. 9 gage wire in a 6 feet height with barbed selvages top and bottom.

2.03 TENSION WIRE:

A. No. 7-gage coil spring steel wire with galvanized finish having minimum of 0.8 oz of zinc coating over each square foot of uncoated wire surface.

2.04 TIE WIRES:

A. Tie wires, for fastening fence fabric to line posts and rails, not less than No. 9 gage wire having minimum of 0.8 oz of zinc coating over each square foot.

2.05 LINE POSTS:

A. 2-3/8 inches outside diameter steel pipe weighing not less than 3.65 lb/ft, having minimum of 1.8 oz of zinc coating over each square foot.

2.06 END, CORNER, AND PULL POSTS:

A. 2-7/8 inch outside diameter steel pipe weighing not less than 5.79 lb/ft, having minimum of 1.8 oz of zinc coating over each square foot.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02820-3 Bid Set 2.07 GATE POSTS:

A. 2-7/8 inches outside diameter steel pipe and gate posts, for gate leaves up to and including 6 feet wide, weighing not less than 5.79 lb. per ft., having minimum of 1.8 oz of zinc coating over each square foot.

B. 4 inch outside diameter steel pipe, gate posts for gate leaves over 6 feet wide and up to and including 13 feet wide and weighing not less than 9.10 lb/ft, having minimum of 1.8 oz of zinc coating over each square foot.

C. 6-5/8 inch outside diameter steel pipe, gate posts for gate leaves over 13 feet wide and up to and including 18 feet weighing not less than 18.97 lb/ft, having minimum of 1.8 oz of zinc coating over each square foot.

2.08 RAILINGS:

A. 1-5/8 inch outside diameter steel pipe with minimum weight of 2.27 lb/ft or 1-5/8 inch by 1-1/4 inch, 14-gage roll-form section, for top railing and railings for top middle and bottom braces between terminal posts and adjacent line posts.

2.09 TRUSS:

A. 3/8 inch diameter steel rod diagonal truss braces between terminal and adjacent line posts and for gate framework.

2.10 FITTINGS:

A. Heavy-duty malleable iron or pressed steel fittings of suitable size to produce strong construction.

2.11 STRETCHER BARS:

A. Galvanized Flat bars with minimum cross section dimensions of 1/4-inch by 3/4 inch, full height of fabric, secured with bar bands of minimum 11-gage sheet steel, spaced approximately 12 inches on centers and bolted with 3/8-inch bolts, for attaching fabric to terminal posts.

2.12 GATE LEAF FRAMEWORK:

A. 1-7/8 inch inch outside diameter steel pipe weighing 2.72 lb/ft, minimum.

2.13 GATE HINGES:

A. Heavy pattern of adequate strength for gate size, with large bearing surfaces for clamping or bolting in position.

2.14 LATCH:

A. Gates with suitable latch, accessible from both sides and with provision for padlocking.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02820-4 Bid Set 2.15 GATE PADLOCKS:

A. Manufacturers:

1. Eaton Corp. Lock & Hardware Div., Yale Marketing Dept., Charlotte, NC.

2. P&F Corbin, Div. of Emhart Corp., Berlin, CT.

3. Best Universal Lock Co., Inc., Indianapolis, IN.Solid brass cases hardened steel shackles, removable core cylinders, and galvanized steel chains attached to shackle by a clevis.

2.16 NOT USED

2.17 CONCRETE FOOTINGS:

A. Section 03300 Cast-In-Place Concrete, Class A concrete.

2.18 GROUT:

A. Section 03600 Grout, Class II.

2.19 PRIVACY SLATS: sized to fit mesh specified and install slats in direction indicated, securely locked in place.

A. Material: PVC, UV-light stabilized, not less than 0.023 inch thick

B. Material: Polyethylene tubular slats, not less than 0.023 inch thick, manufactured for chain-link fences from virgin polyethylene containing UV inhibitor; with vandal- resistant fasteners and lock strips.

C. Material: Fiber-glass-reinforced plastic, UV-light stabilized, not less than 0.06 inch thick, with vandal-resistant fasteners and lock strips.

D. Material: Aluminum, not less than 0.01 inch thick,

E. Color: As selected by Owner’s representative from manufacturer's full range.

2.20 ACCESSORIES:

A. Steel pipe dimensions and weights: ASTM A53/A53M, Schedule 40. Dimensions specified are nominal pipe sizes.

B. Dimensions and weight tolerances: Plus or minus 5 percent.

C. Zinc Coating: Minimum 2.0 ounces per square foot.

D. Provide posts with tops of same material and designed to fit securely over post and carry top rail. Carry apron around outside of post at base of top fitting.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02820-5 Bid Set E. Ferrous metal fittings, posts, fence, gate framework, and accessories galvanized with heavy coating of 2.0 oz/ft2 pure zinc spelter per square foot or surface area to be coated. Use hot-dip process. Thinner zinc coatings, electro-galvanizing, zinc paint or cold galvanizing compounds not used as substitute for hot-dipped galvanized finish not acceptable.

F. Fabricate and weld before hot-dip galvanizing. Weld conforming to American Welding Society standards.

G. Hot-dip galvanized gate frame, after welding, if bolted or riveted corner fittings not used.

H. Galvanize fittings, posts, fence and gate framework, and accessories, then epoxy phenolic primed and top coated with matching PVC, using thermal bond process.

I. Single and double leaf swing gates with center bolt, center stop, and automatic backstops.

J. Cantilever sliding (rolling type) gate complete with latch, stop, keeper, rollers, heavy duty roller track, and 3 strands of barbed wire installed vertically above fabric and electrically operated.

PART 3 - EXECUTION

3.01 EXAMINATION:

A. Examine conditions under which fence and gates are to be installed. Notify Owner’s representative in writing, of improper conditions of work.

B. Do not proceed with work until unsatisfactory conditions have been corrected.

C. Verify measurements at site.

D. Check location of underground work to make sure fence footings clear utilities and drainage work.

E. Do not install fence until final grading is complete and finish elevations are established.

F. Do not drive equipment on areas to be landscaped, except as accepted by Owner’s representative. Areas not accessible from roads shall be protected with heavy wood planking. Remove barricades and protection at completion of project. Repair damaged landscape surfaces.

3.02 INSTALLATION:

A. Footings:

City of North Miami Pump Station “A” Rehab – 100% Submittal 02820-6 Bid Set 1. Vertical sides to minimize up-lift. Dispose of excavated material in accordance with Section 01740.

2. Rod and compact concrete around posts. Slope top of footings above level of adjacent grade, and trowel finish.

3. Size:

a. Minimum diameter per plans.

b. Set corner, end, pull, and gate posts into concrete per plans.

c. Set line posts into concrete per plans.

d. Total depth of concrete 6 inches greater than required for post embedment.

4. Time of Set: 48 hours before rails are erected or before fabric is applied or stretched.

B. Framing:

1. Install line posts not more than 10 feet apart.

2. Install pull posts not more than 600 feet apart where a straight run of fence exceeds 600 feet and where fence line changes direction by more than 15 degrees but less than 30 degrees.

3. Install corner posts where the fence line changes direction by more than 30 degrees.

4. Set posts in concrete footings, plumb and true to line.

5. Brace and truss end, pull, corner, and gate posts to adjacent line posts. Provide brace to match top rail spaced midway between top rail and tension wire and extending to adjacent line posts. Provide brace to match top rail spaced midway between top rail and tension wire and extending to adjacent line post. Truss diagonally with 5/16-inch diameter tension rod with turnbuckle.

6. Fasten top rail to end, pull, gate and corner posts. Pass top rail through fittings of line posts.

7. Provide expansion and contraction joints in top rail for each 100 linear feet of fence.

8. Fasten bottom tension wire to end, pull, gate, corner, and line posts.

9. Maximum area of unbraced fence shall not exceed 1,500 square feet.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02820-7 Bid Set 10. Use galvanized sleeve and grout posts or install with suitable galvanized flange casings and galvanized anchor bolts as accepted by Owner’s representative.

11. When rock is encountered, set posts into rock a minimum depth of 12 inches for line posts and 18 inches for terminal posts. If solid ledge is encountered without overburden of soil. Provide post holes at least 1 inch greater in diameter than post, fill post holes with concrete work post into hole taking care not to cause voids, remove excess concrete and crown remainder at top to shed water. Where solid rock is covered by overburden, do not exceed total setting depth required for setting in earth, grout posts into rock as described.

C. Fabric:

1. Place fabric on outside of posts and stretch to avoid bulging or buckling.

2. Fasten at line posts, top rail, and bottom tension wire with aluminum or zinc PVC coated ties. Space ties not more than 12 inches apart on line posts and not more than 24 inches apart on rail and tension wire.

3. Fasten at terminal posts at intervals not exceeding 12 inches using flat or beveled galvanized steel bands with 5/16-inch x 1-1/4 inch galvanized carriage bolts and nuts.

4. Make tie connections on interior side of fence.

5. Provide steel angle metal closures where finished ground surface is more than two inches below bottom tension wire. Bolt steel angle to fence posts and install reinforcing rods and bracing members as accepted. Install rods of accepted length vertically. Where drainage ditches cross fence line, provide concrete ditch lining and steel reinforcing bar grill.

6. Install three strands of barbed wire on each extension arm of line fence and at top of each gate. Pull wires taut and fasten at each support.

7. Install barbed wire on extension arms as indicated. Pull each wire taut, and make entire assembly secure Attach wire to end, corner, pull, and gate posts with wire stretching bands.

8. Install gates plumb, level, and secure for full width of opening and hardware adjusted for smooth operation.

9. Electrical Ground where a power line carrying more than 600 volts passes over fence, install ground rod at nearest point directly below each point of crossing.

3.03 REPAIR:

A. Remove and replace fencing which is improperly located or is not true to line, grade and plumb within tolerances as indicated.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02820-8 Bid Set B. Repair damaged vinyl-coated components as recommended by manufacturer.

3.04 CLOSEOUT ACTIVITIES:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 02820-9 Bid Set

SECTION 02900

LANDSCAPING

PART 1 - GENERAL

1.01 THE REQUIREMENT

A. Items specified in this Section include the installation of new landscaping, or repairs to existing landscaped and grassed areas that may be damaged or disturbed by CONTRACTOR activities.

1.02 RELATED WORK SPECIFIED ELSEWHERE

A. Section 02510 - Asphaltic Concrete Pavement B. Section 02210 - Earth Excavation, Backfill, Fill and Grading C. Section 02930 - Sodding

1.03 SUBMITTALS

A. The CONTRACTOR shall submit submittals for review in accordance with the Section 01300 - Submittals.

1.04 DEFINITIONS

A. The phrase “DOT Specifications” shall refer to the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. The DOT Specifications are referred to herein and are hereby made a part of this Contract to the extent of such references and shall be as binding upon the Contract as though reproduced herein in their entirety.

1.05 PROTECTION OF EXISTING IMPROVEMENTS

A. The CONTRACTOR shall be responsible for the protection of all pavements and other improvements within the work area. All damage to such improvements, as a result of the CONTRACTOR'S operations, beyond the limits of the work of pavement replacement shall be repaired by the CONTRACTOR at his expense.

1.06 GUARANTEE

A. The CONTRACTOR shall guarantee all trees, ground cover or shrubs planted or replanted under this Contract for a period of one year beyond acceptance of the project. In the event that any new tree, plant or shrub dies within the guarantee period, the CONTRACTOR shall be responsible for replacement in kind. In the event that a transplanted (reused) tree dies within the guarantee period, the CONTRACTOR shall be responsible for replacement in kind, except that the maximum height of any new

City of North Miami Pump Station “A” Rehab – 100% Submittal 02900-1 Bid Set

tree shall be eight feet as measured from the ground surface, once planted, to the top of the tree.

PART 2 - PRODUCTS

2.01 REPLACEMENT TREES, GROUND COVER AND SHRUBS

A. Replacement trees, ground cover and shrubs shall be of the same type and size and sound, healthy and vigorous, well branched and densely foliated when in leaf. They shall have healthy, well developed root systems and shall be free of disease and insect pests, eggs or larvae.

2.02 MULCH

A. Mulch shall be windproof shredded eucalyptus, mulch shall be clean, fresh, free of branches and other foreign matter. Mulch shall be used around all shrubs, ground covers and tree trunks, and placed to a minimum depth of 2 inches extending from the tree trunk outward two feet. Mulch shall not be placed within 6 inches of tree trunks.

2.03 GRAVEL BEDS

A. Filter Fabric: Filter fabric shall be nonwoven polyester material Trevia Type 1120 as manufactured by Hoechst Fibers Industries, or equal. Fabric weight shall be 6 ounces per square yard, puncture strength maximum 40 pounds, minimum Flux 240 gallons per minute per square foot. Fabric shall be installed in accordance with the manufacturer’s recommendations, with precautions taken to avoid tearing the fabric. Fabric shall be laid in strips with a minimum overlap of one foot.

B. Limerock: Limerock shall meet ASTM A57 standards and shall be prewashed. Maximum size shall be 3/4 inches. Limerock shall be carefully placed and spread on the fabric to a minimum depth of 6 inches. Final grades and locations shall be as designated on the Drawings.

PART 3 - EXECUTION

3.01 GRADING AND SODDING

A. The CONTRACTOR shall re-grade the work areas disturbed by his construction activities to the existing grade prior to commencement of construction.

B. Sodding shall be as required by Specification Section 02930, “Sodding”.

3.02 TREES, GROUND COVER AND SHRUBS

A. Excavation and Plant Holes: Plant hole excavations shall be roughly cylindrical in shape, with the side approximately vertical. Plants shall be centered in the hole.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02900-2 Bid Set

Bottoms of the holes shall be loosened at least six inches deeper than the required depth of excavation.

B. Holes for balled and burlaped plants shall be large enough to allow at least eight inches of backfill around the earth ball. For root balls over 18 inches in diameter, this dimension shall be increased to 12 inches. Where excess material has been excavated from the plant hole, the excavated material shall be disposed of as and where directed by the ENGINEER.

C. Setting of Plants: When setting plants in holes the CONTRACTOR shall make sure that, when lowered into the hole, the plant shall:

1. Rest on a prepared hole bottom such that the roots are level with, or slightly above, the level of their previous growth 2. Be oriented such as to present the best appearance. 3. Make allowances for any anticipated settling of plants.

D. Palms of the Sabal species may be set deeper than the depth of their original growth, provided that the specified clear trunk height is attained.

E. The backfill shall be made with planting mixture and shall be firmly rodded and watered-in, so that no air pockets remain. The quantity of water applied immediately upon planting shall be sufficient to thoroughly moisten all of the backfilled earth. Plants shall be kept in a moistened condition for the duration of the Contract.

F. Staking and Guying: Plants shall be staked in accordance with the following provisions:

1. Small Trees: For trees and shrubs of less than one-inch caliper, the size of stakes and the method of tying shall be such as to rigidly support the staked plant against damage caused by wind action or other effects.

Trees larger than one inch and smaller than one and one-half inch caliper shall be staked with a two-inch stake, set at least 24 inches in the ground and extending to the crown of the plant. The plant shall be firmly fastened to the stake with two strands of 14 gauge soft wire, enclosed in rubber hose, or other approved covering. The wire shall then be nailed or stapled to the stake to prevent slippage.

2. Medium Trees: All trees, other than palm trees, larger than one and one-half inch caliper and smaller than two and one-half inch caliper shall be staked with two or more, two-inch by two-inch stakes, eight feet long, set two feet in the ground. The tree shall be midway between the stakes and held firmly in place by two strands of 12-gauge wire, applied as specified above for single stakes. The wires shall be tightened and kept tight by twisting.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02900-3 Bid Set

3. Large Trees: All trees, other than palm trees, larger than two and one-half inch caliper, shall be braced with three or more two-inch by four-inch wood braces, toenailed to cleats which are securely banded at two pints to the palm, at a point at least six feet above the ground. The trunk shall be padded with five layers of burlap under the cleats. Braces shall be approximately equidistantly spaced and secured underground with two-inch by four-inch by 24-inch stake pads. In firm rock soils, Number 4 steel reinforcing rods or one-half inch pipe is acceptable.

4. Palm Trees: Palm trees shall be braced with three or more two-inch by four-inch wood braces, toenailed to cleats which are securely banded at two points to the palm, at a point at least six feet above the ground. The trunk shall be padded with five layers of burlap under the cleats. Braces shall be approximately equidistantly spaced and secured underground with two-inch by four-inch by 24-inch stake pads. In firm rock soils, Number 4 steel reinforcing rods or one-half inch pipe is acceptable.

G. Pruning: All broken or damaged roots shall be cut off smoothly, and the tops of all trees shall be pruned in a manner complying with standard horticultural practice. At the time pruning is completed, all remaining wood shall be alive. All cut surfaces of one inch or more in diameter, above the ground, shall be treated with approved commercial tree paint.

H. Maintenance: Maintenance shall begin immediately after each plant is planted and shall continue until all work under this Contract has been completed and accepted by the CITY. Plants shall be watered, mulched, weeded, pruned, sprayed, fertilized, cultivated and otherwise maintained and protected. Settled plants shall be reset to proper grade position, planting saucer restored and dead material removed. Guys shall be tightened and repaired.

I. Defective work shall be corrected as soon as possible after it becomes apparent. Upon completion of planting, the CONTRACTOR shall remove excess soil and debris, and repair any damage to structures, etc., resulting from planting operations.

3.03 GRAVEL BEDS

A. Clean, grade and place geotextile prior to placing gravel in gravel beds.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 02900-4 Bid Set

SECTION 02930

SODDING PART 1 - GENERAL

1.01 SCOPE

A. Provide all labor, materials and equipment necessary for the installation of new sodding, or complete sodding of existing grassed areas that may have been damaged or disturbed by CONTRACTOR activities. This shall include, but not be limited to: fertilizing, sodding, tests and all incidentals to make the work complete.

1.02 RELATED WORK SPECIFIED ELSEWHERE

A. Section 02900 - Landscaping B. Section 02210 - Earth Excavation, Backfill and Grading

1.03 WORK INCLUDED

A. Testing of topsoil. B. Raking and leveling topsoil as required for sodding. C. Liming and fertilizing of topsoil. D. Laying and rolling of sod. E. Maintaining

1.04 SUBMITTALS

A. Submit product source and information sheets in accordance with Section 01300, “Submittals”.

PART 2 - PRODUCTS

2.01 MATERIALS

A. Fertilizer

1. Fertilizer shall be commercial fertilizer, as manufactured by International Chemical Company or equal. 2. Said fertilizer shall have a 10-20-6 N.P.K. content and contain a minimum of 60% of organic material. 3. It shall be delivered at the site in the original sealed containers.

B. Sod

1. Sod from right-of-way swales within the work area shall be Bahia sod or replaced in-kind, whichever is finer quality.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02930-1 Bid Set

2. Sod shall be first quality Bahia sod of firm texture having a compacted growth and good root development. 3. Sod shall be absolutely true to varietal type, live, fresh and free from weeds or objectionable vegetation, fungus, insects and disease of any kind. Sod shall be kept moist from the time it is field cut until it is laid at the proposed site. 4. The sod shall be as grown by a certified turf nursery and CONTRACTOR shall inform ENGINEER as to the source of the sod to be utilized prior to ordering and delivery of sod. 5. Sod shall be furnished and installed in rectangular sod strips measuring 12 to 16- inches in width of standard lengths of not less than 2 feet and delivered on pallets.

PART 3 - EXECUTION

3.01 INSTALLATION

A. Sod shall be placed on all grassed areas disturbed by construction activities, unless otherwise indicated on the Drawings. Sodding shall be in accordance with these specifications and Sections 570 and 981 of FDOT Specifications, whichever is more stringent.

B. Lawn areas damaged by CONTRACTOR's operations shall be repaired at once by proper sod bed preparation, fertilization and re-sodding, in accordance with these specifications. Regardless of the condition of the lawn area (weed content etc.) prior to the CONTRACTOR working in the area, all repairs shall be made with sod.

C. These areas shall be fine graded to achieve the finished subgrade after compaction which shall be obtained by rolling, dragging or by an approved method which obtains an equivalent compaction to that produced by a hand roller weighing from 75 to 100 pounds per foot of width. All depressions caused by settlement or rolling shall be filled with additional existing or furnished topsoil and re-graded and prepared as specified above until it presents a reasonably smooth and even finish at the required sod sub- grade.

D. All sod furnished shall be living sod containing at least 70% of thickly matter grasses as specified and free from noxious weeds. All sod shall be certified free of fire ants.

E. No broken pads or torn or uneven ends will be accepted. Standard size sections of sod shall be strong enough to support own weight and retain their size and shape when suspended vertically with a firm grasp on the upper 10% of the section. Sod shall not be harvested when its moisture content (excessively wet or dry) may adversely affect its survival. F. Sod shall be harvested, delivered, and installed within a period of 24 hours. Sod not installed within this time period shall be subject to inspection and rejection by

City of North Miami Pump Station “A” Rehab – 100% Submittal 02930-2 Bid Set

ENGINEER, and shall be removed from the site and a fresh sod supply shall be furnished at no extra cost to CITY.

G. The topsoil shall not be moist at time of installation; however, it shall contain sufficient moisture so as not be powdery or dusty, both as determined by the supplier's representative.

H. The overlapping of existing lawn with new sod along limit of work lines will not be permitted. Sod shall be laid in strips, edge to edge, with the lateral joints staggered. All minor or unavoidable openings in the sod shall be closed with sod plugs or with topsoil, as directed by ENGINEER. However, sod laid with joints determined to be too large shall be lifted and re-laid as specified herein at no extra cost to CITY.

I. Immediately after the sod is laid, the sod shall be watered thoroughly by hand or mechanical sprinkling until the sod and at least 2-inch of the top soil bed have been thoroughly moistened.

J. Sufficient watering shall be done by the CONTRACTOR to maintain adequate moisture for optimum development of the sodded areas. Sodded areas shall receive no less than 1.5 inches of water per week.

K. CONTRACTOR shall be responsible to furnish his own supply of water to the site at no extra cost. If possible, CITY shall furnish CONTRACTOR, upon request, with a source and supply of water. CONTRACTOR shall apply for temporary meter and pay CITY for water used at current utility billing rates. However, if CITY’s water supply is not available or not functioning, CONTRACTOR shall be responsible to furnish adequate supplies at his own cost. All work injured or damaged due to the lack of, or the use of too much water, shall be CONTRACTOR's responsibility to correct.

3.02 MAINTENANCE

A. Maintain the entire sodded areas at least a 30-day period or until final acceptance at the completion of the Contract, whichever is longer. Maintenance shall include watering as specified, weeding and removal of stones which may appear. All bare or dead spots which become apparent shall be properly prepared, limed and fertilized, and re-sodded at CONTRACTOR's expense as many times as necessary to secure a good growth. In the event that the sod installation is not accepted by ENGINEER, the entire area shall be maintained and cut by CONTRACTOR until final acceptance of the sod installation. B. Take whatever measures are necessary to protect the sod while it is developing. These measures shall include furnishing of warning signs, barriers, or any other necessary measures of protection.

City of North Miami Pump Station “A” Rehab – 100% Submittal 02930-3 Bid Set

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 02930-4 Bid Set

Division 03 SECTION 03300 GENERAL CONCRETE CONSTRUCTION

PART 1 - GENERAL

1.01 DESCRIPTION

A. This section includes labor, materials, equipment and incidentals necessary to furnish and install cast-in-place concrete as specified herein and as shown on contract drawings.

1.02 References

A. American Concrete Institute (ACI):

1. 301: Standard Specifications for Structural Concrete

2. 304R: Guide for Measuring, Mixing, Transporting and Placing Concrete

3. 304.2R: Placing Concrete by Pumping Methods

4. 305R: Hot Weather Concreting

5. 306R: Cold Weather Concreting

6. 308: Standard Practice for Curing Concrete

7. 318: Building Code Requirements for Structural Concrete

8. 350: Code Requirements for Environmental Engineering Concrete Structures

B. American Society for Testing and Materials (ASTM):

1. C31: Standard Practice for Making and Curing Concrete Test Specimens in the Field

2. C33: Standard Specification for Concrete Aggregates

3. C39: Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens

4. C94: Standard Specification for Ready-Mixed Concrete

5. C150: Standard Specification for Portland Cement

6. C172: Standard Practice for Sampling Freshly Mixed Concrete

7. C192: Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory

8. C494: Standard Specification for Chemical Admixtures for Concrete

City of North Miami 03300- 1 Pump Station “A” Rehab – 100% Submittal Bid Set

9. C618: Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete

C. American Association of State Highway and Transportation Officials (AASHTO):

1. M182: Standard Specification for Burlap Cloth Made from Jute or Kenaf and Cotton Mats

1.03 SUBMITTALS

A. Submit shop drawings in accordance with Section 01300 and the following:

B. Prepare concrete and mortar mix designs and laboratory 7-day, 14-day and 28-day compressive tests, or submit test reports of 7, 14 and 28-day compressive tests of the mix where the same mix has been used on two previous projects. Submit mix design in writing for review by the Engineer at least 15 days before placing of any concrete.

C. Submit manufacturer's catalog data and descriptive literature for formwork, form ties, form release agent, concrete admixtures, bond breakers, joint sealant, and other materials specified herein.

D. Submit mill test certificates identifying chemical and physical analyses of each load of reinforcing steel delivered.

E. Submit reinforcing bending lists and placing drawings for all reinforcing. Placing drawings shall indicate all openings including additional reinforcing at openings and corner bar arrangements at intersecting beams, walls, and footings indicated in the typical detail and structural drawings. Placing drawings shall be coordinated with the concrete placing schedule. Each bending list and placing drawing submitted shall be complete for each major element of a structure including dowels and corner bars. Furnishing such lists shall not be construed that the lists will be reviewed for accuracy. The Contractor shall be wholly and completely responsible for the accuracy of the lists and for furnishing and placing reinforcing steel in accordance with the details shown in the drawings and as specified. Placing drawings shall be prepared by the Contractor and shall not incorporate photocopies of the construction drawings.

F. Proposed special procedures for protection and curing of concrete under hot and cold weather conditions.

1.04 QUALITY ASSURANCE

A. Plant Certification: Plant or concrete supplier shall comply with requirements of National Ready Mixed Concrete Association (NRMCA) certification plan as regards material storage and handling, batching equipment, central mixer, truck mixers with counters, agitators, nonagitating units, and ticketing system.

B. Unless otherwise indicated, materials, workmanship, and practices shall conform to the following standards:

1. ACI 301, "Structural Concrete for Buildings.”

City of North Miami 03300- 2 Pump Station “A” Rehab – 100% Submittal Bid Set

2. ACI 318, "Building Code Requirements for Reinforced Concrete.”

3. ACI 350, “Code Requirements for Environmental Engineering Concrete Structures”

C. Where provisions of pertinent codes and standards conflict with this specification, the more stringent provisions govern.

D. Concrete not meeting the minimum specified 28-day design strength may be cause for rejection and removal from the work as determined by the Engineer or Owner.

E. Perform concrete work in conformance with ACI 301 unless otherwise specified.

F. Do not use admixtures, including calcium chloride, which will cause accelerated setting of cement in concrete.

G. Do not place concrete until design mix, material tests and trial concrete batch mix compression test results are accepted by the Engineer.

H. Contractor shall employ an independent testing laboratory, acceptable to the Engineer, to develop concrete mix designs and testing. Concrete testing shall be performed by an ACI Concrete Field Technician, Grade I or equivalent.

I. Methods of Sampling and Testing:

1. Fresh Concrete Sampling: ASTM C172

2. Specimen Preparation: ASTM C31

3. Compressive Strength: ASTM C39

4. Air Content: ASTM C231

5. Slump: ASTM C143

6. Temperature: ASTM C1064

7. Unit Weight: ASTM C138

8. Obtaining Drilled Cores: ASTM C42

J. Acceptance of Structure: Acceptance of completed concrete work requires conformance with dimensional tolerances, appearance and strength as indicated or specified.

K. Hot weather concrete to conform to ACI 305R and as specified herein.

L. Cold weather concrete to conform to ACI 306R and as specified herein.

M. Reject concrete delivered to job site that exceeds the time limit or temperature limitations specified.

N. Do not place concrete in water or on frozen or uncompacted ground.

City of North Miami 03300- 3 Pump Station “A” Rehab – 100% Submittal Bid Set

O. Design of Formwork:

1. Formwork design, detailing, and installation shall be Contractor’s responsibility and shall conform to requirements of ACI 347R, and shall be subject to Engineer’s approval.

2. Construction and contraction joints, openings, offsets, keyways, recesses, moldings, chamfers, blocking, screeds, bulkheads, water stops, anchorages, inserts, and other features shall be provided.

3. Formwork shall be designed to be readily removable without impact, shock, or damage to 'green' concrete surfaces and adjacent materials.

4. The maximum panel deflection shall be 1/360 of the span between structural members.

P. Unless otherwise specified herein, formwork shall be constructed so that the concrete surfaces will conform to the tolerance limits as given in ACI 117.

Q. Materials, fabrications and workmanship found defective shall be promptly removed and replaced and new acceptable work shall be provided in accordance with Contract requirements at no additional cost to the owner.

PART 2 - MATERIALS

2.01 CEMENT

A. Portland Cement, ASTM C150, Type I or Type II.

1. Use only one brand from one source. Use no cement that has become damaged, partially set, lumpy, or caked. Reject the entire contents of the sack or container that contains such cement. Use no salvaged or reclaimed cement.

2. Maximum tricalcium aluminate shall not exceed 8 percent. The maximum percent alkalies shall not exceed 0.6 percent.

2.02 FLY ASH

A. Provide fly ash conforming to the following requirements:

1. Class C or F fly ash conforming to ASTM C 618 for chemical and physical properties.

2. Supplemental requirements in percent:

a. Maximum carbon content: 3 percent

b. Maximum sulfur trioxide (SO3) content: 4 percent

c. Maximum loss on ignition: 3 percent

City of North Miami 03300- 4 Pump Station “A” Rehab – 100% Submittal Bid Set

d. Maximum water requirement (as a percent of control): 100 percent

e. Fineness, maximum retained on No. 325 sieve: 25 percent

2.03 FINE AGGREGATES

A. Clean, sharp, natural sand conforming to requirements of ASTM C33 with a fineness modulus between 2.0 and 3.0.

2.04 COARSE AGGREGATE

A. Well graded crushed stone, natural rock conforming to requirements of ASTM C33.

B. Limit deleterious substances in accordance with ASTM C33, Table 3, Severe Weathering Regions, limit clay lumps not to exceed 1.0 percent by weight, and limit loss when tested for soundness using magnesium sulfate to 12 percent.

2.05 WATER AND ICE

A. Use water and ice free from injurious amounts of oil, acid, alkali, salt, organic matter or other deleterious substances and conforms to requirements of ASTM C94.

B. Water shall not contain more than 500 mg/L of chlorides nor more than 500 mg/L of sulfate.

C. Heat or cool water to obtain concrete temperatures specified, and in conformance with ACI 305R and ACI 306R.

2.06 CONCRETE ADMIXTURES

A. Do not use any admixture that contains chlorides or other corrosive elements in any concrete. Admixtures shall be nontoxic after 30 days. Use admixtures in compliance with the manufacturer’s printed instructions. The manufacturer shall certify the compatibility of multiple admixtures used in the same mix. Do not use admixtures in greater dosages than recommended by manufacturer. Air Entrainment:

1. An air-entraining admixture conforming to ASTM C260.

2. Products:

a. BASF Corporation; MB-AE 90.

b. Sika Corporation, AER.

c. Or accepted equivalent product.

3. Adjust the admixture content to accommodate fly ash or pozzolan requirements, and other admixtures when used, in order to obtain the specified air content.

City of North Miami 03300- 5 Pump Station “A” Rehab – 100% Submittal Bid Set

B. WATER REDUCING

1. A water-reducing admixture conforming to ASTM C494, Type A and compatible with the air-entraining admixtures. The amount of admixture added to the concrete shall be in accordance with the manufacturer's recommendations.

2. Products:

a. BASF Corporation; Polyheed Series

b. Sika Corporation, Plastocrete 161

c. WR Grace & Co.; Darex II-AEA

d. Euclid Chemical Company; Eucon NW

e. Or accepted equivalent product.

C. Water Reducing and Retarding:

1. A water-reducing and retarding admixture conforming to ASTM C494, Type D and compatible with the air-entraining admixtures. The amount of admixture added to the concrete shall be in accordance with the manufacturer's recommendations.

2. Products:

a. BASF Corporation; Pozzolith Series

b. Sika Corporation; Plastiment

c. Euclid Chemical company; Eucon WR-91

d. Or accepted equivalent product.

3. High-Range Water-Reducing Admixture (Superplasticizer):

a. A High-Range water-reducing admixture conforming to ASTM C494, Type F or ASTM C1017, Type I.

b. Products:

1) BASF Corporation; Glenium Series

2) WR Grace & Co.; Daracem 100

3) Euclid Chemical company; Eucon SPC

2.07 EPOXY BONDING AGENT

A. Epoxy bonding agent shall conform to ASTM C881 Type I, II, IV or V; Grade 2 for epoxy resin adhesives. The class of epoxy bonding agent shall be suitable for ambient and substrate temperatures.

City of North Miami 03300- 6 Pump Station “A” Rehab – 100% Submittal Bid Set

1. Products:

a. Sika Corp.; Sikadur 32

b. Euclid Chemical Company; Duralcrete

c. BASF Corporation, Concresive Liquid LPL

d. Or accepted equivalent product.

2.08 VAPOR RETARDER

A. 10 mil polyethylene sheet conforming to ASTM E1745.

2.09 CURING COMPOUND

A. Liquid form, which will form impervious membrane over, exposed surface of concrete when applied to fresh concrete by means of spray gun. Compound shall not inhibit future bond of floor covering or concrete floor treatment. Use Type I-D compound with red fugitive dye, Class B, having 18 percent minimum solids conforming to ASTM C309.

2.10 BURLAP MATS

A. Conform to AASHTO M182.

2.11 SISAL-KRAFT PAPER AND POLYETHYLENE SHEETS FOR CURING:

A. Conform to ASTM C171.

2.12 LUMBER

A. Lumber used in form construction shall be Douglas fir, No. 2 grade, S4S, Standard Grading and Dressing Rules No. 16, West Coast Lumber Inspection Bureau or Southern Yellow Pine, No. 2, S4S, Standard Grade Rules Southern Pine Inspection Bureau. Boards shall be 6 inches or more in width.

2.13 PLYWOOD

A. Only grade-marked plywood conforming to APA shall be provided.

B. Plywood used in form construction shall be Grade B-B, Class 1 plyform, mill-oiled, and sanded on both sides in conformance with U.S. Product Standard PS 1 Structural Plywood.

2.14 STEEL FORMS

A. Commercial grade sheets not less than 16 gage shall be provided.

B. Stock material that is free from warps, bends, kinks, cracks, and rust or other matter that could stain the concrete shall be provided.

City of North Miami 03300- 7 Pump Station “A” Rehab – 100% Submittal Bid Set

2.15 BOND BREAKER

A. Bond breaker shall be a V.O.C.-compliant nonstaining type that will provide a positive bond prevention.

B. Manufacturers:

1. Edoco Burke; Clean Lift 90 W.B.

2. Nox-Crete, Inc.; Silcoseal 97EC.

3. Or acceptable equivalent product.

2.16 FORM RELEASE AGENT

A. Form release agent shall not bond with, stain, or adversely affect concrete surfaces and shall not impair subsequent treatments of concrete surfaces when applied to forms. A ready-to-use water-based material formulated to reduce or eliminate surface imperfections and containing no mineral oil or organic solvents.

B. Manufacturers and Products:

1. BASF, Shakopee, MN; MBT, Rheofinish 211.

2. Cresset Chemical Company; Crete-Lease 20-VOC.

3. Unitex Chemicals; Farm Fresh.

4. Magic Kote: Symons Corporation, Des Plaines, IL

5. Or acceptable equivalent product.

2.17 REINFORCING STEEL

A. Reinforcement shall conform to ASTM A615, Grade 60.

B. Fabricate reinforcing in accordance with the current edition of the Manual of Standard Practice, published by the Concrete Reinforcing Steel Institute. Bend reinforcing steel cold.

C. Deliver reinforcing steel to the site bundled and with identifying tags.

2.18 WELDED WIRE REINFORCEMENT

A. Welded wire reinforcement shall conform to ASTM A1064.

2.19 TIE WIRE

A. Tie wire shall be 16 gauge minimum, black, soft annealed.

City of North Miami 03300- 8 Pump Station “A” Rehab – 100% Submittal Bid Set

2.20 JOINT SEALANT FOR CONCRETE STRUCTURES

A. Joint sealant shall be a multipart, gray, nonstaining, nonsagging, gun grade polyurethane sealant, which cures at ambient temperature to a firm, flexible, resilient, tear-resistant rubber. Sealant shall comply with ASTM C920, Type M, Grade P, Class 25 for horizontal joints and Grade NS, Class 25 for vertical. Troweling of sealants into joints will not be permitted. Sealant shall meet requirements in Table 03300-1.

TABLE 03300-1 Characteristic or Parameter Technical Requirements Pot life 1 to 3 hours Hardness 35 Shore A, +/- 5 Elongation 650 percent, ASTM D412 Tensile strength 200 psi, ASTM D412 Peel strength on concrete No adhesion loss at 25 pounds Temperature service range 40 to 167 degrees F Immersion in water Continuous

B. Products:

1. Tremco; Vulkem 227 or Vulkem 245 (for Type M, Grade P, Class 25)

2. Sika Corporation; Sikaflex-2CNS (for Grade NS, Class 25), Sikaflex-2CSL

3. Or equal.

2.21 EPOXY JOINT SEALANT:

A. 100 percent solids per ASTM D1259, two-part epoxy with an instantaneous Shore D hardness of 50 to 65 per ASTM D2240.

1. Metzger-McGuire Co.; MM80 or Edge Pro50

2. Euclid Chemical Corp.; Euco700

3. Or equal.

2.22 BACKING ROD FOR EXPANSION JOINTS

A. Provide an extruded closed-cell polyethylene foam rod. The rod shall be 1/4-inch larger in diameter than the joint width. Where possible, provide full-length sections for the joint; minimize splices.

1. Industrial Systems Department; Minicel backer rod

2. Hercules, Inc.; Plastic Products Group

3. Or equal.

City of North Miami 03300- 9 Pump Station “A” Rehab – 100% Submittal Bid Set

2.23 BOND BREAKER TAPE

A. Provide an adhesive-backed glazed butyl or polyethylene tape that will adhere to the premolded joint material or concrete surface. The tape shall be the same width as the joint. The tape shall be compatible with the sealant.

2.24 PREFORMED CONTROL JOINT

A. One-piece, flexible, PVC joint former.

1. Vinylex Corp.; Kold-Seal Zip-Per Strip KSF-150-50-50

2. Or equal.

B. Provide the preformed control joint material in full-length unspliced pieces.

2.25 PREMOLDED JOINT FILLER FOR PAVEMENTS AND SLABS

A. Joint filler shall be preformed, nonextruded type constructed of closed-cell neoprene conforming to ASTM D1752, Type I

B. Bituminous-type preformed expansion joint filler conforming to ASTM D994.

2.26 VOC LIMITS FOR SEALANTS, AND SEALANT PRIMERS

A. VOC limits for sealants, and sealant primers to comply with content limits when calculated according to 40 CFR 59, Subpart D (EPA Method 24), or applicable state and local codes containing more stringent requirements.

2.27 GROUT

A. Nonshrink grout shall conform to ASTM C1107 and to these specifications. Use a nongas-liberating type, cement base, premixed product requiring only the addition of water for the required consistency. Grout shall be UPCON High Flow, Master Flow 713 by BASF Construction Chemicals, or approved equal. Components shall be inorganic.

2.28 CONCRETE MIX DESIGN

A. Conform to ASTM C94, except as modified by these specifications.

B. Air content as determined by ASTM C231 shall be 2% ±1%.

C. Maximum water-cement ratio for concrete = 0.45 by weight.

D. Fly ash shall not exceed 25 percent of the total cementitous content

E. Use classes of concrete as described in the following table:

City of North Miami 03300- 10 Pump Station “A” Rehab – 100% Submittal Bid Set

28-Day Compressive Minimum Strength Cement Content Class Type of Work (in psi) (in lbs per C.Y.)

A All Concrete 4,000 564

F. Measure slump in accordance with ASTM C143. Slump shall be 3-5 inches. Mixes containing superplasticizer shall have a maximum slump of 9 inches.

G. Aggregate size shall be 3/4 inch maximum for slabs and sections 8 inches thick and less. Aggregate size shall be 1 inch maximum for slabs and sections greater than 8 inches and less than 17 inches. Aggregate size shall be 1 1/2 inches maximum for all larger slabs and sections. Aggregate size for floor grout shall be maximum 3/8 inch.

H. Mix design for pumped concrete shall produce a plastic and workable mix. The percentage of sand in the mix shall be based on the void content of the coarse aggregate.

2.29 REINFORCING DOWEL ADHESIVE

A. Dowel anchor adhesive shall be HIT-RE 500-SD by Hilti Corporation; or approved equal.

PART 3 - EXECUTION

3.01 FORM TOLERANCES

A. Comply with the requirements of ACI 117 for tolerances for formed surfaces.

B. Failure of the forms to produce the specified concrete surface and surface tolerance shall be grounds for rejection of the concrete work. Rejected work shall be repaired or replaced at no additional cost to the Owner.

3.02 FORM SURFACE PREPARATION

A. Clean form surfaces to be in contact with concrete of foreign material prior to installation.

B. Coat form surfaces in contact with concrete with a release agent prior to form installation.

3.03 FORM REUSE

A. Reuse only forms that provide a uniform surface texture on exposed concrete surfaces. Apply light sanding or other surface treatment between uses for uniform texture. Plug unused tie rod holes with corks, shave flush, and sand the concrete surface side. Do not patch forms other than filling tie rod holes, except in the case of Class II forms. Do not use metal patching discs on Class I forms.

City of North Miami 03300- 11 Pump Station “A” Rehab – 100% Submittal Bid Set

3.04 REMOVAL OF FORMS

A. Forms and shoring for elevated structural slabs or beams shall remain in place until the concrete has reached a compressive strength equal to the specified 28-day compressive strength as determined by test cylinders. Do not remove supports and reshore. The following table indicates the minimum allowable time after the last cast concrete is placed before forms, shoring, or wall bracing may be removed:

Sides of footings and encasements 24 hours Walls, vertical sides of beams, girders, columns, and similar members not supporting loads 48 hours Slabs, beams, and girders 10 days (forms only) Shoring for slabs, beams, and girders Until concrete strength reaches specified 28-day strength Wall bracing Until top or roof slab concrete reaches specified 28-day strength

B. Do not remove forms from concrete that has been placed with outside air temperature below 50°F without first determining if the concrete has properly set without regard for time. Do not apply heavy loading on green concrete. Immediately after forms are removed, the surface of the concrete shall be carefully examined and any irregularities in the surface shall be repaired and finished as specified.

3.05 FORMED OPENINGS

A. Openings shall be of sufficient size to permit final alignment of pipes or other items without deflection or offsets of any kind. Allow space for packing where items pass through the wall to ensure watertightness. Provide openings with continuous keyways and water stops. Provide a slight to facilitate grouting and the escape of entrained air during grouting. Provide formed openings with reinforcement as indicated in the typical structural details. Reinforcing shall be at least 2 inches clear from the opening surfaces and encased items.

3.06 EMBEDDED ITEMS

A. Set anchor bolts and other embedded items accurately and hold securely in position until the concrete is placed and set. Check all special castings, channels, or other metal parts that are to be embedded in the concrete prior to and again after concreting. Check nailing blocks, plugs, and strips necessary for the attachment of trim, finish, and similar work prior to concreting.

3.07 BEVELED EDGES (CHAMFER)

A. Form 3/4-inch beveled edges on exposed concrete edges and corners, beam soffit corners, and where indicated in the drawings. Reentrant corners in concrete members shall not have fillets, unless otherwise shown in the drawings. The top edges of slabs, walkways, beams, and walls may be beveled with an edging trowel in lieu of using chamfer strips.

City of North Miami 03300- 12 Pump Station “A” Rehab – 100% Submittal Bid Set

3.08 TIME BETWEEN POURS

A. At least two hours shall elapse after depositing concrete in the columns or walls before depositing in beams, girders, or slabs supported thereon. Place beams, girders, brackets, column capitals, and haunches monolithically as part of the floor or roof system, unless otherwise indicated in the drawings.

3.09 INSTALLATION OF JOINT SEALANTS

A. Immediately before installing the joint sealant, clean the joint cavity by sandblasting or power wire brushing. Install bond breaker tape per manufacturer's instructions.

B. After the joints have been prepared as described above, apply the joint sealant. Apply the primer, if required, and joint sealant only with the equipment and methods recommended by the joint sealant manufacturer. Application criteria for the sealant materials, such as temperature and moisture requirements and primer cure time, shall be in accordance with the recommendations of the sealant manufacturer.

C. Apply masking tape along the edges of the exposed surface of the exposed joints. Trowel the joints smooth with a tuck pointing tool wiped with a solvent recommended by the sealant manufacturer.

D. After the sealant has been applied, remove the masking tape and any sealant spillage.

3.10 PLACING REINFORCEMENT

A. Place reinforcing steel in accordance with the current edition of Recommended Practice for Placing Reinforcing Bars, published by the Concrete Reinforcing Steel Institute.

B. Place reinforcing in accordance with the following, unless otherwise indicated:

1. Reinforcement indicated in the drawings is continuous through the structure to the farthest extent possible. Terminate bars and hooks as indicated in the project drawings.

2. Splices may be used to provide continuity due to bar length limitations. Minimum length of bars spliced for this reason is 30 feet. Splicing of reinforcement that is detailed to be continuous in the drawings is not permitted.

C. Reinforcing steel, before being positioned and just prior to placing concrete, shall be free from loose mill and rust scale and from any coatings that may destroy or reduce the bond. Clean reinforcing steel by sandblasting or wire brushing and remove mortar, oil, or dirt to remove materials that may reduce the bond.

D. Do not straighten or rebend reinforcing steel in the field.

E. Position reinforcing steel in accordance with the drawings and secure by using annealed wire ties or clips at intersections and support by concrete or metal supports, spacers, or metal hangers. Do not place metal clips or supports in contact with the forms. Bend tie wires away from the forms to provide the specified concrete coverage. Bars, in addition to those shown in the drawings, which may be found necessary or desirable by the

City of North Miami 03300- 13 Pump Station “A” Rehab – 100% Submittal Bid Set

Contractor for the purpose of securing reinforcement in position shall be provided by the Contractor at his own expense.

F. Place reinforcement a minimum of 2 inches clear of any metal pipe or fittings.

G. Secure reinforcing dowels in place prior to placing concrete. Do not press dowels into the concrete after the concrete has been placed.

H. Roll wire mesh used for reinforcement flat before placing concrete. Support and tie wire mesh to prevent movement during concrete placement.

3.11 SITE-MIXED CONCRETE

A. Conform to ACI 304.

3.12 READY-MIXED CONCRETE

A. Conform to ASTM C94.

3.13 PLACING CONCRETE

A. Conform to ACI 304.

3.14 PUMPING CONCRETE

A. Conform to ACI 304.2R-91.

3.15 WEATHER REQUIREMENTS

A. Conform to ACI 305 for placing during hot weather.

B. Conform to ACI 306 for placing during cold weather.

3.16 BONDING TO OLD CONCRETE

A. Coat the contact surfaces of structural sections with epoxy bonding compound when noted in the drawings. The method of preparation and application of the bonding compound shall conform to the manufacturer's printed instructions and recommendations for specific application for this project.

3.17 CONCRETE FINISHES

A. Complete concrete surfaces in accordance with the following schedule unless noted otherwise on design drawings:

City of North Miami 03300- 14 Pump Station “A” Rehab – 100% Submittal Bid Set

Finish Designation Area Applied F-1 Beams, columns, and exterior walls not exposed to view. F-3 Beams, columns, and walls of structures or buildings exposed to view. Underside of formed floors or slabs. F-4 Exterior and interior surfaces to be coated. S-1 Slabs and floors to be covered with concrete or grout. S-4 Slabs and floors of structures or buildings exposed to view. S-5 Slabs and floors at slopes greater than 10% and stairs. E-1 Exposed edges. EXCEPTION: edges normally covered with earth. E-2 Top of walls, beams, and similar unformed surfaces.

B. Finish F-1: Repair defective concrete, fill depressions deeper than 1/2 inch, and fill tie holes.

1. Finish F-3: In addition to Finish F-1, remove fins, fill depressions 1/4 inch or deeper, fill depressions and airholes with mortar. Dampen surfaces and then spread a slurry consisting of one part cement and one and one-half parts sand by damp loose volume, over the surface with clean burlap pads or sponge rubber floats. Remove any surplus by scraping and then rubbing with clean burlap.

2. Finish F-4: Repair defective concrete, remove fins, fill depressions 1/16 inch or deeper, fill tie holes, remove mortar spatter, and remove bulges higher than 1/16 inch.

3. Finish S-1: Screed to grade without special finish.

4. Finish S-4: Steel trowel finish without local depressions or high points and apply a light hair-broom finish. Do not use stiff bristle brooms or brushes. Leave hair- broom lines parallel to the direction of slab drainage.

5. Finish S-5: Steel trowel finish without local depressions or high points. Apply a stiff bristle broom finish. Leave broom lines parallel to the direction of slope drainage.

6. Finish E-1: Provide chamfer or beveled edges.

7. Finish E-2: Strike smooth and float to an F-3 or F-4 finish.

3.18 CURING CONCRETE

A. Conform to ACI 308.

B. Water cure methods unless optional curing methods are permitted. Water cure for seven (7) days. Curing compound is acceptable for building slabs. Apply curing compound uniformly over concrete surface by means of roller or spray at a rate recommended by the curing compound manufacturer, but not less than 1 gallon per 150 sq. ft. of surface

City of North Miami 03300- 15 Pump Station “A” Rehab – 100% Submittal Bid Set

area. Agitate curing material in supply container immediately before transfer to distributor and thoroughly agitate it during application for uniform consistency and dispersion of pigment. Apply curing compound in two perpendicular passes.

C. Do not use curing compound on surfaces that are to be coated.

D. It is the responsibility of the Contractor to select the appropriate curing method in response to climatical and/or site conditions occurring at the time of concrete placement. Take appropriate measures as described in ACI 305 and 306 for protecting and curing concrete during hot and cold weather.

3.19 REPAIR OF DEFECTS AND CRACKS

A. Do not repair defects until concrete has been evaluated by the Owner.

B. Surface Defects:

1. Repair surface defects that are smaller than 1 foot across in any direction and are less than 1/2 inch in depth.

2. Repair by removing the honeycombed and other defective concrete down to sound concrete, cut or grind edges perpendicular to the surface and at least 3/8 inch deep, abrasive clean and thoroughly dampen the surface, work into the surface an epoxy bonding agent, and fill the hole with one part cement to one part fine sand. Match the finish on the adjacent concrete, and cure as specified.

C. Severe Defects:

1. Repair severe defects that are larger than surface defects but do not appear to affect the structural integrity of the structure.

3.20 CONCRETE TESTS

A. Concrete quality testing will be performed on the concrete by the Contractor.

1. Frequency of Sampling: Cast eight concrete test cylinders from each 50 cubic yards, or fraction thereof, of each class of concrete placed in any one day. Sampling and curing of cylinders shall conform to ASTM C31.

2. Strength Testing: Test cylinders in accordance with ASTM C39. Test cylinders shall be 4 by 8 inches. Test two cylinders at 7 days, and three cylinders at 28 days for acceptance; and hold three cylinders for verification. Strength acceptance will be based on the average of the strengths of the two cylinders tested at 28 days. If one cylinder of a 28-day test manifests evidence of improper sampling, molding, or testing, other than low strength, discard it and use the eighth cylinder for the test result.

3. Determine concrete slump by ASTM C143 with each strength test sampling and as required to establish consistency.

City of North Miami 03300- 16 Pump Station “A” Rehab – 100% Submittal Bid Set

4. Determine air content of the concrete using ASTM C231 to verify the percentage of air in the concrete immediately prior to depositing in forms.

5. Concrete acceptance shall be based on the requirements of ACI 318.

END OF SECTION

City of North Miami 03300- 17 Pump Station “A” Rehab – 100% Submittal Bid Set

SECTION 03600

GROUT

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Furnish all labor, materials, equipment, and incidentals required, and install grout complete as shown on the Drawings and as specified herein.

1.02 SUMMARY:

A. Section Includes:

1. Material for grouting reinforcing bars, anchor bolts into existing or newly placed concrete.

2. Material for grouting under bearing plates for columns or beams.

3. Materials for grouting under equipment.

4. Materials for miscellaneous grouting including but not limited to railing posts, equipment guides, bollards, precast concrete joints and supports etc.

1.03 REFERENCE STANDARDS:

A. American Society for Testing and Materials (ASTM):

1. C33: Standard Specification for Concrete Aggregates

2. C150: Standard Specification for Portland Cement

3. C531: Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical Resistant Mortars, Grouts, and Monolithic Surfacings

4. C827: Standard Test Method for Change in Height at Early Ages of Cylindrical Specimens from Cementitious Mixes

5. C1107: Standard Specification for Packaged Dry, Hydraulic, Cement Grout (Non- shrink)

6. D695: Standard Test Method for Compressive Properties of Rigid Plastics

1.04 SUBMITTALS:

A. Submit the following shop drawings in accordance with Section 01300.

City of North Miami Pump Station “A” Rehab – 100% Submittal 03600-1 Bid Set B. Product Data: Commercially manufactured non-shrink, non-metallic cementitious grout:

a. Include catalogue cuts, technical data, storage requirements, product life, working time after mixing, temperature considerations, conformity to referenced ASTM standards, and Material Safety Data Sheet.

C. Commercially manufactured non-shrink epoxy grout:

a. Include catalogue cuts, technical data, storage requirements, product life, working time after mixing, temperature considerations, conformity to referenced ASTM Standards and Material Safety Data Sheet.

D. Cement grout:

a. 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.

E. Concrete grout:

a. Include data for concrete as delineated in Section 03300. This includes the mix design, constituent quantities per cubic yard, and the water/cement ratio.

F. Bonding Agent:

a. Include catalogue cuts, technical data, storage requirements, product life, working time after mixing, temperature considerations, conformity to referenced ASTM standards, and Material Safety Data Sheet.

G. Laboratory Test Reports.

1. Submit laboratory test data as required under Section 03300 for concrete to be used as concrete grout.

H. Mill test reports for each shipment of cement, regardless of quantity, prior to incorporation into the work.

I. Manufacturer's specifications and instructions for all admixtures, curing materials, adjustable inserts and non-shrink non-metallic grout. Manufacturer’s certification of compatibility of all admixtures.

1.05 QUALITY ASSURANCE:

A. Qualifications

1. Grout manufacturer to have a minimum of 5 years experience in the production and use of the type of grout proposed for the Work.

B. Field Testing

City of North Miami Pump Station “A” Rehab – 100% Submittal 03600-2 Bid Set 1. Field testing and will be performed by the Contractor. Comply with the applicable ASTM Standards for testing.

2. The field testing of concrete grout will be as specified for concrete in Section 03300.

3. Take compression test specimens from the first placement of each type of grout to ensure compliance with these Specifications.

a. Compression tests and fabrication of specimens for cement grout and non- shrink grout will be performed as specified in ASTM C109 at intervals during construction as selected by the Engineer. A set of three specimens will be made for testing at one, seven and 28 days.

b. Compression tests and fabrication of specimens for epoxy grout will be performed as specified in ASTM C579, Method B. A set of three specimens will be made for testing at seven days.

1.06 WARRANTY:

A. Warrant the materials and products specified in this Section against defective materials and workmanship with the manufacturer’s standard warranty, but for no less than one year from the date of substantial completion.

B. Warrant the work against defects for one year from the date of substantial completion.

1.07 DELIVERY, STORAGE, AND HANDLING:

A. Comply with the requirements in Section 01600.

B. Deliver materials to the jobsite in original, unopened packages, clearly labeled with the manufacturer's name, product identification, batch numbers, and printed instructions.

C. Store materials in accordance with the manufacturer's recommendations. Total storage time from date of manufacture to date of installation shall be limited to six months or the manufacturer's recommended storage time, whichever is less.

D. Reject material that becomes damp, lumpy or otherwise unacceptable and immediately remove from the site and replace with acceptable material at no cost to the Owner.

E. Deliver non-shrink cement based grouts as pre-blended, prepackaged mixes requiring only the addition of water.

F. Deliver non-shrink epoxy grouts as premeasured, prepackaged, three component systems requiring only blending as directed by the manufacturer.

City of North Miami Pump Station “A” Rehab – 100% Submittal 03600-3 Bid Set 1.08 SERVICES OF MANUFACTURER'S REPRESENTATIVE:

A. The Contractor shall provide the services of a qualified manufacturer's technical representative who shall instruct the Contractor's personnel in the mixing, proper use and application of the non-shrink grout and epoxy grout.

B. The manufacturer's representative shall provide written certification that materials have been mixed and applied properly and surfaces to receive these products have been prepared properly, all in conformance with manufacturer's requirements.

C. The on-site time required for the manufacturer's representative to achieve a successful installation shall be at the expense of the Contractor.

PART 2 - PRODUCTS

2.01 GENERAL:

A. Provide materials produced by one manufacturer or supplier in order to provide standardization of appearance.

2.02 APPLICATION:

A. Unless indicated otherwise, provide grouts as listed below:

Table 03600-1 Type of Grout Application Cement Grout Surface repairs Non-Shrink – Class I Storage tanks and other non-motorized equipment. Filling block-out spaces for embedded items such as railing posts, gate guide frames, etc. (Where placement time is less than 20 min.). Repair of holes and defects in concrete members that are not water bearing and not in contact with soil or other fill material. Non-Shrink – Class II Column base plates. Filling block-out spaces for embedded items such as railing posts, gate guide frames, etc. (where placement time exceeds 20 min.) Under precast concrete elements. Non-Shrink Epoxy Machinery subject to severe shock loads and high vibration. Concrete Grout Toppings and concrete/grout fill.

City of North Miami Pump Station “A” Rehab – 100% Submittal 03600-4 Bid Set 2.03 MATERIALS:

A. Non-shrink Class I Grout:

1. Non-shrink Class I Grout shall have a minimum 28-day compressive strength of 5000 psi, when mixed at a fluid consistency.

2. Non-shrink Class I grout shall meet the requirements of ASTM C1107, Grade B or C, when mixed to fluid, flowable and plastic consistencies.

3. Products:

a. Sika Corp.; SikaGrout 212.

b. Master Builders, Inc.; Set Grout.

c. The Euclid Chemical Co.; Euco NS.

d. Or acceptable equivalent product.

B. Non-shrink Class II Grout:

1. Non-shrink grout shall be a high precision, fluid, extended working time grout. The minimum 28-day compressive strength shall be 7,500 psi, when mixed at a fluid consistency.

2. Grout shall have an extended working time of 30 minutes minimum when mixed to a fluid consistency as defined in ASTM C827 at temperature extremes of 45 to 90 degrees F in accordance with ASTM C1107.

3. Non-shrink grouts shall meet the requirements of ASTM C1107; Grade B or C when tested using the amount of water needed to achieve fluid consistency per ASTM C939.

4. The grout when tested shall not bleed or segregate at maximum allowed water.

5. Products:

a. Master Builders, Inc.; Masterflow 928.

b. The Euclid Chemical Co.; Hi-Flow Grout.

c. Sika Corp.; SikaGrout 212.

d. Or acceptable equivalent product.

C. Cement Grout:

City of North Miami Pump Station “A” Rehab – 100% Submittal 03600-5 Bid Set 1. Cement grouts shall be a mixture of one part portland cement conforming to ASTM C150 types I, II, or III and one to two 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.

2. Cement grout materials shall be as indicated in section 03300 cast-in-place concrete.

D. Concrete Grout:

1. Concrete grout shall conform to the requirements of Section 03300 except as specified herein. Proportion with cement, coarse and fine aggregates, water, water reducer, and air entraining agent to produce a mix having an average strength of 3,000 psi at 28 days. Coarse aggregate size shall be 3/8-inch maximum. Keep the W/C ratio as low as practical while still retaining sufficient workability.

E. Non-shrink epoxy-based grout:

1. Provide 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 seven 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.

2. Products:

a. Ceilcote 648 CP by Master Builders, Inc.

b. Epoxy Grout by U.S. Grout Corp.

c. Sikadur 42 Grout-Pak by Sika Corp.

d. High Strength Epoxy Grout by the Euclid Chemical Co.

F. Dry Pack Grout:

1. Make dry pack (to be packed or tamped in place) at no slump consistency.

2. When mixing the batch, add only enough water to the dry materials to produce a rather stiff mixture. Additions of water may be made in small increments until the desired consistency is obtained.

G. Non-epoxy Bonding Compound:

1. Provide non-epoxy bonding compound that is re-wetable for up to two weeks.

2. Products:

City of North Miami Pump Station “A” Rehab – 100% Submittal 03600-6 Bid Set a. Sta-Dry Manufacturing Corp.; Link.

b. Euclid Chemical Co.; Euco Weld.

c. Or acceptable equivalent product.

2.04 CURING MATERIALS:

A. Curing materials for cement grout shall be as specified in Specification 03300 and as recommended by the manufacturer for prepackaged grouts.

PART 3 -EXECUTION

3.01 GENERAL:

A. Grout shall not be placed until base concrete or masonry has attained its design strength, unless authorized otherwise by the Engineer.

B. Prepare surfaces for curing, and protection of cement grout in accordance with Section 03300 Cast-in-Place Concrete.

C. Shade the work sites from sunlight for at least 24 hours before and 48 hours after grouting.

D. Contact the grout manufacturer's representative for assistance on hot and cold weather grouting techniques and precautions if applicable.

3.02 PREPARATION:

A. Clean concrete surfaces to receive grout free of ice, frost, dirt, grease, oil, curing compounds, laitance and paints, and free of all loose or unsound material or foreign matter that may affect the bond or performance of the grout.

B. 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.

C. Remove all loose rust, oil or other deleterious substances from metal embedments prior to the installation of the grout.

D. Wash concrete surfaces clean and keep them moist for at least 24 hours prior to the placement of cementitious or cement grout. Saturate by covering the concrete with a plastic sheet or using either a soaker hose, flooding the surface or other method acceptable to the Engineer. Remove visible water from the surface upon completion of the 24-hour period prior to grouting. Use an accepted adhesive bonding agent in lieu of surface saturation when accepted by the Engineer for each specific location of grout installation.

City of North Miami Pump Station “A” Rehab – 100% Submittal 03600-7 Bid Set E. Epoxy based grouts do not require the saturation of the concrete substrate. Surfaces in contact with epoxy grout shall be completely dry before grouting.

F. Construct grout forms or other leak proof containment. Forms shall be lined or coated with release agents recommended by the grout manufacturer.

G. Support equipment during alignment and installation of grout by shims, wedges, blocks, or other accepted means. Prevent the shims, wedges, and blocking devices from bonding to the grout by appropriate bond breaking coatings and remove them after grouting unless otherwise accepted by the Engineer.

3.03 GROUTING MACHINERY FOUNDATIONS:

A. Block out the original concrete or finish off a sufficient distance below the bottom of the machinery base to provide for the thickness of grout shown on the Contract Drawings. After the machinery has been set in position and placed at the proper elevation by steel wedges, the space between the bottom of the machinery base and the original placement of concrete shall be filled with a pourable non-shrink grout. Grout and grouting procedure shall be in accordance with API 686.

3.04 INSTALLATION:

A. Cement Grouts and Non-shrink Cementitious Grouts:

1. Mix in accordance with manufacturer's recommendations. Do not add cement, sand, pea gravel, or admixtures without prior approval by the grout manufacturer and the Engineer.

2. Avoid mixing by hand. 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 additional water required to obtain workability. However, do not exceed the manufacturer's maximum recommended water content.

3. Place grout into the designated areas in a manner that 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 that will ensure the filling of all spaces and provide full contact between the grout and adjoining surfaces. Provide grout holes as necessary. Place grout rapidly and continuously to avoid cold joints. Do not place cement grouts in layers. Do not add additional water to the mix (re-temper) after initial stiffening.

4. 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 accepted by the Engineer.

City of North Miami Pump Station “A” Rehab – 100% Submittal 03600-8 Bid Set 5. 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.

B. Non-shrink Epoxy Grouts:

1. 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 over mix. Mix full batches only to maintain proper proportions of resin, hardener, and aggregate. Partial mixes will be rejected and will require the suspect grout to be removed and be replaced.

2. Monitor ambient weather conditions and contact the grout manufacturer for special placement procedures to be used for temperatures below 60 degrees F or above 90 degrees F.

3. Place grout into the designated areas in a manner that 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.

4. The extension of grout horizontally beyond base plate shall be less than or equal to the grout thickness.

5. 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.

C. Concrete Grout:

1. Provide the underlying concrete surface with a broomed finish. Protect and keep the surface clean until placement of concrete grout.

2. Remove the debris and clean the surface of all dirt and other foreign materials.

3. Saturate the concrete surface for at least 24 hours prior to placement of the concrete grout. 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-inch thick cement paste.

D. Dry Pack:

1. Dry pack consistency shall be such that the grout is plastic and moldable but will not flow.

2. The use of pneumatic pressure for dry-packed grouting requires acceptance of the Engineer.

City of North Miami Pump Station “A” Rehab – 100% Submittal 03600-9 Bid Set 3.05 CLOSEOUT ACTIVITIES:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 03600-10 Bid Set SECTION 03730

CONCRETE REPAIR

PART 1 GENERAL

1.01 DESCRIPTION

A. Provide concrete repair as indicated and in compliance with Contract Documents.

B. Complete repair work in accordance with this specification and the product manufacturer’s instructions regarding surface preparation and application.

C. If repair work is required for an area indicated to receive protective lining or coating, provide such repair in accordance with the requirements of this specification and the related product manufacturer’s written instructions.

D. The repair work specified herein is intended to cover the requirements for repair of concrete only. If after blasting and cleaning, an area is discovered that requires repair or replacement of reinforcing steel notify the Engineer so that details may be provided to the Contractor to complete the repair.

1.02 REFERENCES

A. American Concrete Institute (ACI):

1. 503.4: Standard Specification for Repairing Concrete with Epoxy Mortars

B. American Society for Testing and Materials International (ASTM):

1. C33: Standard Specifications for Concrete Aggregates

2. C150: Standard Specification for Portland Cement

3. C321: Standard Test Method for Bond Strength of Chemical-Resistant Mortars

4. C882: Test Method for Bond Strength of Epoxy Resin Systems

5. D570: Test Method for Water Absorption of Plastics

6. D638: Test Method for Tensile Properties of Plastics

7. D695: Test Method for Compressive Properties of Rigid Plastics

City of North Miami Pump Station “A” Rehab – 100% Submittal 03730-1 Bid Set

8. D790: Standard Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials

9. D4262: L.R. Standard Test Method for pH of Chemically Cleaned or Acid Etched Concrete Surfaces

10. E337: L.R. Standard Practice Test Method for Measuring Humidity with a Psychrometer.

C. National Association of Corrosion Engineers (NACE):

1. 6D-173: “A Manual for Painter Safety”

2. 6F-163: “Surface Preparation of Steel or Concrete Tank Interiors”

3. TPC2: “Coatings and Linings for Immersion Service”

1.03 SUBMITTALS

A. Submit the following in accordance with Section 01300.

1. Procedures proposed for the accomplishment of repair work. Include a detailed description of the methods and equipment to be used for each operation, and the sequence of operations to be coordinated with other works in progress.

2. Manufacturer’s recommendations and product data sheets for all repair materials including performance criteria, surface preparation, ambient condition requirements and applications, curing requirements, volatile organic compound (VOC) data, and safety requirements.

3. Material Safety Data Sheets (MSDS) for any materials brought on-site including all repair system materials, solvents and abrasive blast media.

4. Design Mixes: Provide concrete and cement mortar in conformance with Section 03300 and as specified herein.

1.04 QUALITY ASSURANCE

A. Furnish the names of all subcontractors proposed for use for this work including necessary evidence and/or experience records to ascertain their qualifications in the application of epoxy, polyurethane, polymer-modified and cement-based compounds.

B. Include in accepted applicator qualifications:

City of North Miami Pump Station “A” Rehab – 100% Submittal 03730-2 Bid Set

1. A minimum of five years’ experience in applying epoxy polyurethane and polymer-modified and cement-based compounds similar to those specified in this Section.

2. A letter from the manufacturer of the specified materials, on the manufacturer's letterhead, signed by an officer of the company, stating that the subcontractor/applicator has been trained in the proper techniques for the preparation of the surface, and proper methods for mixing, placing, curing, and caring of the manufacturer's products. This letter shall further state that the subcontractor/applicator is on the manufacturer's approved list of contractors.

C. Adhere strictly to the manufacturer’s recommendations regarding temperature at time of application for all work. Do not use epoxy materials when either the temperature of the concrete to be repaired or the ambient temperature is below 50 degrees F. 24 hours before, during, or for a period of 48 hours after the completion of the repair. Temporary heat may be used to meet the specified requirements.

D. Use new repair materials and use within the shelf life limitations set forth by the manufacturer.

E. The Contractor is ultimately responsible for the concrete repair work. Inspections by the Engineer or others do not limit the Contractor’s responsibility.

F. Make all parts of the work accessible for inspections by the Engineer. Correct any conditions not in conformance with the specifications at no additional cost to the Owner.

G. Submit any changes in the specified repair work methods to the Engineer for review.

H. Provide technical field support or training services required by the accepted material manufacturers at no additional cost to the Owner.

I. Provide materials from a single manufacturer for all components of a single repair.

1.05 SERVICES OF MANUFACTURERS REPRESENTATIVES

A. Provide the services of a qualified manufacturer's technical representative to instruct the Contractor's personnel in the mixing, proper use and application of the epoxy, polyurethane polymer-modified and cement-based compounds.

B. Provide written certification from the manufacturers' representative that materials have been mixed and applied properly and surfaces to receive these products have been prepared properly, all in conformance with manufacturer's requirements.

City of North Miami Pump Station “A” Rehab – 100% Submittal 03730-3 Bid Set

C. Provide on-site time required for the manufacturer's representative to achieve a successful installation at no additional cost to the Owner.

1.06 DELIVERY, STORAGE AND HANDLING

A. Provide shelter to store materials in area or areas designated by the Owner solely for this purpose. Confine mixing, thinning, clean-up and associated operations and storage of repair mortar materials debris before authorized disposal, to these areas.

B. Mix all specified materials in the sheltered mixing operation and materials from direct sunlight and inclement weather. Protect facilities from staining and damage.

C. Do not dispose of waste materials on-site.

D. Store waste temporarily in closed, nonflammable containers until final disposal. Keep no rubbish in Contractor’s area longer than 24 hours.

E. Deliver all materials to the job site in new, unopened containers. Each container shall bear the manufacturer’s name and label. Labels on all material containers shall contain the following information:

1. Name of product.

2. Federal Specification Number if applicable.

3. Manufacturer’s batch number.

4. Manufacturer’s name.

5. Generic type of material.

6. Hazardous material identification label.

7. Shelf life date.

F. Clearly mark all containers indicating any safety hazards associated with the use of or exposure to the materials.

G. Handle and store materials to prevent damage or loss of label. Protection of materials is the Contractor’s responsibility.

1.07 PROJECT/SITE CONDITIONS

A. Environmental Requirements:

City of North Miami Pump Station “A” Rehab – 100% Submittal 03730-4 Bid Set

1. Comply with the repair material manufacturer’s recommendations as to environmental conditions under which materials can be applied and cured.

2. Do not apply materials when dust is being generated.

B. Protection:

1. Cover or otherwise protect finish work or other surfaces not being repaired.

C. Ventilation:

1. Provide ventilation to meet product requirements prior to, during, and after application.

PART 2 PRODUCTS

2.01 WATER

A. The water used for mixing concrete repair products shall be clear, potable and free of deleterious substances.

2.02 AGGREGATE

A. All aggregates shall conform to ASTM C33 and section 03300.

2.03 EPOXY BONDING AGENT

A. Epoxy bonding agent shall conform to ASTM C881 Type I, II, IV or V; Grade 2 for epoxy resin adhesives, depending on the application. The class of epoxy bonding agent shall be suitable for all ambient and substrate temperatures.

B. Products:

1. Sika Corp.; Sikdur 32

2. Euclid Chemical Company; Duralcrete

2.04 ANTI-CORROSION COATING

A. Anti-corrosion coating shall be a three-component, epoxy-modified cementitious material.

B. Products:

1. Sika Corp.; Sika Armatec 110

City of North Miami Pump Station “A” Rehab – 100% Submittal 03730-5 Bid Set

2. Sto Concrete Restoration Division; CR 246

3. Euclid Chemical Company; Duralprep

2.05 EPOXY CRACK REPAIR BINDER

A. Epoxy crack repair binder shall be a two-component, 100 percent solids, high- modulus, low viscosity epoxy adhesive suitable for crack grouting by injection.

B. Products:

1. Sika Corp.; Sikadur 52

2. Euclid Chemical Company; Duralcrete LV

3. BASF Chemical Company; SBC Concresive 1380

2.06 FLEXIBLE POLYURETHANE CRACK REPAIR MATERIAL

A. Flexible polyurethane crack repair material shall be a one-component, water-activated polyurethane hydrophilic injection grout capable of 700 percent expansion. Polyurethane grout shall form a tough flexible foam seal that is impenetrable to water.

B. Products:

1. Prime Resins; Prime Flex 900 XLV

2. Avanti International; Scotch Seal 5600 Chemical Grout

2.07 EPOXY REPAIR MORTAR

A. Epoxy Repair Mortar shall be two-component, 100 percent solids, 100 percent reactive epoxy resin system.

B. Spall repair mortar for use in horizontal applications.

1. Products:

a. BASF Building Systems; Concresive Paste LPL

b. Sika Chemical Corp.; Sikadur 22 Lo-Mod

C. Spall repair mortar for use in vertical and overhead applications.

1. Products:

City of North Miami Pump Station “A” Rehab – 100% Submittal 03730-6 Bid Set

a. Sika Chemical Corp.; Sikadur 23 Lo-Mod Gel

2.08 SPALL REPAIRS USING CEMENTITIOUS MORTAR

A. Cementitious Repair Mortar shall be one-component, rapid hardening patching material.

B. Products for horizontal surfaces:

1. Sika Corp.; SikaQuick 1000

2. Sauereisen, Inc.; Underlayment F-120

C. Products for vertical or overhead surfaces:

1. Sika Corp.; Sikarepair SHB

2.09 SPALL REPAIRS USING POLYMER MODIFIED CEMENTITIOUS MORTAR

A. Repair spalls repair not requiring formwork using a two-component, polymer- modified cementitious mortar having a minimum 28-day compressive strength of [7,000 psi ].

B. Spall repair mortar for use in horizontal applications.

1. Products:

a. Sika Corp.; Sikatop 122 Plus

b. Euclid Chemical Company; Duraltop Fast Set

C. Spall repair mortar for use in vertical applications.

1. Products:

a. Sika Corp; Sikatop 123 Plus

b. Euclid Chemical Company; Duraltop Gel

2.10 SPALL REPAIRS REQUIRING FORMWORK

A. Repair spalls repair requiring formwork using a one component, pre blended portland cement concrete and shall have a minimum 28-day compressive strength of 7,000 psi.

B. Products:

City of North Miami Pump Station “A” Rehab – 100% Submittal 03730-7 Bid Set

1. Sika Corp.; Sikacrete 321 FS

2.11 SEALANT

A. Sealant shall be a two-component polyurethane sealant as specified in Section. Primers and bond breakers shall conform to the sealant manufacturer's recommendations.

B. Products:

1. Sika Corp.; Sikaflex 2c

PART 3 EXECUTION

3.01 GENERAL REQUIREMENTS

A. Perform exterior work during dry weather and appropriate temperature conditions in accordance with the manufacturer's recommendations. Protect unfinished work during inclement weather with tarpaulins or heavy gage polyethylene sheeting.

B. Perform work in spaces within structures at temperature and conditions suitable for proper curing in accordance with the manufacturer's recommendations.

C. Coordinate concrete rehabilitation work with other work being performed.

D. Remove scaling, broken, loose and disintegrating materials by use of hand tools or power driven saws, down to solid unyielding material.

E. Clean surfaces thoroughly of efflorescence, oils, grease and other objectionable material in area to be repaired in accordance with the manufacturer's recommendations.

3.02 EPOXY BONDING AGENT

A. Use epoxy bonding agent to adhere fresh mortar to existing concrete. Roughen existing concrete surfaces prior to application of bonding agent. Concrete surface shall be clean and sound, free of all foreign particles and laitance. Place repair material while bonding agent is still tacky or per the written instructions of the manufacturer. Reapply bonding agent if bonding agent cures prior to placement of repair material.

B. Conform to all the requirements of ACI 503.4, and as specified herein.

City of North Miami Pump Station “A” Rehab – 100% Submittal 03730-8 Bid Set

3.03 ANTI-CORROSION COATING

A. Sandblast clean and coat reinforcing steel that is cut or exposed during alteration and/or repair operations with an anti-corrosive coating.

B. Cover all exposed parts of the steel with the coating and apply according to manufacturer's recommendations.

3.04 EPOXY CRACK REPAIR

A. Cracks on horizontal surfaces: When permitted by the Engineer, repair existing structural cracks by gravity feeding an epoxy crack repair binder into the prepared crack.

1. Grout concrete surface at the crack to form a minimum 1/4-inch wide by 1/4- inch deep V-notch and clean to remove all loose and foreign particles. Fill crack with clean, dry sand and pour epoxy crack repair binder into V-notch, completely filling crack.

2. As binder penetrates into crack, apply additional binder to the V-notch.

B. Cracks on vertical or horizontal surfaces: Repair existing structural cracks by pressure injecting an epoxy crack repair binder into the prepared crack. Seal cracked surfaces and install injection ports per manufacturer's recommendations.

1. Do not cut reinforcement steel when drilling holes injection ports. If rebar is encountered during drilling, abandon the hole and relocate. Patch the abandoned hole immediately with epoxy mortar flush with the surface of the existing concrete.

2. Once the surface sealing material has cured, inject crack with epoxy crack repair binder as directed by the manufacturer.

3. Remove injection ports upon satisfactory completion of crack injection and patch with epoxy mortar.

3.05 POLYURETHANE CRACK REPAIR

A. Repair leaking cracks by pressure injecting with a waterproof hydrophilic injection grout seal crack surfaces and install injection ports per manufacturer's recommendations.

B. Do not cut rebar when drilling holes for injection ports. If rebar is encountered during drilling, abandon the hole and patch immediately with epoxy mortar flush with the surface of the existing concrete.

City of North Miami Pump Station “A” Rehab – 100% Submittal 03730-9 Bid Set

C. Once the surface sealing material has cured, inject crack with waterproof hydrophilic injection grout as directed by the manufacturer.

3.06 SPALL REPAIR

A. Chip all loose concrete in the repair area to remove loose and degraded concrete until a sound substrate is reached. Minimum depth shall be as stated on drawings or as required by the mortar manufacturer whichever is greater. Do not exceed maximum depth for mortar as recommended by mortar manufacturer.

B. Clean the area and repair to the original dimensions with spall repair patching material according to the manufacturer's recommendations.

C. Make final finished surface of patches flat, level and even with the existing concrete surface. Do not feather repair mortar to meet existing concrete surface.

D. Finish final patches on horizontal surfaces consistent with the finish on the existing structure.

3.07 JOINT REPAIR

A. Remove sealant, bond breaker and joint filler.

B. Remove unsound concrete on the joint faces.

C. Remove laitance and provide a clean dry surface.

D. Prepare an epoxy mortar by combining epoxy crack repair binder with aggregate following the manufacturer's instructions.

E. Restore surface to original dimensions by trowelling epoxy mortar onto the existing substrate in a manner to ensure bonding following the manufacturer's instructions.

F. Cure repair in accordance with the manufacturer's instructions.

G. Install new joint filler, bond breaker and sealant.

3.08 CURING

A. Cure repair materials in accordance with manufacturer recommendations.

3.09 CLEANING

A. Mechanically remove excess material from walls, floors, etc. after material has cured.

City of North Miami Pump Station “A” Rehab – 100% Submittal 03730-10 Bid Set

B. Clean excess materials caused by work under this Section from existing surfaces by the use of power sanders. Vacuum surfaces to receive final cleaning and finishing specified under other sections of the specifications. Sand cracks flush to adjacent surfaces.

C. Remove misplaced sealants using methods and materials recommended by the manufacturers. Leave finished work and work area in a neat and clean condition.

3.10 CLOSEOUT ACTIVITIES

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 03730-11 Bid Set

Division 05 SECTION 05500

MISCELLANEOUS METAL

PART 1 - GENERAL

1.01 DESCRIPTION:

A. This section includes metal fabrications not specifically included in other Sections and required for completion of work as shown on Contract Drawings and as specified herein.

B. Furnish labor, materials, equipment and incidentals necessary to install the products specified.

1.02 REFERENCES:

A. American Society for Testing and Materials (ASTM):

1. A36: Standard Specification for Carbon Structural Steel.

2. A53: Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless.

3. A123/A123M: Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products.

4. A153: Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware.

5. A240: Standard Specification for heat-resisting chromium and chromium-nickel stainless steel plate, sheet, and strip for pressure vessels.

6. A276: Standard Specification for Stainless Steel Bars and Shapes.

7. A325: Structural Bolts, Steel, Heat Treated 120/105 ksi Minimum Tensile Strength.

8. A366: Standard Specification for Steel, Sheet, Carbon, Cold-Rolled, Commercial Quality.

9. A500: Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes.

10. A992: Standard Specification for Structural Shapes.

11. B209: Specification for Aluminum and Aluminum-Alloy Sheet and Plate.

City of North Miami Pump Station “A” Rehab – 100% Submittal 05500-1 Bid Set

12. B308: Standard Specification for Aluminum-Alloy 6061-T6 Standard Structural Profiles.

13. B 429: Specification for Aluminum-Alloy Extruded Structural Pipe and Tube.

14. D1056: Standard Specification for Flexible Cellular Materials—Sponge or Expanded Rubber.

15. F436: Standard Specification for Hardened Steel Washers.

16. F593: Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs.

17. F594: Standard Specification for Stainless Steel Nuts.

18. F844: Standard Specification for Washers, Steel, Plain (Flat), Unhardened for General Use.

19. F1554: Standard Specification of Anchor Bolts, steel, 36, 55 and 105-ksi Yield Strength.

B. American Institute of Steel Construction (AISC).

1. AISC Manual of Steel Construction, Thirteenth Edition

C. American Welding Society (AWS):

1. D1.1: Structural Welding Code.

2. D1.2: Structural Welding Code - Aluminum.

1.03 SUBMITTALS:

A. Submit the following shop drawings in accordance with Section 01300.

1. Submit shop drawings and product data showing materials of construction and details of installation for all items furnished under this Section. Shop drawings shall show sizes of members, method of assembly, anchorage and connection to other members.

2. Test Reports:

a. Submit certified copies of mill test reports on each steel, stainless steel, or aluminum proposed for use showing the physical properties and chemical analysis.

3. Product Data:

a. Manufacturer’s catalog sheets on pre-manufactured items.

City of North Miami Pump Station “A” Rehab – 100% Submittal 05500-2 Bid Set

4. Miscellaneous Submittals:

a. Provide International Conference of Building Officials (ICBO) or other similar building code organization recommendations regarding safe allowable design loads for concrete anchors.

5. Stamped by Professional Engineer registered in State where the project is located.

1.04 DESIGN CRITERIA:

A. Structural Connections: AISC Specification for Structural Steel Buildings. Design connections not fully detailed on the Drawings to resist the loads shown on the Contract Drawings or specified.

B. Where beam end reactions are not shown, design the connection for one-half the total allowable uniform load in kips for beams laterally supported at the given span, as determined by the tables for allowable loads on beams in the AISC Manual of Steel Construction, in addition to any axial loads identified on the Contract Drawings.

1.05 QUALITY ASSURANCE:

A. Comply with the requirements specified in Section 01400.

B. Design connections not detailed on the Drawings under direct supervision of a Professional Engineer experienced in design of this work and licensed in the State where the Project is located.

C. Steel:

1. Conform to codes for arc and gas welding in building construction of AWS and to AISC Specifications. Surfaces to be welded shall be free from loose scale, rust, grease, paint, and other foreign material, except mill scale that will withstand vigorous wire brushing may remain. Perform no welding when base metal is lower than 0 degrees F.

2. Qualify welding operators in accordance with AWS D1.1. Qualification tests shall be run by a recognized testing laboratory acceptable to the Engineer at Contractor's expense.

D. Aluminum:

1. Weld with gas metal arc (GMA) or gas tungsten arc (GTA) processes in accordance with AWS.

E. Adhesive Anchors:

1. Adhesive Anchor Installers shall be trained and certified by manufacturer.

City of North Miami Pump Station “A” Rehab – 100% Submittal 05500-3 Bid Set

F. Galvanized Coating:

1. Company specializing in hot-dip galvanizing after fabrication and following procedures of Quality Assurance Manual of the American Galvanizers Association.

1.06 DELIVERY STORAGE AND HANDLING:

A. Comply with the requirements specified in Section 01600.

B. Insofar as practical, factory assemble items specified herein. Package, ship and tag unassembled materials in a manner that will protect materials from damage and will facilitate identification and field assembly.

C. Package stainless steel items in a manner to provide protection from carbon impregnation.

D. Protect painted coatings and hot-dip galvanized finishes from damage due to metal banding and rough handling. Use padded slings and straps.

E. Deliver items to be incorporated into the work of other trades in sufficient time to be checked prior to installation.

F. Store fabricated items in a dry area, not in direct contact with ground.

1.07 FIELD MEASUREMENTS:

A. The Contractor shall verify all dimensions and shall make any field measurements necessary and shall be fully responsible for accuracy and layout of the work.

B. The Contractor shall review the Contract Drawings and any discrepancies shall be reported to the Engineer for clarification prior to starting fabrication.

PART 2 - PRODUCTS

2.01 MISCELLANEOUS METAL SHAPES, CASTINGS, BOLTS AND ACCESSORIES:

A. Structural Steel Shapes:

1. W Shapes: ASTM A992, 50 ksi

2. S, C and MC Shapes: ASTM A36

3. L Shapes: ASTM A36

4. HSS Square and Rectangular Shapes: ASTM A500, Grade B, 46 ksi

5. HSS Round Shapes: ASTM A500, Grade B, 42 ksi

City of North Miami Pump Station “A” Rehab – 100% Submittal 05500-4 Bid Set

6. Pipe Shapes: ASTM A53, Grade B, 35 ksi

7. Plates and Bars: ASTM A36

8. Steel Sheets: ASTM A366

B. Stainless Steel Shapes:

1. Exterior and Submerged Uses: AISI, Type 316

2. Industrial Uses: AISI, Type 316

3. Interior and Architectural Uses: AISI, Type 304

4. For Welding: AISI, Type 304L, Type 316L

5. Shapes and Bars ASTM A276

6. Plate, Sheet and Strip ASTM A240

C. Aluminum Shapes:

1. Structural Shapes ASTM B308, Alloy 6061-T6

2. Extruded Pipe ASTM B429, Alloy 6063-T6

3. Aluminum Sheet and Plate ASTM B209, Alloy 6061-T6

D. High Strength Bolts for Steel Members ASTM A325

E. Steel Washers ASTM F436

F. Plain Unhardened Steel Washers: ASTM F844

G. Anchor Bolts: ASTM F1554, Grade 36 standard headed bolts with heavy hex nuts, Grade A washers, hot-dip galvanized, unless otherwise specified.

H. Stainless Steel Bolts and Nuts: F593 and F594, AISI Type 316

I. Galvanizing: ASTM A123, Zn w/0.5 percent minimum Ni.

J. Galvanizing, hardware: ASTM A153, Zn w/0.5 percent minimum Ni.

1.08 POST INSTALLED ANCHORS:

A. Mechanical Expansion Type Anchors: Anchors shall be qualified per ICC-ES AC193.

1. Products:

a. Hilti Corporation, Kwik-Bolt TZ

City of North Miami Pump Station “A” Rehab – 100% Submittal 05500-5 Bid Set

b. Powers Fasteners, Power Stud SD1+ Stud Anchor

c. Simpson Strong Tie, Strong Bolt

d. Or acceptable equivalent product.

2. General:

a. Use Zinc or chromate-plated carbon steel where totally embedded, in interior locations with controlled humidity and other protected locations, unless otherwise specified on Contract Drawings.

b. Use stainless steel in other locations or when attaching aluminum and stainless steel.

c. Do not use expansion anchors in submerged and dynamic load applications.

B. Adhesive Anchors:

1. Products:

a. Hilti Corporation, HIT-RE 500-V3

b. Powers Fasteners, PE1000+ Epoxy Adhesive Anchoring System

c. Simpson Strong Tie, SET-XP Epoxy-Tie or Acrylic-Tie

d. Or acceptable equivalent product.

2. General:

a. Adhesive anchors shall be Stainless Steel Type 316.

C. Adhesive Anchors for masonry:

1. Products:

a. Hilti Corporation, HIT-HY 270

b. Powers Fasteners, AC100+ Gold

c. Simpson Strong Tie, SET High Strength Epoxy Tie

d. Or acceptable equivalent product.

2. General:

a. Epoxy anchors shall be Stainless Steel Type 316.

City of North Miami Pump Station “A” Rehab – 100% Submittal 05500-6 Bid Set

1.09 ANCHOR CHANNEL INSERTS:

A. Make anchor channels from channel profiles with “I” anchors shop welded to back of channels. Furnish anchor channels with head bolts, channels, nuts for a complete installation. Material shall be Stainless Steel Type 316.

1.10 GRATING SUPPORT ANGLES AND FRAMING:

A. Provide aluminum support angles embedded in concrete. Angles shall be 1/4-inch thick, inside depth of support angle shall equal depth of bearing bar, inside length of support angle leg shall equal depth of grating, but not less than 1-1/4 inch. Provide 1 inch by 1/4-inch by 8 inches long bent anchor bars or 3/8-inch diameter by 6 inch headed anchor studs welded to backs of angles at 18 inches on center.

1.11 METAL FRAMES:

A. Provide door, hatch, and grille frames, and other frames fabricated from structural shapes.

B. Fabricate frames from rolled steel sections or rolled steel sections and steel plates. Select sections for trueness of web and flange. Straighten members so finished frames are uniform, square, and true throughout length and depth of assembled units.

C. Connect built-up members of frames by plug welding. Miter or cope and join members with continuous welding beads. Provide temporary spreader bars to prevent springing frames out of shape prior to and during erection.

1.12 STRAP ANCHORS AND STUD ANCHORS:

A. Provide anchors for frames, curbs, sills, and other metal fabrications anchored into concrete or masonry. Fabricate anchors from strap iron, bent to shape, or of weldable studs, welded to backs of members. Where size and spacing not noted, provide 1 inch by 1/4-inch strap anchors or 3/4-inch diameter studs for concrete and 1-1/2 inch by 1/8- inch strap anchors for masonry. Space masonry anchors to fit jointing of adjacent masonry work at 4 feet on center. Space concrete anchors at 3 feet on center.

B. Where anchors and plates or clips are to be built in for attachment of later Work, provide bolts in plates or clips, welded to back, with threaded ends extended.

C. For attaching Work to masonry or concrete where anchors or inserts cannot be built in, provide concrete anchors or machine bolts and screws.

1.13 NEOPRENE GASKET:

A. Provide soft, closed-cell neoprene gasket material suitable for exposure to sewage and sewage gases conforming to ASTM D1056, Type 2, Class C, and Grade 1.

City of North Miami Pump Station “A” Rehab – 100% Submittal 05500-7 Bid Set

B. Unless otherwise shown on Contract Drawings, provide neoprene gaskets with a minimum thickness of 1/4-inch.

C. Furnish neoprene gaskets without skin coat.

1.14 STEEL BOLLARDS:

A. Galvanized steel pipe bollards shall be fabricated to dimensions and details shown in Contract Drawings. Fabricated bollards from 8 inch nominal outside diameter pipe.

1.15 FABRICATION:

A. Connections and Workmanship:

1. Fabricate details and connection assemblies in accordance with Contract Drawings and Specifications, with projecting corners clipped and filler pieces welded flush.

2. Fit work together in fabrication shop and deliver complete or in parts, ready to be set in-place or assembled in field

3. Provide work true to detail; with clean, straight, sharply defined profiles and smooth surfaces of uniform color and texture free from defects impairing strength or durability.

4. Provide clips, lugs, brackets, straps, plates, bolts, nuts, washers, and similar items, as required for fabrication and erection.

4. Provide castings of uniform quality, free from blowholes, porosity, hard spots, shrinkage distortion; smooth and well cleaned by shot blasting.

5. Welding:

a. Provide rigid and continuous welds or spot welded as specified and as shown on Contract Drawing. Dress the face of welds flush and smooth. Close fit exposed joints and locate where least conspicuous.

b. Weld aluminum work on the unexposed side when possible in order to prevent pitting or discoloration.

c. Weld aluminum in compliance with the latest edition of AWS D1.2. Support and clamp component parts of built-up members in proper position for welding.

d. Weld shop connections and bolt or field weld connections, unless otherwise specified.

e. Grind exposed edges of welds to 1/8-inch minimum radius. Grind burrs, jagged edges, and surface defects smooth.

City of North Miami Pump Station “A” Rehab – 100% Submittal 05500-8 Bid Set

f. Prepare welds and adjacent areas so there is:

(1) No undercutting or reverse ridges on weld bead.

(2) No weld spatter on or adjacent to weld or other area to be painted or coated.

(3) No sharp peaks or ridges along weld bead.

6. Bolting:

a. Use bolts of lengths required so bolts do not project more than 1/4-inch beyond face of nut. Do not use washers unless specified. Provide hexagonal head bolts with hexagonal nuts.

b. Provide holes required for connection of adjacent or adjoining work wherever noted on Drawings. Locate holes for bolting equipment to supports to tolerance of +/- 1/16-inch of dimensions indicated.

B. Galvanizing:

1. Galvanize after fabrication by hot-dipped process conforming with ASTM A123.

2. Ship and handle in manner to avoid damage to zinc coating.

C. Shop Painting:

1. Do not paint or coat ferrous metal surfaces embedded in concrete.

PART 3- EXECUTION

3.01 EXAMINATION:

A. Upon receipt of material at job site, inspect all materials for shipping damage. Replace damaged items at no cost to Owner.

B. Examine supports for size, layout and alignment.

C. Correct defects considered detrimental to proper installation.

3.02 INSTALLATION:

A. Provide items such as bolts, shims, blocks, nuts, washers, and wedging pieces to complete installation.

B. Erect to lines and levels, plumb and true, and in correct relation to adjoining Work. Secure parts using concealed connections when practicable.

City of North Miami Pump Station “A” Rehab – 100% Submittal 05500-9 Bid Set

C. Plumb and true vertical members to tolerance of +/- 1/8 inch in 10 feet. Level horizontal members to tolerance of +/- 1/8 inch in 10 feet.

D. Use steel bolts to connect structural steel members. Use stainless steel bolts to connect structural aluminum members.

E. Anchor Bolts and Concrete Anchors:

1. Preset anchor bolts using templates. Do not use concrete anchors in place of anchor bolts.

2. After anchor bolts are embedded, protect projecting threads by applying grease and having the nuts installed until the time of installation of equipment or metalwork.

3. Do not install concrete anchors until concrete has reached specified minimum compressive strength.

4. Install concrete anchors in accordance with anchor manufacturer recommendation. Embedment depth of anchor shall be as recommended by the anchor manufacturer, but not less than as shown on Contract Drawings.

5. Locate concrete anchors to clear reinforcing bars in concrete.

F. Weld headed anchor studs in accordance with manufacturer's recommendations.

G. Do not place new holes or enlarge unfair holes by use of cutting torch.

3.03 PAINTING, REPAIR, AND PROTECTION:

A. Paint aluminum in contact with concrete with two coats of heavy bitumastic. Under no circumstances shall aluminum contact dissimilar metal.

B. Between aluminum grating, aluminum stair treads, or aluminum handrail brackets and steel supports, insert 1/4-inch thick neoprene isolator pads, 85 +/- 5 Shore A durometer, sized for full width and length of bracket or support.

C. Apply an anti-seize compound on all stainless steel fasteners to prevent galling.

D. Field paint in compliance with Division 9.

E. Field repair of damaged galvanized coatings:

1. Clean and repair Zinc coating that has been burned by welding, abraded, or otherwise damaged after installation. Clean damage area by wire brushing and removing all traces of welding flux and loose or cracked zinc coating

2. Coat surfaces using zinc-rich paint.

City of North Miami Pump Station “A” Rehab – 100% Submittal 05500-10 Bid Set

F. Field repair of damaged primer.

1. Touch up abrasions in the shop primer immediately after erection. Paint areas left unprimed for welding with primer after welding.

3.04 CLOSEOUT ACTIVITIES:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 05500-11 Bid Set

SECTION 05510

STEEL LADDERS

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide steel ladders as indicated and specified.

1. Section Includes:

a. Vertical steel ladders

1.02 REFERENCES:

A. American Institute of Steel Construction (AISC):

1. Specification for the Design, Fabrication and Erection of Structural Steel for Buildings.

B. American National Standards Institute (ANSI):

1. A117.1: Accessible and Usable Buildings and Facilities.

C. American Society for Testing and Materials (ASTM):

1. A36/A36M: Standard Specification for Carbon Structural Steel.

2. A47: Standard Specification for Ferritic Malleable Iron Castings.

3. A48: Standard Specification for Gray Iron Castings.

4. A53: Standard Specification for Pipe, Steel, Black and Hot Dipped, Zinc Coated, Welded and Seamless.

5. A123: Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products.

6. A153/A153M: Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware.

7. A269: Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service.

8. A276: Standard Specification for Stainless Steel Bars and Shapes.

City of North Miami Pump Station “A” Rehab – 100% Submittal 05510-1 Bid Set

9. A312: Standard Specification for Seamless and Welded Austenitic Stainless Steel Pipe.

10. A325: Standard Specification for High Strength bolts for Structural Steel Joints.

11. A500: Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes.

12. A501: Standard Specification for Hot-Formed Welded and Seamless Carbon Steel Structural Tubing.

13. A992: Standard Specification for Structural Steel Shapes.

14. A1008: Standard Specification for Steel, Sheet, Cold-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, Solution Hardened, and Bake Hardenable.

15. A1011: Standard Specification for Steel, Sheet and Strip, Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, and Ultra-High Strength.

D. American Welding Society (AWS):

1. A2.4: Standard Symbols for Welding, Brazing, and Nondestructive Examination.

2. D1.1: Structural Welding Code - Steel.

3. D5.4: Specification for Stainless Steel Electrodes for Shielded Metal Arc Welding.

4. D5.5: Specification for Low-Alloy Steel Electrodes for Shielded Metal Arc Welding.

E. Florida Building Code (FBC).

F. National Association of Architectural Metal Manufacturers (NAAMM):

1. AMP 510: Metal Stairs Manual.

2. MBG 531: Metal Bar Grating Manual.

G. Occupational Safety and Health Administration (OSHA):

1. 29 CFR, Part 1910, Occupational Safety and Health Standards.

1.03 PERFORMANCE/DESIGN CRITERIA:

A. Ladders shall conform to OSHA and Florida Building Code (FBC).

City of North Miami Pump Station “A” Rehab – 100% Submittal 05510-2 Bid Set

B. Vertical ladders shall be designed to withstand a minimum of two loads of 250 pounds each, concentrated between any two consecutive attachments. The number and spacing of additional loads shall be in accordance with the anticipated usage of the ladder. Individual steps or rungs shall be designed to support a load of 250 pounds applied at any point.

1.04 SUBMITTALS:

A. Submit the following shop drawings in accordance with Section 01300.

1. Shop drawings showing clearly the location, size and details of all members

2. Indicate materials, dimensions, connection attachments, anchorage, size and type of fasteners, holes, finishes, and accessories for steel ladders.

3. Reference materials of construction by ASTM designation and grade.

4. Indicate welds including length and size of all shop and field welds by symbols conforming to AWS standards.

5. Letter certifying that ladders are designed and detailed to meet the requirements of standards, building codes, specifications and design criteria herein described.

B. Product Data:

1. Manufacturer’s catalog sheets on pre-manufactured items.

2. Manufacturer’s specifications, load tables, anchor details, and installation details.

C. Certificates:

1. Welders' Certificates: Certifying welders employed on the Work, verifying AWS qualification within the previous 12 months.

2. Manufacturer's Certificate: Certify that Products meet or exceed specified requirements.

3. Certificate stating that the zinc coating conforms to the ASTM specified requirements.

1.05 QUALITY ASSURANCE:

A. Comply with the requirements specified in Section 01400.

B. Obtain field measurements and elevations prior to preparation of shop drawings and fabrication.

C. Welding Qualification and Certification:

City of North Miami Pump Station “A” Rehab – 100% Submittal 05510-3 Bid Set

1. Furnish written welding procedure for all welds in conformance with AWS Structural Welding Code.

2. Use welders, tackers and welding operators certified by test to perform type of work required in conformance with AWS Structural Welding Code. Maintain current test records certified by an independent testing laboratory.

3. Maintain duplicate qualification and certification records at the job site readily available for examination.

1.06 DELIVERY, STORAGE AND HANDLING:

A. Comply with the requirements specified in Section 01600

B. Identify and match-mark materials, items and fabrications, for installation and field assembly.

C. Deliver items to jobsite as complete units, wherever practicable, ready for installation or erection, with anchors, hangers, fasteners and miscellaneous metal items required for installation.

D. Carefully handle and store materials, protected from weather, corrosion and other damage.

E. Store off the ground on suitable supports.

F. Accept material on site. Inspect for damage.

G. Do not incorporate damaged materials in the work.

PART 2 - PRODUCTS

2.01 MATERIALS:

A. Steel plates, shapes, pipe and castings shall conform to the following ASTM specifications:

1. Structural steel rolled wide flange shapes (W shapes): ASTM A992.

2. Structural steel shapes (angles and channels), bars, and plates: ASTM A36.

3. Steel pipe: ASTM A53, Grade B.

4. Cold-rolled or hot-rolled carbon steel sheets: ASTM A1008 or ASTM A1011.

5. Hollow structural steel (HSS) tubing: ASTM A500 or ASTM A501.

6. Castings: ASTM A47 (Grade 32510) or ASTM A48 (Class 30).

City of North Miami Pump Station “A” Rehab – 100% Submittal 05510-4 Bid Set

7. Nuts, bolts and washers: ASTM A325.

B. Welding Electrodes:

1. Welding electrodes for structural steel shall conform to AWS A5.5. Use electrodes in the E-70 series.

2. Welding electrodes for stainless steel shall conform to AWS A 5.4. Use electrodes as follows:

Table 05510-1 Stainless Steel Material Welding Electrode Material Type 304 E308 Type 304L E347 Type 316 E316 Type 316L E318

C. Handrails and Railings per Section 05520.

2.02 FABRICATION:

A. General:

1. Fabricate true to shape, size and tolerances as indicated and specified.

2. Straighten work bent by shearing or punching.

3. Dress exposed edges and ends of metal smooth, with no sharp edges and with corners slightly rounded.

4. Provide sufficient quantity and size of anchors for the proper fastening of the work.

5. Fabricate details and connection assemblies in accordance with drawings, with projecting corners clipped and filler pieces welded flush.

6. Provide clips, lugs, brackets, straps, plates, bolts, nuts, washers, and similar items, for fabrication and erection.

7. Use connections of type and design required by forces to be resisted, and to provide secure fastening.

8. Fit work together in fabrication shop and deliver complete, or in parts, ready to be set in place.

B. Welding:

City of North Miami Pump Station “A” Rehab – 100% Submittal 05510-5 Bid Set

1. Grind exposed edges of welds to a 1/8 inch minimum radius. Grind burrs, jagged edges and surface defects smooth.

2. Prepare welds and adjacent areas such that there is no undercutting or reverse ridges on the weld bead and no sharp peaks or ridges along the weld bead.

3. Grind embedded pieces of electrode or wire flush with adjacent surface of weld bead.

C. Bolting:

1. Provide galvanized stud bolts, nuts and washers for fastening galvanized steel material.

2. Provide holes required for the connection of adjacent or adjoining work wherever noted on drawings. Locate holes for bolting to supports to a tolerance of 1/16-inch of exact dimensions indicated.

2.03 VERTICAL LADDERS:

A. Fabricate ladders as shown in the drawings. Ladders shall be welded steel construction and galvanized after fabrication.

B. Minimum diameter of rungs shall be 3/4-inch. The distance between rungs, cleats, and steps shall not exceed 12 inches and shall be uniform throughout the length of the ladder.

C. The minimum clear length of rungs or cleats shall be 16 inches.

D. Coat rungs with coarse grain nonskid epoxy coating Color of coating shall be gray. Apply nonskid coating per manufacturer's recommendations.

2.04 SAFETY CLIMB FOR VERTICAL LADDERS:

A. Equip the ladders with a ladder-centered notched safety climbing tube of hot-dipped galvanized steel. Provide post and storage brackets. Provide three sets of safety belts and sleeves.

PART 3 - EXECUTION

3.01 GENERAL:

A. Set and secure in place as indicated. Where bolted connections are used, draw together and draw nuts tightly. Use bolts of lengths required so that they do not project more than 1/4-inch beyond face of nut. Do not use washers unless specified. Provide hexagonal head bolts with hexagonal nuts.

B. Locate anchors and anchor bolts and build into connecting work.

City of North Miami Pump Station “A” Rehab – 100% Submittal 05510-6 Bid Set

C. Install ladders in accordance with shop drawings.

3.02 LADDERS:

A. Anchor uprights to wall with angles or bent plates welded to uprights and anchored to wall. Grind welds smooth where required. Provide assemblies with no sharp or rough surface.

B. Secure interior ladders to floor slabs with floor flanges.

C. Provide fall prevention system as indicated.

D. Provide galvanized structural steel angles, struts, rod hangers, closure plates, and brackets indicated.

3.03 FALL PREVENTION SYSTEM:

A. Install in accordance with manufacturer's printed instructions.

3.04 REPAIR OF GALVANIZED SURFACES:

A. Repair or replace metal with damaged galvanized surfaces at no additional cost to the Owner. Repair galvanized surfaces per Division 9.

3.05 PAINTING:

A. Painting and coating furnished and applied as specified in Division 9

3.06 CLOSEOUT ACTIVITIES:

A. Provide in accordance with Section 01700

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 05510-7 Bid Set

SECTION 05520

METAL RAILINGS

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Design, furnish and install handrails, guardrails and railing systems, including connectors, fasteners, and system required accessories.

1.02 REFERENCES:

A. Florida Building Code (FBC).

1.03 PERFORMANCE/ DESIGN CRITERIA:

A. Design and provide handrail and guardrail system to meet FBC, OSHA and the criteria specified herein. Railing shall be capable of withstanding the following loads without exceeding design allowable stress of materials for handrails, railing anchors and connections.

1. Top rail:

a. Uniform load of 50 pounds per foot applied in any direction.

b. Concentrated load of 200 pounds applied in any direction at any point.

c. Uniform and concentrated loads above need not be assumed to act concurrently.

2. Intermediate rail:

a. Uniform load of 50 pounds per foot applied in any direction. Uniform load above need not be assumed to act concurrently with loads acting on top rail.

B. Thermal movements: Provide adequate expansion within the system to allow for thermal expansion and contraction caused by a temperature change of 120 degrees F to -20 degrees F without buckling or warping, opening of joints, overstressing of components, failure of connections and other detrimental effects.

C. Control of corrosion: Prevent galvanic action and other forms of corrosion by insulating metals and other materials from direct contact with incompatible materials.

1.04 SUBMITTALS:

A. Submit the following shop drawings in accordance with Section 01300.

City of North Miami Pump Station “A” Rehab – 100% Submittal 05520-1 Bid Set

1. Show fabrication and installation of handrails and railings assembled from standard components. Include plans, elevations, component details, materials, finishes, connection and joining methods, and mounting details to adjoining work.

2. Identify location and type indicated.

3. Submit data demonstrating that the railing system will resist the loads specified herein, FBC and OSHA.

B. Submit calculations demonstrating that the railing system will resist the loads specified herein, FBC, and OSHA. Calculations shall be stamped by Professional Engineer registered in State where the Project is located.

C. Product Data:

1. Manufacture’s literature.

2. Assembly and installation instructions.

D. Samples:

1. Two 6 inch long samples of each type of railing showing finish.

2. Each type of fitting and bracket.

3. Post base and connection plate.

E. Certificates:

1. Welders' Certificates: Certifying welders employed on the Work, verifying AWS qualification within the previous 12 months.

2. Submit certification that the railing system is in compliance with FBC and OSHA

F. Operation and Maintenance Data:

1. Manufacturer’s instructions describing procedures for maintaining including cleaning materials, application methods, and precautions as to use of materials which may be detrimental to finish when improperly used.

1.05 QUALITY ASSURANCE:

A. Comply with the requirements specified in Section 01400.

B. Obtain field measurements prior to preparation of shop drawings and fabrication.

C. Handrails provided shall be end products of one manufacturer to achieve standardization for appearance, maintenance and replacement.

City of North Miami Pump Station “A” Rehab – 100% Submittal 05520-2 Bid Set

D. Manufacturer shall have minimum five years experience specializing in manufacturing products specified in the section.

E. Welding Qualification and Certification:

1. Furnish written welding procedure for all welds in conformance with AWS Structural Welding Code.

2. Each welder, tacker and welding operator shall be certified by test to perform type of work required in conformance with AWS Structural Welding Code. Testing shall be conducted and witnessed by an independent testing laboratory.

3. Maintain duplicate qualification and certification records at the job site readily available for examination.

1.06 DELIVERY STORAGE AND HANDLING:

A. Comply with the requirements specified in Section 01600.

B. Deliver, store and handle materials in manner preventing damage to finished surfaces.

C. Store materials in a dry, well ventilated, weather tight place away from uncured concrete or masonry.

1.07 SITE CONDITIONS.

A. Field verify measurements prior to fabrication and indicate measurements in shop drawings.

PART 2 - PRODUCTS

2.01 RAILING SYSTEM AND COMPONENTS:

A. Material: Galvanized steel, 1-1/2 inch diameter minimum extruded structural pipe or tube rails and posts.

B. Railings at open-side construction shall consist of two members with posts. Locate intermediate rails between top rail and finish floor as indicated on Drawings.

C. Provide 1/4-inch thick by 4 inch high or “S” type toe plate except on stairs and where concrete curb provided. Provide 1/4-inch clearance above floor level.

D. Fabrication:

1. Angles, offsets, other changes in alignment, and joining of posts and rails shall be made with welded connections. Miter and weld joints by fitting post to top rail and intermediate rail to post, mitering corners, groove welding joints, and grinding smooth. Run top rails continuously over post.

City of North Miami Pump Station “A” Rehab – 100% Submittal 05520-3 Bid Set

2. Rail splices shall be butted and reinforced by tight fitting interior sleeve not less than 6 inch long.

3. Fabricate wall railings with wall brackets for intermediate support and wall return fittings at ends. Brackets and end fittings shall be of cast or formed metal of same material and finish as supported rails and shall be of proper size to provide 3 inch clear space between wall and railing. Provide wall brackets not more than 5 feet on center.

4. Where spacing is not shown, space posts not more than 5 feet on center. Erect posts plumb in each direction.

5. Fabricate joints which will be exposed to weather so as to exclude water. Provide weep holes at the lowest possible point on all railing system posts.

E. Anchorage;

1. Interior Railings: Provide concrete anchorage for posts by means of base flange welded to post and anchored to concrete with minimum of with minimum of 4 concrete anchors.

2. Masonry Anchorage for Rail Ends and wall Railings: Cast or formed metal of same material and finish as supported rails welded, bolted or threaded to rail ends and anchored into wall with minimum of two concrete anchors.

3. For posts set on stair or platform stringers, provide base flange welded to post and bolted to stringer with minimum of two 1/2-inch bolts, or weld post to stringer.

F. Removable Railings: Install removable railing units free-standing in close fitting pipe sleeves, unattached to other railing units and adjoining work unless otherwise indicated.

G. Safety Chains:

1. 1/4-inch galvanized steel link chain with spring actuated stainless steel clasp capable of withstanding 250 pound horizontal force.

2. Locate safety chains as shown on Drawings.

3. Number of chains shall match number of horizontal rails.

4. Chain drape shall not exceed 3 inch.

2.02 GROUT AND ANCHORING CEMENT:

A. Nonshrink, nonmetallic, nonstaining and noncorrosive grout premixed and factory packaged. Provide grout conforming to requirements of ASTM C 1107.

City of North Miami Pump Station “A” Rehab – 100% Submittal 05520-4 Bid Set

PART 3 - EXECUTION

3.01 INSTALLATION:

A. Install as shown on Drawings and accepted Shop Drawings.

B. Set posts plumb and aligned in each direction to within 1/4-inch in 12 feet.

C. Set rails horizontal or parallel to rake of steps to within 1/4 inch in 12 feet.

D. Fit exposed connections together to form tight, hairline joints.

E. Provide anchorage devices and fasteners for securing handrails and railings and for transferring loads structures.

F. Provide mechanical joints for permanently connecting railing components at nonwelded connections.

3.02 PROTECTION:

A. Protect surfaces of completed installations to prevent damage during construction activities.

3.03 REPAIR OF DEFECTIVE WORK:

A. Remove stained or otherwise defective work and replace with no additional cost to Owner.

3.04 CLOSEOUT ACTIVITIES:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 05520-5 Bid Set

Division 07 SECTION 07900

JOINT SEALANTS

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide joint sealants as indicated and specified including the following:

1. Exterior Joints in Vertical Surfaces and Non-traffic Horizontal Surfaces as Indicated Below:

a. Perimeter joints between frames of doors and louvers and glass block perimeters.

b. Other joints as indicated.

2. Interior Joints in Vertical Surfaces and Horizontal Non-traffic Surfaces as Indicated Below:

a. Perimeter joints of exterior openings where indicated.

b. Perimeter joints between interior wall surfaces and frames of interior doors and louvers and glass block perimeters.

c. Other joints as indicated.

1.02 REFERENCES:

A. American Society for Testing and Materials (ASTM) Publications:

1. ASTM C 834: Standard Specification for Latex Sealing Compounds.

2. ASTM C 919: Standard Practice for Use of Sealants in Acoustical Applications.

3. ASTM C 920: Standard Specification for Elastomeric Joint Sealants.

4. ASTM C 1193: Standard Guide for Use of Joint Sealants.

1.03 SUBMITTALS:

A. Submit the following in accordance with Section 01300 – Submittals:

1. Product Data: For each joint sealant product specified.

City of North Miami Pump Station “A” Rehab – 100% Submittal 07900-1 Bid Set

2. Samples: For selection purposes, submit three (3) of manufacturer's standard color chart including bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view.

1.04 QUALITY ASSURANCE:

A. Provide in accordance with Section 01400 and as specified.

B. Installer Qualifications: Engage an experienced Installer who has completed joint sealant applications similar in material, design, and extent to that indicated for Project that have resulted in construction with a record of successful in service performance.

C. Single Source Responsibility for Joint Sealant Materials: Obtain joint sealant materials from a single manufacturer for each different product required.

1.05 DELIVERY, STORAGE, AND HANDLING:

A. Provide in accordance with Section 01610 and as specified.

B. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration period for use, pot life, curing time, and mixing instructions for multi-component materials.

C. Store and handle materials in compliance with manufacturer's recommendations to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes.

1.06 SYSTEM PERFORMANCE REQUIREMENTS:

A. Provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates.

B. Provide joint sealants for interior applications that have been produced and installed to establish and maintain airtight continuous seals that are water resistant and cause no staining or deterioration of joint substrates.

1.07 PROJECT CONDITIONS:

A. Environmental Conditions: Do not proceed with installation of joint sealants under the following conditions:

1. When ambient and substrate temperature conditions are outside the limits permitted by joint sealant manufacturer.

City of North Miami Pump Station “A” Rehab – 100% Submittal 07900-2 Bid Set

2. When ambient and substrate temperature conditions are outside the limits permitted by joint sealant manufacturer.

3. When joint substrates are wet.

B. Joint Width Conditions: Do not proceed with installation of joint sealants where joint widths are less than allowed by joint sealant manufacturer for application indicated.

C. Joint Substrate Conditions: Do not proceed with installation of joint sealants until contaminants capable of interfering with their adhesion are removed from joint substrates.

PART 2 - PRODUCTS

2.01 MATERIALS, GENERAL:

A. Compatibility: Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience.

1. Provide paintable sealants at locations that are exposed to view.

B. Type 1 - General Purpose Exterior Sealant: Polyurethane; ASTM C920, Type M, Grade NS, Class 25; two component.

1. Sonolastic NP-2; Sonneborne

2. Dymeric; Tremco

3. Sikaflex-2c, NS; Sika

4. Dynatrol 2; Pecora

5. Vulkem 922; Vulkem

6. Chem-Calk 500; Bostik

7. Or acceptable equivalent product.

C. Type 2 - General Purpose Interior Sealant: Acrylic emulsion latex; ASTM C834, single component, paintable.

1. Tremco Acrylic Latex; Tremco

City of North Miami Pump Station “A” Rehab – 100% Submittal 07900-3 Bid Set

2. AC-20; Pecora

3. Chem-Calk 600; Bostik

4. Or acceptable equivalent product.

2.02 JOINT SEALANT BACKING:

A. General: Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing.

B. Plastic Foam Joint Fillers: Preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam of material indicated below and of size, shape, and density to control sealant depth and otherwise contribute to producing optimum sealant performance:

1. Closed cell polyethylene foam, nonabsorbent to liquid water and gas, nonoutgassing in unruptured state.

C. Bond Breaker Tape: Polyethylene tape or other plastic tape as recommended by 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.

2.03 MISCELLANEOUS MATERIALS

A. Primer: Material recommended by joint sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint sealant substrate tests and field tests.

B. 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 in any way joint substrates and adjacent nonporous surfaces and formulated to promote optimum adhesion of sealants with joint substrates.

C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints.

PART 3 - EXECUTION

3.01 EXAMINATION:

A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions

City of North Miami Pump Station “A” Rehab – 100% Submittal 07900-4 Bid Set

affecting joint sealant performance. Do not proceed with installation of joint sealants until unsatisfactory conditions have been corrected.

3.02 PREPARATION:

A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with recommendations of joint sealant manufacturer and the following requirements:

1. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant, including dust (except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer), oil, grease, water and surface dirt.

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 from above cleaning operations by vacuuming or blowing out joints with oil free compressed air.

3. Remove laitance and form release agents from concrete.

4. Clean metal and other 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 indicated or where recommended by joint sealant manufacturer based on preconstruction joint sealant substrate tests or prior experience. Apply primer to comply with joint sealant manufacturer's recommendations. Confine primers to areas of joint sealant bond; do not allow spillage or migration onto adjoining surfaces.

C. Masking Tape: Use masking tape 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 INSTALLATION OF JOINT SEALANTS:

A. General: Comply with joint sealant manufacturer's printed installation instructions applicable to products and applications indicated, except where more stringent requirements apply.

B. Sealant Installation Standard: Comply with recommendations of ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated.

City of North Miami Pump Station “A” Rehab – 100% Submittal 07900-5 Bid Set

C. Installation of Sealant Backings: Install sealant backings to comply with the following requirements:

1. Install joint fillers of type indicated to provide support of sealants during application and at position required to produce the cross sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability.

a. Do not leave gaps between ends of joint fillers.

b. Do not stretch, twist, puncture, or tear joint fillers.

2. Install bond breaker tape between sealants where backer rods are not used between sealants and joint fillers or back of joints.

D. Installation of Sealants: Install sealants by proven techniques that result in sealants directly contacting and fully wetting joint substrates, completely filling recesses provided for each joint configuration, and providing uniform, cross sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. Install sealants at the same time sealant backings are installed.

E. Tooling of Nonsag Sealants: Immediately after sealant application and prior to time skinning or curing begins, tool sealants to form smooth, uniform beads of configuration indicated, to eliminate air pockets, and to ensure contact and adhesion of sealant with sides of joint. Remove excess sealants from surfaces adjacent to joint. Do not use tooling agents that discolor sealants or adjacent surfaces or are not approved by sealant manufacturer.

1. Provide concave joint configuration unless otherwise indicated.

3.04 CLEANING:

A. Clean off excess sealants or sealant smears adjacent to joints as work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur.

3.05 PROTECTION:

A. Protect joint sealants during and after curing period from contact with contaminating substances or from damage resulting from construction operations or other causes so that they are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so that and installations with repaired areas are indistinguishable from original work.

City of North Miami Pump Station “A” Rehab – 100% Submittal 07900-6 Bid Set

3.06 SCHEDULE:

A. Exterior Joints for Which No Other Sealant Type is Indicated: Type 1; colors as selected.

B. Joints Between Exterior Metal Frames and Adjacent Work (except masonry): Type 2.

C. Interior Joints for Which No Other Sealant is Indicated: Type 2; colors as selected.

3.07 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 07900-7 Bid Set

Division 08 SECTION 08100

METAL DOORS AND FRAMES

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide doors, frames, and accessories as indicated and specified.

1.02 RELATED WORK:

A. Section 08710: Finish Hardware for door hardware and weather-stripping.

B. Section 09900: Field Painting for field painting of factory-primed or galvanized doors and frames.

1.03 REFERENCES:

A. Aluminum Association (AA).

B. American Architectural Manufacturers Association (AAMA) Specification.

1. AAMA 2605-02: Voluntary Specification for High Performance Organic Coatings on Architectural Extrusions and Panels.

2. AAMA 611-98: Voluntary Guide Specification for Anodized Architectural Aluminum.

C. National Association of Architectural Metal Manufacturers (NAAMM).

D. Underwriters' Laboratories, Inc. (UL).

E. American Society for Testing and Materials (ASTM) Publications:

1. A653: Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc- Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process.

F. National Association of Architectural Metal Manufacturers (NAAMM).

G. Hollow Metal Manufacturers Association (HMMA):

1. 810: Hollow Metal Doors.

City of North Miami Pump Station “A” Rehab – 100% Submittal 08100-1 Bid Set

2. 820: Hollow Metal Frames.

3. 830: Hardware Preparation and Locations for Hollow Metal Doors and Frames.

4. 840: Installation and Storage of Hollow Metal Doors and Frames.

5. 862: Guide Specifications for Commercial Security Hollow Metal Doors and Frames.

6. 861: Guide Specifications for Commercial Hollow Metal Doors and Frames.

1.04 SUBMITTALS:

A. Submit the following in accordance with Section 01300:

1. Submit shop drawings of doors and frames indicating dimensions, gages of metals, fastening and anchorage method for frames, types of finishes, and alloy of aluminum for acceptance. Include certification that preparation for hardware is in accordance with templates furnished by hardware manufacturer.

2. Submit manufacturer's specifications for all types of doors and frames.

3. For informational purposes only, submit manufacturer’s installation instructions for all types of doors, frames, vision panels and sidelights.

4. Submit three (3) color charts for aluminum finish.

5. Submit certified performance results for sound-retarding doors and frames tested in accordance with ASTM E 90.

6. Submit certificates, as required for doors and frames, of testing agency fire-rating.

1.05 QUALITY ASSURANCE:

A. Provide in accordance with Section 01400 and as specified.

B. Testing Agency Qualifications: Testing agency fire-rating certification with approval of authority having jurisdiction and re-examination service.

C. Requirements of Regulatory Agencies: Provide openings having indicated fire-resistive rating of 3/4-hour or longer with doors and frames bearing testing agency-issued label for required fire rating.

1.06 DELIVERY, STORAGE AND HANDLING:

City of North Miami Pump Station “A” Rehab – 100% Submittal 08100-2 Bid Set

A. Provide in accordance with Section 01610 and as specified.

B. Before delivery, identify type and size of each door with markings that will not damage finish.

C. Preassemble frames and door mullions in shop and deliver to project site with spreader bar at sill, or tie in pairs to form box.

D. Store all doors and frames in a weathertight enclosure and do not expose to the elements.

PART 2 - PRODUCTS

2.01 PREPARATION:

A. Verify details; obtain copy of accepted hardware schedule templates and other information.

B. Verify size, design and fire-resistive rating of each opening.

C. Coordinate details of construction with other work supporting or adjoining frames and doors.

2.02 FLUSH ALUMINUM DOORS:

A. Manufacturers:

1. Type G, manufactured by Vistawall Architectural Products Co.

2. SL-16 manufactured by Special-Lite, Inc.

3. D9 Series manufactured by U.S. Metals Manufacturing Corp.

4. Or acceptable equivalent product.

B. General:

1. Fabricate aluminum components (stiles and rails) from metal of acceptable alloys best suited to requirements of use, generally: 6063-T5.

2. Thickness: Minimum 0.125 in. unless otherwise indicated or specified.

3. Mortise and reinforce doors for hinges with aluminum alloy 2024-T4 plates or extruded shapes at least 1/4-in. thick.

City of North Miami Pump Station “A” Rehab – 100% Submittal 08100-3 Bid Set

4. Provide reinforcement within door for other finishing hardware similar to that furnished for hinges.

C. Doors shall be one of the following types:

1. Welded tubular core type:

a. Substructure: Weld 1-1/2-in. square extruded aluminum tubing to form substructure.

b. Face sheets: Bond 0.062 in. thick pattern 10 fluted aluminum face sheets to substructure.

c. Stiles: Applied extruded aluminum.

d. Apply cushion strips between face sheets and substructure.

e. Fill voids between grid sections, with compressed, high density, noncombustible and water proof volcanic mineral insulation.

2. Mechanically connected tubular core type:

a. Internal grid system: Tubular aluminum sections.

b. Door rim: Extruded aluminum rails.

c. Face sheets: 0.062-in. thick pattern 10 fluted aluminum sheets.

d. Assemble door rims and grid sections with rivets and screws.

e. Reinforce tops and bottoms of the doors with three stacked channels.

f. Fill voids between grid sections, with compressed, high density, noncombustible and water proof volcanic mineral insulation.

2.03 ALUMINUM FRAMES:

A. Manufacturers:

1. Vistawall Architectural Products, Co.

2. Special-Lite, Inc.

3. U.S. Metals Manufacturing Corp.

City of North Miami Pump Station “A” Rehab – 100% Submittal 08100-4 Bid Set

4. Or acceptable equivalent product.

B. Provide head and jamb frame members with doorstops and integral weatherstripping.

C. Provisions:

1. Provide aluminum frames for aluminum doors by same manufacturer as doors.

2. Construct frames of types and sizes indicated.

3. Material: Extruded aluminum rectangular tubular sections of alloy 6063-T5 with sharp corners and wall thickness of not less than 0.125 in.

4. Mortise and reinforce frames for strike plates and hinges: 1-3/4-in. stainless steel hinge reinforcements not less than 1/4-in. thick, and full height of door long. Insert bar within frame and fasten above and below each hinge mortise.

2.04 FABRICATION OF ALUMINUM DOORS AND FRAMES:

A. Free from dents or tools marks, warpage, buckle, and open joints. Lines straight or true to profile. Miters formed in true alignment and similar butting profiles accurately intersected. Sinkage or mortises for hardware reinforced and accurately formed to templates. Door edges including top and bottom, properly sealed. Joints in frames securely reinforced, weathered, and joined by means of concealed fastenings.

2.05 HOLLOW-METAL DOORS:

A. Manufacturers:

1. Ceco Door Products; a United Dominion Company.

2. Curries Company.

3. Steelcraft; a Division of Ingersoll-Rand.

4. Or acceptable equivalent product.

B. General:

1. Construct 1-3/4-in. thick full flush type hollow metal doors.

2. Face sheets: Not less than 14 gauge for exterior doors and 16 gauge for interior doors.

City of North Miami Pump Station “A” Rehab – 100% Submittal 08100-5 Bid Set

3. Face sheets: A60 galvanized steel, free of seams or joints. Conform to ASTM A653 for galvanized sheet steel.

4. Core Construction:

a. Interlocking vertical channels or Z-members of not lighter than 22-gage steel, spaced not more than 6-in. apart and spot welded to face sheets not less than 6- in. on centers.

5. Sound-Deadening and Thermal Insulation: Chemically-inert, non-combustible, moisture-resistant material in accordance with accepted manufacturer's recommendations. Conform to requirements of labeling authority for labeled door insulation.

6. Face sheets spot welded to the core.

7. Weld tops and bottoms of the doors flush or closed with a recessed channel.

8. Mortise and reinforce doors for hinges with not less than 7-gage steel.

9. Reinforce doors for surface applied hardware and lock faces with 12-gage steel.

10. Drill and tap doors for locks and hinges at the factory.

11. Drill and tap for surface applied hardware in the field.

12. Furnish doors bearing Underwriter's Laboratory, Inc., label as indicated.

13. Provide UL approved astragal on pairs of labeled doors.

2.06 PRESSED-METAL FRAMES:

A. Provide pressed-metal frames for hollow metal doors by same manufacturer as doors.

B. Fabricate frames of not less than 14 gage for exterior doors and 16 gage for interior doors of A60 galvanized steel with integral stops and rabbets.

C. Assemble heads and jambs with accurately fitted, fully welded, smoothly ground miter joints.

D. Weld angle spreaders to bottom of jambs to assure safe shipment and perfect alignment in field.

E. Anchors for frames:

City of North Miami Pump Station “A” Rehab – 100% Submittal 08100-6 Bid Set

1. Provide three corrugated adjustable loose T-anchors on each jamb of frames under 8 ft. and additional anchors for frames 8 ft. and higher.

2. Provide floor anchor clips, on each jamb, with holes for securing to concrete floor slab.

F. Mortise frames for strike plates and hinges.

G. Weld steel reinforcing plates to frames for hinges; drill and tap plates to accommodate mortise type template hinges; and weld galvanized dust covers over reinforcing plates to prevent clogging of tapped holes by mortar.

H. Provide label frames with three Underwriters Laboratories, Inc., labeled, adjustable loop anchors per jamb.

2.07 HARDWARE PREPARATION:

A. Provide frames and doors with cut-outs and reinforcement for mortise hardware and reinforcement for surface mounted hardware in accordance with templates supplied by hardware manufacturers. Additionally, drill and tap as required for hardware. B. Make total thickness of reinforced conditions equal to nominal diameter of fasteners required by hardware items.

C. Provide plaster guards or mortar boxes in back of hardware cut-outs in and welded to frames.

D. Provide frames and doors having fire-resistive ratings with hardware preparation conforming to requirements of labeling authority.

E. Welding hinges to door frames not permitted.

F. Drill door frames for installation of silencers.

2.08 FINISHES:

A. General: Comply with NAAMM’s “Metal Finished Manual for Architectural and Metal Products” for recommendations relative to applying and designating finishes.

B. Aluminum Work:

1. Finish Designations refixed by AA conform to the system established by the Aluminum Association for designating aluminum finishes.

2. High-Performance Organic Coating Finish: AA-C12C42R1x (Chemical Finish: Cleaned with inhibited chemicals; Chemical Finish: acid chromate-fluoride-

City of North Miami Pump Station “A” Rehab – 100% Submittal 08100-7 Bid Set

phosphate conversion coating; Organic Coating: as specified below). Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturer’s written instructions.

a. Fluoropolymer 2-Coat Coating System: Manufacturer’s standard 2-coat, thermocured system composed of specially formulated inhibitive primer, fluoropolymer color coat, and clear fluorocarbon topcoat, with both color coat and clear topcoat containing not less than 70 percent polyvinylidene fluoride resin by weight; comply with AAMA 2605.

b. Custom color to be selected by Engineer.

C. Steel Work:

1. Hollow Metal Doors: Chemically wash, rinse, and dry followed by one shop coat of metallic primer.

2. Door Frames: Phosphate treat and shop coat with baked-on metallic primer.

3. Hollow Metal Doors and Frames: Galvanized in accordance with ASTM A653, cleaned, phosphatized and followed by one shop coat of baked-on primer.

PART 3 - EXECUTION

3.01 INSPECTION:

A. Examine accepted hardware schedules and verify proper coordination of hardware, doors and frames.

B. Examine opening locations and verify following:

1. Correctness of dimensions, backing or support conditions.

2. Absence of defects that would adversely affect frame or door installation.

C. Do not begin work until unsatisfactory conditions are corrected.

3.02 PREPARATION:

A. Protect aluminum components of aluminum doors and frames in contact with plaster, concrete, or masonry, or connected to dissimilar metals in accordance with Section 05500.

3.03 INSTALLATION:

City of North Miami Pump Station “A” Rehab – 100% Submittal 08100-8 Bid Set

A. Install and adjust doors, frames, and appurtenances in accordance with the manufacturer's printed recommendations.

1. Clips, bolts, screw and rivets: Type 304 Stainless steel, type and sized as recommended by door manufacturer.

B. Set frames and anchor in position, plumb, square, level and in alignment.

C. Brace frames until the anchors are set.

D. Fill the backs of pressed metal frames with mortar.

E. Hang doors in frames with proper clearances.

F. Make final adjustments for proper and easy operation of doors after hardware installation and glazing.

G. Standard Steel Doors: Fit hollow metal doors accurately in frames, within clearances specified below. Shim as necessary.

1. Non-Fire-Rated Standard Steel Doors:

a. Jambs and Head: 1/8 inch [3mm] plus or minus 1/16 inch [1/6 mm].

b. Between Edges of Pairs of Doors: 1/8 inch [3 mm] plus or minus 1/16 inch [1.6 mm].

c. Between Bottom of Door and Top of Threshold: Maximum 3/8 inch [9.5 mm].

d. Between Bottom of Door and Top of Finish Floor (No Threshold): Maximum ¾ inch [19 mm].

2. Fire-Rated Doors: Install doors with clearances according to NFPA 80.

3.04 ADJUSTING:

A. Prime Coat Touch-Up: Immediately after installation, sand smooth and touch-up rust areas and other areas where prime has been damaged, with prime touch-up paint.

B. Make adjustments as required for correct function and smooth operation.

C. Protect frames and doors from damage to surface or profile.

3.05 PROTECTION:

City of North Miami Pump Station “A” Rehab – 100% Submittal 08100-9 Bid Set

A. After erection, protect doors, frames, and finishing hardware from damage due to installation of other work or from lime, acid, cement, or other harmful compounds.

B. After erection, protect doors, frames and finishing hardware from damage due to installation of other work or from lime, acid, cement, or other harmful compounds.

C. Replace damaged doors, frames and finishing hardware as determined by the Engineer with new items and at no additional expense to the Owner.

3.06 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 08100-10 Bid Set

SECTION 08710

FINISH HARDWARE

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Section Includes:

1. Finish hardware for doors as specified and as listed in "Hardware Groups" and required by actual conditions.

2. Include screws, special screws, bolts, special bolts, expansion shields, and other devices for proper application of hardware.

B. General Requirements:

1. Provide items, articles, materials, operations and methods listed, mentioned or scheduled herein or on drawings, in quantities as required to complete project. Provide hardware that functions properly. Prior to furnishing hardware, advise Engineer of items that will not operate properly, are improper for conditions, or will not remain permanently anchored.

1.02 RELATED WORK:

A. Section 08100: Metal Doors and Frames for astragals on fire-rated, double doors.

1.03 REFERENCES:

A. ANSI 156: American National Standards Institute

B. DHI: Door and Hardware Institute

C. BHMA: Builders Hardware Manufacturers Association

1.04 SUBMITTALS:

A. Submit the following in accordance with Section 01300:

1. Hardware Schedule: Submit hardware schedule in vertical format as illustrated by the Sequence of Format for the Hardware Schedule as published by the Door and Hardware Institute. Schedules, which do not comply, will be returned for correction before checking. Hardware schedule shall clearly indicate Engineer’s

City of North Miami Pump Station “A” Rehab – 100% Submittal 08710-1 Bid Set

hardware group and manufacturer of each item proposed. The schedule shall be reviewed prior to submission by a certified Architectural Hardware Consultant (AHC).

a. Provide illustrations from manufacturers catalogs and data in brochure form for all products, including model, function, design, finishes, and options.

b. Check specified hardware for suitability and adaptability to details and surrounding conditions. Indicate unsuitable or incompatible items and proposed substitutions in hardware schedule.

c. Provide listing of manufacturer's template numbers for each item of hardware in hardware schedule.

d. Furnish other Contractors, and Subcontractors concerned, with copies of final approved hardware schedule. Submit necessary templates and schedules as soon as possible to door fabricators in accordance with schedule that is required for fabrication.

e. Samples: Lever design or finish sample: Provide samples if requested by Engineer.

2. Installation Instructions: Provide manufacturer's written installation and adjustment instructions for finish hardware. Send installation instructions to site with hardware after approval of finish hardware.

3. Templates: Submit templates and final approved hardware schedule to door and frame supplier and others as applicable to enable proper and accurate sizing and locations of cutouts and reinforcing.

4. Closeout Submittals: Comply with Section 01700 including specific requirements indicated.

a. Operating and maintenance manuals: Submit sets containing the following:

(1) Complete information in care, maintenance, and adjustment, and data on repair and replacement parts, and information on preservation of finishes.

(2) Catalog pages for each product.

(3) Name, address, and phone number of local representative for each manufacturer.

(4) Parts list for each product.

City of North Miami Pump Station “A” Rehab – 100% Submittal 08710-2 Bid Set

b. Copy of final approved hardware schedule, edited to reflect "As installed.”

c. Copy of final keying schedule.

d. One complete set of special tools required for maintenance and adjustment of hardware, including changing of cylinders.

e. Copy of all warrantees; including all appropriate reference numbers for manufacturers to identify the project.

1.05 QUALITY ASSURANCE:

A. Provide in accordance with Section 01400 and as specified.

B. Manufacturer: Obtain each type of hardware (ie. latch and locksets, hinges, closers) from single manufacturer, although several may be indicated as offering products complying with requirements.

C. Supplier: Recognized architectural finish hardware supplier, with warehousing facilities, who has been providing hardware for period of not less than 3 years. The supplier shall be, or employ, a certified Architectural Hardware Consultant (AHC), who is registered in the continuing education program as administered by the Door and Hardware Institute. The hardware schedule shall be prepared and signed by a certified AHC.

D. Installer: Firm with 3 years experience in installation of similar hardware to that required for this project, including specific requirements indicated.

E. Regulatory Label Requirements: Provide nationally recognized testing agency label or stamp on hardware for labeled openings. Where UL requirements conflict with drawings or specifications, hardware conforming to UL requirements shall be provided. Conflicts and proposed substitutions shall be clearly indicated in hardware schedule.

F. Handicapped Requirements: Doors to stairs (other than exit stairs), loading platforms, boiler rooms, stages and doors serving other hazardous locations shall have knurled or other similar approved marking of door lever handles or cross bars in accordance with local building codes.

G. Pre-Installation Conference: Prior to the installation of hardware, manufacturer's representatives for locksets, closers, and exit devices shall arrange and hold a jobsite meeting to instruct the installing contractor's personnel on the proper installation of their respective products. A letter of compliance, indicating when this meeting is held and who is in attendance, shall be sent to the Engineer and Owner.

1.06 DELIVERY, STORAGE AND HANDLING:

City of North Miami Pump Station “A” Rehab – 100% Submittal 08710-3 Bid Set

A. Provide in accordance with Section 01610 and as specified.

B. Deliver hardware to jobsite in manufacturer's original packaging, marked to correspond with approved hardware schedule. Do not deliver hardware until suitable locked storage space is available. Check hardware against reviewed hardware schedule. Store hardware to protect against loss, theft or damage.

C. Deliver hardware required to be installed during fabrication of hollow metal and aluminum doors prepaid to manufacturer.

1.07 GUARANTEE/WARRANTY:

A. General: Guarantee workmanship and material provided against defective manufacture. Repair or replace defective workmanship and material appearing within period of one year after Substantial Completion.

B. Provide five year factory warranty on exit devices against defects in material and workmanship from date of occupancy of Project.

C. Provide ten year factory warranty on door closer body against defects in material and workmanship from date of occupancy of Project.

D. Replace shortages and incorrect items with correct material at no additional cost to Owner.

E. At completion of project, a qualified factory representative shall inspect closer installations. After this inspection, letter shall be sent to Engineer reporting on conditions, verifying that closers have been properly installed and adjusted.

1.08 SEQUENCING AND SCHEDULING:

A. Deliver finish hardware to the jobsite in a timely manner so as not to delay progress of other trades.

PART 2 - PRODUCTS

2.01 MANUFACTURERS:

A. Manufacturers listed have been chosen to establish a standard of quality, design, and function.

B. Manufacturer information:

City of North Miami Pump Station “A” Rehab – 100% Submittal 08710-4 Bid Set

1. The following is a list of approved manufacturers, address, and website (if available). This information is being supplied for reference only and in no way implies product acceptance. Only the products listed in the respective category are considered to be acceptable for this project.

a. ABH Elk Grove, IL b. Corbin-Russwin Monroe, NC c. Detex New Braunfels, TX d. Don-jo Sterling, MA e. Folger Adam Lemont, IL f. Glynn-Johnson Indianapolis, IN g. Hager St. Louis, MI h. HES Phoenix, AZ i. Key Control Katy, TX j. LCN Princeton,IL k. Locknetics Forestville, CT l. Lund Bath, OH m. Markar Lancaster, NY n. McKinney Scranton, PA o. National Guard Memphis, TN p. Norton Monroe, NC q. Pemko Memphis, TN r. Precision Romulus, MI s. Reese Rosemont, MN t. Rixson Monroe, NC u. Rockwood Altoona, PA v. Sargent New Haven, CT w. Schlage Colorado Springs, CO x. Securitron Sparks, NV y. Sentrol Tualatin, OR z. Stanley New Britain, CT aa. Telkee Dover, DE bb. Von Duprin Indianapolis, IN cc. Westguard Twinsburg, OH

City of North Miami Pump Station “A” Rehab – 100% Submittal 08710-5 Bid Set

2.02 BUTTS AND HINGES:

A. Acceptable Manufacturers and Products:

Type McKinney Hager Stanley 1. Type 1 T4A3795 BB1262 FBB268 2. Type 2 TA2714 BB1279 FBB179 3. Type 3 TA2314 BB1191 FBB191 4. Type 4 T4A3786 BB1168 FBB168 5. Type 5 T4A3386 BB1199 FBB199

B. Application:

1. Exterior over 36 inches wide: Type 5

2. Exterior 36 inches wide or less: Type 3

3. Interior doors over 36 inches wide: Type 5

4. Interior doors 36 inches wide or less: Type 3

5. Interior corridor pairs of doors swinging in same direction: Type 1 (unless reveal or clearance does not allow)

6. Provide NRP (non-removable pins) at out-swinging lockable doors (interior or exterior).

C. Size:

1. 2-1/4 inch Doors: 5 inch by 5 inch

2. 1-3/4 inch Doors: 4-1/2 inch by 4-1/2 inch

3. 1-3/8 inch Doors: 3-1/3 inch by 3-1/2 inch

D. Quantity:

1. 2 - hinges per leaf for openings through 60 inches high.

2. 1 - additional hinge per leaf for each additional 30 inches in height or fraction thereof.

2.03 FLUSH BOLTS AND DUSTPROOF STRIKES:

A. Acceptable Manufacturers and Products:

City of North Miami Pump Station “A” Rehab – 100% Submittal 08710-6 Bid Set

Type Rockwood Hager Donjo 1. Manual, Hollow Metal Doors 555 282D 1555 2. Manual, Wood Doors 555 282D 1555 3. Automatic, Hollow Metal Doors 1842 292D FLM-1 4. Automatic, Wood Doors 1942 291D FLW-22 5. Dust Proof Strike 570 280X 1570

B. Non-labeled Openings: Provide 2 flush bolts 555 for inactive leaf of pairs of locked and latched doors. Locate centerline of top bolt not more than 78 inches from finished floor. Provide dust proof strike 570 for bottom bolt.

C. Labeled Openings: Provide automatic flush bolt set 1842 or 1942, as applicable, for inactive leaf of pairs of doors. Provide dust proof strike 570 for bottom bolt.

2.04 LOCKSETS – MORTISE:

A. Acceptable Manufacturers and Products:

Manufacturer Series 1. Sargent 8200 x LNL 2. Schlage L9000 x 06A 3. Corbin-Russwin ML2000 x NSA

B. Provide lock series and functions as specified in Hardware Groups, with the provisions below. Sargent product numbers are referenced in the Hardware Groups.

1. Cylinders: Refer to keying requirements

2. Backsets: 2-3/4 inches.

3. Strikes: Provide wrought boxes and strikes with proper lip length to protect trim but not to project more than 1/8 inch beyond trim, frame or inactive leaf. Where required, provide open back strike and protected to allow practical and secure operation.

4. Doors serving hazardous locations shall have knurled or other similar approved marking of door lever handles or cross bars in accordance with local building codes.

2.05 DEADLOCKS:

A. Acceptable Manufacturers and Products:

City of North Miami Pump Station “A” Rehab – 100% Submittal 08710-7 Bid Set

Manufacturer Series 1. Sargent 4870 2. Schlage L460 3. Corbin-Russwin DL4000

B. Provide deadlock series and functions as specified in Hardware Groups, with the provisions below. Sargent product numbers are referenced in the Hardware Groups.

1. Cylinders: Refer to keying requirements.

2. Backsets: 2-3/4 inches.

3. Strikes: Provide manufacturers standard wrought brass, bronze, or steel strike.

2.06 EXIT DEVICES:

A. Acceptable Manufacturers and Products:

Manufacturer Series 1. Sargent 80 Series 2. Von Duprin 98/35 Series 3. Precision Apex Series

B. Provide exit device series and functions as specified in Hardware Groups. Sargent product numbers are referenced in the Hardware Groups.

C. All exit devices shall be UL listed for panic. Exit devices for labeled doors shall be UL listed as "Fire Exit Hardware".

D. Where lever trim is specified, provide lever design to match lockset levers.

E. Provide cylinders for exit devices with locking trim and cylinder dogging.

F. Provide cylinder dogging feature for non-rated exit devices.

G. Provide keyed removable mullions, as specified in the Hardware Groups.

2.07 KEYING:

A. Acceptable Manufacturers and Products:

Manufacturer 1. Sargent 2. Schlage

City of North Miami Pump Station “A” Rehab – 100% Submittal 08710-8 Bid Set

3. Corbin-Russwin

B. Provide manufacturers standard removable core cylinders. Provide construction cores with construction master keying for use during construction. The hardware supplier shall install permanent master keyed cores upon completion of the project.

C. Factory key all cylinders with manufacturer retaining permanent keying records.

D. Submit proposed keying schedule to Engineer. Meet with Owner and Engineer to review schedule.

E. Provide keys as follows:

1. Five (5): Grand Master Keys

2. Five (5): Master Keys (each set)

3. Three (3): Change Keys (each cylinder)

4. Two (2): Control Keys (permanent cores)

5. Five (5): Construction Master Keys

6. Two (2): Control Keys (construction cores)

F. Visual key control:

1. All keys shall be stamped with their respective key set number and stamped “DO NOT DUPLICATE".

2. Grand master and master keys shall be stamped with their respective key set letters.

3. Do not stamp any keys with the factory key change number.

4. Do not stamp any cores with key set on face (front) of Core. Stamp on back or side of cores so not to be visible when core is in cylinder.

G. All change keys, key blanks, master and grandmaster keys shall be shipped directly from the factory to the Owner via registered mail, confidential, OR delivered directly to the Owner by the hardware supplier in sealed containers, who shall obtain a receipt for delivery of same. Restricted keyway cylinders shall be delivered directly to the Owner by the manufacturer who shall obtain a receipt for delivery of same. All master, grandmaster, and great grandmaster keys must be delivered in tamperproof packaging. Tamperproof packaging shall mean boxes of keys shall be shrink wrapped, with material

City of North Miami Pump Station “A” Rehab – 100% Submittal 08710-9 Bid Set

identified with imprinting reading “SEALED FOR YOUR SECURITY”, by the manufacturer.

2.08 DOOR TRIM:

Acceptable Manufacturers and Products:

Type Rockwood Hager Donjo 1. Push Plate 70 30S 71 2. Pull BF111 H4J H20 3. Pull, offset BF157 H12J H1157 4. Push Bar 47 130S 147 5. Kick Plate K1050 B4E 194S 90 B4E 6. Door Edges 306B 182P 1299

A. Push Plates:

1. Rockwood #70 provide 4 inches by 16 inch unless otherwise indicated.

2. Where width of door stile prevents use of 4 inch wide plate, provide push plate 3 1/2 inches wide.

B. Push Bars:

1. Rockwood #47, unless otherwise indicated.

2. Where required, mount back to back with pull.

C. Pull, offset:

1. Rockwood #BF157, unless otherwise indicated.

2. Where required, mount back to back with push bar.

D. Pulls:

1. Rockwood #BF111, unless otherwise indicated.

2. Where required, mount back to back with push bar.

E. Pull Plate:

1. Rockwood #BF111 pull x #70 plate, provide plate 4 inches by 16 inch unless otherwise indicated.

City of North Miami Pump Station “A” Rehab – 100% Submittal 08710-10 Bid Set

2. Where width of door stile prevents use of 4 inch wide plate, provide push plate 3 1/2 inches wide.

F. Kick Plates and Armor Plates:

1. Minimum of 0.050 inch thick, beveled 4 edges.

2. At single doors provide width 1-1/2 inch less than door width on stop side and one inch less than door width on face side.

3. At pairs of doors provide width one inch less than door width on either sides.

4. Provide Height:

a. Mop Plates: 4 inches, unless otherwise indicated.

b. Kick Plates: 8 inches, unless otherwise indicated.

c. Armor Plates: 34 inches, unless otherwise indicated.

G. Edge Guards:

1. Minimum .050" thick, stainless steel.

2. Rockwood #306B x 42 inches high as noted in Hardware Groups.

2.09 COORDINATORS:

A. Acceptable Manufacturers and Products:

Manufacturer Series 1. Rockwood 1600 Series 2. Hager 297D 3. Donjo 2010/2020 Series

B. Provide 1600 Series coordinator for labeled pairs of doors equipped with automatic flush bolts and those with vertical rod/mortise lock fire exit device combinations with astragals.

C. Provide filler bars for total opening width, closer mounting brackets, carry bars, and special preparation for top latches where applicable.

D. 2.10 DOOR CLOSERS:

City of North Miami Pump Station “A” Rehab – 100% Submittal 08710-11 Bid Set

A. Acceptable Manufacturers and Products:

Type Sargent LCN Norton 1. Stop Arm 351-CPS 4040S-CUSH UNI-7500-BF 2. Stop/Holder Arm 351-CPSH 404S-H-CUSH UNI-7500BF-H 3. Regular Arm 351-O 4040 7500BF 4. HD Parallel Arm 351-P10 4040EDA PR7500BF

B. Provide all closers on exterior openings with a stop arm, unless noted otherwise.

C. Provide all closers on interior openings with a regular arm or heavy duty parallel arm, unless noted otherwise.

D. Provide non-sized closers, adjustable to meet maximum opening force requirements of ADA.

E. Provide drop plates, brackets, or adapters for arms as required to suit details.

F. Mount closers on inside of exterior doors.

G. Provide back-check for closers.

H. Provide holder arms where indicated.

I. Provide stop arms where indicated.

J. Provide delayed action where indicated.

K. Provide closers for doors as noted in Hardware Groups and, in addition, provide closers for labeled doors whether or not specifically noted in group.

L. Provide closers meeting the requirements of UBC 7-2 and UL 10C positive pressure tests.

M. Provide bolt attachments or blocking for mineral core door application as directed by Engineer and/or door specifications.

2.11 OVERHEAD STOPS/HOLDERS:

A. Acceptable Manufacturers and Products:

Type Sargent ABH Glynn Johnson 1. Surface, med. Duty 1540 3300 450 2. Surface, heavy duty 590 9000 900

City of North Miami Pump Station “A” Rehab – 100% Submittal 08710-12 Bid Set

B. Provide 1540 Series overhead stop for interior doors equipped with regular arm surface type closer that swing more than 140 degrees before striking wall, and for doors that open against equipment, casework, sidelights, other objects that would make wall stops inappropriate. Provide 590 Series overhead stop for exterior doors where specified.

C. Provide bolt attachments or blocking for mineral core door application as directed by Engineer and/or door specifications.

2.12 STOPS AND HOLDERS:

A. Acceptable Manufacturers and Products:

Type Rockwood Hager Donjo 1. Wall, convex 406 232W 1406 2. Floor 440/442 241F/243F 1440/1442 3. Floor, heavy duty 470/471 267F267S 1471 4. Stop/Holder, heavy duty 472/472 268F/268S 1473

B. Provide Rockwood #406 wall stop for each door leaf except where floor stops are scheduled in Hardware Groups. Where conditions do not allow a wall stop or a floor stop presents a tripping hazard than provide an overhead stop.

C. Provide 1540 Series overhead stop for interior doors and 590 Series overhead stop for exterior doors that swing more than 140 degrees before striking a wall.

D. Floor or base stops shall be used only where definitely specified or absolutely unavoidable.

2.13 THRESHOLDS:

A. Acceptable Manufacturers and Products:

Interior Door Exterior Door Saddle Type Stop Type Manufacturer Series Series 1. Pemko 171 2000B 2. Reese S205 5483 3. National Guard 425 896

B. Provide thresholds as indicated on drawings and as specified.

1. Refer to drawings for special details. Provide accessories, shims and fasteners.

2. Where thresholds occur at openings with one or more mullions, they shall be cut for the mullions and extended continuously for the entire opening.

City of North Miami Pump Station “A” Rehab – 100% Submittal 08710-13 Bid Set

2.14 WEATHERSTRIPPING:

A. Acceptable Manufacturers and Products:

Type Pemko Reese National Guard 1. Sweeps 315CN 323 200N 2. Jambs 316AV DS75 152 3. Astragals 18061CP 964C C607 4. Rain Drip 346C R201 16D

B. Where weatherstripping is specified in hardware groups, provide 316AV at jambs, unless detailed or scheduled otherwise.

1. Provide self-tapping fasteners for weatherstripping being applied to hollow metal frames.

C. Where astragals are specified in hardware groups, provide 2 pieces of 18061CP unless detailed or scheduled otherwise.

D. Where sweeps are specified in hardware groups, provide 315CN unless detailed or scheduled otherwise.

E. Where rain drips are specified in hardware groups, provide 346C x full frame width, unless detailed otherwise.

2.15 GASKETING:

A. Acceptable Manufacturers and Products:

Type Pemko Reese National Guard 1. Smoke PK55D F-897B 2525

B. Where smoke gasket is specified in hardware groups, provide PK55D, unless detailed otherwise.

C. Provide accessories, shims and fasteners.

D. Provide gaskets for 20-minute doors and doors designated for smoke and draft control.

E. Where frame applied intumescent seals are required by the manufacturer, provide gaskets that comply with UBC 7-2 and UL 10C positive pressure tests.

2.16 ASTRAGALS:

City of North Miami Pump Station “A” Rehab – 100% Submittal 08710-14 Bid Set

A. Acceptable Manufacturers:

1. Reese

2. Pemko

3. National Guard.

B. Provide overlapping type astragal (tee type) on key side of pair of doors.

C. Provide extruded aluminum overlapping type astragal (tee type) with integral (vertical groove) weathering gasket on key side of pairs of exterior doors.

2.17 SILENCERS:

A. Acceptable Manufacturers and Products:

Type Westguard Hager Donjo 1. Hollow Metal Frame 650ST 307D 1608 2. Wood Frame 640WD 308D 1609

B. Where weatherstipping or gasketing is not used provide the appropriate silencer for each frame.

2.18 FASTENERS:

A. Including, but not limited to, wood or machine screws, bolts, nuts, anchors, etc. of proper type, material, and finish required for installation of hardware.

B. Use phillips head for exposed screws. Do not use aluminum screws to attach hardware.

C. Provide self-tapping (TEC) screws for attachment of sweeps and stop-applied weatherstripping.

D. Install all hardware with only fasteners provided by the manufacturer for use with the specific product and according to the manufacturers written instructions.

2.19 TYPICAL FINISHES AND MATERIALS:

A. Finishes, unless otherwise specified:

1. Butts: Exterior Doors

a. US32D (BHMA 630) on Stainless Steel

City of North Miami Pump Station “A” Rehab – 100% Submittal 08710-15 Bid Set

2. Butts: Interior Doors

a. US32D (BHMA 630) on Stainless Steel

3. Continuous Hinges:

a. US32D (BHMA 630) on Stainless Steel

4. Flush Bolts:

a. US26D (BHMA 626) on Brass or Bronze

5. Exit Devices:

a. US32D (BHMA 630) on Stainless Steel

6. Locks and Latches:

a. US32D (BHMA 630) on Stainless Steel

7. Push Plates, Pulls and Push Bars:

a. US32D (BHMA 630) on Stainless Steel

8. Coordinators:

a. US26D (BHMA 626) on Brass or Bronze

9. Kick Plates, Armor Plates, and Edge Guards:

a. US32D (BHMA 630) on Stainless Steel

10. Overhead Stops and Holders:

a. US26D (BHMA 626) on Brass or Bronze

11. Closers: Surface mounted:

a. Sprayed Aluminum Lacquer

12. Miscellaneous Hardware:

a. US32D (BHMA 630) on Stainless Steel or US26D (BHMA 626) on Brass or Bronze

City of North Miami Pump Station “A” Rehab – 100% Submittal 08710-16 Bid Set

PART 3 – EXECUTION

3.01 EXAMINATION:

A. Examine doors, frames, and related items for conditions that would prevent the proper application of finish hardware. Do not proceed until defects are corrected.

B. Field verify existing doors, frames, hardware, and conditions prior to scheduling hardware.

3.02 INSTALLATION:

A. Install finish hardware in accordance with reviewed hardware schedule and manufacturer's printed instructions. Prefit hardware before finish is applied. Remove and reinstall after finish is completed. Install hardware so that parts operate smoothly, close tightly and do not rattle.

B. Installation of hardware shall comply with NFPA 80 and NFPA 101 requirements.

C. Set units level, plumb and true to line and location. Adjust and reinforce attachment to substrate as necessary for proper installation and operation.

D. Drill and countersink units that are not factory-prepared for anchorage fasteners. Space fasteners and anchors in accordance with industry standards.

E. Set thresholds for exterior doors in full bed of butyl-rubber or polyisobutylene mastic sealant, forming tight seal between threshold and surface to which set. Securely and permanently anchor thresholds, using countersunk non-ferrous screws to match color of thresholds (stainless steel screws at aluminum thresholds).

3.03 FIELD QUALITY CONTROL:

A. After installation has been completed, a qualified person from the hardware supplier is to check the Project to determine proper application of finish hardware according to schedule. Also check operation and adjustment of all hardware items.

B. Installer shall deliver to owner, upon completion, one set of installation and maintenance instructions and specialty tools for all hardware items.

3.04 ADJUSTING AND CLEANING:

A. At completion, hardware shall be left clean and free from disfigurement. Make adjustment to door closers and other items of hardware. Where hardware is found defective repair or replace or otherwise correct as directed.

City of North Miami Pump Station “A” Rehab – 100% Submittal 08710-17 Bid Set

B. Adjust door closers to meet opening force requirements of Uniform Federal Accessibility Standards.

C. Adjust door control devices to compensate for final operation of heating and ventilating equipment.

D. Adjustment: Wherever hardware installation is made more than one month prior to acceptance or occupancy of space or area, return to work during week prior to acceptance or occupancy, and make/ check adjustments of hardware items in such space or area. Clean operating items as necessary to restore proper function and finish of hardware and doors.

E. Final Adjustment: Installer shall return six months after substantial completion to make final adjustments of all hardware items.

F. Installer shall instruct Owner's personnel in proper adjustment and maintenance of door hardware and hardware finishes.

G. Clean adjacent surfaces soiled by hardware installation.

3.05 PROTECTION:

A. Provide for proper protection of items of hardware until Owner accepts Project as complete.

3.06 HARDWARE GROUPS AND SUFFIXES:

A. The following schedule of hardware groups shall be considered a guide only, and the supplier is cautioned to refer to general conditions, special conditions, and the preamble to this section. It shall be the hardware supplier's responsibility to furnish all required hardware.

B. Refer to the door schedule for special hardware notes, applications, and/or requirements.

3.07 HARDWARE GROUPS:

A. GROUP 70: Exterior egress pair with exit devices allowing entry at one leaf.

City of North Miami Pump Station “A” Rehab – 100% Submittal 08710-18 Bid Set

1. Hardware:

Type Quantity Comments a. Hinges 6 each b. Exit Device 1 each 8813 ET. [F08 – Key locks or unlocks lever.] c. Exit Device 1 each 8810. [F01 – No outside operation.] d. Keyed Removable 1 each 12-L980 Steel Mullion e. Closers 2 each f. Kick Plates 2 each g. HD Floor Stops 2 each h. Threshold 1 each i. Weatherstripping 2 sets j. Sweeps 2 each k. Rain Drip 1 each

B. GROUP 90: Exterior pair at electric/utility room with exit device, exit only.

1. Hardware:

Type Quantity Comments a. Hinges 6 each b. Exit Device 2 each 8810. [F01 – No outside operation.] c. Keyed Removable 1 each 12-L980 Steel Mullion d. Closers 2 each With Holder/Stop Arm e. Kick Plates 2 each f. HD Floor Stops 2 each g. Threshold 1 each h. Weatherstripping 2 sets i. Sweeps 2 each j. Rain Drip 1 each

C. GROUP 105: Interior rated single with passage function.

1. Hardware:

Type Quantity Comments a. Hinges 3 each b. Passage 1 each Passage Function – F01. Latchbolt retracted by either trim. c. Closer 1 each d. Stop 1 each

City of North Miami Pump Station “A” Rehab – 100% Submittal 08710-19 Bid Set

e. Silencers 3 each

D. GROUP 110: Interior non-rated and rated single bathrooms.

Hardware:

Type Quantity Comments a. Hinges 3 each b. Privacy 1 each Passage Function – F22. Latchbolt retracted by either trim. Turn lever automatically locks outside lever. Operating inside trim automatically retracts latchbolt, unlocking outside trim. Outside emergency release unlocks outside trim. Will automatically unlock when door latches. c. Closer 1 each d. Stop 1 each e. Silencers 3 each

E. GROUP 170: Interior rated single electrical/utility room with exit device with storeroom function.

1. Hardware:

Type Quantity Comments a. Hinges 3 each b. Exit Device 1 each 12-8813 ET. [F03 – Key retracts latchbolt.] c. Closer 1 each d. Kick Plate 1 each e. Stop 1 each f. Silencers 3 each

F. GROUP 180: Interior rated egress pair.

1. Hardware:

Type Quantity Comments a. Hinges 6 each b. Exit Device 2 each Passage Function c. Closers 2 each d. Flush Bolts 2 each e. Coordinator 1 each

City of North Miami Pump Station “A” Rehab – 100% Submittal 08710-20 Bid Set

f. Stops 2 each g. Silencers 2 each h. Astragal 1 each

3.03 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 08710-21 Bid Set

Division 09

SECTION 09900

PAINTING AND COATING

PART 1 - GENERAL

1.01 DESCRIPTION:

This section includes materials and application of painting and coating systems for the following surfaces:

A. Submerged metal.

B. Exposed metal, including galvanized metal.

C. Buried metal.

D. Concrete and masonry.

E. PVC

F. Metal in contact with concrete.

G. Masonry

H. Exterior architectural coatings and finishes.

I. Interior architectural coatings and finishes.

J. Exposed Conduits and pipes.

It does not include coating steel water tanks and reservoirs.

1.02 SUBMITTALS:

A. Submit shop drawings in accordance with the General Conditions, Section 01300, and the following.

B. Submit manufacturer’s data sheets showing the following information:

1. Percent solids by volume.

2. Minimum and maximum recommended dry-film thickness per coat for prime, intermediate, and finish coats.

3. Recommended surface preparation.

4. Recommended thinners. City of North Miami Pump Station “A” Rehab – 100% Submittal 09900-1 Bid Set

5. Statement verifying that the specified prime coat is recommended by the manufacturer for use with the specified intermediate and finish coats.

6. Application instructions including recommended equipment and temperature limitations.

7. Curing requirements and instructions.

C. Submit color swatches.

D. Submit certificate identifying the type and gradation of abrasives used for surface preparation.

E. Submit material safety data sheets for each coating.

PART 2 - MATERIALS

2.01 PAINTING AND COATING SYSTEMS:

The following index lists the various painting and coating systems by service and generic type:

PAINT COATINGS SYSTEM INDEX

No. Title Generic Coating Submerged Metal Coating Systems 1. Submerged Metal, Raw Water (Nonpotable) or Epoxy Raw Sewage 2. Submerged Metal, Potable or Nonpotable Water Epoxy 3. Exposed Metal, Corrosive Environment High-build epoxy with polyurethane topcoat 4. Exposed Metal, Atmospheric Weathering Alkyd enamel Environment 5. Exposed Metal, Organic Zinc Primer for Shop Organic zinc Coating and Field Touch-Up Buried Metal Coating Systems 6. Buried Metal Epoxy 7. Buried Metal Thixotropic coal-tar pitch 8. Buried Metal Corrosion-resisting grease Concrete and Masonry Coating Systems 9. Exposed Concrete and Masonry, Corrosive Polyurethane Environment 10. Exposed Concrete and Masonry, Atmospheric Acrylic Weathering Environment

City of North Miami Pump Station “A” Rehab – 100% Submittal 09900-2 Bid Set

No. Title Generic Coating 11. Submerged Concrete, Raw Water or Raw Vinyl ester Sewage 12. Concrete Floors, Wet Environment Epoxy 13. Exposed Concrete and Masonry, Corrosive High-build epoxy with Environment polyurethane topcoat 14. Exposed Masonry or Concrete, Atmospheric Cement-based grouting Weathering Environment PVC Coating System 15. PVC, Ultraviolet Exposure Polyurethane Coating Systems for Nonferrous Metals 16. Exposed Metal, Galvanized Steel Synthetic resin 17. Repair of Galvanized Surfaces Cold galvanizing compound Exterior Architectural Coatings and Finishes 18. Flat Finish on Exterior Concrete and Cement Acrylic latex Plaster 19. Semi-Gloss Finish on Exterior Metal Acrylic latex 20. Clear Sealer on Exterior Concrete and Masonry Silane Interior Architectural Coatings and Finishes 21. Semi-Gloss Finish on Concrete, Masonry, or Vinyl acrylic Plaster 22. Flat Finish on Gypsum Wallboard Vinyl acrylic

These systems are specified in detail in the following paragraphs. For each coating, the required surface preparation, prime coat, intermediate coat (if required), topcoat, and coating thicknesses are described. Mil thicknesses shown are minimum dry-film thicknesses.

2.02 SUBMERGED METAL COATING SYSTEMS:

A. System No. 1--Submerged Metal—Raw Water (Nonpotable) or Raw Sewage:

Type: Epoxy having a minimum volume solids of 80%.

Service Conditions: For use with metal pipes or structures (such as scum troughs, sluice gates, or piping) alternately submerged in raw sewage or raw water (nonpotable) and exposed to a moist saturated hydrogen sulfide atmosphere, as in raw sewage wet wells. Minimum temperature resistance of the coating shall be 140°F for moist heat conditions.

Surface Preparation: SSPC SP-10.

Prime Coat: Carboline Carboguard 891HS; Sherwin-Williams Tank Clad HS B62-W80; Tnemec Series 446-1223 (red), 8 mils; or equal. City of North Miami Pump Station “A” Rehab – 100% Submittal 09900-3 Bid Set

Finish Coat: Carboline Carboguard 891HS; Sherwin-Williams Tank Clad HS B60-V80; Tnemec Series 446-1222 (gray), 8 mils; or equal.

B. System No. 7--Submerged Metal, Potable or Nonpotable Water:

Type: Epoxy.

Service Conditions: For use with structures, valves, piping, or equipment immersed in potable or nonpotable water. For potable water service, coating must comply with NSF 61.

Surface Preparation: SSPC SP-10.

Coating System: Apply the manufacturer’s recommended number of coats to attain the specified minimum coating thickness. Products: Carboline Carboguard 891HS, Tnemec N140, Sherwin-Williams Tank Clad HS B62-W80/B60-V80, or equal; 16 mils total. Color of topcoat: white. Each coat shall be different color than the one preceding it.

2.03 EXPOSED METAL COATING SYSTEMS:

A. System No. 10—Exposed Metal, Corrosive Environment:

Type: High-build epoxy intermediate coat having a minimum volume solids of 60%, with an inorganic zinc prime coat and a pigmented polyurethane finish coat having a minimum volume solids of 52%.

Service Conditions: For use with metal structures or pipes subjected to water condensation; chemical fumes, such as hydrogen sulfide; salt spray; and chemical contact.

Surface Preparation: SSPC SP-10.

Prime Coat: Self-curing, two-component inorganic zinc-rich coating recommended by the manufacturer for overcoating with a high-build epoxy finish coat. Minimum zinc content shall be 12 pounds per gallon. Apply to a thickness of 3 mils. Products: Carboline Carbozinc 11, 11VOC or 11HS, Tnemec 90-97, Sherwin-Williams Zinc-Clad II Plus, or equal.

Intermediate Coat: Carboline Carboguard 60, Tnemec 104, Sherwin-Williams Macropoxy 646 B58-600, or equal; 5 mils.

Finish Coat: Two-component pigmented acrylic or aliphatic polyurethane recommended by the manufacturer for overcoating a high-build epoxy coating. Apply to a thickness of at least 2 mils. Products: Carboline Carbothane 134HG, Tnemec Series 1075, Sherwin- Williams Acrolon Ultra, B65-800, or equal.

B. System No. 15—Exposed Metal, Atmospheric Weathering Environment:

City of North Miami Pump Station “A” Rehab – 100% Submittal 09900-4 Bid Set

Type: Semi-gloss acrylic having a minimum volume solids content of 46% with alkyd primer.

Service Conditions: For use on exterior metal and piping subject to sunlight and weathering.

Surface Preparation: SSPC SP-6.

Prime Coat: Carboline Carbocoat 115, Tnemec Primer Series V10, Sherwin-Williams Kem-Bond HS B50NZ series, or equal, applied to minimum dry-film thickness of 2 mils.

Finish Coat: Two coats of Carboline Carbocrylic 3359, two coats of Tnemec Series 1028, two coats of Sherwin-Williams DTM Acrylic B66 Series, or equal. Apply to a minimum dry-film thickness of 1.5 mils per coat.

Finish Coat: Carboline Thermaline 4900, Flame Control 600, or equal; 1.5 mils

City of North Miami Pump Station “A” Rehab – 100% Submittal 09900-5 Bid Set

C. System No. 18— Exposed Metal, Organic zinc primer for shop coating and field touch-up

Type: Organic zinc primer having a minimum zinc content of 14 pounds per gallon.

Service Conditions: For use as a shop-applied primer or field touch-up primer over inorganic zinc prime coatings on exposed metal.

Surface Preparation: SSPC SP-10.

Coating: Coating shall be of the two- or three-component converted epoxy, epoxy phenolic, or urethane type. Products: Carboline Carbozinc 859, Tnemec 90-97, Sherwin-Williams Corothane I GalvaPac B65G11, or equal; applied to a minimum dry-film thickness of 3 mils. Organic zinc primer shall be manufactured by the prime coat manufacturer.

2.04 BURIED METAL COATING SYSTEMS:

A. System No. 21--Buried Metal:

Type: High solids epoxy or phenolic epoxy having a minimum volume solids of 80% (ASTM D2697).

Service Conditions: Buried metal, such as valves, flanges, bolts, nuts, structural steel, and fittings.

Surface Preparation: SSPC SP-10.

Coating System: Apply three or more coats of Carboline Carboguard 891HS, Tnemec 104HS, Sherwin-Williams Tank Clad HS B62-W80/B60-V80, or equal; 30 mils total. Maximum thickness of an individual coating shall not exceed the manufacturer’s recommendation.

B. System No. 23--Buried Metal:

Type: Thixotropic, coal-tar pitch having a minimum volume solids of 68% and complying with MIL-C-18480A.

Service Conditions: Buried metal, such as flanges, nuts and bolts, fittings, structural steel especially subjected to corrosive conditions, such as acidic groundwater.

Surface Preparation: SSPC SP-10.

Prime Coat: Not required.

Finish Coat: Apply two coats of Carboline Bitumastic 50, 15 mils each; two or more coats of Tnemec 46-465, to a total thickness of 30 mils; or equal.

C. System No. 24--Buried Metal:

Type: Corrosion-resisting grease. City of North Miami Pump Station “A” Rehab – 100% Submittal 09900-6 Bid Set

Service Conditions: Buried metal, such as bolts, bolt threads, tie rods, and nuts.

Surface Preparation: SSPC SP-3 or SP-6.

Coating: NO-OX-ID “GG-2” as manufactured by Sanchem, Inc. Apply to a minimum thickness of 1/4-inch.

2.05 CONCRETE AND MASONRY COATING SYSTEMS:

A. System No. 31 - Exposed Concrete and Masonry, Corrosive Environment:

Type: two-component, minimum 98% solids, polyurethane, with primer having the following characteristics.

2,500 psi (minimum) per ASTM Tensile Strength on Concrete: D412 No effect bending 0.50 mm plate Flexibility: with 30-mil coating over 1/8-inch mandrel per ASTM D1737 or no effect bending 180 degrees over 1- inch mandrel with 15-mil coating per ASTM D522 50% (minimum) recoverable, per Elongation: ASTM D412 Surface Hardness: 60 minimum, Shore "D" per ASTM D2240 Weight loss of 80 mg (maximum) on Abrasion Resistance: Taber abraser, CS-17 wheel, 1,000 grams, 1,000 cycles per ASTM D4060

Service Conditions: Buried concrete and concrete submerged in raw wastewater and exposed to an atmosphere containing up to 1,000-ppm hydrogen sulfide, saturated with water vapor.

Surface Preparation: Prepare surface in accordance with ASTM D4259 to create a surface profile equal to ICRI CSP 5 or greater.

Concrete Resurfacing: Apply Carboguard 510, Tnemec Series 218 Mortarclad, or Sherwin- Williams Corobond 300 B58A310/B58V310/B58D310 to all surfaces at an average of 1/16-inch to fill voids and bugholes, restore surface to a paintable condition and to mitigate concrete outgassing.

Product: Carboline Primer (Self priming when concrete is dry. Use Carboguard 1340WB, Phenoline 311, Carboguard 690 or Plasite 4503 as primer when concrete is damp) with Carboline Reactamine 760; Sherwin-Williams Primer (Dura-Plate 235, B67-V235 Series) with Sherflex B65-V910 topcoat; Tnemec Series 27WB Primer with Tnemec Series 406 City of North Miami Pump Station “A” Rehab – 100% Submittal 09900-7 Bid Set

Elastoshield. Apply prime coat and finish coats to give a total dry coating thickness of at least 80 mils on walls and 125 mils on floor or ceiling slabs.

B. System No. 32--Exposed Concrete and Masonry, Atmospheric Weathering Environment:

Type: Acrylic enamel or acrylic latex having a minimum volume solids of 36%.

Service Conditions: Exposed concrete or masonry exposed to normal sunlight and weathering.

Surface Preparation: In accordance with Part 3, subsection on “Preparation of Concrete and Masonry Surfaces To Be Coated.”

Prime Coat: Water-borne acrylic or cementitious acrylic emulsion having a minimum solids volume of 40%. Apply one coat of Carboline Sanitile 100 to fill all voids, pores, and cracks; Tnemec 1254 Masonry Filler; Sherwin-Williams Heavy Duty Block Filler B42W46; or equal to masonry only from 75-125 square feet per coat.

Finish Coat: Two coats of Carboline Carbocrylic 3359, two coats Tnemec Series 6, Sherwin-Williams DTM Acrylic Coating Semi-Gloss B66-100 series, or equal. Apply to a thickness of 2 mils per coat.

C. System No. 33--Submerged Concrete, Raw Sewage or Raw Water:

Modified aliphatic amine epoxy mortar, followed by Modified Polyamine Epoxy Topcoat. Must pass ASTM C 868 (Atlas Cell), no blistering, cracking, erosion, softening, loss of adhesion or gloss loss after 100 days continuous immersion at 100 deg f in 25% Sulfuric Acid. Not less than 12,331 psi Compressive Strength (ASTM D 695) (mortar), and not less than 9,427 psi Compressive Strength (ASTM D 695) (finish coat).

Service Conditions: Concrete submerged in raw sewage and structures containing moist hydrogen sulfide such as manholes and sewage pumping station wet wells.

Surface Preparation: In accordance with Part 3, subsection on “Preparation of Concrete and Masonry Surfaces To Be Coated.” Prepare surface in accordance with ASTM D4259 to create a surface profile equal to ICRI CSP 5 or greater.

Concrete Resurfacing: Apply Carboguard 510, Tnemec Series 218 Mortarclad, or Sherwin- Williams Corobond 300 B58A310/B58V310/B58D310 to all surfaces at an average of 1/16-inch to fill voids and bugholes, restore surface to a paintable condition and to mitigate concrete outgassing.

1. Prime Coat: Apply Carboline Plasite 5371; Tnemec Series 434 Perma-Shield H2S, or Cor- Cote SC Plus Mortar, 125 mils DFT.

2. Finish Coat: Apply Carboline Plasite 4500S; Tnemec Series 435 Perma-Glaze; or Cor-Cote SC Plus; 15-20 mils DFT.

City of North Miami Pump Station “A” Rehab – 100% Submittal 09900-8 Bid Set

D. System No. 34--Concrete Floors, Wet Environment:

Type: Polyamide cured epoxy having a minimum volume solids of 53%.

Service Conditions: Concrete floors subject to pedestrian traffic or exposure to water splashing from pump seal water, cleaning, etc.

Surface Preparation: In accordance with Part 3, subsection on “Preparation of Concrete and Masonry Surfaces To Be Coated.”

Coating System: Two coats of Carboline Carboguard 890, two coats of Tnemec Series N69, two coats of Sherwin-Williams Macropoxy 646 B58-600 series, or equal. Apply to a minimum dry-film thickness of 5 mils per coat.

E. System No. 36--Exposed Concrete and Masonry, Corrosive Environment:

Type: High-build epoxy intermediate coat having a minimum volume solids of 60%, with an epoxy filler prime coat and a pigmented polyurethane finish coat.

Service Conditions: Concrete and masonry block exposed to corrosive atmospheres, such as hydrogen sulfide gas, chlorine gas, or chlorinated effluent sprays in wastewater treatment plants.

Surface Preparation: In accordance with Part 3, subsection on “Preparation of Concrete and Masonry Surfaces To Be Coated.”

Prime Coat: Epoxy filler compound or epoxy masonry filler having a minimum solids volume of 60%. Apply one coat to fill voids, pores, and cracks in masonry only. Products: Carboline Sanitile 600, Tnemec 1254, Sherwin-Williams Kem Cati-Coat HS B42 W400 series, or equal.

Intermediate Coats: Carboline Carboguard 890, Tnemec 104, Sherwin-Williams Macropoxy 646 B58-600 series, or equal. Apply multiple coats to a total minimum thickness of 15 mils. Thickness of any single coat shall not exceed 6 mils.

Finish Coat: Two-component pigmented acrylic or aliphatic polyurethane recommended by the manufacturer for overcoating a high-build epoxy coating. Minimum volume of solids shall be 52%. Apply to a thickness of at least 2 mils. Products: Carboline Carbothane 134HG, Tnemec Series 1075, Sherwin-Williams Acrolon Ultra B65-800 series, or equal.

F. System No. 37--Exposed Masonry or Concrete, Atmospheric Weathering Environment:

Type: Cement-base, waterproofing grouting for concrete and masonry.

Service Conditions: For use in waterproofing concrete, block, brick, stone, and other masonry.

City of North Miami Pump Station “A” Rehab – 100% Submittal 09900-9 Bid Set

Surface Preparation: In accordance with Part 3, subsection on “Preparation of Concrete and Masonry Surfaces To Be Coated.” Dampen surface immediately ahead of application with clean water. Follow manufacturer’s instructions on mixing and application.

Coatings: Apply two or more coats of Bonsal Sure-Coat to minimum total thickness of 1/16 inch or evenly distribute a base coat of Thoro Systems Products “Thoroseal” or equal, minimum 2 pounds per square yard. Then apply another coat at 1 pound per square yard for a total of 3 pounds per square yard.

2.06 PVC COATING SYSTEMS:

A. System No. 41-Color Coding of PVC exposed to sunlight

Type: Epoxy primer with a minimum volume solids of 54% and a pigmented polyurethane enamel having a minimum volume solids of 52%.

Service Conditions: Color coding of PVC exposed to sunlight.

Surface Preparation: SSPC SP-1. Then lightly abrade the surface with medium-grain sandpaper.

Prime Coat: One coat of Carboline Carboguard 60, Tnemec Series N69 Epoxoline, Sherwin-Williams Macropoxy 646 B58 series, or equal. Apply to a minimum dry-film thickness of 4 mils.

Finish Coat: One coat of Carboline Carbothane 134HG, Tnemec Series 1075, Sherwin- Williams Acrolon Ultra B65-800 series, or equal. Apply to a minimum dry-film thickness of 3 mils.

2.07 COATING SYSTEMS FOR NONFERROUS METALS:

A. System No. 52--Exposed Metal, Galvanized Steel:

Type: Synthetic resin or epoxy primer.

Service Conditions: Coat galvanized steel and aluminum surfaces with this system before applying topcoat.

Surface Preparation of Galvanized Steel: Surfaces shall be flat with no protrusions. Remove high spots and tears in the galvanizing with hand and power grinders. Comply with ASTM D6386, paragraph 5.2.1. Do not remove the galvanized coating below the specified thickness. Solvent clean galvanized surfaces per ASTM D6386, paragraph 5.3.2. Then sweep blast per ASTM D6386, paragraph 5.4.1. Use one of the abrasive materials that is described in ASTM D6386, paragraph 5.4.1. Surface preparation for weathered and partially weathered galvanized steel shall be in accordance with ASTM D6386, paragraphs 6 and 7. Apply prime coating within one hour of the surface preparation.

City of North Miami Pump Station “A” Rehab – 100% Submittal 09900-10 Bid Set

Surface Preparation of Aluminum: Solvent clean or steam clean aluminum surfaces per SSPC SP-1; do not use alkali cleaning. Prime Coat: Carboline Galoseal WB, Tnemec N69- 1211, Sherwin-Williams Macropoxy 646 B58-600 series, or equal. Apply to a minimum thickness of 4 mils.

Intermediate and Finish Coats: Epoxy and polyurethane as described in System No. 10. Do not include the inorganic zinc prime coat described in that system.

B. System No. 55--Repair of Galvanized Steel Surfaces:

Type: Cold galvanizing compound consisting of paint containing oils, solvents, and zinc dust and complying with MIL-P-21035. Minimum metallic zinc content in the cured coating shall be 90%.

Service Conditions: Repair of damaged galvanized coatings on steel surfaces. Do not utilize if galvanized steel is being topcoated.

Surface Preparation: Clean damaged surfaces per SSPC SP-1 and SP-11.

Coating System: Apply Z.R.C. Galvanizing Compound, RAMCO Specialty Products “Zinckit,” NuWave “Galv-Match-Plus,” Devcon “Cold Galvanizing,” Clearco “Cold Galvanizing Spray,” or equal to a minimum dry-film thickness of 3 mils. Apply per ASTM A780, Annex A2.

2.08 EXTERIOR ARCHITECTURAL COATINGS AND FINISHES:

A. System No. 71—Flat Finish on Exterior Concrete and Cement Plaster:

Type: Acrylic flat with minimum volume solids of 40% with an epoxy acrylic sealer prime coat.

Surface Preparation: In accordance with Part 3, subsection on “Preparation of Concrete and Masonry Surfaces To Be Coated.”

Prime Coat: Carboline Sanitile 120 or equal; Tnemec Series 6; 2 to 3 mils.

Intermediate Coat: Carboline Sanitile 155 or Sherwin-Williams Loxon Conditioner, or equal; 2 mils.

Finish Coat: Two coats, 1.5 mils dry each, or one coat, 3 mils total, of Carboline Sanitile 155, Sherwin-Williams A-100 A6 series, Tnemec Series 6, or equal.

B. System No. 72—Semi-Gloss Finish on Exterior Metal:

Type: Acrylic semi-gloss enamel with minimum volume solids of 35% with an acrylic or water-based inorganic zinc silicate metal primer.

Surface Preparation: Exterior exposed galvanized surfaces shall be sweep abrasive blasted per ASTM D6286 to achieve a uniform anchor profile (1 – 2 mils). City of North Miami Pump Station “A” Rehab – 100% Submittal 09900-11 Bid Set

Prime Coat: Carboline Carbocrylic 3358 (ferrous) and Galoseal WB; Tnemec Series 18, Sherwin-Williams Pro-Cryl Universal Primer B66W310 or equal; 3 mils.

Finish Coat: Two coats, 1.5 mils dry each, of Carboline Carbocrylic 3359, Tnemec Series 1029, Sherwin-Williams Metalatex B42-100, or equal.

C. System No. 73—Clear Sealer on Exterior Concrete and Masonry:

Type: Silane with minimum solids of 22%.

Surface Preparation: In accordance with Part 3, subsection on “Preparation of Concrete and Masonry Surfaces To Be Coated.”

Prime Coat: One coat Carboline Carbocrete Sealer WB, one coat Prime-A-Pell, one coat Monochem Silane 20 Penetrating Sealer or Hydrozo Enviroseal 7, two coats Okon Block Plugger, one coat Rainstopper 140 or one coat of Sherwin-Williams Loxon 40% A31T40. Apply at 80 square feet per gallon.

Finish Coat: One coat Carboline Carbocrete Sealer WB, one coat Prime-A-Pell, two coats Hydrozo Enviroseal 7, one coat Okon W-2, one coat Rainstopper 140 or one coat of Sherwin-Williams Loxon 40% A31T40. Apply at 80 square feet per gallon.

2.09 INTERIOR ARCHITECTURAL COATINGS AND FINISHES:

A. System No. 81--Semi-Gloss Finish on Concrete, Masonry, or Plaster:

Type: Acrylic semi-gloss enamel with minimum volume solids of 30% with an acrylic primer-sealer.

Surface Preparation: In accordance with Part 3, subsection on “Preparation of Concrete and Masonry Surfaces To Be Coated.” Apply one coat of Carboline Sanitile 100 to fill all voids, pores, and cracks; Tnemec 1254 Masonry Filler; Sherwin-Williams Heavy Duty Block Filler B42W46; or equal to masonry only from 75-125 square feet per coat.

Prime Coat: Carboline Sanitile 120, Tnemec Series 6, Sherwin-Williams DTM Acrylic B66 Series or equal; 2 mils.

Finish Coat: Two coats, 1.5 mils dry each, of Carboline Carbocrylic 3359, Tnemec Series 1029, Sherwin-Williams DTM Acrylic B66 Series, or equal.

B. System No. 84--Flat Finish on Gypsum Wallboard:

Type: Acrylic flat with minimum volume solids of 29%, with a vinyl acrylic latex primer with minimum volume solids of 55%.

Surface Preparation: Surfaces shall be dry, clean, and free of contaminants. Sand joint compound smooth and feather edges.

City of North Miami Pump Station “A” Rehab – 100% Submittal 09900-12 Bid Set

Prime Coat: Carboline Sanitile 120, Tnemec PVA Sealer 51, Sherwin-Williams Prep Rite B28W400, or equal; 1.5 mils.

Finish Coat: Two coats, 1.5 mils dry each, of Carboline Sanitile 155, Tnemec Series 6, Sherwin-Williams Pro Mar 200 Flat B30W200, or equal.

2.10 ABRASIVES FOR SURFACE PREPARATION:

A. Abrasives used for preparation of ferrous (excluding stainless steel) surfaces shall be one of the following:

1. 16 to 30 or 16 to 40 mesh silica sand or mineral grit.

2. 20 to 40 mesh garnet.

3. Crushed iron slag, 100% retained on No. 80 mesh.

4. SAE Grade G-40 or G-50 iron or steel grit.

B. Abrasives used for preparation of copper and aluminum surfaces shall be one of the following:

1. Crushed slag, 80 to 100 mesh.

2. Very fine silica sand, 80 to 100 mesh.

C. Abrasives used for preparation of concrete and masonry surfaces shall be 16 to 30 or 16 to 40 mesh silica sand.

D. In the above gradations, 100% of the material shall pass through the first stated sieve size and 100% shall be retained on the second stated sieve size.

2.11 ORGANIC ZINC PRIMER FOR FIELD TOUCH-UP AND SHOP COATING:

Where shop-applied inorganic zinc primers cannot be used because of volatile organic compound (VOC) regulations, the organic zinc primer described in System No. 18 may be substituted for the specified inorganic zinc primers.

PART 3 - EXECUTION

1.01 WEATHER CONDITIONS:

A. Do not paint in the rain, wind, snow, mist, and fog or when steel or metal surface temperatures are less than 5°F above the dew point.

B. Do not apply paint when the relative humidity is above 85%.

C. Do not paint when temperature of metal to be painted is above 120°F.

City of North Miami Pump Station “A” Rehab – 100% Submittal 09900-13 Bid Set

D. Do not apply alkyd, inorganic zinc, silicone aluminum, or silicone acrylic paints if air or surface temperature is below 40°F or expected to be below 40°F within 24 hours.

E. Do not apply epoxy, acrylic latex, and polyurethane paints on an exterior or interior surface if air or surface temperature is below 60°F or expected to drop below 60°F in 24 hours.

1.02 SURFACE PREPARATION PROCEDURES:

A. Remove oil and grease from metal surfaces in accordance with SSPC SP-1. Use clean cloths and cleaning solvents and wipe dry with clean cloths. Do not leave a film or greasy residue on the cleaned surfaces before abrasive blasting.

B. Remove weld spatter and weld slag from metal surfaces and grind smoothly rough welds, beads, peaked corners, and sharp edges including erection lugs in accordance with SSPC SP-2 and SSPC SP-3. Grind 0.020 inch (minimum) off the weld caps on pipe weld seams. Grind outside sharp corners, such as the outside edges of flanges, to a minimum radius of 1/4 inch.

C. Do not abrasive blast or prepare more surface area in one day than can be coated in one day; prepare surfaces and apply coatings the same day. Remove sharp edges, burrs, and weld spatter.

D. Do not abrasive blast PVC piping or equipment. Do not abrasive blast epoxy- or enamel-coated pipe that has already been factory coated, except to repair scratched or damaged coatings.

E. For carbon steel, do not touch the surface between the time of abrasive blasting and the time the coating is applied. Apply coatings within two hours of blasting or before any rust bloom forms.

F. Surface preparation shall conform with the SSPC specifications as follows:

Solvent Cleaning SP-1 Hand Tool Cleaning SP-2 Power Tool Cleaning SP-3 White Metal Blast Cleaning SP-5 Commercial Blast Cleaning SP-6 Brush-Off Blast Cleaning SP-7 Pickling SP-8 Near-White Blast Cleaning SP-10 Power Tool Cleaning to Bare Metal SP-11 Surface Preparation and Cleaning of Steel and Other SP-12 Hard Materials by High- and Ultrahigh-Pressure Water Jetting Prior to Recoating Surface Preparation of Concrete SP-13

A. Wherever the words “solvent cleaning,” “hand tool cleaning,” “wire brushing,” or “blast cleaning” or similar words are used in these specifications or in paint manufacturer’s City of North Miami Pump Station “A” Rehab – 100% Submittal 09900-14 Bid Set

specifications, they shall be understood to refer to the applicable SSPC (Steel Structure Painting Council), surface preparation specifications listed above.

B. Dust blasting is defined as cleaning the surface through the use of very fine abrasives, such as siliceous or mineral abrasives, 80 to 100 mesh. Apply a fine etch to the metal surface to clean the surface of any contamination or oxide and to provide a surface profile for the coating.

C. Brush-off blasting of concrete and masonry surfaces is defined as opening subsurface holes and voids and etching the surface for a coating to bond.

D. For carbon steel surfaces, after abrasive blast cleaning, the height of the surface profile shall be 2 to 3 mils. Verify the surface profile by measuring with an impresser tape acceptable to the Owner’s Representative. Perform a minimum of one test per 100 square feet of surface area. Testing shall be witnessed by the Owner’s Representative. The impresser tape used in the test shall be permanently marked with the date, time, and locations where the test was made. Test results shall be promptly presented to the Owner’s Representative.

E. Do not apply any part of a coating system before the Owner’s Representative has reviewed the surface preparation. If coating has been applied without this review, if directed by the Owner’s Representative, remove the applied coating by abrasive blasting and reapply the coat in accordance with this specification.

F. Examine substrates, areas and conditions, with Applicator and factory representative present for compliance with requirements for paint application. Comply with procedures in PDCA P4.

1. Proceed with paint application only after unsatisfactory conditions have been corrected and surfaces receiving paint are thoroughly dry.

2. Start of painting will be construed as Factory Representative and Applicator’s acceptance of surfaces and conditions within a particular area.

3. Factory Representative will provide documentation of acceptance of substrates prior to the application of coating.

G. On flanged pipe joints, trim excess gasket material and caulk joint prior to coating.

1.03 ABRASIVE BLAST CLEANING:

A. Use dry abrasive blast cleaning for metal surfaces. Do not use abrasives in automatic equipment that have become contaminated. When shop or field blast cleaning with handheld nozzles, do not recycle or reuse blast particles.

B. After abrasive blast cleaning and prior to application of coating, dry clean surfaces to be coated by dusting, sweeping, and vacuuming to remove residue from blasting. Apply the specified primer or touch-up coating within the period of an eight-hour working day. Do not apply coating over damp or moist surfaces. Reclean prior to application of primer or touch-up coating any blast cleaned surface not coated within said eight-hour period.

City of North Miami Pump Station “A” Rehab – 100% Submittal 09900-15 Bid Set

C. Keep the area of the work in a clean condition and do not permit blasting particles to accumulate and constitute a nuisance or hazard.

D. During abrasive blast cleaning, prevent damage to adjacent coatings. Schedule blast cleaning and coating such that dust, dirt, blast particles, old coatings, rust, mill scale, etc., will not damage or fall upon wet or newly coated surfaces.

1.04 PREPARATION OF CONCRETE AND MASONRY SURFACES TO BE COATED:

A. Surface preparation of concrete and masonry surfaces shall be in accordance with SSPC SP-13 and the following.

B. Do not apply coating until concrete has cured at least 30 days. Finish concrete surfaces per Section 03350. Do not use curing compound on surfaces that are to be coated.

C. Concrete and masonry surfaces on which coatings are to be applied shall be of even color, gray or gray-white. The surface shall have no pits, pockets, holes, or sharp changes of surface elevation. Scrubbing with a stiff-bristle fiber brush shall produce no dusting or dislodging of cement or sand. Sprinkling water on the surface shall produce no water beads or standing droplets. Concrete and masonry shall be free of laitance and slick surfaces.

D. Detergent clean the concrete or masonry surface with trisodium phosphate per ASTM D4258. Then sandblast surfaces (brush-off blast). Floor slabs may be acid etched per ASTM D4260 in lieu of sandblasting. After sandblasting, wash surfaces with water to remove dust and salts, per ASTM D4258 or D4261. The grain of the concrete surface to touch shall not be rougher than that of No. 10 mesh sand.

E. Prior to coating concrete, plaster, and masonry with System No. 31, 32, 33, 34, or 36, determine the presence of capillary moisture per ASTM D4263, except as modified below. Tape a 4-foot by 4-foot sheet of polyethylene plastic to the concrete surface to be coated. Allow the plastic sheet to remain in place at least 24 hours. After the specified time has elapsed, remove the plastic sheet and visually examine both the underside of the plastic sheet and the concrete surface beneath it. There shall be no indication of moisture on either surface. If moisture is indicated, allow additional curing time for the concrete and then retest. Provide one test sheet for every 500 square feet of concrete surface to be coated. For walls, provide one test sheet for each 10 feet (or fraction thereof) of vertical rise in all elevations starting within 12 inches of the floor or base slab.

F. Acceptance criteria for concrete surfaces shall be in accordance with SSPC SP-13, Table 1, “Severe Service.”

G. Do not apply coatings to concrete when the concrete is outgassing. Apply coatings only when the concrete surface temperature is stable, not rising.

1.05 PROCEDURES FOR ITEMS HAVING SHOP-APPLIED PRIME COATS:

A. After application of primer to surfaces, allow coating to cure for a minimum of two hours before handling to minimize damage. City of North Miami Pump Station “A” Rehab – 100% Submittal 09900-16 Bid Set

B. When loading for shipment to the project site, use spacers and other protective devices to separate items to prevent damaging the shop-primed surfaces during transit and unloading. If wood spacers are used, remove wood splinters and particles from the shop-primed surfaces after separation. Use padded chains or ribbon binders to secure the loaded items and minimize damage to the shop-primed surfaces.

C. Cover shop-primed items 100% with protective coverings or tarpaulins to prevent deposition of road salts, fuel residue, and other contaminants in transit.

D. Handle shop-primed items with care during unloading, installation, and erection operations to minimize damage. Do not place or store shop-primed items on the ground or on top of other work unless ground or work is covered with a protective covering or tarpaulin. Place shop- primed items above the ground upon platforms, skids, or other supports.

1.06 FIELD TOUCH-UP OF SHOP-APPLIED PRIME COATS:

A. Remove oil and grease surface contaminants on metal surfaces in accordance with SSPC SP-1. Use clean rags wetted with a degreasing solution, rinse with clean water, and wipe dry.

B. Remove dust, dirt, salts, moisture, chalking primers, or other surface contaminants that will affect the adhesion or durability of the coating system. Use a high-pressure water blaster or scrub surfaces with a broom or brush wetted with a solution of trisodium phosphate, detergent, and water. Before applying intermediate or finish coats to inorganic zinc primers, remove any soluble zinc salts that have formed by means of scrubbing with a stiff bristle brush. Rinse scrubbed surfaces with clean water.

C. Remove loose or peeling primer and other surface contaminants not easily removed by the previous cleaning methods in accordance with SSPC SP-7. Take care that remaining primers are not damaged by the blast cleaning operation. Remaining primers shall be firmly bonded to the steel surfaces with blast cleaned edges feathered.

D. Remove rust, scaling, or primer damaged by welding or during shipment, storage, and erection in accordance with SSPC SP-10. Take care that remaining primers are not damaged by the blast cleaning operation. Areas smaller than 1 square inch may be prepared per SSPC SP-11. Remaining primers shall be firmly bonded to the steel surfaces with cleaned edges feathered.

E. Use repair procedures on damaged primer that protects adjacent primer. Blast cleaning may require the use of lower air pressure, smaller nozzles, and abrasive particle sizes, short blast nozzle distance from surface, shielding, and/or masking.

F. After abrasive blast cleaning of damaged and defective areas, remove dust, blast particles, and other debris by dusting, sweeping, and vacuuming; then apply the specified touch-up coating.

G. Surfaces that are shop primed with inorganic zinc primers shall receive a field touch-up of organic zinc primer per System No. 18 to cover scratches or abraded areas.

H. Other surfaces that are shop primed shall receive a field touch-up of the same primer used in the original prime coat. City of North Miami Pump Station “A” Rehab – 100% Submittal 09900-17 Bid Set

1.07 PAINTING SYSTEMS:

A. All materials of a specified painting system, including primer, intermediate, and finish coats, shall be produced by the same manufacturer. Thinners, cleaners, driers, and other additives shall be as recommended by the paint manufacturer for the particular coating system.

B. Deliver paints to the jobsite in the original, unopened containers.

1.08 PAINT STORAGE AND MIXING:

A. Store and mix materials only in areas designated for that purpose by the Owner’s Representative. The area shall be well-ventilated, with precautionary measures taken to prevent fire hazards. Post “No Smoking” signs. Storage and mixing areas shall be clean and free of rags, waste, and scrapings. Tightly close containers after each use. Store paint at an ambient temperature from 50°F to 100°F.

B. Prepare multiple-component coatings using all of the contents of the container for each component as packaged by the paint manufacturer. Do not use partial batches. Do not use multiple-component coatings that have been mixed beyond their pot life. Provide small quantity kits for touch-up painting and for painting other small areas. Mix only the components specified and furnished by the paint manufacturer. Do not intermix additional components for reasons of color or otherwise, even within the same generic type of coating.

1.09 PROCEDURES FOR THE APPLICATION OF COATINGS:

A. Conform to the requirements of SSPC PA-1. Follow the recommendations of the coating manufacturer including the selection of spray equipment, brushes, rollers, cleaners, thinners, mixing, drying time, temperature and humidity of application, and safety precautions.

B. Prior to painting, Contractor shall verify that conditions meet coating Manufacturer’s weather conditions in presence of the Owner. Information form shall be completed daily and at four (4) hour intervals during the work day.

C. Stir, strain, and keep coating materials at a uniform consistency during application. Power mix components. For multiple component materials, premix each component before combining. Apply each coating evenly, free of brush marks, sags, runs, and other evidence of poor workmanship. Use a different shade or tint on succeeding coating applications to indicate coverage where possible. Finished surfaces shall be free from defects or blemishes.

D. Do not use thinners unless recommended by the coating manufacturer. If thinning is allowed, do not exceed the maximum allowable amount of thinner per gallon of coating material. Stir coating materials at all times when adding thinner. Do not flood the coating material surface with thinner prior to mixing. Do not reduce coating materials more than is absolutely necessary to obtain the proper application characteristics and to obtain the specified dry-film thicknesses.

E. Remove dust, blast particles, and other debris from blast cleaned surfaces by dusting, sweeping, and vacuuming. Allow ventilator fans to clean airborne dust to provide good visibility of

City of North Miami Pump Station “A” Rehab – 100% Submittal 09900-18 Bid Set

working area prior to coating applications. Remove dust from coated surfaces by dusting, sweeping, and vacuuming prior to applying succeeding coats.

F. Apply coating systems to the specified minimum dry-film thicknesses as determined per SSPC PA-2.

G. Apply primer immediately after blast cleaning and before any surface rusting occurs, or any dust, dirt, or any foreign matter has accumulated. Reclean surfaces by blast cleaning that have surface colored or become moist prior to coating application.

H. Apply a brush coat of primer on welds, sharp edges, nuts, bolts, and irregular surfaces prior to the application of the primer and finish coat. Apply the brush coat prior to and in conjunction with the spray coat application. Apply the spray coat over the brush coat.

I. Before applying subsequent coats, allow the primer and intermediate coats to dry for the minimum curing time recommended by the manufacturer. In no case shall the time between coats exceed the manufacturer’s recommendation.

J. Each coat shall cover the surface of the preceding coat completely, and there shall be a visually perceptible difference in applied shade or tint of colors.

K. Applied coating systems shall be cured at 75°F or higher for 48 hours. If temperature is lower than 75°F, curing time shall be in accordance with printed recommendations of the manufacturer, unless otherwise allowed by the Owner’s Representative.

L. Assembled parts shall be disassembled sufficiently before painting or coating to ensure complete coverage by the required coating.

1.10 Surfaces Not To Be Coated

Do not paint the following surfaces unless otherwise noted in the drawings or in other specification sections. Protect during the painting of adjacent areas:

A. Concrete walkways.

B. Mortar-coated pipe and fittings.

C. Stainless steel.

D. Metal letters.

E. Glass.

F. Roofings.

G. Fencing.

H. Electrical fixtures except for factory coatings.

City of North Miami Pump Station “A” Rehab – 100% Submittal 09900-19 Bid Set

I. Nameplates.

J. Grease fittings.

K. Brass and copper, submerged.

L. Buried pipe, unless specifically required in the piping specifications.

M. Fiberglass items, unless specifically required in the FRP specifications.

N. Aluminum handrail, stairs, and grating.

O. Insulated pipe.

1.11 PROTECTION OF SURFACES NOT TO BE PAINTED:

Remove, mask, or otherwise protect hardware, lighting fixtures, switchplates, aluminum surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and other surfaces not intended to be painted. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. Mask openings in motors to prevent paint and other materials from entering the motors.

1.12 SURFACES TO BE COATED:

The exact coating to be applied in any location is not designated by the descriptive phrases in the coating system titles such as “corrosive environment,” “buried metal,” or “submerged metal.” Coat surfaces with the specific coating systems as described below:

A. Coat mechanical equipment, such as pumps, blowers, clarifier mechanisms, as described in the various mechanical equipment specifications. Color of finish coat shall match the color of the connecting piping.

B. Coat aboveground and exposed piping or piping in vaults and structures as described and as shown in the Piping Schedule/flow stream identification in the drawings. Color of finish coat shall be as shown in the Piping Schedule/flow stream identification in the drawings.

C. Coat submerged steel and ductile iron piping and piping in wet wells per System No. 1.

D. Coat valves the same as the adjacent piping. Aboveground valves, or valves in vaults and structures, shall match the color of the connecting piping.

E. Coat buried flanges, nuts and bolts, valves, flexible pipe couplings, and valve boxes per System No. 21. Coat buried bolt threads, tie bolt threads, and nuts per System No. 24.

F. Coat exposed indoor electrical conduit per System No. 52. Color of finish coat shall be specified by Owner.

G. Coat hollow metal doors and frames per Section 08100. City of North Miami Pump Station “A” Rehab – 100% Submittal 09900-20 Bid Set

H. Coat gypsum wallboard as shown in the finish schedule in the drawings, system 81. Color of finish coat shall be as shown on the finish schedule in the drawings.

1.13 DRY-FILM THICKNESS TESTING:

A. Measure coating thickness specified for carbon steel surfaces with a magnetic-type dry-film thickness gauge in accordance with SSPC PA-2. Measure coating thickness specified for aluminum with an eddy-current type thickness gauge per ASTM D1400. Provide certification that the gauge has been calibrated by a certified laboratory within the past six months. Provide dry-film thickness gauge as manufactured by Mikrotest or Elcometer.

B. Test the finish coat of metal surfaces (except zinc primer and galvanizing) for holidays and discontinuities with an electrical holiday detector, low-voltage, wet-sponge type. Provide measuring equipment. Provide certification that the gauge has been calibrated by a certified laboratory within the past six months. Provide detector as manufactured by Tinker and Rasor or K-D Bird Dog.

C. Measure coating thickness specified for concrete or masonry surfaces in accordance with ASTM D4138. Test the finish coat of concrete and masonry surfaces in accordance with NACE RP- 0188-90 or ASTM D4787. Patch coatings at the points of thickness measurement or holiday detection.

D. Check each coat for the correct dry-film thickness. Do not measure within eight hours after application of the coating.

E. For metal surfaces, make five separate spot measurements (average of three readings) spaced evenly over each 100 square feet of area (or fraction thereof) to be measured. Make three readings for each spot measurement of either the substrate or the paint. Move the probe or detector a distance of 1 to 3 inches for each new gauge reading. Discard any unusually high or low reading that cannot be repeated consistently. Take the average (mean) of the three readings as the spot measurement. The average of five spot measurements for each such 100-square-foot area shall not be less than the specified thickness. No single spot measurement in any 100- square-foot area shall be less than 80%, nor more than 120%, of the specified thickness. One of three readings which are averaged to produce each spot measurement may underrun by a greater amount as defined by SSPC PA-2.

F. For concrete surfaces, make five separate spot measurements spaced evenly over each 100 square feet of area (or fraction thereof) to be measured. The average of five spot measurements for each such 100-square-foot area shall not be less than the specified thickness. No single spot measurement in any 100-square-foot area shall be less than 80%, nor more than 120%, of the specified thickness.

G. Perform tests in the presence of the Owner’s Representative.

H. All completed surfaces will be checked by the Owners Representative, and the Contractor shall provide the necessary properly calibrated gauges and the Contractor shall provide scaffolding and ladders as necessary for access to all coated areas. All nonferrous surfaces shall be checked for number of coats and thickness by use of a Tooke gauge. All ferrous surfaces shall be checked City of North Miami Pump Station “A” Rehab – 100% Submittal 09900-21 Bid Set

for film thickness by use of a 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 TinkerRasor Model # M1. All defects shall be corrected to the satisfaction of the Owners Representative. Contractor shall provide two (2) each of the following equipment with all appurtenances to be retained by the owner: Bacharach Sling Psychrometer, wet film thickness gauges appropriate to coating system thickness, TinkerRasor Holiday detector Model # M1, Tooke gauge and DeFelsko Positector No. 6000 or Elcometer dry film thickness gauge for ferrous metals with plastic shims.

1.14 REPAIR OF IMPROPERLY COATED SURFACES:

If the item has an improper finish color or insufficient film thickness, clean and topcoat the surface with the specified paint material to obtain the specified color and coverage. Sandblast or power-sand visible areas of chipped, peeled, or abraded paint, feathering the edges. Then prime and finish coat in accordance with the specifications. Work shall be free of runs, bridges, shiners, laps, or other imperfections.

1.15 CLEANING:

A. During the progress of the work, remove discarded materials, rubbish, cans, and rags at the end of each day’s work.

B. Thoroughly clean brushes and other application equipment at the end of each period of use and when changing to another paint or color.

C. Upon completion of painting work, remove masking tape, tarps, and other protective materials, using care not to damage finished surfaces.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 09900-22 Bid Set

Division 13 SECTION 13852

COMBUSTIBLE GAS DETECTION SYSTEM

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide a combustible gas detection system as indicated and in compliance with Contract Documents.

B. This section includes materials, installation, and testing of calibrated field-mounted combustible gas detectors and monitors, including alarms, sample pumps, calibration kits, and stainless steel gas sampling tubing.

1.02 REFERENCES:

A. National Fire Protection Association (NFPA):

1. 820: Standard for Fire Protection in Wastewater Treatment and Collection Facilities.

1.03 SUBMITTALS:

A. Submit the following shop drawings in accordance with Section 01300.

B. Submit certified dimensional drawings and catalog cuts for each size and type of instrument, cabinet, and alarm beacon. Catalog cuts are to be highlighted to define specific materials of construction and specified features.

C. Submit installation, operation and maintenance manuals, and wiring diagrams.

1.04 SPARE PARTS:

A. Comply with the requirements specified in Section 01600.

B. Provide one spare detector and new, unused, calibration gas kit.

1.05 MANUFACTURER’S SERVICES:

A. Provide equipment manufacturer’s services at the jobsite for the minimum labor days listed below, travel time excluded:

B. One-half labor day to check the installation and advise during start-up, testing, and adjustment of the equipment.

C. One-half labor day to instruct the Owner’s personnel in the operation and maintenance of the equipment.

City of North Miami Pump Station “A” Rehab – 100% Submittal 13852-1 Bid Set PART 2 - PRODUCTS

2.01 MANUFACTURER:

A. The combustible gas detection system shall be manufactured by MSA Instruments.

2.02 COMBUSTIBLE GAS DETECTOR:

A. The combustible gas detector shall be the catalytic-bead type designed to measure concentrations of combustible gases. The detector calibration shall be based on methane with an adjustable range of 0 percent to 100 percent of the Lower Explosive Limit (LEL), a maximum zero drift of +/- 1 percent of full scale per week, and a repeatability of +/- 1 percent of full scale. The detector shall be resistant to hydrogen sulfide in concentrations up to 100 ppm. The detector shall be FM and UL listed.

B. Mount the detector and its electronics in a cast aluminum, NEMA 4 enclosure, meeting FM Class 1, Division 1, Group C and D requirements. Detector shall operate on voltage up to 14 volt DC.

C. The detector head, with the catalytic bead, shall be removable and replaceable without replacement of electronics. Detector life shall be guaranteed for two years of continuous operation, minimum.

2.03 COMBUSTIBLE GAS MONITOR:

A. Connect the monitor to each detector by 3-wire shielded cable in conduit. The signal from the detector to the monitor shall be 4 to 20 mA.

B. The monitor shall be capable of monitoring one combustible gas detector and gas sample pump. Equip with three-digit LED readout for the detector, displaying a direct readout of 0 percent to 99.9 percent of the LEL. Provide a minimum of two separate adjustable alarm set point levels. Set points shall operate user interface relays that are Form C, single pole, double throw with contacts rated for 5 ampere resistive load at 120 volt AC. Provide a trouble relay to indicate trouble when there is a system power loss, a signal loss from a sensor, a control module malfunction, or a loss of flow to the detector.

C. Provide a local flashing warning light to operate for any alarm condition. Mount the warning light above the monitor panel. Unit shall flash a minimum of 60 cycles per minute with red Lexan lamp cover and a copper-free aluminum body or stainless steel housing. Benjamin Model KL-4111-12 or Crouse Hinds Model VDAS/R/012.

D. Provide the monitor with terminals for output of the detector's 4 to 20 mA signal and alarm contacts.

E. The front panel of the monitor shall incorporate push-button switches that will permit the following operations:

1. Display combustible gas concentration.

City of North Miami Pump Station “A” Rehab – 100% Submittal 13852-2 Bid Set 2. Adjustment of alarm set points.

3. Alarm reset.

4. Temporary alarm disable.

5. Relay reset.

6. Lamp test.

F. The monitor shall operate on 115 volt AC and be enclosed in a NEMA 4X enclosure for mounting on a wall surface. Access door shall be hinged and shall have a shatterproof window to allow viewing of meters and indicator lights.

2.04 GAS SAMPLING SYSTEM:

A. The gas sampling system shall draw a gas sample from the upper portion of the wet well through the detector using a direct-current electric pump. The pump shall provide a flow rate of 1 cubic foot (28 L) per hour through the tubing shown in the drawings. Equip the system with a flow switch that will signal when flow is interrupted.

B. Mount the gas sampling system and display in a NEMA 4X enclosure at eye level in the grade level room with exterior wall mounting lugs. Mount a flowmeter to indicate the flow rate without opening the enclosure. Provide a valve and tee for test gas calibration.

2.05 GAS SAMPLE TUBING:

A. The gas sample tubing shall be 1/4-inch (6 mm) outside diameter, Type 316 stainless steel tubing with a minimum wall thickness of 0.028 inch (0.7 mm). Fittings shall be Swagelok type as manufactured by Crawford Fitting Company. Tubing bends shall be long sweep made with tubing bending tools. Make bends greater than 45 degrees using fittings. Use flexible tubing from the wet well up to the junction box at grade. Flexible tubing shall be Tygon inner-braid, 1/4-inch (6 mm) inside diameter, rated at 100 psig (689 kPa) at 70 degrees F (21 degrees C), Ryan Herco No. B-44-4X.

2.06 COMBUSTIBLE GAS CALIBRATION KIT:

A. The combustible gas calibration kit shall provide flow-type calibration for methane in air at 50 percent LEL. Flow rate shall be preset, not to exceed 2 scfh, and shall provide a minimum of two, 3.6-liter gas cylinders.

B. The kit shall include a carrying case, gas cylinder regulator, hose, and adapter for gas detectors.

City of North Miami Pump Station “A” Rehab – 100% Submittal 13852-3 Bid Set PART 3 - EXECUTION

3.01 INSTALLATION:

A. Install components per manufacturer's recommendations, with the detectors, sample pumps, monitor, and beacon located in close proximity. Install monitor above the sample points. Install tubing such that there are no low points between the monitor and the sample points.

3.02 TESTING:

A. Test tubing using nitrogen or oil-free compressed air. Test for leakage at 50 psig for one hour prior to connection to the detector. No leakage is acceptable during test. Repair leaks and retest until tubing installation is pressure tight.

B. After units have been energized and functions completely checked, set combustible gas alarm signals at 20 percent and 50 percent of LEL. Label detector for "HIGH" and "LOW" sample locations.

C. Inject calibration gas at wet well end of sample tubing to demonstrate operation of system to the Owner.

3.03 CLOSEOUT ACTIVITIES:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 13852-4 Bid Set SECTION 13853

HYDROGEN SULFIDE GAS DETECTION SYSTEM

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide a hydrogen sulfide gas detection system as indicated and in compliance with Contract Documents.

B. This section includes materials, installation, and testing of calibrated field-mounted hydrogen sulfide gas detectors, monitors, alarms, and calibration kits.

1.02 REFERENCES:

A. National Fire Protection Association (NFPA):

1. 820: Standard for Fire Protection in Wastewater Treatment and Collection Facilities

1.03 SUBMITTALS:

A. Submit the following shop drawings in accordance with Section 01300.

B. Submit certified dimensional drawings and catalog cuts for each size and type of instrument, cabinet, and alarm beacon. Catalog cuts are to be highlighted to define specific materials of construction and specified features.

C. Submit installation, operation, and maintenance manuals and wiring diagrams.

1.04 MANUFACTURER’S SERVICES:

A. Provide equipment manufacturer’s services at the jobsite for the minimum labor days listed below, travel time excluded:

B. One-half labor day to check the installation and advise during start-up, testing, and adjustment of the equipment.

C. One-half labor day to instruct the Owner’s personnel in the operation and maintenance of the equipment.

City of North Miami Pump Station “A” Rehab – 100% Submittal 13853-1 Bid Set

PART 2 - PRODUCTS

2.01 HYDROGEN SULFIDE GAS DETECTOR:

A. The hydrogen sulfide gas detector shall be the electrochemical type designed to measure concentrations of hydrogen sulfide. The detector shall have an adjustable range of 0 to 50 ppm hydrogen sulfide, a maximum zero drift of plus or minus 5 percent of span per year, a maximum span drift of plus or minus 10 percent per year, and a repeatability of plus or minus 1 percent of full scale. The detector shall be UL and FM listed.

B. Calibration of the hydrogen sulfide gas detector shall not require opening the transmitter enclosure or declassification of the area.

C. House the detector and its electronics in a Type 316 stainless steel NEMA 4 enclosure, UL approved for Class 1, Division 1, Group B hazardous locations.

D. The detector head, with the electrochemical bead cell, shall be removable and replaceable without replacement of electronics, without the need to open the sensor housing, and without the need to declassify the area. The detector head shall be “smart” and shall store all calibration data and sensor identification data, such as type of gas monitored and range. Upon installation into the housing, this data shall be recognized and uploaded into the transmitter electronics. This shall allow sensors to be bench calibrated then taken to the field and installed. Detector life shall be guaranteed for one year of continuous operation, minimum.

2.02 HYDROGEN SULFIDE GAS TRANSMITTERS:

A. The gas concentration shall be continuously displayed in engineering units at the integrally mounted local display.

B. The transmitter shall be capable of storing and displaying average, minimum, and maximum gas concentrations over selected periods of time.

C. The transmitter shall give an indication of when sensor is nearing the end of its useful life by means of the front panel LCD. Indication that the sensor is nearing its useful life shall be based on the sensor output, not on the time the sensor has been in service.

D. The transmitter shall have the following internal relays for remote alarm annunciation:

1. Gas concentration medium.

2. Gas concentration high.

3. Gas concentration high-high.

4. Fault relay.

City of North Miami Pump Station “A” Rehab – 100% Submittal 13853-2 Bid Set

E. The three gas concentration alarm relays shall have normally open and normally closed contacts. The relays shall be energized as long as the gas concentration exceeds the set points adjustable with a hand-held controller.

F. Normally open contact of the fault relay shall be open (relay energized) during normal operation. The relay shall operate in steady mode and in pulsed mode.

1. Steady Mode: Relay shall be de-energized when any of the following occurs:

a. Gas sensor is disconnected.

b. Transmitter internal problem.

c. Power off.

2. Pulsed Mode: Relay shall be de-energized for five seconds every minute when any of the following occurs:

a. Under-range reading on the display.

b. Improper calibration.

G. The transmitter shall be housed in a NEMA 4X enclosure.

H. Provide a d-c power supply to power the required transmitters.

2.03 HYDROGEN SULFIDE GAS CALIBRATION KIT:

A. The gas calibration kit shall provide flow-type calibration for 40 ppm hydrogen sulfide in nitrogen. Flow rate shall be preset, not to exceed 0.25 liter per minute.

B. Provide a gas cylinder capable of providing 57 liters of calibration gas.

C. The kit shall include a carrying case, gas cylinder regulator, hose, adapter for gas detectors, and infrared nonintrusive controller.

2.04 HYDROGEN SULFIDE GAS DETECTION SYSTEM MANUFACTURERS:

A. The hydrogen sulfide gas detection systems shall be the UltimaX Gas Monitor as manufactured by Mine Safety Appliances or approved equal.

2.05 SPARE PARTS:

A. Provide to the Owner necessary spare parts of components required to maintain the system. Prior to final acceptance of work, provide a spare parts listing of necessary spare parts and quantities for review by the Owner's Representative. The spare parts shall include the following minimum requirements:

City of North Miami Pump Station “A” Rehab – 100% Submittal 13853-3 Bid Set

MINIMUM SPARE PARTS LIST Part Description Quantity Transmitter 1 each Sensor 1 each

B. Deliver to the Owner the required spare parts upon final acceptance of the work. The spare parts shall not be used as replacement parts during the guarantee period.

PART 3 - EXECUTION

3.01 INSTALLATION:

A. Install components per manufacturer's recommendations.

B. Wall mount detectors at approximately eye level.

C. Locations:

1. Install one hydrogen sulfide detector in the dry pit.

2. Install one hydrogen sulfide detector in the room at grade level.

3.02 FIELD TESTING:

A. After units have been energized and functions completely checked, set hydrogen sulfide alarm set points at 10 and 20 ppm.

3.03 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 13853-4 Bid Set

Division 14 SECTION 14600

CRANES, HOISTS, AND TROLLEYS--GENERAL

PART 1 - GENERAL

1.01 DESCRIPTION:

This section describes the general standards, materials, installation, and testing of motorized cranes, hoists, and trolleys.

1.02 SUBMITTALS:

1. Submit shop drawings in accordance with the General Conditions Section 01300 and the following.

2. Submit manufacturer's catalog data and dimensioned drawings for bridge cranes, trolleys, hoists, rails, and controls.

3. Show areas to be coated and type of coating.

4. Submit electrical drawings showing wiring, disconnect switch, terminals, limit switches, and fuses. Label each terminal showing which control or electric power wire connects to each terminal. Submit motor data showing motor horsepower, enclosure, and NEMA design classification.

5. Submit manufacturer's field assembly and installation instructions.

6. Submit calculations showing that runway and trolley stops resist the forces applied.

7. Submit test report describing procedures and results of both shop and field tests.

1.03 MANUFACTURER’S SERVICES:

Provide equipment manufacturer's services at the jobsite for the minimum labor days listed below, travel time excluded:

1. Two (2) labor days to check the installation and advise during start-up, testing, and adjustment of the bridge crane.

2. Two (2) labor days to instruct the Owner's personnel in the operation and maintenance of the bridge crane.

City of North Miami Pump Station “A” Rehab – 100% Submittal 14600-1 Bid Set

PART 2 - MATERIALS

2.01 STANDARDS, SPECIFICATIONS, AND CODES—SINGLE GIRDER ELECTRIC BRIDGE CRANES (SECTION 14633)l:

Design and construction of single girder traveling bridge cranes shall conform to CMAA 74 and ASME B30.17.

2.02 STANDARDS, SPECIFICATIONS, AND CODES—MOTORIZED HOISTS AND TROLLEYS (SECTION 14633):

Design and construction of motorized hoists shall conform to ANSI HST-4-1999 (reaffirmed 2010).

2.03 MOTORIZED HOISTS (SECTION 14633):

1. Hoists shall be electric, wire-rope type. Hoisting machinery shall consist of a rope drum driven through gear reductions by an electric motor with hoisting rope, sheaves, and hoist brake. Hoist and trolley shall be a standard package of a single trolley/hoist manufacturer. Provide true vertical lift. Design and construct hoists in accordance with ANSI HST-4-1999 (reaffirmed 2010) and CMAA 74.

2. Provide drums grooved to 50% (minimum) of the rope diameter to protect against rope pileup. Hoisting rope shall be of plow steel or improved plow steel, flexible, designed and manufactured for crane and hoist service, and complying with ANSI HST-4-1999 (reaffirmed 2010).

3. Provide two brakes for hoist, each brake capable of independently holding the hoist's rated load capacity. One brake shall be a fail-safe electric type, connected to the motor shaft or to a shaft in the hoist gear train. The second brake shall be a mechanical load brake mounted in the gearbox and operating in a continuous oil bath. Both brakes shall operate when power to the motor is shut off or there is a power failure. Hoist brakes shall comply with ANSI HST-4-1999 (reaffirmed 2010).

4. Provide upper and lower adjustable geared .

5. Design load hook so that it opens slowly before hook failure when the hoist is overloaded. Provide hook latch. Provide gauge marks to show if hook has opened up.

6. Provide hoist block with steel-enclosed housing.

7. Provide mechanical or electrical overload protection to prevent lifting of loads exceeding the rated capacity of the crane.

2.04 MOTORIZED TROLLEYS (SECTION 14633):

1. Trolley frame shall be welded steel, cast steel, or ductile iron.

City of North Miami Pump Station “A” Rehab – 100% Submittal 14600-2 Bid Set

2. Design wheel and axle system to prevent a drop of more than 1 inch in case of axle failure.

3. Trolley drive shall consist of a drive shaft driven by an electric motor through a gear reduction unit. The trolley drive shall drive the trolley wheels either directly or through another gear reduction at the wheels.

4. Gears shall be of the helical, spur, worm, or herringbone type, made from rolled or cast steel, with machine-cut teeth having a 20-degree pressure angle. Horsepower ratings shall be in accordance with AGMA standards for the service factor associated with the ANSI HST trolley service classification. Gears shall be AGMA Class II service. Gearing shall be oil splash lubricated.

5. Provide trolley brakes designed in accordance with ANSI HST-4-1999 (reaffirmed 2010).

6. Provide mechanical stops and limit switches at both ends of trolley travel.

7. Wheels shall be drop forged or rolled steel with heat-treated treads and flanges or cast iron with chilled tread. Wheels and wheel bearings shall comply with ANSI HST-4-1999 (reaffirmed 2010).

2.05 MOTORS (SECTION 14633):

1. Motors shall be NEMA Design D with high starting torque, low starting current, and high slip at full load.

2. Provide separate motors for bridge, hoist, and trolley drives when motorized units are specified. Provide one motor for hoist. Provide one or two motors for trolley.

3. Motors shall be totally enclosed nonventilated (TENV), with Class B or F insulation, 65°C ambient temperature, and with a temperature rise that does not exceed the insulation class at the duty rating listed in the subsection on "Service Conditions." Provide thermal overload protection either of the thermostatic type in the motor starter or of the relay type in the motor windings. Provide integral motor starters for the bridge, hoist, and trolley motors.

4. Motors shall be single or two speed and have voltage and frequency ratings as specified in the subsection on "Service Conditions." Motor speed shall not exceed 1,800 rpm. Determine the required motor horsepower for the trolley and bridge per ANSI MH27.1 and ANSI HST-4-1999 (reaffirmed 2010).

2.06 SINGLE GIRDER BRIDGES (SECTION 14633)

1. The crane shall be a single girder bridge crane. The main crane girder shall be a wide-flange girder or standard I-beam. Material of construction shall conform to ASTM A36. The bridge shall be braced or reinforced with an outrigger or auxiliary

City of North Miami Pump Station “A” Rehab – 100% Submittal 14600-3 Bid Set

girders made from structural steel shapes to provide squareness to the end trucks. The outrigger or auxiliary girder shall also support the bridge drive shaft and drive.

2. Motorized bridges shall be center motor drive or dual drive.

3. Design bridge end trucks in accordance with CMAA 74. Provide end trucks with rail sweeps and impact absorbing bumpers. Attach runway stops to resist the force applied when contacted. Locate runway stops at the limits of travel of the bridge. Runway stops shall not engage the wheels.

4. Provide limit switches at both ends of the bridge travel for motorized bridges.

5. Gears shall be of the helical, spur, worm, or herringbone type, made from rolled or cast steel, with machine-cut teeth having a 20-degree pressure angle. Horsepower ratings shall be in accordance with AGMA standards for the bridge service rating, per CMAA 74. Gears shall comply with AGMA Class II service. Gearing shall be oil-splash lubricated.

6. Provide alloy steel wheel axles, machined and ground to receive inner bearing races. When rotating axles are used, mount the wheels on axles with a press fit and keys or with keys alone.

7. Gear reduction at the wheels may be used for fixed axle cranes. Gear reduction at wheels shall be either oil or grease lubricated.

8. Bearings shall be combination radial and thrust type, consisting of either double-row angular contact ball bearings or single-row tapered roller bearings. Bearings shall be lifetime lubricated and sealed or fitted with ZERK fittings for pressure lubrication.

2.07 RUNWAYS FOR OVERHEAD AND TOP RUNNING BRIDGE CRANES (SECTION 14633):

Provide runways including rails, beams, brackets, and framework on which the crane operates. Railways shall be 40-pound ASCE rails, minimum.

2.08 CONTROLS:

1. Bridge, trolley, and hoist controls shall be by a floor-operated push-button pendant station.

2. Push-Button Pendant Station: Provide momentary contact push buttons. Mount controls in a NEMA 4 enclosure. For direct-hung pendants, provide an offset swing arm. Provide cable lengths such that floating pendants hang 36 inches off the floor and direct-hung pendants hang 12 inches off the floor.

3. Bridge drive shall be dual electric motor. Bridge shall be inverter controlled for ramped acceleration and deceleration and variable speed.

City of North Miami Pump Station “A” Rehab – 100% Submittal 14600-4 Bid Set

2.09 ELECTRICAL EQUIPMENT FOR BRIDGE CRANES (SECTION 14633):

1. Bridge conductors shall be of the flat cable festoon type.

2. Hoist and trolley conductors shall be of the flat cable festoon type.

3. Festooned tag line conductors shall consist of a flexible conductor cable, supported by a cable of monorail system that will dispense and retrieve the flexible conductor cable during bridge or trolley travel without twisting or tangling. Festooned tag line conductors for control shall be No. 16 maximum. Festooned conductors shall be encased in a molded plastic casing.

4. Provide control transformers to supply 120-volt a-c for control power.

5. Provide an alarm gong for motorized bridges and trolleys that shall operate whenever either the bridge or the trolley is in motion.

2.10 FACTORY TESTING OF MOTORIZED BRIDGE CRANES (SECTION 14633):

Test cranes having motorized bridges at the factory. Assemble the crane at the factory. Provide no-load manufacturer-certified, nonwitnessed running tests of the bridge and trolley. Perform running tests with the pendant control that will operate the crane in service.

PART 3 - EXECUTION

3.01 LABELING AND MARKING:

1. Provide labels and marking per Section 15075. Provide capacity plates on each side of the trolley/hoist and on bridge. Plates shall be legible from the floor.

2. Provide tags on each piece of equipment requiring lubrication. Tag shall state the following information:

a. Manufacturer's recommended lubricant, by brand name and number or code.

b. Frequency of lubrication.

c. Provide removable paper date calendar on which maintenance personnel can fill in dates of lubrication. Enclose calendar in a plastic shield. Attach calendar to equipment by means of a stainless steel or brass chain.

3.02 LUBRICATION:

Provide the manufacturer's recommended lubricants for motors, gears, and other equipment.

City of North Miami Pump Station “A” Rehab – 100% Submittal 14600-5 Bid Set

3.03 INSTALLING SINGLE AND MULTIPLE GIRDER BRIDGE CRANES (SECTION 14633):

1. For electrical cranes, install runway conductors before the runway rails. The alignment of the conductors shall be horizontal and vertical within a tolerance of ±1/4 inch. Install the runway rail adjacent to the conductors next.

2. For manually actuated cranes, install one rail, with horizontal and vertical alignments within a tolerance of ±1/4 inch.

3. Install the opposite runway rail and align to correct span and straightness with the first rail. The runway rails shall be horizontal and parallel. The distance center-to- center and the elevation of the rails shall be as shown in the drawings within a tolerance of ±1/8 inch.

4. Bolt the rail sections together. The rail joints shall be tight and provide a smooth running surface.

5. After assuring that rail alignment is correct, securely fasten the rails to their supports.

6. Install crane runway end stops before placing crane on the runway. Faces of the two end stops at each end of the runway shall form a line perpendicular to the runway rails. Install bridge and trolley per the manufacturer's instructions. After crane is placed on runway, assure that both bridge bumpers contact the end stops at the same instant. If this does not occur, check the bridge for squareness. If bridge is square, either adjust the stops or place shims behind the bumpers.

3.04 PAINTING AND COATING:

Coat track, bridge, trolley, hoist, gear reducer enclosures, and motors per Division 9. Apply prime coat at factory. Color of finish coat shall be OSHA Safety Yellow.

3.05 FIELD PERFORMANCE TESTING FOR ELECTRICALLY POWERED CRANES, HOISTS, AND TROLLEYS (SECTION 14633):

Perform a no-load test and a load test on each crane or monorail system in the presence of the Owner's Representative as follows:

1. No-Load Test:

a. Raise empty block to within about 2 feet of its upper position and stop.

b. Raise empty block until the upper limit trips and stops the hoisting motion. Assure that limit switch trips at the specified setting.

c. Adjust upper limit switch if necessary. Repeat Steps a and b.

City of North Miami Pump Station “A” Rehab – 100% Submittal 14600-6 Bid Set

d. Lower the block to about 2 feet above its lower position and stop.

e. Lower empty block until the lower limit switch trips and stops the lowering motion. Assure that limit switch trips at the specified setting.

f. Adjust lower limit switch if necessary. Repeat Steps d and e.

g. Do not lower the block beyond the point at which two wraps remain at each end of the drum.

h. Move the trolley.

2. Trolley Test:

a. Move the trolley to within about 2 feet of its farthest left limit switch position and stop.

b. Move the trolley to the left until the limit switch trips and stops the trolley motion. Assure that limit switch trips at the specified setting.

c. Adjust limit switch if necessary. Repeat Steps a and b.

d. Repeat Steps a, b, and c for the right limit switch.

3. Load Test: After the no-load test and trolley test have been successfully completed, test the system with loads in the following manner:

a. Raise a load equal to 50% of the rated load no higher than required to clear its supports and stop. Adjust brakes if necessary. Raise load about 3 feet above its supports and stop. Lower load about 12 inches and stop. Check drift of load during stopping. If load drifts, brakes are not in proper adjustment and shall be corrected. Repeat this operation until proper adjustment of the brakes is obtained. Lower load carefully back to its supports.

b. Follow the same procedure as indicated in Step a above except with a 125% test load; then hoist the load high enough to clear all obstructions. Move trolley across the entire span of bridge or length of track. Transport the test load by means of the bridge for full length of the runway in one direction with the trolley at one extreme end of the crane and in the other direction with the trolley at the extreme opposite end of the crane. Lower load carefully onto its supports.

4. Crane system shall run smoothly, with no binding, stopping, or sticking. Adjust and realign equipment and retest if binding, stopping, or sticking occurs. Motors shall not be overloaded.

City of North Miami Pump Station “A” Rehab – 100% Submittal 14600-7 Bid Set

3.06 WARRANTY:

1. The Manufacturer shall furnish a written warranty covering materials and workmanship for the equipment provided for a period of three (3) years. The warranty period shall begin at the date of substantial completion of the respective process in which the equipment is installed.

2. The manufacturer shall furnish, deliver, and install new parts to replace the defective parts. The manufacturer shall furnish all supervision, labor, equipment, and materials to repair or replace components which have failed as defined by the warranty at no cost to the Owner.

3.07 ADDITIVE WARRANTY:

Reference Specification Section 01025 for two (2) years in additional warranty duration to warranty stated above.

3.08 CERTIFICATION:

Provide a written certification from the equipment manufacturer that the equipment has been properly installed according to the plans, specifications and manufacturer’s specifications, and that the equipment is operating normally. Make all necessary corrections and adjustments at no additional cost to the Owner.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 14600-8 Bid Set

SECTION 14633

TOP RUNNING SINGLE GIRDER BRIDGE CRANES

PART 1 - GENERAL

1.01 DESCRIPTION:

This section includes materials, fabrication, installation, and testing of single girder traveling bridge cranes with electric controls, motors, trolleys, and hoists.

1.02 RELATED WORK SPECIFIED ELSEWHERE:

Cranes, Hoists, and Trolleys--General: 14600.

1.03 SUBMITTALS:

See Section 14600.

1.04 MANUFACTURER’S SERVICES:

See Section 14600.

PART 2 - MATERIALS

2.01 MANUFACTURERS:

Top running single girder bridge cranes with motorized hoists and trolleys shall be manufactured by R&M Materials Handling, TC/American Monorail, or Whiting.

2.02 STANDARDS, SPECIFICATIONS, AND CODES:

See Section 14600.

2.03 MOTORIZED HOIST:

See Section 14600.

2.04 MOTORIZED TROLLEY:

1. Design and construct trolleys in accordance with the CMAA specifications and Section 14600 and as follows.

2. Trolley drive shall consist of a drive shaft driven by an electric motor through a gear reduction unit.

3. Provide limit switches at both ends of trolley travel.

City of North Miami Pump Station “A” Rehab – 100% Submittal 14633-1 Bid Set

2.05 MOTORS:

See Section 14600 & Section 16220.

2.06 BRIDGE:

See Section 14600. Per section 14600, the crane supplier will be also required for supply of the runway girders and connection members thereof.

2.07 TROLLEY TRACK:

Provide a single girder track to carry the trolley. Track shall meet or exceed the requirements of Sections 3 and 4 of ANSI MH27.1. Provide stop plates at the ends of the track.

2.08 BRIDGE AND TROLLEY WHEELS:

See Section 14600. Wheel sizes and maximum loading shall comply with Section 4.7 in CMAA 74.

2.09 RUNWAYS:

See Section 14600.

2.10 ELECTRICAL EQUIPMENT:

A. Provide electrification per Section 14600 and CMAA 74, Section 5. Provide electrical equipment for the crane, including motors, controls, wire, and conduit.

2.11 Bridge, trolley, and hoist control shall be by a floor-operated push-button pendant station per CMAA 74, Section 5.

2.12 FACTORY TESTING:

See Section 14600.

PART 3 - EXECUTION

3.01 LABELING AND MARKING:

See Section 14600.

3.02 LUBRICATION:

See Section 14600.

City of North Miami Pump Station “A” Rehab – 100% Submittal 14633-2 Bid Set

3.03 INSTALLATION:

See Section 14600.

3.04 PAINTING AND COATING:

1. See Section 14600.

2. The Contractor shall provide signage on the crane and within the room regarding the crane capacity with respect to the total weight of the centrifuge dewatering equipment. The signage shall state the following “CAUTION: TOTAL WEIGHT OF CENTRIFUGE EQUIPMENT EXCEEDS CAPACITY OF THE BRIDGE CRANE. BOWL & SCROLL MUST BE LIFTED INDEPENDTLY FROM REMAINING MACHINE ASSEMBLY.”

3.05 SERVICE CONDITIONS:

1. Traveling bridge crane performance conditions and design data shall be as shown below.

2. Equipment Tag Number: XXXX

General Equipment Capacity: 1 tons Service: Indoors Relative Humidity: Up to 100% Main Power Supply: 460 volts, 60 hertz, 3 phase Motorized Bridge Bridge Speed: Variable Speed, 100 fpm maximum Motor Duty Rating: 30 minutes per ANSI MH27.1 CMAA Service Class: C per ANSI MH27.1 Motorized Trolley Trolley Speed: Variable Speed, 65 fpm maximum Motor Duty Rating: 30 minutes per ANSI MH27.1 Left Trolley Limit Switch: 2 feet from left end of bridge Right Trolley Limit Switch: 2 feet from right end of bridge Left Trolley Stop: 1.5’ from end of runway girder Right Trolley Stop: 1.5’ from end of runway girder Span: 29’ Runway Girder Length: XX

City of North Miami Pump Station “A” Rehab – 100% Submittal 14633-3 Bid Set

Motorized Hoist Type: Low headroom, two speed: 3.3 and 19 fpm Maximum Distance from Bottom Flange of 12 inches Track to Centerline of Hook, with Hook in Maximum Raised Position: Service Class: H4 per ANSI HST-4-1999 Motor Duty Rating: 30 minutes per ANSI MH27.1 Control: Push-button pendant Lift speed: Two speed: 4 and 20 fpm Lift: XX feet Lower Limit Switch Setting: 12 inches above floor Upper Limit Switch Setting (Floor to High XX feet above floor Hook):

3.06 FIELD PERFORMANCE TESTING:

See Section 14600.

3.07 WARRANTY:

See Section 14600.

3.08 CERTIFICATION:

See Section 14600.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 14633-4 Bid Set

Division 15 SECTION 15056

PIPE SUPPORTS

PART 1 - GENERAL

1.01 DESCRIPTION

A. Design, and provide a complete system of pipe supports with inserts, bolts, nuts, restraining and hanger rods, washers, miscellaneous steel, sliding Teflon plates, and accessories as indicated and specified. The term pipe support includes hangers, guides, restraints, anchors and saddles.

B. Provide all support systems and the design of all support systems for all piping as specified herein. The Contractor shall provide pipe support locations, configurations and details through accepted shop drawing submittals stamped by a Registered Professional Engineer as specified herein.

C. The Contractor shall be responsible for the proper design, fabrication, location, shop drawings and installation of all pipe supports in accordance with the specified requirements.

D. Pipe support locations and types for piping ½ in. and larger shall be determined by the Contractor using the guidelines for support spacing specified herein and other criteria contained in this pipe support specification. Guidelines for pipe supports may need to be adjusted based upon field coordination, field routing, or other considerations outlined herein such as structural load limits. The Contractor may revise the pipe support locations and details through accepted shop drawing submittals stamped by a Registered Professional Engineer as specified herein. The Contractor is responsible for the proper design, installation and fabrication of all pipe supports in accordance with the specified requirements. For pipe supports ½ in. and larger pipe support shop drawings together with a marked up piping drawing showing support number, location and typical type shall be submitted by the Contractor for acceptance.

1. The Contractor shall be responsible for coordinating all pipe support designs for all trades to ensure compliance with all of the requirements of this specification, including but not limited to the total limitations specified herein.

E. Design and provide all temporary pipe supports required during installation and testing.

1.02 REFERENCES:

A. American Institute of Steel Construction (AISC) Manual of Steel Construction.

B. American Society for Testing and Materials (ASTM) Publications:

City of North Miami Pump Station “A” Rehab – 100% Submittal 15056-1 Bid Set

1. A36: Specification for Structural Steel.

2. A500: Cold Formed Welded and Seamless Carbon Steel Structural Tubing.

3. E165: Practice for Liquid Penetrant Inspection Method.

4. E709: Practice for Magnetic Particle Examination.

5. A307: Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile.

6. A312: Seamless and Welded Austenic Stainless Steel Pipe.

7. A572: Specification for Steel Plate.

C. American National Standards Institute (ANSI):

1. ASME/ANSI B31.1: Power Piping Code.

D. American Welding Society (AWS) Code:

1. Structural Welding Code D1.1.

E. Manufacturers’ Standardization Society (MSS):

1. MSS SP-58: Pipe Hangers and Supports - Materials and Design.

2. MSS SP-69: Pipe Hangers and Supports - Selection and Application.

3. MSS SP-89: Pipe Hangers and Supports - Fabrication and Installation Practices.

4. MSS SP-90: Guidelines on Terminology for Pipe Hangers and Supports

F. National Association of Expansion Joint Manufacturers: Standards of the Expansion Joint Manufacturers Association, Inc.

G. OSHA

1.03 SUBMITTALS:

A. Submit the following in accordance with Section 01300:

1. Pipe support drawings specified in paragraph 1.01 and including data for accessory items for acceptance prior to fabrication. The Contractor shall submit pipe support coordination drawings including all piping and pipe supports for all trades.

a. Detailed drawing of the device with dimensions.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15056-2 Bid Set

b. A table of applied forces and moments.

c. A complete bill of materials.

d. A unique identification and revision level.

e. Stamp of a Registered Professional Engineer, registered in the state where this project is being constructed, experienced in pipe support design and pipe stress analysis as specified in paragraph. 1.06 E.

f. Detailed connections to existing structure.

g. Indicate all welds, both shop and field, by Standard Units of Measurement as specified in AWS D1.1-1.7.

2. Welding Procedure: Submit description as required to illustrate each welding procedure to be performed in the specified work.

3. Welding Equipment: Submit descriptive data for welding equipment, including type, voltage and amperage.

4. Qualification for Welders: Provide certification that welders to be employed in work have satisfactorily passed AWS or ASME qualification tests. If recertification of welders is required, retesting is the Contractor's responsibility at no additional cost to the Owner.

5. Pipe support manufacturers’ qualifications as specified in paragraph 1.06 E.

a. List of at least five (5) successful pipe support projects and current addresses and telephone numbers of persons in charge of representing the owner or the owner of those construction projects during the time of pipe support design, fabrication and installation.

b. Qualification of manufacturers’ Registered Professional Engineer, registered in the state where this project is being constructed, who stamps and seals shop drawings and designs.

6. Coordination drawings for pipe supports shall include as a minimum the following information.

a. Coordination drawings shall include all pipe supports covered by the specifications.

b. These coordination drawings will be used by the Contractor to ensure that the pipe supports do not obstruct access, access for equipment operation or

City of North Miami Pump Station “A” Rehab – 100% Submittal 15056-3 Bid Set

removal including all mechanical and electrical equipment, panels, valves, gauges, and instrumentation.

c. The Contractor shall be responsible for including and coordinating the work of all subcontractors into the coordination drawings.

d. Prepare reproducible coordination drawings, indicating equipment, piping, valves, expansion joints, ductwork, conduit, cable trays, junction boxes, lighting fixtures, sleeves, inserts, embedments, supports, hangers and appurtenances at not less than 1/4 inch scale. Drawings shall show beams, columns, ceiling heights, wall, floors, partitions and structural features as indicated on the contract drawings. Individual pipes and conduit 2-in. or less in diameter that will be field routed need not be shown on coordination drawings.

e. Coordination drawings shall include large-scale details as well as cross and longitudinal sections as required to fully delineate all conditions. Particular attention shall be given to the location, size, and clearance dimensions of equipment items, shafts, operators and necessary maintenance access.

f. Make all minor changes in duct, pipe or conduit routings that do not affect the intended function, but items may not be resized or exposed items relocated without the approval of the Owner. No changes shall be made in any wall locations, ceiling heights, door swings or locations, window or other openings or other features affecting the function or aesthetic effect of the building. If conflicts or interferences cannot be resolved, the Owner shall be notified. Any problems of coordination that require architectural or structural changes of design shall be submitted to the Owner for resolution.

g. After the reproducible drawings have been coordinated and all changes have been made, the drawings shall be signed by the Contractor and all subcontractors indicating that all work on that drawing has been coordinated with all associated vendors and subcontractors and all conflicts have been resolved.

h. Relocation of any duct, pipe, conduit or other material that has been installed without proper coordination among all trades shall be performed at no additional cost to the Owner.

7. Written notification of any deviations from the requirements of this specification.

8. Support documentation and justification as specified.

9. Certificates of Design signed by a Registered Professional Engineer for all pipe supports. See Section 01300 for form.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15056-4 Bid Set

10. Manufacturer’s product data and specifications for shop painting.

1.04 QUALITY ASSURANCE:

A. Provide in accordance with Section 01400 and as specified.

B. Pipe supports: All supports and parts shall conform to the latest requirements of the Code for Pressure Piping ASME/ANSI B31.1 and Manufactures Standardization Society (MSS) Standard Practice SP-58, SP-69, SP-89 and SP-90 except as supplemented or modified by the requirements of this specification.

C. Structural Concrete: Conform to the requirements of Section 03300. Concrete strength: 4,000 PSI unless noted otherwise.

D. Conform to the requirements of the latest edition of the AISC Manual of Steel Construction for miscellaneous and supplementary steel. Tube steels are ASTM A500 Grade B, structural shapes A36, plates A-572 or equal. Stainless steel structural members shall conform to ASTM requirement Type 316L.

E. Pipe Support Manufacturer Qualifications:

1. Must possess a written quality assurance program.

2. Have a minimum of 5 years experience in the design and fabrication of pipe supports.

3. Have completed the design and fabrication of at least 5 successful pipe support projects of equal size, complexity, and systems as this project within the past 10 years.

4. Retains the services of a Registered Professional Engineer, registered in the state where this project is being constructed, with a minimum of ten years experience in the design of piping systems and pipe supports.

5. Manufacturers’ Standardization Society (MSS) Member.

6. Have a field service technician on staff with at least 5 years experience in resolving field installation, interference and interface problems associated with the design, installation and manufacture of pipe supporting components.

F. Hanger inspections shall be performed in accordance with MSS-SP-89 and ASME B31.1.

1.05 DELIVERY, STORAGE, AND HANDLING:

A. Provide in accordance with Section 01610 and as specified.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15056-5 Bid Set

B. Shipping:

1. Ship equipment, material and spare parts complete except where partial disassembly is required by transportation regulations or for protection of components.

C. Receiving:

1. Inspection and inventory items upon delivery to site.

2. Store and safeguard material in accordance with manufacturers’ written instructions.

PART 2 - PRODUCTS

2.01 MATERIALS:

A. Provide materials used in pipe supports, which are compatible with the pipes to which they are attached. Provide Type 316L stainless steel supports for all stainless steel piping. Copper plated pipe supports are not acceptable.

B. Allowable materials: As indicated in ANSI B31.1 Appendix A and MSS-SP-58 Table 2.

C. Provide Type 316L stainless steel for pipe supports, hangers, guides, restraints, and anchors that are exterior or interior submerged, in potentially wetted areas in wet wells, channels, screening and grit removal areas and in chemically corrosive atmospheres.

D. Provide only new material. Previously used and/or scrap material is not acceptable.

E. Provide tube steels that are ASTM A500 Grade B, Structural shapes A-36, plates A-572 or equal.

F. Provide sliding Teflon plates as required. The sliding surfaces shall be a nominal 3/8 in. glass filled Teflon bonded to stainless steel backup plate with a 10 gauge minimum thickness. The bearing pad upper and lower units shall be as follows: Conslide Type CSA elements as manufactured by Con-Serv. Inc., Balco TFE Slide Bearing Plates 10N- cs as manufactured by Balco Inc., or Dynalon Slide Bearings as manufactured by JVI, Inc. or acceptable equivalent product.

1. The blended TFE material used for this bearing shall be composed of virgin (unreprocessed) TFE resin tested per ASTM D1457 and reinforcing agents milled glass fibers. This structural material shall have the following representative mechanical and physical properties:

2. Tensile strength - 2,000. psi

City of North Miami Pump Station “A” Rehab – 100% Submittal 15056-6 Bid Set

3. Elongation - 225%

4. Specific Gravity - 2.17 to 2.22

5. The coefficient of friction shall average 0.06 under compressive load of 2,000 psi.

6. The compressive creep shall be a minimum of 2% at 2,000 psi and 70 degrees F.

7. The elements shall be flat, clean and prepared for installation in the structure. Slots and holes shall be fabricated in the bearing manufacturer’s plant.

G. Concrete anchor bolts - Hilti Kwik-Bolt II Stud Anchors, Rawl Bolt, Phillips Wedge Anchors, or equal.

2.02 DESIGN, LOCATION, AND TYPE OF PIPE SUPPORTS

A. Design and provide pipe supports for piping ½ in. and larger to include the following loads:

1. Gravity Force: This force includes the weight of pipe, pipe contents (hydro load as required), valves, in-line equipment, insulation and any other weight imposed on the piping and/or pipe support.

2. Thermal Expansion Force: This force is developed by the restraint of free end displacement of the piping due to thermal growth.

3. Hydrostatic/Dynamic Forces: These forces are developed due to the internal pressure (positive and negative) during operation of the piping system. These forces include the forces due to water hammer, pressure pulses due to rapid valve closure, fluid discharge resulting from pump startup, operation of positive displacement pumps, etc.

4. Wind Loadings: Wind loadings.

B. Provide supports, guides, anchors, flexible couplings and expansion joints in accordance with the coupling and joint manufacturers’ specifications and requirements.

C. For all pump suction and discharge nozzles provide an anchor located between the pump nozzles and the nearest expansion joint or non-rigid coupling.

D. Where possible, provide pipe supports, which are the manufacturers’ standard products.

1. Provide pipe supports with individual means of adjustment for alignment.

2. Provide pipe supports complete with appurtenances including locking and adjusting nuts.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15056-7 Bid Set

3. Hanger rods shall be subjected to tension only.

4. Where lateral or axial pipe movement occurs, provide hangers for the necessary swing without exceeding 4 degrees. Provide base supports designed using pipe slides. The bearing surfaces: 0.06 coefficient of friction or less.

5. Provide concrete inserts capable of supporting the design loads.

6. Metal framing systems will be acceptable to support piping 2 in. and smaller.

7. Provide insulated piping supported using rigid load bearing insulation (baton board type) with 16 gauge shields to fit between the insulation and the support. Shields to encompass a minimum 1/3 of the pipe circumference and be 12 in. in length.

8. Provide load-bearing insulation capable of supporting the load, as a minimum on the bottom 60 degrees of the pipe support. Cope insulation and adjust to avoid interference of steel structures.

9. Provide supplementary steel as needed.

10. Do not support pipes from other pipe, conduits or metal stairs.

11. Chain, strap, T-bar, perforated bar and/or wire hangers are not acceptable.

12. Contact between piping and dissimilar metals such as hangers, building structural work or equipment subject to galvanic action is not acceptable.

13. All pipe supports located in fluid flow shall be supplied with double nutting.

E. Provide thrust anchors to resist thrust where required. Wall pipes may be used as thrust anchors if so designed. Welded attachments shall be of material comparable to that of the piping and designed in accordance with governing codes.

F. Provide expansion joints where indicated and where required based on Contractor's design of the pipe support system. Indicate expansion joints on submittal drawings.

G. For piping 2-in and smaller provide manufacturer’s standard supports and standard spacing guidelines

H. Pipe supports connected to structural framing and slabs are subject to the following limitations:

1. Less than 100 lb horizontal load per support.

2. Vertical loads not to exceed a maximum load per hanger of 1000 lbs.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15056-8 Bid Set

3. For a maximum of one pipe support per foot of slab width perpendicular to the span.

I. All outside above ground supports shall be Type 316L stainless steel as specified in paragraph 2.02(C).

J. Provide pipe supports that do not overload or over stress the piping, equipment, or structure that they are supporting or to which they are attached. Allowable pipe stress to be within ANSI B31.1 code allowable.

K. The Contractor shall provide the services of a field service technician (preferably from the pipe support manufacturer) to field coordinate the locations of supports and resolve interferences and conflicts encountered during installation.

2.03 FABRICATION:

A. Provide pipe supports formed in accordance with paragraph 5.1 of MSS-SP-58.

B. Providing welding in accordance with Structural Welding Code.

C. Provide dimensional tolerances as specified in MSS-SP-89.

D. Provide threading and tapping in accordance with MSS-SP-89.

2.04 SHOP PAINTING

A. Primer and Finish Paint: Shop apply to all exterior ferrous surfaces, minimum of two (2) coats of manufacturers standard high solids epoxy paint (min. 60% solids).

1. Color: As specified for piping system of same service or as selected by the Engineer.

2. Provide similar additional paint for touch-up after installation.

B. Surface preparation, mixing and application and safety requirements shall be in accordance with the paint manufacturer’s printed instructions.

C. Ferrous surfaces which are not to be painted shall be given a shop applied coat of grease or rust resistant coating.

PART 3 - EXECUTION

3.01 GENERAL:

City of North Miami Pump Station “A” Rehab – 100% Submittal 15056-9 Bid Set

A. Install items in accordance with manufacturers’ printed instructions and as indicated and specified herein.

B. Perform welding in accordance with Structural Welding Code:

1. Visually inspect welding while the operators are making the welds and again after the work is completed in accordance with AWS D1.1 Section 6.0. After the welding is completed, hand or power wire brush welds, and clean them before the Qualified Inspector makes the check inspection. The Qualified Inspector shall inspect welds with magnifiers under light for surface cracking, porosity, and slag inclusions; excessive roughness; unfilled craters; gas pockets; undercuts; overlaps; size and insufficient throat and concavity. The Qualified Inspector shall inspect the preparation of grove welds for throat opening and for snug positioning for back-up bars.

2. Nondestructive evaluation of welds connecting structural steel members subjected to critical stresses: Perform in accordance with the weld quality and standards of acceptance in AWS D1.1.

3. Magnetic Particle Inspection: Perform in accordance with ASTM E 709.

4. Liquid Penetrant Inspection: Perform in accordance with ASTM E 165.

5. For weld areas containing defects exceeding the standards of acceptance in accordance with AWS D1.1, Section 3.7. Provide additional testing of the repaired area at no additional cost to the Owner.

6. Test Locations: As selected by the Owner.

7. Correct any deficiencies detected as directed by the Engineer at no additional cost to the Owner.

C. Proceed with the installation of the pipe supports only after required building structural work has been completed and concrete support structure has reached its 28-day compressive strength as specified in Section 03300.

D. Install pipe supports to comply with MSS-SP-89. Group parallel runs of horizontal piping to be supported together on trapeze type hangers.

E. Install pipe supports to provide indicated pipe slopes. Do not exceed maximum pipe deflection allowed by ANSI B31.1.

F. For exposed continuous pipe runs, install pipe supports of same type and style as installed for adjacent similar piping.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15056-10 Bid Set

G. Install pipe supports to allow controlled movement of piping systems. Permit freedom of movement between pipe anchors, and facilitate action of expansion joints, expansion loops, expansion bends, and similar units.

H. Piping to be free to move when it expands or contracts except where fixed anchors are indicated or as required by the Contractor's pipe support systems. Where hanger rod swing length cannot be provided or where pipe movement based on expansion of 1 in/ 100 ft, for each 100 deg. F change in temperature exceed ½ in., provide sliding supports.

I. Prevent contact between dissimilar metals. Where concrete or metal support is used, place 1/8 in. thick Teflon, neoprene rubber, or plastic strip under piping at point of bearing. Cut to fit entire area of contact between pipe and pipe support.

J. Prevent electrolysis in support of copper tubing by use of pipe supports which are plastic coated. Electrician's tape is not an acceptable isolation method.

K. Apply an anti-seize compound to nuts and bolts on all pipe supports.

L. Locate reinforcing steel in concrete structure with x-ray prior to drilling for embedment plates and anchor bolts. Avoid contact or interference with reinforcing steel.

3.02 INSTALLATION OF BUILDING ATTACHMENTS:

A. Support piping from structural framing, unless otherwise indicated.

B. Concrete Inserts:

1. Use existing embedded concrete items whenever possible.

2. Use expansion anchors only when existing embedded attachment points are not available or unsuitable. Attach to hardened concrete or completed masonry.

3.03 THRUST ANCHORS AND GUIDES:

A. Thrust Anchors:

1. Center thrust anchors between expansion joints and between elbows and expansion joints for suspended piping. Anchors must hold pipe rigid to force expansion and contraction movement to take place at expansion joints and/or elbows and to preclude separation of joints.

2. Restraining rod size and number shall be as indicated and adhere to manufacturers recommendations as a minimum.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15056-11 Bid Set

B. Pipe guides: Provide adjacent to sliding expansion joints in accordance with recommendations of the National Association of Expansion Joint Manufacturers and the specific joint manufacturer.

3.04 PIPE SUPPORTS:

A. Where piping of various sizes is to be supported together, space supports for the largest pipe size and install intermediate supports for smaller diameter pipes.

B. Provide minimum of two pipe supports for each pipe piece unless approved by Engineer.

C. Where pipe connects to equipment, support pipe independently from the equipment. Do not use equipment to support piping.

D. Provide pipe supports so that there is no interference with maintenance or removal of equipment.

E. Unless otherwise indicated or authorized by the Engineer, place piping running parallel to walls approximately 1-1/2 in. out from face of wall and at least 3 in. below ceiling.

F. Pedestal pipe supports: adjustable with stanchion, saddle, and anchoring flange. Provide grout between baseplate and floor.

G. Piping supports for vertical piping passing through floor sleeves: use hot dipped galvanized steel riser clamps.

H. Support piping to prevent strain on valves, fittings, and equipment. Provide pipe supports at changes in direction or elevation, adjacent to flexible couplings, adjacent to non-rigid joints, and where otherwise indicated. Do not install pipe supports in equipment access areas or bridge crane runs.

I. Stacked horizontal runs of piping along walls may be supported by metal framing system attached to concrete insert channels.

J. Do not support piping from other piping.

K. Designs generally accepted as exemplifying good engineering practice, using stock or production parts, shall be utilized whenever possible.

L. Whenever possible, pipe attachments for horizontal piping shall be pipe clamps.

M. All rigid rod hangers shall provide a means of vertical adjustment after erection.

N. Where the piping system is subjected to shock loads, such as disturbances due to pump discharge or thrust due to actuation of safety valves, hanger design shall include provisions for rigid restraints or shock absorbing devices.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15056-12 Bid Set

O. Hanger rods shall be subject to tensile loading only. At hanger locations where lateral or axial movement is anticipated suitable linkage shall be provided to permit rod swing.

P. Hanger spacing shall not exceed the spacing listed below:

1. In the case of concentrated loads the supports shall be placed as close as possible to the load to reduce the bending stress.

2. Where changes in direction of the piping system occur between supports, the total length between supports shall be kept to less than three-fourths of the full span. When practical, a support shall be placed immediately adjacent to any change in direction of the piping system.

Q. Where practical, riser piping shall be supported independently of the connected horizontal piping. Pipe support attachments to the riser piping shall be riser clamp shear lugs. Welded attachments shall be of material comparable to that of the piping and designed in accordance with governing codes. If friction is relied upon to support riser piping proper justification and documentation shall be submitted to ensure that enough friction force is provided to resist the applied loading.

R. Hanger components shall not be used for purposes other than for which they were designed. They shall not be used for rigging and erection purposes.

S. All threads shall be UNC unless otherwise specified.

T. TFE slide bearing plates with steel backup plates shall be stitch weld attachments to the structure. A 1/8 in. fillet weld, ½ in. long every 3 inches on center each side of an element shall be used unless otherwise indicated or specified by the manufacturers’ written recommendations. Bearing elements with slots or holes shall be stitch welded in place for location. The TFE surfaces of the bearings shall be maintained clean and free from grit, dirt or grease.

3.05 INSULATED PIPING:

A. Attach clamps, including spacers (if any), to piping with clamps projecting through insulation; do not exceed allowable pipe stresses.

B. Where vapor barriers are indicated on water piping, install coated protective shields.

3.06 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 15056-13 Bid Set

SECTION 15075

IDENTIFICATION OF EQUIPMENT PIPING, DUCTS AND VALVES

PART 1 - GENERAL

1.01 DESCRIPTION:

A. This section includes materials and installation of markers, labels, and signs for pipes, ducts, and valves; for mechanical equipment; for hazardous materials warnings; and for miscellaneous plant services as indicated and in compliance with Contract Documents.

1. Section Includes:

a. Equipment labels.

b. Painted ductwork identification.

c. Plastic ductwork markers.

d. Underground type plastic line markers.

e. Warning signs and labels.

f. Pipe labels.

g. Stencils.

h. Valve tags.

i. Warning tags.

j. Piping system color coding schedule.

2. Identification furnished as part of equipment is specified as part of equipment assembly in other sections and shall comply with requirements of this section.

1.02 REFERENCES:

A. American Society of Mechanical Engineers (ASME):

1. A13.1: Scheme for the Identification of Piping Systems

B. ASTM International (ASTM):

1. D709: Standard Specification for Laminated Thermosetting Materials

City of North Miami Pump Station “A” Rehab – 100% Submittal 15075-1 Bid Set

1.03 SUBMITTALS:

A. Submit the following shop drawings in accordance with Section 01300.

1. Product Data: For each type of product indicated.

2. Samples: For color, letter style, and graphic representation required for each identification material and device.

3. Shop Drawings:

a. Submit valve schedule for each piping system, typewritten and produced on 8-1/2 inches by 11 inches bond paper. Tabulate valve number, piping system, system abbreviation (as shown on tag), location of valve (room or space), and variations for identification (if any). Mark valves intended for emergency shut-off and similar special uses, by special flags in schedule margin. In addition to mounted copies, furnish extra copies for maintenance manuals.

4. Equipment Label Schedule: Include a listing of all equipment to be labeled with the proposed content for each label.

5. Valve numbering scheme.

6. Valve Schedules: For each piping system to include in maintenance manuals.

1.04 QUALITY ASSURANCE:

A. Comply with the requirements specified in Section 01400.

B. Manufacturer’s Qualifications: Firms regularly engaged in manufacture of identification devices of types and sizes required, whose products have been in satisfactory use in similar service for not less than 5 yrs.

C. Regulatory Requirements:

1. ANSI Standards: Comply with ASME A13.1 for lettering size, length of color field, colors, and viewing angles of identification devices.

1.05 MAINTENANCE:

A. Extra Materials:

1. Furnish minimum 5 percent extra stock of each mechanical identification material required, including additional numbered valve tags (not less than 3) for each piping system, additional piping system identification markers, and additional plastic laminate engraving blanks of assorted sizes.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15075-2 Bid Set

a. Where stenciled markers are provided, clean and retain stencils after completion of stenciling and include used stencils in extra stock along with required stock of stenciling paints and applicators.

1.06 DELIVERY STORAGE AND HANDLING:

A. Comply with the requirements specified in Section 01610.

1.07 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.

C. Install identifying devices before installing acoustical ceilings and similar concealment.

PART 2 - PRODUCTS

2.01 MANUFACTURERS:

A. Allen Systems, Inc.

B. Brady (W.H.) Company, Signmark Division.

C. Marking Services, Inc.

D. Industrial Safety Supply Company, Inc.

E. Seton Name Plate Corporation.

G. Or acceptable equivalent product

2.02 MECHANICAL IDENTIFICATION MATERIALS:

A. Provide manufacturer’s recommended products as specified for each application.

B. Where more than single type is specified for application, selection is installer’s option, but provide single selection for each product category.

C. Bands, markers, and identification materials used in mechanical rooms and process locations shall be rated for exterior application and suitable for withstanding occasional wash down.

2.03 EQUIPMENT LABELS:

A. Metal Labels for Equipment:

City of North Miami Pump Station “A” Rehab – 100% Submittal 15075-3 Bid Set

1. Material and Thickness: Stainless steel, 0.025-inch minimum thickness, and having predrilled or stamped holes for attachment hardware.

2. Minimum Label Size: Length and width vary for required label content, but not less than 2-1/2 by 3/4 inch.

3. 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.

4. Fasteners: Stainless-steel rivets or self-tapping screws.

5. Adhesive: Contact-type permanent adhesive, compatible with label and with substrate.

B. 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: As identified in Schedule 15075-2.

3. Background Color: As identified in Schedule 15075-2.

4. Maximum Temperature: Able to withstand temperatures up to 160 degrees F.

5. Lettering size is presented in Schedule 15075-2.

6. Fasteners: Stainless-steel rivets or self-tapping screws.

7. Adhesive: Contact-type permanent adhesive, compatible with label and with substrate.

C. 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.

D. Equipment Label Schedule: For each item of equipment to be labeled, on 8-1/2 inch 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.

E. Arrows: Print each pipe marker with arrows indicating direction of flow, either integrally with piping system service lettering (to accommodate both directions), or as separate unit of plastic.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15075-4 Bid Set

F. Label and band colors in accordance with ASME A13.1, Pipe Identification Schedule 15075-2 and following:

1. Lettering and arrows as identified in Schedule 15075-2, or as follows:

a. Black on yellow background for inherently hazardous materials.

b. White on blue (gaseous) or green (liquid) for low hazard materials.

c. White on red background for fire quenching materials.

2. Banding: Colors and band spacing are presented in Schedule 15075-2.

2.04 PAINTED DUCTWORK IDENTIFICATION:

A. Stencils: Standard fiberboard stencils prepared for required applications with letter sizes generally complying with recommendations of ASME A13.1 for piping and similar applications, but not less than 1-1/4 inches high letters for ductwork and not less than 3/4-inch high letters for access door signs and similar operational instructions.

B. Stencil Paint: Standard exterior type stenciling enamel, black except as otherwise indicated; either brushing grade or pressurized spray can form and grade.

C. Nomenclature: Include following:

1. Direction of air flow (arrow).

2. Duct service (supply, return, exhaust, etc.).

3. Hazardous Exhausts: List duct origin (chlorine room, fume hood, wet well, etc.).

2.04 PLASTIC DUCTWORK MARKERS:

D. Provide manufacturer’s standard laminated plastic, color coded, adhesive duct markers. Conform to the color code as identified in Schedule 15075-2, or as follows:

1. Black letters on white background for non-hazardous areas.

2. For hazardous exhausts, use black letters on yellow background.

E. Nomenclature: Include following:

1. Direction of air flow (arrow).

2. Duct service (supply, return, exhaust, etc.).

3. Hazardous Exhausts: List duct origin (chlorine room, fume hood, wet well, etc.).

City of North Miami Pump Station “A” Rehab – 100% Submittal 15075-5 Bid Set

2.05 UNDERGROUND TYPE PLASTIC LINE MARKERS:

A. Permanent, bright colored, continuous printed plastic tape, intended for direct burial service; not less than 6 inches wide by 4 mils thick. Provide tape with printing most accurately indicating type of service of buried pipe.

2.06 PIPE LABELS:

A. General Requirements for Manufactured Pipe Labels: Preprinted, color-coded, with lettering indicating service, and showing flow direction.

B. Pretensioned Pipe Labels: Precoiled, semirigid plastic formed to cover full circumference of pipe and to attach to pipe without fasteners or adhesive.

C. Self-Adhesive Pipe Labels: Printed plastic with contact-type, permanent-adhesive backing.

D. 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.

2.07 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: 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 inch 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.

2.08 WARNING TAGS:

A. Warning Tags: Preprinted or partially preprinted, accident-prevention tags, of plasticized card stock with matte finish suitable for writing.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15075-6 Bid Set

1. Size: 3 by 5-1/4 inches minimum.

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. Coordination: Where identification are to be applied to surfaces requiring insulation, painting or other covering or finish including valve tags in finished mechanical spaces, install identification after completion of covering and painting. Install identification prior to installation of acoustical ceilings and similar removable concealment.

3.02 PIPING SYSTEM IDENTIFICATION:

A. Locate pipe markers with arrows and color bands as follows wherever piping exposed to view in occupied spaces, machine rooms, accessible maintenance spaces (shafts, tunnels, plenums), and exterior non-concealed locations.

1. Near each valve and control device.

2. Near locations where pipes pass through walls or floors, ceilings or enter non-accessible enclosures.

3. At access doors, manholes, and similar access points permitting view of concealed piping.

4. Near major equipment items and other points of origination and termination.

5. Spaced intermediately at maximum spacing of 30 feet along each piping run, except reduce spacing to 20 feet in congested areas of piping and equipment.

6. On piping above removable acoustical ceilings, except omit intermediately spaced markers.

B. Locate color bands at each marker and at intermediate spacing not to exceed 10 feet between bands, and at lesser spacing as indicated or as required by local codes.

C. Locate directional arrows at each marker. Provide 2 arrows at each tee or branch fitting.

D. Where piping is normally visible from more than 1 side, provide 2 or 3 labels and arrows spaced at 120 degree intervals around pipe in accordance with ASME A13.1.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15075-7 Bid Set

3.03 DUCTWORK IDENTIFICATION:

A. Identify air supply, return, exhaust, intake and relief ductwork with duct markers and direction of flow arrows in black or white (whichever provides most contrast with ductwork color).

B. Location: In each space where ductwork is exposed or concealed only by removable ceiling system, locate signs near points where ductwork originates or continues into concealed enclosures (shaft, underground or similar concealment), and at 30 foot spacings along exposed runs. Provide 2 flow arrows at each branch or tee fitting.

C. Access Doors: Provide duct markers or stenciled signs on each access door in ductwork and housings indicating purpose of access (to what equipment).

3.04 UNDERGROUND PIPING IDENTIFICATION:

A. During backfilling/top soil placement of each exterior underground piping systems, install continuous underground type plastic line marker located directly over buried line at 6 to 8 inches below finished grade. Where multiple small lines buried in common trench and do not exceed overall width of 16 inches, install single line marker. For tile fields and similar installations, mark only edge pipe lines of field.

3.05 PLUMBING AND HVAC VALVE IDENTIFICATION:

A. Provide valve tag on each plumbing and HVAC valve, cock, and flow control device in each piping system. Exclude check valves, valves within factory fabricated equipment units, plumbing fixture faucets, convenience and lawn watering hose bibs, shut-off valves at plumbing fixtures, HVAC terminal devices, and similar rough-in connections of end use fixtures and units.

B. Schedule:

1. List each tagged valve in valve schedule for each piping system.

2. Mount valve schedule frames and schedules in machine rooms where indicated or, if not otherwise indicated, where indicated by Owner.

a. Where more than one major machine room shown for project, install mounted valve schedule in each major machine room and repeat only main valves operated in conjunction with operations of more than single machine room.

3. For each page of valve schedule, provide glazed display frame with screws for removable mounting on masonry walls. Provide frames of finished hardwood or extruded aluminum with SSB grade sheet glass.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15075-8 Bid Set

3.06 PROCESS VALVE IDENTIFICATION:

A. Install engraved plastic marker or fiberglass tag at each process valve, gate, or flow control device as identified by P&ID tag numbers on Drawings.

3.07 MECHANICAL EQUIPMENT IDENTIFICATION:

A. Install engraved plastic laminate sign or plastic equipment marker on or near each major item of mechanical equipment and each operational device, if not otherwise specified for each item or device. Provide signs for each unit having equipment tag number on Drawings or in Specifications.

B. 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.

3.08 EQUIPMENT LABEL INSTALLATION:

A. Install or permanently fasten labels on each major item of mechanical equipment.

B. Locate equipment labels where accessible and visible.

3.09 PIPE LABEL INSTALLATION:

A. Piping Color-Coding: Painting of piping is specified in Section 09900 “Painting and Coating.”

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 50 feet along each run. Reduce intervals to 25 feet in areas of congested piping and equipment.

7. On piping above removable acoustical ceilings. Omit intermediately spaced labels.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15075-9 Bid Set

3.10 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.

3.11 WARNING-TAG INSTALLATION:

A. Write required message on, and attach warning tags to, equipment and other items where required.

3.12 ADJUSTING AND CLEANING:

A. Adjusting: Relocate any mechanical identification device visually blocked.

B. Cleaning: Clean face of identification devices and glass frames of valve schedules.

3.13 FIELD QUALITY ASSURANCE:

A. Final Survey and Repairs:

1. 1 year after date of substantial completion, Contractor shall perform walk-through survey of mechanical identification systems and shall remove and replace any bands, labels, tags or markers that are loose, discolored, or defective.

2. Replacement materials shall be provided by Contractor, not drawn from Owner’s extra material.

3.14 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

3.15 SCHEDULES:

Schedule 15075-1 Outside Pipe Diameter Minimum Letter Minimum Length (in.) Height (in.) of Marker (in.) 3/4 to 1-1/4 1/2 8 1-1/2 to 2 3/4 8 2-1/2 to 6 1-1/4 12 8 to 10 2-1/2 24 over 10 3-1/2 32

City of North Miami Pump Station “A” Rehab – 100% Submittal 15075-10 Bid Set

Schedule 15075-2 Piping Identification Schedule Flowstream Background Duct/Pipe Duct/Pipe Duct/Pipe Label Text Identifier Label Color Color Banding WATER (W1) (Hot) (Soft) Green Potable Water Light Blue --- (W2) Non-Potable Water Dark Blue Yellow (W3) Plant Effluent Light Gray NON-POTABLE WATER (CWS) (CWR) Yellow Chilled Water (Supply) (Return) Dark Blue White (JW) Yellow Engine Jacket Water Dark Blue Orange (W3) Yellow Final Effluent Water Light Gray Yellow (W3) Yellow Flushing Water Light Gray Yellow (HWS) (HWR) Yellow Heating Water (Supply) (Return) Dark Blue Red (W2) Yellow Non-Potable Water Dark Blue Yellow Red Fire Protection Water Red --- STEAM AND CONDENSATE (CPD) Yellow Condensate Steam White Blue (HPS) Yellow High Pressure Steam White Red (LPS) Yellow Low Pressure Steam White Yellow AIR (AHP) Yellow Air - High Pressure Green Red (AI) Yellow Air - Instrument Green White (ALP) Blue Air - Low Pressure Green --- (OA) Yellow Odorous Air Green Brown (VAC) Blue Vacuum Green Blue (V) Yellow Plumbing Vent Black (V) Yellow (Process) Vent Black FLAMMABLE GAS (DG) Yellow Digester Gas Orange Brown (LFG) Yellow Landfill Gas Orange Grey (G) Yellow Natural Gas Orange --- (LP) Yellow Propane Gas Orange --- CHEMICAL (CG) Chlorine & Hypochlorite Yellow (AL) Alum Orange (AMG)(AMS) Ammonia White (AM)(AMU) (CRS) Carbon Slurry Black ____ Fluoride Light Blue Red (LS) Lime Slurry Light Green Ozone Yellow Orange Phosphate Compounds Light Green Red (PO) Polymers or Coagulant Aids Orange Green Potassium Permanganate Violet (SAS) Soda Ash Light Green Orange __ Sulfuric Acid Yellow Red (SDG)(SDL)(SDS) Sulfur Dioxide Light Green Yellow (SOV) (ACS) Yellow (Acidic Chemicals) Yellow White Yellow (Alkaline Chemicals) Yellow Black Yellow (Non-corrosive Chemicals) Yellow Blue Yellow Refrigerant Yellow Blue

City of North Miami Pump Station “A” Rehab – 100% Submittal 15075-11 Bid Set

Schedule 15075-2 Piping Identification Schedule Flowstream Background Duct/Pipe Duct/Pipe Duct/Pipe Label Text Identifier Label Color Color Banding DRAINS & WASTE (UD)(BD)(D)(PD) Yellow Sanitary Drain Dark Gray ------Green Roof Drain (Match wall --- color) OIL (FOS) (FOR) Yellow Fuel Oil Black Orange (LOC) Yellow Lubricating (Clean) Oil Black White (LOD) Yellow Lubricating (Dirty) Oil Black --- (HO) Yellow Hydraulic Oil Black Red Duct White HVAC Duct – NW Hazardous ------Yellow HVAC Duct - Hazardous ------WASTEWATER TREATMENT FACILITIES (RWW) Yellow SewageDark Gray (SE) Yellow Wastewater Effluent Light Gray (DS)(PSD)(RAS) Yellow Sludge/Scum Dark Brown Light Brown (W3) Yellow Flushing Water Light Gray WATER TREATMENT FACILITIES Yellow Raw Olive Green Yellow Settled or Clarifier Aqua Yellow Finished or Potable Dark Blue Yellow Backwash Waste Light Brown Yellow Sludge Dark Brown Yellow Sewer (Sanitary or Other) Dark Gray OTHER Yellow Other Lines Light Gray

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 15075-12 Bid Set

SECTION 15101

PROCESS VALVES AND APPURTENANCES

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide and test valves and appurtenances as indicated and specified.

1. Provide sizes and capacities as indicated or specified.

1.02 REFERENCES:

A. American Society for Testing and Materials (ASTM):

1. ASTM A48: Specification for Gray Iron Castings.

2. ASTM A126: Standard Specification for Gray Iron Castings for Valves, Flanges and Pipe Fittings.

3. ASTM A536: Specification for Ductile-Iron Castings.

B. American National Standards Institute (ANSI):

1. ANSI B2.4: Hose Coupling Screw Threads.

2. ANSI B16.1: Cast-Iron Pipe Flanges and Flanged Fittings, Class 25, 125, 250, and 800.

3. ANSI B16.4: Cast-Iron Threaded Fittings, Class 125 and 250.

4. ANSI B16.10: Face-to-Face and End-to-End Dimensions of Ferrous Valves.

1.03 SUBMITTALS:

A. Shop Drawings: Submit the following in accordance with Section 01300 - SUBMITTALS:

1. Certified shop and erection drawings.

a. Drawings shall be in conformance with all other requirements as specified in this specification.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15101-1 Bid Set

2. Data, regarding valve characteristics and performance including cu.

3. Shop drawing data for accessory items.

4. Manufacturer's literature as needed to supplement certified data.

5. Operating and maintenance instructions and parts lists.

6. Listing of reference installations as specified with contact names and telephone numbers.

7. Valve shop test results.

8. Qualifications of field service technician.

9. Shop and Field inspections reports.

10. List of recommended spare parts other than those specified.

11. Recommendations for short and long term storage.

12. Special tools.

13. Shop and field testing procedures and equipment to be used.

14. Number of service technician days provided and per diem field service rate.

15. Manufacturer’s product data and specifications for shop painting.

16. Provide layout drawing showing orientation of plug, gate, check and ball valves and actuator and nearest obstruction.

17. Manufacturer's product data and specifications for shop painting.

18. Provide a listing of the materials recommended for each service specified and indicated. Provide documentation showing compatibility with process fluid and service specified and indicated.

19. The most recent ISO 9000 series certification or quality system plan.

20. Material Certification:

a. Provide certification from the equipment manufacturer that the materials of construction specified are recommended and suitable for the service conditions specified and indicated. If materials other than those specified are proposed based on incompatibility with the service conditions, provide

City of North Miami Pump Station “A” Rehab – 100% Submittal 15101-2 Bid Set

technical data and certification that the proposed materials are recommended and suitable for the service conditions specified and indicated including an installation list of a minimum of five (5) installations in operation for a minimum of five (5) years. Provide proposed materials at no additional cost to the Owner.

b. Where materials are not specified, provide technical data and certification that the proposed materials are recommended and suitable for the service conditions specified and indicated.

B. A copy of this specification section with addenda and all referenced specification sections with addenda, with each paragraph check-marked to indicate specification compliance or marked to indicate requested deviations and clarifications from the specified requirements.

1. If deviations and clarifications from the specifications are indicated, therefore requested by the Contractor, provide a detailed written justification for each deviation and clarification.

2. Failure to include a copy of the marked-up specification sections and or the detailed justifications for any requested deviation or clarification will result in submittal return without review until marked up specification and justification are resubmitted with the entire package.

1.04 QUALITY ASSURANCE:

A. Provide in accordance with Section 01400 and as specified herein.

B. Provide enclosures for atmospheres specified and indicated.

C. Contractor responsible for verifying outside diameter of pipe to be tapped.

1.05 DELIVERY, STORAGE AND HANDLING:

A. Provide in accordance with Section 01600 and as specified herein.

B. Shipping:

1. Ship equipment, material and spare parts complete except where partial disassembly is required by transportation regulations or for protection of components.

2. Pack spare parts in containers bearing labels clearly designating contents and pieces of equipment for which intended.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15101-3 Bid Set

3. The Contractor shall obtain spare parts from the manufacturer at the same time as pertaining equipment. The Contractor shall maintain possession of spare parts until Substantial Completion, at which time all spare parts shall be turned over to the Owner.

C. Receiving:

1. Inspect and inventory items upon delivery to site.

2. Store and safeguard equipment, material and spare parts in accordance with manufacturers written instructions.

1.06 SPECIAL REQUIREMENTS:

A. Refer to the applicable sections of Division 2 with regard to providing the following:

1. Lubricants

2. Special Tools

3. Bolts, Anchor Bolts, and Nuts

4. Sleeves and inserts

5. Protection against electrolysis

6. Nameplates

7. Operating and maintenance instructions and parts lists

PART 2 - PRODUCTS

2.01 ECCENTRIC PLUG VALVES:

A. Manufacturers:

1. DeZurik

2. Val-Matic

3. Or acceptable equivalent product.

B. Type: Non-lubricated, eccentric.

C. Body Working Pressure:

City of North Miami Pump Station “A” Rehab – 100% Submittal 15101-4 Bid Set

1. Cast Iron, ASTM A126 Class B or Ductile Iron, ASTM A536, Grade 64-45-12.

a. Valves 4-in. through 12-in: 175 psi.

D. Ends:

1. Grooved: ANSI/AWWA C606 for ductile iron valves.

2. Flanged: ANSI B16.1 125-lb for cast iron valves.

3. Buried Valves: Mechanical joint.

E. Valve Ports:

1. Provide rectangular or circular except for pigging services.

2. Port size: 100 percent of pipe area.

F. Valve Seats:

1. Coat plug with seat material or hold by means of Type 316 stainless steel seat ring and attach to the valve with self-locking Type 316 stainless steel screws.

a. Seat Material:

(1) Neoprene or Buna-N synthetic rubber.

2. Provide valves with coated plugs with mating seats of 90 percent, minimum, pure nickel welded into the body of valves.

3. Provide valves with seats clamped to valve with mating seat of 90 percent, minimum, pure nickel welded to the valve body.

G. Upper and Lower Plug Journal Bearings:

1. Removable, permanently lubricated stainless steel bushings for valves 20-in and smaller.

2. Provide grit seals for upper and lower plug shafts for all valves.

H. Stem Seals:

1. Adjustable multiple V-packing or multiple point contact rubber rings.

2. Replaceable and adjustable without valve disassembly.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15101-5 Bid Set

3. Provide valves with two sets of packing rated for vacuum service for all pump suction isolation service and for services where a vacuum is specified and indicated.

I. Operators for Valves 4-in and larger:

1. Manually Operators:

a. Gear operated with handwheels, levers are not acceptable.

b. Provide gear operators rated for bi-directional shutoff at the valve working pressure rating as specified herein.

c. Gear operators: Totally enclosed worm gear, traveling nut type is not acceptable. Provide permanently lubrication, watertight and dustproof, with adjustable open and closed stops and plug position indicator.

d. Provide all work gears designed and certified to withstand input loads up to 300-ft-lbs minimum at the stops without damage.

e. Buried or submerged valves: Provide watertight gear operator with handwheel operated floorstand as indicated. Gear operator to be totally enclosed and gasketed with Type 316 stainless steel hardware.

f. Chainwheels: Provide where required as specified herein.

g. Where indicated provide Type 316 stainless steel stem extension to operating floor elevation as indicated and provide the bevel gear operator with a fabricated steel floorstand and handwheel.

J. Shop Testing:

1. Provide all plug valves tested and certified bubble tight in both directions at the full rated working pressure as specified herein.

K. Shop Painting:

1. Provide fusion bonded epoxy, 12 mils inside and out.

2. For valves installed in glass lined and ceramic epoxy lined piping systems, provide glass lined valves with epoxy paint coating as specified herein.

2.02 RUBBER FLAPPER CHECK VALVES:

A. Manufacturers:

City of North Miami Pump Station “A” Rehab – 100% Submittal 15101-6 Bid Set

1. Val-Matic

2. DeZurik/APCO

3. GA Industries

4. Crispin

5. Or acceptable equivalent product

B. Materials:

1. Body and Cover: Ductile Iron ASTM A536 Grade 65-42-12

2. Rubber Flapper: Buna N 70 Durometer ASTM 2000-BG encapsulating an ASTM A36 steel plate

3. Hinge Pin: AISI 1018

C. Provide valves with a full pipe size flow area.

D. Provide valves 4-in and larger capable of passing a 3-inch sphere.

E. Provide a threaded connection with bronze plug on cover and on the bottom of the valve

F. Working Pressure:

1. 2-in thru 24-in: 250 psi

G. Ends: Flanged ANSI B16.1, 150-lb

H. Provide seating surface at a 45 degree angle such that the flapper travels a maximum of 35 degrees from full closed to full open position.

I. Provide valve with cover designed for removal of the valve internals without removing the valve from the pipeline.

J. Position Indicator:

1. Provide a mechanical indicator to provide disc position for valves 4-in and larger.

2. Provide the indication with continuous contact with the disc

K. Backflow Device:

City of North Miami Pump Station “A” Rehab – 100% Submittal 15101-7 Bid Set

1. Provide a screw type rising stem backflow device located on the bottom of the check valves.

2. Provide a stainless steel T-handle device with bronzed bushings

2.03 BALL VALVES – GENERAL SERVICE:

A. Manufacturers:

1. Jamesbury

2. KF

3. Inline

4. Kitz

5. Or acceptable equivalent product.

B. Valves ½-in thru 4-in

1. Materials:

a. Body and End Cap: Three piece, ASTM A351 Grade CF8M.

b. Body Seal: PTFE.

c. Seat: RTFE.

d. Ball: Type 316 stainless steel.

e. Stem: Type 316 stainless steel.

2. Pressure Rating:

a. ½-in thru 2-in: 1000 psi at 100 deg F

3. Ends:

a. 2-in and Smaller: Screwed or flanged.

C. Actuators:

1. Manual: Provide lever operator

City of North Miami Pump Station “A” Rehab – 100% Submittal 15101-8 Bid Set

2.04 RESILIENT SEAT GATE VALVES 3-INCH AND LARGER:

A. Resilient Seat Gate Valves:

1. Manufacturers-NRS Type Valves:

a. US Pipe.

b. American Cast Iron Pipe.

c. Kennedy Valve.

d. Mueller.

e. Seguro Valve.

B. General:

1. Provide valves that conform to NSF Standard 61.

2. Potable water service: Provide resilient seat gate valves for all sizes indicated. If resilient seat valves are not available provide double revolving disc gate valves.

3. Provide metallic seated valves conforming to AWWA C500 except as herein modified.

4. Provide resilient seated valves conforming to AWWA C509 except as modified herein.

C. Materials:

1. Body and Bonnet: ASTM A536 ductile iron.

2. Wedge: ASTM A536 ductile iron encapsulated with EPDM.

3. Provide all other materials as specified in AWWA C500 and C509. Working water pressure:

Valve Size Pressure Rating inch mm psi kPa 3 to 16 75 to 400 250 1750 18 & Larger 450 & Larger 150 1050

4. Exposed Valves: Flanged OS&Y valves. Face-to-face dimensions to comply with ANSI B16.10, flanges to comply with ANSI B16.1.

5. Buried Valves: Mechanical joint or push-on joint ends, non-rising stem valves with operating nut in lieu of hand wheel. Provide gate boxes, steel extension

City of North Miami Pump Station “A” Rehab – 100% Submittal 15101-9 Bid Set

stems or universal-joint operating rods with 2-in square operating nuts at upper end with coupling connected to valve stem to bring to operating nut to within 6 inches of ground surface.

6. Provide counterclockwise rotation to open valves.

7. Provide conventional packing or double O rings in non-rising stem valves.

8. Valves capable of being repacked or O ring replaceable while under pressure.

9. Provide Type 316 stainless steel bolts and bronze nuts for stuffing box follower.

10. Provide bypass valves for valves 16-inch and larger where required for opening under pressure with a maximum 40-lb rim pull at the valve pressure rating.

D. Provide all gate valves with all internal and external wetted parts coated with a fusion bonded epoxy in accordance with ANSI/AWWA C550.

2.05 ANGLE HOSE VALVES & HOSE BIBBS:

A. Type 410--Bronze Angle Hose Valves:

1. Angle-type hose valves of sizes 1-1/2 inches and 2-1/2 inches shall be brass or bronze (ASTM B62 or ASTM B584, Alloy C83600) body with rising or nonrising stem, composition disc, and bronze or malleable iron handwheel. Stem shall be bronze, ASTM B62, ASTM B584 (Alloy C83600), or ASTM B198 (Alloy C87600). Valves shall have a cold-water service pressure rating of at least 150 psi. Provide cap and chain with valve. Threads on the valve outlet shall be American National Standard fire hose coupling screw thread. Valves shall be Nibco T-301-HC, Powell Figure 151 with Figure 527 nipple adapter, or Crane 17TF with hose nipple adapter.

B. Type 420--Bronze Hose Bibbs:

1. Hose bibbs of size 1/2 inch, 3/4 inch, and 1 inch shall be all bronze (ASTM B62 or ASTM B584, Alloy C83600) with rising or nonrising stem, composition disc, bronze or malleable iron handwheel, and bronze stem (ASTM B99, Alloy C65100; ASTM B371, Alloy C69400; or ASTM B584, Alloy C87600). Packing shall be Teflon or graphite. Valves shall have a pressure rating of at least 125 psi for cold-water service. Threads on valve outlet shall be American National Standard fire hose coupling screw thread (ASME B1.20.7). Provide atmospheric vacuum breaker conforming to the state of Florida health department on each hose bibb. Valves shall be Jenkins Figure 112, 113, or 372, Nibco Figure T-113-HC, or Powell Figure 503H.

2.06 TAPPING VALVES

A. In accordance with City of North Miami standard details

City of North Miami Pump Station “A” Rehab – 100% Submittal 15101-10 Bid Set

2.07 PAINTING:

A. Coat internal and external ferrous surfaces of valve with NSF Certified Epoxy in accordance with ANSI/NSF Std. 61, and in conformance to AWWA D102 Inside System No. 1 for all valves not specified to have a fusion bonded epoxy coating.

PART 3 - EXECUTION

3.01 GENERAL:

A. Prior to installation, protect stored valves and appurtenances from damage due to exposure to sunlight, heat, dirt, debris, freezing and thawing, vandalism, etc.

B. Clean all debris, dirt, gravel, etc, from inside of piping before placing valves in place.

C. Erect and support valves in respective positions free from distortion and strain on appurtenances during handling and installation. Inspect material for defects in workmanship and material. Clean out debris and foreign material from valve openings and seats, test operating mechanisms to check functioning, and check nuts and bolts for tightness. Repair, valves and other equipment which do not operate easily or are otherwise defective at no additional cost to the Owner.

D. Set plumb and support valves in conformance with instructions of manufacturer. Shim valves mounted on face of concrete vertically and grout in place. Install valves in control piping for access.

E. Provide bolted split sleeve coupling or flexible type grooved coupling on downstream side of buried valves to assist in valve removal.

F. Where indicated provide Type 316 stainless steel stem extension to operating floor elevation as indicated and provide the bevel gear operator with a fabricated steel floorstand and handwheel.

3.02 GATE VALVES:

A. Install gate valve stem as indicated or with stems between vertical and 45 degrees above the horizontal. Valves installed with stems below horizontal are not acceptable.

3.03 CHECK VALVES:

A. Install swing check valves horizontally in pipelines.

3.04 PLUG VALVES:

City of North Miami Pump Station “A” Rehab – 100% Submittal 15101-11 Bid Set

A. Install valves in horizontal piping with shaft horizontal such that in open position, plug is located in upper part of valve body. Orient valves so that in closed position, flow is against the face of the plug.

3.05 VALVE BOXES:

A. Provide valve box for each buried valve and where indicated.

B. Set box so top is flush with finished surface and so box does not bear on valve, or pipe.

3.06 FIELD PAINTING:

A. Furnished and applied by Painting Subcontractor.

3.07 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 15101-12 Bid Set

SECTION 15144

PRESSURE TESTING OF PIPING

PART 1 - GENERAL

1.01 DESCRIPTION:

This section specifies the hydrostatic, pneumatic, and leakage testing of pressure piping for wastewater treatment plants.

1.02 SUBMITTALS:

1. Submit shop drawings in accordance with the General Conditions, Section 01300 and the following.

2. Submit test bulkhead locations and design calculations, pipe attachment details, and methods to prevent excessive pipe wall stresses.

3. Submit six copies of the test records to the Owner's Representative upon completion of the testing.

1.03 TEST PRESSURES:

Test pressures for the various services and types of piping are shown in the Piping Schedule in the drawings.

1.04 TESTING RECORDS:

Provide records of each piping installation during the testing. These records shall include:

1. Date and times of test.

2. Identification of process, pipeline, or pipeline section tested or retested.

3. Identification of pipeline material.

4. Identification of pipe specification.

5. Test fluid.

6. Test pressure at low point in process, pipeline, or pipeline section.

7. Remarks: Leaks identified (type and location), types of repairs, or corrections made.

8. Certification by Contractor that the leakage rate measured conformed to the specifications.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15144-1 Bid Set

PART 2 - MATERIALS

2.01 VENTS AND DRAINS FOR ABOVEGROUND PIPING:

Install vents on the high points of aboveground piping, whether shown in the drawings or not. Install drains on low points of aboveground piping, whether shown in the drawings or not. Provide a valve at each vent or drain point. Valves shall be 3/4-inch for piping 3 inches and larger and 1/2-inch for piping smaller than 3 inches. Valves shall be as specified in Section 15101, Part 2.03, unless otherwise shown in the drawings.

2.02 MANUAL AIR-RELEASE VALVES FOR BURIED PIPING:

Provide temporary manual air-release valves at test bulkheads for pipeline test. Construct the pipe outlet in the same manner as for a permanent air valve and after use, seal with a blind flange, pipe cap, or plug and coat the same as the adjacent pipe.

2.03 TEST BULKHEADS:

Design and fabricate test bulkheads per Section VIII of the ASME Boiler and Pressure Vessel Code. Materials shall comply with Part UCS of said code. Design pressure shall be at least 2.0 times the specified test pressure for the section of pipe containing the bulkhead. Limit stresses to 70% of yield strength of the bulkhead material at the bulkhead design pressure. Include air-release and water drainage connections.

2.04 TESTING FLUID:

A. Testing fluid shall be reclaimed water, unless otherwise noted, or a pneumatic test is indicated on the Piping Schedule.

B. For potable water pipelines, obtain and use only potable water for hydrostatic testing.

C. Submit request for use of water from waterlines of Owner 48 hours in advance.

D. The Contractor may obtain potable and reclaimed water from the Owner at no charge.

2.05 TESTING EQUIPMENT:

Provide calibrated pressure gauges, pipes, bulkheads, pumps, compressors, chart recorder, and meters to perform the hydrostatic and pneumatic testing. The Contractor shall supply all temporary plugs, blocking, taps and testing equipment as required to test all the sections of piping installed.

PART 3 - EXECUTION

3.01 TESTING PREPARATION:

1. Pipes shall be in place, backfilled, and anchored before commencing pressure testing. City of North Miami Pump Station “A” Rehab – 100% Submittal 15144-2 Bid Set

2. Conduct pressure tests on exposed and aboveground piping after the piping has been installed and attached to the pipe supports, hangers, anchors, expansion joints, valves, and meters.

3. For buried piping, the pipe may be partially backfilled and the joints left exposed for inspection during an initial leakage test. Perform the final pressure test, however, after completely backfilling and compacting the trench.

4. Provide any temporary piping needed to carry the test fluid to the piping that is to be tested. After the test has been completed and demonstrated to comply with the specifications, disconnect and remove temporary piping. Do not remove exposed vent and drain valves at the high and low points in the tested piping; remove any temporary buried valves and cap the associated outlets. Plug taps or connections to the existing piping from which the test fluid was obtained.

5. Provide temporary drain lines needed to carry testing fluid away from the pipe being tested. Remove such temporary drain lines after completing the pressure testing. Pipes shall remain full after testing.

6. Prior to starting the test, the Contractor shall notify the County's Representative.

3.02 CLEANING:

1. Before conducting hydrostatic tests, flush pipes with water to remove dirt and debris. For pneumatic tests, blow air through the pipes. Maintain a flushing velocity of at least 3 fps for water testing and at least 2,000 fpm for pneumatic testing. Flush pipes for time period as given by the formula

2L T = 3

in which:

T = flushing time (seconds)

L = pipe length (feet).

2. For pipelines 24 inches or larger in diameter, acceptable alternatives to flushing are use of high-pressure water jet, sweeping, or scrubbing. Water, sediment, dirt, and foreign material accumulated during this cleaning operation shall be discharged, vacuumed, or otherwise removed from the pipe.

3.03 TESTING AND DISINFECTION SEQUENCE FOR POTABLE WATER PIPING:

1. Perform required disinfection after hydrostatic testing, except when pipeline being tested is connected to a potable waterline.

2. Locate and install test bulkheads, valves, connections to existing pipelines, and other appurtenances in a manner to provide an air gap separation between existing

City of North Miami Pump Station “A” Rehab – 100% Submittal 15144-3 Bid Set

potable water pipelines and the pipeline being tested. Disinfect water and pipeline being tested before hydrostatic testing when connected to a potable waterline.

3.04 LENGTH OF TEST SECTION FOR BURIED PIPING:

The maximum length of test section for buried pipe is 1,000 feet. Provide intermediate test bulkheads where the pipeline length exceeds these limits.

3.05 INITIAL PIPELINE FILLING FOR HYDROSTATIC TESTING:

Maximum rate of filling shall not cause water velocity in pipeline to exceed 1 fps. Filling may be facilitated by removing automatic air valves and releasing air manually.

3.06 TESTING NEW PIPE WHICH CONNECTS TO EXISTING PIPE:

Prior to testing new pipelines that are to be connected to existing pipelines, isolate the new line from the existing line by means of test bulkheads, spectacle flanges, or blind flanges. After the new line has been successfully tested, remove test bulkheads or flanges and connect to the existing piping.

3.07 HYDROSTATIC TESTING OF ABOVEGROUND OR EXPOSED PIPING:

A. Open vents at high points of the piping system to purge air while the pipe is being filled with water. Venting during system filling may also be provided by temporarily loosening flanges.

B. Subject the piping system to the test pressure indicated on the Piping Schedule in the drawings. Maintain the test pressure for a minimum of four hours. Examine joints, fittings, valves, and connections for leaks. The piping system shall show zero leakage or weeping. Correct leaks and retest until zero leakage is obtained.

3.08 HYDROSTATIC TESTING OF BURIED PIPING:

A. Where any section of the piping contains concrete thrust blocks or encasement, do not make the pressure test until at least 10 days after the concrete has been placed. When testing mortar-lined or PVC piping, fill the pipe to be tested with water and allow it to soak for at least 48 hours to absorb water before conducting the pressure test.

B. Apply and maintain the test pressure by means of a positive displacement hydraulic force pump.

C. Maintain the test pressure for the following duration by restoring it whenever it falls an amount of 5 psi:

City of North Miami Pump Station “A” Rehab – 100% Submittal 15144-4 Bid Set

Pipe Diameter (inches) Hours 18 and less 4 20 to 36 8 Greater than 36 24

D. After the test pressure is reached, use a meter to measure the additional water added to maintain the pressure. This amount of water is the loss due to leakage in the piping system. The allowable leakage volume is defined by the formula

HND(P)1/2 L = C

in which:

L = allowable leakage (gallons) H = specified test period (hours) N = number of rubber-gasketed joints in the pipe tested D = diameter of the pipe (inches) P = specified test pressure (psig) C = 7,400

E. The allowable leakage for buried piping having threaded, brazed, or welded (including solvent welded) joints shall be zero.

F. Repair and retest any pipes showing leakage rates greater than that allowed in the above criteria.

G. Test piping subject to the National Fire Code requirements per NFPA 24. Test such piping hydrostatically at not less than 200-psi pressure for two hours or at 50 psi in excess of the maximum static pressure when the maximum static pressure is in excess of 150 psi. The amount of leakage in piping shall be measured at the specified test pressure by pumping from a calibrated container. The amount of leakage at the joints shall not exceed 2 quarts per hour per 100 gaskets or joints irrespective of pipe diameter. The piping subject to this testing requirement is shown in the Piping Schedule in the drawings.

H. The allowable leakage for buried piping having threaded, brazed, or welded (including solvent welded) joints shall be zero.

I. Repair and retest any pipes showing leakage rates greater than that allowed in the above criteria.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15144-5 Bid Set

3.09 REPETITION OF TEST:

If the actual leakage exceeds the allowable, locate and correct the faulty work and repeat the test. Restore the work and all damage resulting from the leak and its repair. Eliminate visible leakage.

3.10 BULKHEAD AND TEST FACILITY REMOVAL:

After a satisfactory test, remove the testing fluid, remove test bulkheads and other test facilities, and restore the pipe coatings.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 15144-6 Bid Set

SECTION 15290

PVC PIPE, 3 INCHES AND SMALLER

PART 1 - GENERAL

1.01 DESCRIPTION:

This section includes materials, installation, and testing of PVC pipe and fittings of size 3 inches and smaller for use in process piping having a maximum design pressure of 150 psi and having a maximum design temperature of 105°F.

1.02 SUBMITTALS:

1. Submit shop drawings in accordance with the General Conditions and Section 01300.

2. Submit materials list showing materials of pipe and fittings with ASTM reference and grade. Submit manufacturer's certification of compliance with referenced standards, e.g., ASTM D1784, D1785, and D2467. Show wall thickness of pipe and fittings. Show fitting dimensions.

3. Submit data sheets for solvent cement demonstrating compliance with ASTM D2564 and F656.

4. Submittals meet the requirements of NSF 61.

PART 2 - MATERIALS

2.01 PIPE:

Pipe shall be Schedule 80, Type I, Grade 1 (Class 12454-B), conforming to ASTM D1784 and D1785.

2.02 FITTINGS:

Fittings shall be Schedule 80 and shall conform to ASTM D2464 for threaded fittings and ASTM D2467 for socket-type fittings.

2.03 FLANGES:

PVC flanges shall be of the one-piece solid socket design and shall be made of the same material as the pipe. Pressure rating shall be at least 150 psi at a temperature of 73°F. Minimum burst pressure shall be 500 psi. Flanges shall match the dimensions of ASME B16.5, Class 150, steel flanges for outside diameter, bolt circle, and bolt holes. Do not use Van Stone flanges.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15290-1 Bid Set

2.04 UNIONS:

A. Unions shall have socket-type ends, Viton O-rings, and shall be Schedule 80. Material shall be Type I, Grade 1 PVC, per ASTM D1784.

B. Union connections to other metal piping materials shall comply with MSS SP-107. The fitting end for connection to PVC pipe shall be a female socket. Provide wrought or cast copper tailpieces for connection to copper piping and tubing. Provide Type 316 stainless steel tailpieces for connection to steel piping.

2.05 JOINTS:

Pipe and fitting joints shall be socket welded except where threaded and flanged joints are required to connect to valves and equipment.

2.06 SOLVENT CEMENT:

Solvent cement for socket joints shall comply with ASTM D2564 and F656.

2.07 GASKETS FOR FLANGES:

Gaskets for flanged joints shall be full faced, 1/8-inch thick, having a hardness of 50 to 70 durometer A. Gasket material for other than sodium hypochlorite service shall be EPR.

2.08 BOLTS AND NUTS FOR FLANGES:

1. Bolts and nuts for flanges located indoors, outdoors above ground, and in vaults and structures shall be carbon steel, ASTM A307, Grade B, hot-dipped galvanized per ASTM F2329.

2. Bolts and nuts for buried and submerged flanges shall be Type 316 stainless steel conforming to ASTM A193, Grade B8M for bolts and ASTM A194, Grade 8M for nuts.

3. Provide a washer under each nut and under each bolt head. Washers shall be of the same material as the nuts.

2.09 LUBRICANT FOR STAINLESS STEEL BOLTS AND NUTS:

Lubricant shall be chloride free and shall be RAMCO TG-50, Anti-Seize by RAMCO, Specialty Lubricants Corporation Husky Lube O'Seal, or equal.

2.10 WYE STRAINERS:

PVC wye strainers shall be manufactured of the same material as the pipe, with 30-mesh screens and Viton seals. Connecting ends shall be the socket type, solvent welded. Provide one spare screen for each strainer.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15290-2 Bid Set

PART 3 - EXECUTION

3.01 GENERAL:

1. Do not install PVC pipe when the temperature is below 40°F or above 90°F. Store loose pipes on racks with a maximum support spacing of 3 feet. Provide shades for pipe stored outdoors or installed outdoors until the pipe is filled with water.

2. Store fittings indoors in their original cartons.

3. Store solvent cement indoors or, if outdoors, shade from direct sunlight exposure. Do not use solvent cements that have exceeded the shelf life marked on the storage container.

4. Before installation, check pipe and fittings for cuts, scratches, gouges, buckling, kinking, or splitting on pipe ends. Remove any pipe section containing defects by cutting out the damaged section of pipe.

5. Do not drag PVC pipe over the ground, drop it onto the ground, or drop objects on it.

3.02 SOLVENT-WELDED JOINTS:

1. Prior to solvent welding, remove fittings and couplings from their cartons and expose them to the air at the same temperature conditions as the pipe for at least one hour.

2. Cut pipe ends square and remove all burrs, chips, and filings before joining pipe or fittings. Bevel solvent-welded pipe ends as recommended by the pipe manufacturer.

3. Wipe away loose dirt and moisture from the inside and outside of the pipe end and the inside of the fitting before applying solvent cement. Clean the surfaces of both pipes and fittings that are to be solvent welded with a clean cloth moistened with acetone or methylethyl ketone. Do not apply solvent cement to wet surfaces.

4. The pipe and fitting socket shall have an interference fit. Perform a dry fit test at each joint before applying solvent cement. The pipe shall enter the fitting socket between one-third and two-thirds of the full socket depth when assembled by hand.

5. Make up solvent-welded joints per ASTM D2855. Application of cement to both surfaces to be joined and assembly of these surfaces shall produce a continuous bond between them with visual evidence of cement at least flush with the outer end of the fitting bore around the entire joint perimeter.

6. Allow at least eight hours of drying time before moving solvent-welded joints or subjecting the joints to any internal or external loads or pressures.

7. Acceptance criteria for solvent-welded joints shall be as follows:

City of North Miami Pump Station “A” Rehab – 100% Submittal 15290-3 Bid Set

a. Unfilled Areas in Joint: None permitted.

b. Unbonded Areas in Joint: None permitted.

c. Protrusion of Material into Pipe Bore, Percent of Pipe Wall Thickness: Cement, 50%.

3.03 FLANGED JOINTS:

1. Lubricate carbon steel bolt threads with graphite and oil before installation.

2. Tighten bolts on PVC flanges by tightening the nuts diametrically opposite each other using a torque wrench. Complete tightening shall be accomplished in stages and the final torque values shall be as shown in the following table:

Pipe Size Final Torque (inches) (foot-pounds) 1/2 to 1 1/2 10 to 15 2 to 3 20 o 30

3.04 INSTALLATION OF STAINLESS STEEL BOLTS AND NUTS:

Prior to assembly, coat threaded portions of stainless steel bolts and nuts with lubricant.

3.05 ASSEMBLING THREADED JOINTS:

1. Cut threaded ends on PVC to the dimensions of ASTM F1498. Ends shall be square cut. Follow the pipe manufacturer's recommendations regarding pipe hold-down methods, saw cutting blade size, and saw cutting speed. Gauges, gauge tolerances, and gauging procedures shall comply with ASTM F1498, Sections 7 and 8. Perform field gauging on every field-cut threaded connection.

2. Pipe or tubing cutters shall be specifically designed for use on PVC pipe. Use cutters manufactured by Reed Manufacturing Company, Ridge Tool Company, or equal.

3. If a hold-down vise is used when the pipe is cut, insert a rubber sheet between the vise jaws and the pipe to avoid scratching the pipe.

4. Thread cutting dies shall be clean and sharp and shall not be used to cut materials other than plastic.

5. Apply Teflon® thread compound or Teflon® tape lubricant to threads before screwing on the fitting.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15290-4 Bid Set

6. Assemble threaded flanges and fittings per ASTM F1498, Sections 4, 7, and 8. Do not tighten threaded connections more than two turns past finger tightness for both internal and external threads.

3.06 INSTALLING UNIONS:

Provide unions on exposed piping 3 inches and smaller as follows:

A. At every change in direction (horizontal and vertical).

B. 6 to 12 inches downstream of valves.

C. Every 40 feet in straight pipe runs.

D. Where shown in the drawings.

3.07 INSTALLING BURIED PIPE:

A. Install in accordance with Section 02210 and as follows.

B. Trench bottom shall be continuous, smooth, and free of rocks. See the details in the drawings for trench dimensions, pipe bedding, and backfill.

C. After the pipe has been solvent-welded and the joints have set, snake the pipe in the trench per the pipe manufacturer's recommendations in order to allow for thermal expansion and contraction of the pipe.

D. Do not backfill the pipe trench until the solvent-welded joints have set. Support the pipe uniformly and continuously over its entire length on firm, stable soil. Do not use blocking to change pipe grade or to support pipe in the trench.

E. Install buried PVC pipe in accordance with ASTM D2774 and the pipe manufacturer's recommendations. Backfill materials in the pipe zone shall be imported sand per Section 02210.

3.08 INSTALLING ABOVEGROUND OR EXPOSED PIPING:

A. Install pipe without springing, forcing, or stressing the pipe or any adjacent connecting valves or equipment.

B. Fill empty piping with water and provide temporary shading or other means to keep the surface temperature of the pipe below 100°F.

3.09 HYDROSTATIC TESTING:

Perform hydrostatic testing for leakage in accordance with Section 15144

City of North Miami Pump Station “A” Rehab – 100% Submittal 15290-5 Bid Set

3.10 DISINFECTION:

Disinfection shall be in accordance with Section 02515

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 15290-6 Bid Set

SECTION 15370

PROCESS PIPING AND APPURTENANCES

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide and test process pipe, fittings, and appurtenances as indicated and specified.

1.02 REFERENCES:

A. American Welding Society: AWS B3.0

B. Manufacturer's Standardization Society: MSS SP-69

C. American Society for Testing and Materials:

1. ASTM A216: Standard Specification for Steel Castings, Carbon, Suitable for Fusion Welding, for High Temperature Service

2. ASTM A307: Standard Specification for Carbon Steel Externally Threaded Standard Fasteners

3. ASTM D1330: Standard Specification for Rubber-Sheet Gaskets

4. ASTM D1785: Standard Specification for Polyvinylchloride (PVC) and Chlorinated Polyvinylchloride (CPVC) Plastic Pipe, Schedules 40, 80 and 120

5. ASTM D2564: Standard Specification for Solvent Cements for Polyvinylchloride (PVC) and Chlorinated Polyvinylchloride (CPVC) Plastic Pipe and Fittings

6. ASTM D2855: Standard Practice for Making Solvent Cemented Joints with Polyvinylchloride (PVC) and Chlorinated Polyvinylchloride (CPVC) Pipe and Fittings

D. American National Standards Institute:

1. ANSI B16.1: AN Standard for Cast Iron Pipe Flanges and Flanged Fittings, Class 25, 125, 250 and 800

2. ANSI B16.5: AN Standard for Pipe Flanges and Flanged Fittings, Steel Nickel Alloy and Other Special Alloys

E. Fluid Sealing Association - Technical Handbook.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15370-1 Bid Set

1.03 SUBMITTALS:

A. Submit the following in accordance with Section 01300:

1. Submit manufacturer's certificates of conformance.

2. Submit certified copies of test reports.

3. Piping layouts in full detail.

4. Location of pipe hangers and supports.

5. Location and type of backup block or device to prevent joint separation.

6. Large scale details of wall penetrations and fabricated fittings.

7. Schedules of all pipe, fittings, special castings, flexible connectors, adapters, couplings, expansion joints, and other appurtenances.

8. Reports as required for welding certifications per ANSI B31.1 Paragraph 127.6.

9. Catalog cuts of joints, couplings, harnesses, expansion joints, gaskets, fasteners and other accessories.

10. Brochures and technical data on coatings and linings and proposed method for application and repair.

11. Manufacturer's descriptive literature and technical data on insulation and proposed method of installation.

12. Shop drawing data for accessory items.

13. Manufacturer’s literature as needed to supplement certified data.

14. Operating and maintenance instructions and parts lists.

15. Schematic control and power wiring diagrams.

16. Shop and Field inspections reports.

17. List of recommended spare parts other than those specified.

18. Recommendations for short and long term storage.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15370-2 Bid Set

19. Special tools.

20. Shop and field testing procedures and equipment to be used.

21. Provide a listing of the materials recommended for each service specified and indicated. Provide documentation showing compatibility with process fluid and service specified and as indicated.

22. The most recent ISO 9000 series certification or quality system plan.

23. Material Certification:

a. Provide certification from the equipment manufacturer that the materials of construction specified are recommended and suitable for the service conditions specified and as indicated. If materials other than those specified are proposed based on incompatibility with the service conditions, provide technical data and certification that the proposed materials are recommended and suitable for the service conditions specified. And indicated including an installation list of a minimum of five (5) installations in operation for a minimum of five (5) years. Provide proposed materials at no additional cost to the Authority.

b. Where materials are not specified, provide technical data and certification that the proposed materials are recommended and suitable for the service conditions specified and indicated.

B. A copy of the contract mechanical process, electrical and instrumentation drawings, with addenda that are applicable to the equipment specified in this section, marked to show all changes necessary for the equipment proposed for this specification section. If no changes are required, mark all drawings with “No changes required”.

1. Failure to include all drawings applicable to the equipment specified in this section will result in submittal return without review.

C. A copy of this specification section with addenda and all referenced specification sections with addenda, with each paragraph check-marked to indicate specification compliance or marked to indicate requested deviations and clarifications from the specified requirements.

1. If deviations and clarifications from the specifications are indicated, therefore requested by the Contractor, provide a detailed written justification for each deviation and clarification.

2. Failure to include a copy of the marked-up specification sections and or the detailed justifications for any requested deviation or clarification will result in submittal return without review until marked up specification and justification are resubmitted with the entire package.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15370-3 Bid Set

1.04 QUALITY ASSURANCE:

A. Provide in accordance with Section 01400 and as specified.

B. Replace all materials contaminated with gasoline, lubricating oil, liquid or gaseous fuel, aromatic compounds, paint solvent, paint thinner, and acid solder at no additional cost to the Owner.

C. Coordinate dimensions and drilling of flanges with flanges for valves, pumps and other equipment to be installed in piping systems. Bolt holes in flanges to straddle vertical centerline.

D. Qualification for Pipe Support Structural Attachment Welders: Provide certification that welders to be employed in work have satisfactorily passed AWS qualification tests. If recertification of welders is required, retesting is the Contractor's responsibility at no additional cost to the Owner.

E. Protect piping from dirt, dust, oil, grease, and other foreign matter during installation to prevent debris from being left in piping.

1.05 DELIVERY, STORAGE AND HANDLING:

A. Provide in accordance with Section 01610 and as specified.

B. Shipping:

1. Ship equipment, material and spare parts complete except where partial disassembly is required by transportation regulations or for protection of components.

2. Pack spare parts in containers bearing labels clearly designating contents and pieces of equipment for which intended.

3. The Contractor shall obtain spare parts from the manufacturer at the same time as pertaining equipment. The Contractor shall maintain possession of spare parts until Substantial Completion at which time, all spare parts shall be turned over to the Owner.

C. Receiving:

1. Inspect and inventory items upon delivery to site.

2. Store and safeguard equipment, material and spare parts in accordance with manufacturer's written recommendations and instructions.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15370-4 Bid Set

1.06 SPECIAL REQUIREMENTS:

A. Refer to the applicable specification sections of Division 2 with regard to providing the following:

1. Lubricants.

2. Special Tools.

3. Bolts, Anchor Bolts, and Nuts.

4. Sleeves and inserts.

5. Protection against electrolysis.

6. Nameplates.

7. Operating and maintenance instructions and parts lists.

PART 2 - PRODUCTS

2.01 DUCTILE IRON PIPE AND FITTINGS:

A. Provide in accordance with Section 02615.

2.02 CPVC PIPE AND FITTINGS

A. Schedule 80

B. Material: Type IV, Grade I Chlorinated Polyvinyl Chloride (CPVC) compound with a Cell Classification of 23447 per ASTM D1784.

C. Provide pipe and fittings manufactured in compliance to ASTM F441 meeting the Quality Assurance test requirements of this standard with regard to material, workmanship, burst pressure, flattening, and extrusion quality.

D. Provide pipe and fittings produced in the USA using domestic materials, by an ISO 9002 certified manufacturer, and shall be stored indoors after production, at the manufacturing site, until shipped from factory.

E. Provide pipe and fittings with the National Sanitation Foundation (NSF) seal of approval for potable water applications.

F. Joining:

City of North Miami Pump Station “A” Rehab – 100% Submittal 15370-5 Bid Set

1. Solvent cementing process.

2. Provide flanges at valves pumps and equipment only or as indicated and specified.

3. Threaded connections are not acceptable.

2.03 PVC PIPE AND FITTINGS:

A. Schedule 80

B. Material: Type I, Grade I Polyvinyl Chloride (PVC) compound with a Cell Classification of 12454 per ASTM D1784.

C. Provide pipe and fittings manufactured in compliance to ASTM D1785 meeting and/or exceeding the Quality Assurance test requirements of this standard with regard to material, workmanship, burst pressure, flattening, and extrusion quality.

D. Provide pipe and fittings manufactured in the USA, using domestic materials, by an ISO 9002 certified manufacturer. Standard lengths of pipe sizes 10" and larger shall be beveled each end by the pipe manufacturer. All pipe shall be stored indoors after production at the manufacturing site until shipped from factory.

E. Provide standard lengths of pipe sizes 10-inch and larger beveled each end by the pipe manufacturer.

F. Provide pipe and fittings with the National Sanitation Foundation (NSF) seal of approval for potable water applications.

G. Joining:

1. Solvent cementing process.

2. Provide flanges at valves, pumps and equipment only or as indicated and specified.

2.04 PVC CLEAR PIPE AND FITTINGS:

A. Schedule 80 Clear pipe

B. Material: Type I, Grade I Polyvinyl Chloride (PVC) compound with a Cell Classification of 12454 per ASTM D1784.

C. Provide pipe and fittings manufactured in compliance to ASTM D1785, consistently meeting and/or exceeding the applicable Quality Assurance test requirements of this standard with regard to material, workmanship, burst pressure, flattening, and extrusion quality.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15370-6 Bid Set

D. Provide pipe and fittings manufactured in the USA by an ISO 9002 certified manufacturer.

E. Provide all Clear PVC pipe and fittings packaged immediately after its manufacture to prevent damage and stored indoors at the manufacturing site until shipped from factory.

F. Joining:

1. Solvent cementing process. Use a clear, medium-bodied, fast-setting cement in conjunction with a clear primer for optimum joint integrity, such as IPS Weld-on 705 Clear cement and IPS Weld-on P-70 Clear primer or acceptable equivalent product.

2. Clear female threaded transition fittings, incorporating a Type 316 stainless steel retaining ring. Provide all threaded joints with three wraps of tape in the direction of the threads on the male end, followed by one to two turns beyond finger tight.

3. Standard rigid thermoplastic pipe fittings with flanges, molded grooved coupling adapters and unions.

2.05 STAINLESS STEEL PIPE AND FITTINGS ½-INCH TO 2-INCH:

A. Provide either Pressfit or a socket welded system.

1. Provide a sufficient number of unions to allow removal of all valves and inline devices.

2. Provide threaded connections only where required.

B. Pressfit System:

1. Pressfit system, ½-inch through 2-inch Sch 10S comprised of stainless steel VicPress fittings, couplings and pipe.

2. Type 316 stainless steel Pressfit couplings and fittings and Type 316 stainless steel Pressfit pipe UL classified to ANSI/NSF 61 for cold +86 degrees F and hot +180 degrees F potable water service.

a. Maximum working pressure of 300 psi for water, oil, gas, chemical, air and vacuum services.

3. Couplings, Fittings: Pressfit products formed of Type 316/316L stainless steel tubing including a self-contained o-ring seals molded of synthetic EPDM rubber.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15370-7 Bid Set

4. Valves ½-in through 2-in: ball valves with Type 316 stainless steel plain ends for Pressfit assembly.

a. Pressure Rating: 300 PSI

b. CF8M stainless steel body and ball

c. Type 316 stainless steel stem

d. PTFE seats.

5. Pipe: Type 316/316L ASTM A-312 stainless steel

a. 0.065 wall

b. Provide pipe fully finished annealed with polished O.D.

C. Socket Welded System:

1. Schedule 40 Type 316L stainless steel pipe and fittings with socket welded connections.

2.06 HDPE PIPE AND FITTINGS:

A. Manufacturers:

1. J-M Manufacturing

2. Independent Pipe Products

B. Provide ductile iron pipe size high density polyethylene pipe and fittings.

1. Size range: 4-inch to 30-inch.

2. Working Pressure: 160 psi.

3. Joints:

a. Butt heat fusion.

4. Fittings:

a. 90 Degree Bends: Provide 5 piece HDPE segmented elbows.

b. 45 Degree Bends: Provide 3 piece HDPE segmented elbows.

c. Concentric Reducers: HDPE three section traditional type design, compact reducers are not acceptable. City of North Miami Pump Station “A” Rehab – 100% Submittal 15370-8 Bid Set

d. Provide stiffeners where required.

C. Materials:

1. Pipe and Fittings: Material designation PE4710 in accordance with ASTM D3035 or PE3048 in accordance with ASTM D3350.

2. Bolt Rings: Type 316 stainless steel ASTM A531 Grade CF8M.

3. Hardware: Type 316 stainless steel.

2.07 TUBING AND FITTINGS: (Chemical service):

A. Manufacturers:

1. New Age Industries

2. Nalge lnc.

3. Norton Company

4. Or equal.

B. Tubing:

1. Provide braided reinforced flexible PVC tubing resistant to the chemical specified.

2. Tubing to allow tight compression fittings for leak proof connections.

3. Tubing to comply with FDA standards.

4. Tubing to handle a maximum of 130 psi at 70 deg F.

C. Fittings:

1. Provide no flow restriction compression fittings when connecting pieces is required.

2. Provide transition connections as detailed on the drawings.

2.08 PRESSURE GAUGES:

A. Gauges:

1. Non-liquid filled type.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15370-9 Bid Set

2. Helical wound bourdon tube, Inconel X-750.

3. Welded parts: Type 316 stainless steel.

4. Bearings: Precision Sapphire Type.

5. ½-in NPT bottom male thread connection.

6. Accuracy: ½ percent of scale range.

7. 4 -1/2-inch diameter with ABS plastic case.

8. Provide external adjustment.

9. Pipe and Fittings: Schedule 10S VicPress or Schedule 40 threaded or socket welded, Type 316L stainless steel.

10. Pump Discharge Gauges: Provide gauges with range to cover the normal operating range, above the pump shutoff head and the range of pressures that will result from flushing.

B. Pipe and fittings: Type 316L stainless steel, provide in accordance with Section 15370

C. Ball valves: General service ball valves, stainless steel in accordance with Section 15101.

D. Pressure Sensor Rings:

1. 1-inch and Larger: Provide sensor/isolators that fit inside the bolt circle of 150-lb ANSI flanges.

2. 3/4-in and Smaller: Provide sensor/isolators full flange or threaded as specified and indicated. For chemical system provide full flange, threaded connections are not acceptable.

3. Face to face length of the sensor: Conform to Specification MSS-SP67.

4. Type: Flow through design with flexible sleeve around full circumference. The center section shall have a cavity behind the sleeve filled with silicone fluid to transfer pressure to the gauge.

5. Rigidly support all pressure instruments by a post at least 7/8 in. diameter welded to the isolator. On sensor rings with more than one instrument, provide all connections 1/2-in. NPT as a minimum, 1/4-in. NPT fittings are not acceptable.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15370-10 Bid Set

6. Provide sensor/isolator rings that do not have any fill plugs or valves that can be inadvertently removed with the resultant loss of fill fluid. Pressure sensor/isolators using valves are not acceptable.

7. Provide liquid filled sensor/isolators permanently vacuum sealed at the factory with a modular seal consisting of a membrane and needle fitting to allow removal and replacement of pressure instruments without compromising the vacuum fill. Sensor/isolators using valves are not acceptable.

8. Provide the needle fitting with both 1/4-in. NPT(F) threads and 1/2-in. NPT(M) threads.

9. Provide the pressure sensor/isolator capable of operating under pressure with all pressure instruments removed with no loss of fill fluid and without the need for isolating valves.

10. Attach pressure instruments to the isolator with a hand tightened lock ring.

11. It shall be possible to remove or attach pressure instruments to the isolator without requiring the use of any tools.

12. Permanently fill the pressure sensor with high viscosity silicone instrument oil to damp out surges or pressure spikes without the requirement for a separate snubber.

13. Pressure rating: 200 psi minimum for all lines tested at 150 psi or less.

14. Materials:

a. Pressure sensor/isolator rings: Provide materials suitable for the service conditions specified and indicated, as a minimum provide the following:

Service Body & Plates Sleeve Wastewater Type 316L Stainless Steel Natural Rubber

2.09 COUPLINGS-SLEEVE TYPE:

A. Manufacturers:

1. Romac

2. Smith Blair

3. Viking Johnson

City of North Miami Pump Station “A” Rehab – 100% Submittal 15370-11 Bid Set

4. Dresser

5. Or acceptable equivalent product.

B. Provide couplings meeting AWWA C219

C. Couplings 12-in and smaller:

1. End rings and center rings: ASTM A536 ductile iron, fusion bonded epoxy coated

2. Gaskets: Buna-N, NSF 61 approved

3. Hardware: Type 316 stainless steel

D. Bridles and tierods: Minimum ¾-in diameter, except where tierods replace flange bolts of smaller size, in which case fit with nut on each side of pair of flanges.

1. Provide as indicated

2.10 FLOW RATE INDICATORS:

A. Type: Rotometer with integral flow control valve.

B. Materials:

1. Polysulfone body with threaded ends,

2. Type 316 stainless steel float and guide.

C. Calibrate in gpm.

D. Accuracy +2% of full scale reading over 10:1 range.

E. Capacities as indicated. For pump seal water services provide with range as recommended by the pumping equipment manufacturer.

F. Working Pressure Rating: 150 psi.

2.12 HOSE, HOSE FITTINGS AND ACCESSORIES:

A. Hose Manufacturers:

1. Goodrich, HPD Industries

2. Goodyear

City of North Miami Pump Station “A” Rehab – 100% Submittal 15370-12 Bid Set

3. United Rubber Supply

4. Goodall

5. Or acceptable equivalent product.

B. Fittings Manufacturers:

1. Cam and groove couplings, nozzles and appurtenances bronze:

a. Dickson

b. Dover Corp

c. Ever-Tite Coupling Co

d. Or acceptable equivalent product.

C. Hose: 1-1/4-inch

1. Provide 4-ply rubber-lined and rubber-covered water hose for 150 psi working pressure.

2. Provide in 25 foot lengths.

3. Provide each hose section with a male and female cam and groove type coupling.

4. Nozzle and Coupling:

a. Provide an adjustable hose nozzle and a male cam and groove coupling for every two (2) lengths of hose.

b. Provide each nozzle with male cam and groove coupling.

c. Material: Type 316 stainless steel.

5. Hose Racks:

a. Heavyweight, Type 316 stainless steel, semicircular wall-mounted hose racks.

b. Furnish one hose rack for each two lengths of hose at locations indicated.

6. Provide 1-1/4-inch female cam and groove type coupling on each hose.

D. Hose: ¾-inch

City of North Miami Pump Station “A” Rehab – 100% Submittal 15370-13 Bid Set

1. Provide 2-ply water hose, 200 psi working pressure, 50 foot lengths, at locations indicated.

2. Provide Type 316 stainless steel male and female hose couplings and one heavy- duty Type 316 stainless steel adjustable hose nozzle for each 1-1/2-inch hose.

3. Gaskets: Natural or Buna-N rubber.

4. Hose racks:

a. Heavy-gage Type 316 stainless steel, semicircular type for wall mounting for each 50 foot hose length.

2.13 WALL AND FLOOR SLEEVES:

A. Materials:

1. Floor Sleeves:

a. 3-in. and Smaller: Schedule 40 Galvanized steel ASTM A53 GRB

b. 4-in. and larger: Ductile iron in accordance with Section 02615

2. Wall Sleeves Between a Dry Area and a Wet Area (Tank, Channel etc)

a. Schedule 40 Type 316L stainless steel

3. Wall Sleeves Between Dry Area or Between Dry Area and Ground

a. 3-in. and Smaller: Schedule 40 Galvanized steel ASTM A53 GRB

b. 4-in. and larger: Ductile iron in accordance with Section 02615

B. Water Stops: Provide water stops welded on both sides. Provide water stops 1/4-in. thick and 2-in. high and centered on the wall thickness.

C. Provide modular, mechanical type seals, consisting of inter-locking synthetic rubber links shaped to continuously fill the annular space between the pipe and the wall opening.

D. Provide the elastomeric elements sized and selected per manufacturer’s recommendations and have the following properties as designated by ASTM. Coloration shall be throughout elastomer for positive field inspection. Each link shall have a permanent identification of the size and manufacturer’s name molded into it.

E. Temperature Range: -40 to +250ºF

City of North Miami Pump Station “A” Rehab – 100% Submittal 15370-14 Bid Set

1. Material: EPDM, ATSM D2000 M3 BA510

2. Color: Black

F. Modular seal pressure plates: Molded of glass reinforced Nylon Polymer with the following properties:

Izod Impact – Notched: 2.05ft-lb/in. per ASTM D-256

1. Flexural Strength @ Yield: 30,750 psi per ASTM D-790

2. Flexural Modulus: 1,124,000 psi per ASTM D-790

3. Elongation Break: 11.07% per ASTM D-638

4. Specific Gravity:1.38 per ASTM D-792

G. Hardware: Type 316 stainless steel.

2.14 STAINLESS STEEL HOSE AND FITTINGS:

A. Manufacturers:

1. Anamet, Inc Series 616

2. Or acceptable equivalent product

B. Provide corrugated stainless steel hose

C. Pressure Rating:

1. Maximum working pressure: Unbraided type

a. 3/8-in and smaller: 250 psi

b. 1/2-in: 60 psi

c. 3/4-in to 1-in: 40 psi

d. 1-1/4-in: 20 psi

e. 1-1/2-in: 15 psi

f. 2-in to 3-in: 10 psi

2. Maximum working pressure: Single braided type

City of North Miami Pump Station “A” Rehab – 100% Submittal 15370-15 Bid Set

a. 1/2-in and smaller: 1000 psi

b. 3/4-in to 2-in: 450 psi

c. 2-1/2-in to 4-in: 300 psi

3. Safety Factor: 4:1

D. Material:

1. Core: Type 316

2. Braid: Type 316L stainless steel

3. Ends: Type 316L stainless steel

E. Ends: Provide type as indicated

1. ¾ -in to 3-in: 150-lb welded female union end

2. ¾-in and larger: 150-lb flat faced floating flanged

PART 3 – EXECUTION

3.01 INSTALLATION:

A. Install items in accordance with manufacturer's printed instructions and as indicated and specified.

B. Ensure interior lines parallel to building walls wherever possible. Install piping to accurate lines and grades, and support. Provide pipe supports as specified under Section 15056 except runs of PVC piping. Where temporary supports are used, ensure rigidity, to prevent shifting or distortion of pipe. Provide for expansion.

C. Support piping laid in trenches in trench on bed of selected backfill material which maintains desired line and grade.

D. Pitch all piping toward low points. Provide for draining low points.

E. Before assembly, remove all dirt and chips from inside pipe and fittings.

F. Use dielectric bushings or unions when ferrous pipes join nonferrous pipes carrying liquid either underground or elsewhere.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15370-16 Bid Set

G. Welding in accordance with AN Standard B31 and AWS B3.0.

3.02 WALL SLEEVE SEALS:

A. Expand rubber against pipe and sleeve by tightening bolts when assembled around pipe and inserted in wall.

3.03 TEMPORARY PLUGS:

A. Close open ends of pipe with temporary plugs or caps when pipe installation is not in progress. Use watertight plugs for exterior, buried piping and if water or debris is in trench when work is resumed, do not remove until adequate provision has been made to prevent any water or debris entering pipe even if it necessitates dewatering trench.

3.04 TESTING:

A. After installation, test all pipelines for watertightness. Furnish testing plugs or caps, pressure pumps, pipe connections, gauges, all equipment, all labor, and all water.

B. Do not cover joints in underground piping with backfill material until piping has successfully passed pressure test.

C. Repair faulty joints even to extent of disassembling and remaking joint, remove defective pipe and fittings and replace in manner satisfactory to the Owner.

3.05 FIELD PAINTING:

A. Furnished and applied by Painting Subcontractor.

3.06 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 15370-17 Bid Set

SECTION 15806

VENTILATING SPECIFICATION

PART 1 - GENERAL

1.01 ACKNOWLEDGMENT

A. This Subcontractor shall acknowledge in writing with his bid, his responsibility to provide a complete “Design Build” contract in accordance with these performance specifications. Furnish to Owner two (2) notarized letters on company stationery with the original signature of the Chief Executive Officer acknowledging this requirement.

1.02 CONTRACTOR’S RESPONSIBILITY

A. The HVAC Design Build Subcontractor shall be identified as the Contractor throughout this Section and be referred to as such. The Contractor shall submit for review by the Owner and Project Manager detailed drawings stamped by a Registered Professional Engineer and calculations in full accordance with these performance specifications.

B. The HVAC contractor shall furnish and install all incidental accessories necessary to make the HVAC work complete and ready for operation.

1.03 GENERAL

A. The work covered consists of furnishing all labor and materials necessary to install, complete and ready for continuous operation, the ventilating systems, apparatus and equipment.

B. Shop drawings of all specified equipment and apparatus shall be submitted to the owner prior to ordering, purchasing, or fabricating any mechanical equipment.

C. Codes: All equipment and materials furnished under the HVAC Subcontracts and labor performed herein shall be in complete accordance with applicable federal, state and local codes, National Fire Protection Association, and insurance regulations and requirements governing such work.

D. Permits: Any and all permits required for installation of any material shall be obtained as part of the work of the Specification, including all fees or expenses incurred.

E. Instructions: During the assembly and installation of all HVAC systems, the Owner’s operating personnel shall be instructed regarding its operation and maintenance. A two (2) week instruction period shall be provided after completion of project. Operation and maintenance manuals shall be required.

F. Guarantee: All materials and equipment furnished and installed shall be guaranteed in writing for one (1) year from the date of acceptance of the building by the Owner.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15806-1 Bid Set G. Record Drawings: The HVAC Subcontractor shall maintain at the job, at all times, a complete and separate set of blackline prints of the HVAC Drawings of his trade on which he shall mark clearly, neatly, accurately and promptly as the work progresses. AutoCAD or compatible “As-Builts” shall be furnished by the HVAC Subcontractor at the job completion.

H. Inspection: All work shall be subject to the inspection of the Owner, the Project Manager and such other inspectors having jurisdiction. A properly executed certificate of inspection shall be provided.

I. Examination of Site: The HVAC Subcontractor, before submitting prices or beginning work, shall thoroughly examine the site and Contract Documents. No claim for extra compensation will be recognized if difficulties arise which an examination of site conditions and Contract Documents prior to executing Contract would have revealed.

J. Coordination: Coordinate all work installed under this Specification with that of all other trades.

K. Protection of Property: Protect all new and existing work before, during and after installation.

L. Tests: The HVAC Subcontractor shall perform all tests at the completion of the work and the results furnished to the Owner and Project Manager in writing.

M. Upon completion of all work, the HVAC Subcontractor shall furnish, in duplicate, certificates of inspections from all inspectors and authorities having jurisdiction, notarized letters from the manufacturers stating that authorized factory engineers have inspected and tested the installation of their respective systems and found same to be in perfect operating condition.

N. Contract Drawings: The Contract Drawings are diagrammatic and indicate only the general arrangements of work. It is not the intent of these Drawings to show every pipe, rise, drop, elbow, etc. Any additional work not shown and required to install the HVAC systems shall be included as part of this Contract.

1.04 SCOPE

A. The work of this Section consists of all labor, materials and equipment required to provide all HVAC work, not specifically described in other trades complete, in place, as shown on the drawings, specified herein and as necessary for a proper installation.

B. The extent of the HVAC shall include, but not be limited to the following:

1. Supply and exhaust ventilation systems for the Equipment Rooms. 2. All other work shown or specified.

1.05 RELATED WORK IN OTHER SECTIONS

A. The following work is not included as work in this Section and is to be performed under other Sections:

City of North Miami Pump Station “A” Rehab – 100% Submittal 15806-2 Bid Set

1. Cutting and Patching. 2. Temporary Light and Power. 3. Concrete Bases for Equipment. 4. Flashing and Caulking. 5. Painting. 6. Plumbing. 7. Power Wiring to all Equipment.

1.06 IDENTIFICATION OF EQUIPMENT AND MATERIAL

A. Label each piece of Mechanical Equipment with a plastic laminate or metallic nameplate.

1.07 NON-METAL DUCT:

1.08 THERMOSET FRP DUCTS AND FITTINGS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. McGill AirFlow LLC. 2. Perry Fiberglass Products, Inc.

B. Duct and Fittings:

1. Thermoset FRP Resin: Comply with UL 181, Class 1, maximum flame-spread index of 25 and maximum smoke-developed index of 50 when tested by an NRTL according to ASTM E84. 2. Inner Liner: FSK liner rated by an NRTL to comply with UL 181, Class 1. 3. Rectangular Fittings: Minimum 0.125-inch- thick, flat sheet with fiberglass roving and resin-reinforced joints and seams.

C. Joining Materials: Roving and polyester resin.

D. Fabrication:

1. Fabricate joints, seams, transitions, reinforcement, elbows, branch connections, and access doors and panels according to SMACNA's "Thermoset FRP Duct Construction Manual," Ch. 7, "Requirements." 2. Fabricate 90-degree rectangular mitered elbows to include turning vanes, and 90- degree round elbows with a minimum of three segments for 12 inches and smaller and a minimum of five segments for 14 inches and larger.

E. Drains: Formed drain pockets with a minimum of NPS 1 threaded pipe connections.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15806-3 Bid Set 1.09 PVC DUCTS AND FITTINGS

F. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. General Plastics, Inc. 2. Harvel Plastics, Inc. 3. Northern Pipe Product Inc.

G. Duct and Fittings:

1. Material: Rigid, virgin PVC compound complying with ASTM D1784 Cell Classification 12454-B. 2. Flammability: Maximum flame-spread index of not more than 25 without evidence of continued progressive . 3. External Loading Properties: ASTM D2412. 4. Minimum Round Duct Wall Thickness: 0.219 inch for up to 20-inch duct. 5. Round Fittings: Socket end molded of same material, pressure class, and joining method as duct.

H. Joining Materials: PVC solvent cement complying with ASTM D2564.

I. Fabrication:

1. Fabricate joints, seams, transitions, reinforcement, elbows, branch connections, and access doors and panels according to SMACNA's "Thermoplastic Duct (PVC) Construction Manual," Ch. 3, "Standards of Construction for PVC Duct Systems." 2. Fabricate 90-degree rectangular mitered elbows to include turning vanes, and 90- degree round elbows with a minimum of three segments for 12 inches and smaller and a minimum of five segments for 14 inches and larger.

1.10 HANGARS AND SUPPORTS

A. Hangar Rods for noncorrosive Environments: Zinc- plated steel rods and nuts.

B. Hanger Rods for Corrosive Environments: Electrogalvanized, all-thread rods or galvanized rods with threads painted with zinc-chromate primer after installation.

C. Strap and Rod Sizes: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Table 5-1, "Rectangular Duct Hangers Minimum Size," and Table 5- 2, "Minimum Hanger Sizes for Round Duct."

D. Steel Cables: ASTM A492, stainless-steel cables with end connections made of stainless- steel assemblies with brackets, swivel, and bolts designed for duct hanger service; with an automatic-locking and clamping device.

E. Duct Attachments: Sheet metal screws, blind rivets, or self-tapping metal screws; compatible with duct materials.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15806-4 Bid Set F. Trapeze and Riser Supports: Steel shapes complying with ASTM A36/A36M.

PART 2 - EXECUTION

2.01 DUCT INSTALLATION

A. Drawing plans, schematics, and diagrams indicate general location and arrangement of duct system. Indicated duct locations, configurations, and arrangements were used to size ducts and calculate friction loss for air-handling equipment sizing and for other design considerations. Install duct systems as indicated unless deviations to layout are approved on Shop Drawings and Coordination Drawings.

B. Install duct sections in maximum practical lengths with fewest possible joints.

C. Install factory- or shop-fabricated fittings for changes in direction, size, and shape and for branch connections.

D. Unless otherwise indicated, install ducts vertically and horizontally, and parallel and perpendicular to building lines.

E. Install ducts close to walls, overhead construction, columns, and other structural and permanent enclosure elements of building.

F. Install ducts with a minimum clearance of 1 inch, plus allowance for insulation thickness.

G. Route ducts to avoid passing through transformer vaults and electrical equipment rooms and enclosures.

H. Where ducts pass through non-fire-rated interior partitions and exterior walls, and are exposed to view, cover the opening between the partition and duct or duct insulation with sheet metal flanges. Overlap openings on four sides by at least 1-1/2 inches.

I. Protect duct interiors from moisture, construction debris and dust, and other foreign materials both before and after installation.

J. Elbows: Use long-radius elbows wherever they fit.

1. Fabricate 90-degree rectangular mitered elbows to include turning vanes, and 90- degree round elbows with a minimum of three segments for 12 inches and smaller and a minimum of five segments for 14 inches and larger.

K. Branch Connections: Use lateral or conical branch connections.

L. Install thermoset FRP ducts and fittings to comply with SMACNA's "Thermoset FRP Duct Construction Manual."

City of North Miami Pump Station “A” Rehab – 100% Submittal 15806-5 Bid Set M. Install PVC ducts and fittings to comply with SMACNA's "Thermoplastic Duct (PVC) Construction Manual."

2.02 HANGER AND SUPPORT INSTALLATION

A. Install hangers and supports for thermoset FRP ducts and fittings to comply with SMACNA's "Thermoset FRP Duct Construction Manual," Ch. 7, "Requirements."

B. Install hangers and supports for PVC ducts and fittings to comply with SMACNA's "Thermoplastic Duct (PVC) Construction Manual," Ch. 3, "Standards of Construction for PVC Duct Systems."

C. Building Attachments: Concrete inserts, powder-actuated fasteners, or structural-steel fasteners appropriate for construction materials to which hangers are being attached.

1. Install concrete inserts before placing concrete. 2. Install powder-actuated concrete fasteners after concrete is placed and completely cured. 3. Use powder-actuated concrete fasteners for standard-weight aggregate concretes or for slabs more than 4 inches thick. 4. Do not use powder-actuated concrete fasteners for lightweight-aggregate concretes or for slabs less than 4 inches thick. 5. Do not use powder-actuated concrete fasteners for seismic restraints.

D. Install upper attachments to structures. Select and size upper attachments with pull-out, tension, and shear capacities appropriate for supported loads and building materials where used.

2.03 FIELD QUALITY CONTROL

A. Manufacturer’s Field Service: Engage a factory-authorized service representative to test and inspection components, assemblies, and equipment installations, including connections.

B. Perform tests and inspections.

1. Leakage Tests:

a. Comply with SMACNA's "HVAC Air Duct Leakage Test Manual." Submit a test report for each test. b. Where static pressure and leakage values shown below differ from those in the SMACNA manual, the more stringent values shall apply.

2.04 DUCT CLEANING

A. Clean duct system(s) before testing, adjusting, and balancing.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15806-6 Bid Set 2.05 EXHAUST FANS

A. Roof and wall mounted Fans: Provide Greenheck, Loren Cook, Jenn-Air, or approved equal power roof ventilators as shown on the drawings. Units shall be of spun aluminum construction. Units shall be similar and equal to Greenheck Type CUE or CUBE for roof and wall exhaust installations where exhaust air is directed away from the roof or wall surface. Units shall be furnished with 12 inch high galvanized steel insulated prefabricated curbs, motorized type dampers, bird screen and disconnect switch within the housing which shall disconnect all power leads to the motor and damper.

2.06 MOTORS, DRIVES AND STARTERS

A. All motors shall conform to NEMA Standards and shall be suitable for load, duty, service and location. Motors shall have nameplates giving manufacturer's name, serial number, horsepower, speed and current characteristics. Motors shall be General Electric, Westinghouse, Reliance, Allis-Chalmers, Gould or approved equal.

1. Drives for belted motors shall be as manufactured by Dodge Manufacturing Company, Browning Manufacturing Company or T.B. Woods Company with adjustable motor sheaves and adjustable sliding bases.

2. All equipment shall be furnished complete with motors, drives and motor starters. All starters shall conform to the NEMA Industrial Control Standards and shall be a product of one manufacturer, Cutler-Hammer, Square D, Arrow-Hart, or approved equal. Magnetic starters for all three phases motors under 40 horsepower (480 volt, 20 HP on 208 volt) shall be of the full voltage type. Magnetic starters for all three phase motors 40 horsepower (480 volt, 20 HP on 208 volt) and over shall be of the part winding, reduced voltage start, two (2) step increment type. All magnetic starters shall provide low voltage release and shall conform to the following:

a. Start/Stop momentary contact pushbuttons.

b. HAND-OFF-AUTO selector switches.

c. Two (2) pilot lights; green shall indicate "motor run" and red shall indicate "motor stop".

d. Control voltage shall be 120 maximum voltage.

e. Enclosures shall be NEMA 1.

3. Starters for single phase motors manually controlled shall be of the thermal toggle type with red pilot light.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15806-7 Bid Set 2.07 VIBRATION ISOLATOR

A. General: Furnish and install Vibration Eliminator Company, Mason Industries, Korfund or Vibration Mounting Company vibration eliminators under all mechanical equipment.

B. Fans: Fans, fan units and fan sections of air conditioning units mounted on the floor in the Equipment Room shall be installed on reinforced concrete inertia blocks. All other fans or fan units shall be mounted on integral structural steel frames with isolators mounted between the frame and the floor. Suspended fans, fan units and fan sections of air conditioning units shall have structural steel rails fastened to the lower edge or upper edge as shown on the units or fans and the vibration isolators shall be installed in the hanger rods.

2.08 TESTING, ADJUSTING AND BALANCING

A. Balancing & Adjusting: Test, adjust and balance all systems and make all adjustments as required to make them operate as specified to the exhaust air quantities shown on the plans. Submit the name and registration number of the certified test and balance agency with the bid.

B. Put mechanical equipment specified herein in operation in the presence of the owner with forty-eight (48) hour’s notice given for each appointment. Give instructions to a designated representative of the Owner, together with persons specifically designated by the Project Manager, in the operation and routine maintenance of all parts of the various systems.

C. Test and balance scope of work:

1. Permanently mark setting of all valves and dampers such that settings can be restored. 2. Test and adjust outlets to specified flow rates. 3. Report system performance: Record all airflow rates in outlets; balance to within 5% scheduled air flows.

D. Test and balance agency will be certified member of the AABC or the NEBB

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 15806-8 Bid Set SECTION 15855

FIBERGLASS REINFORCED PLASTIC DUCT, DAMPERS AND APPURTENANCES

PART 1 - PRODUCTS

1.01 DESCRIPTION:

A. Provide duct and dampers for odor abatement systems with all appurtenances to make it operable, as indicated and as specified.

1.02 RELATED WORK:

A. Section 15056: Pipe Supports

B. Section 15101: Process Valves and Appurtenances

C. Section 15370: Process Piping and Appurtenances

D. Section 15857: Odor Abatement System (Biotrickling Filter)

1.03 REFERENCES:

A. American Society of Mechanical Engineers (ASME)

B. American National Standards Institute, Inc. (ANSI)

C. Underwriters’ Laboratories (UL)

D. National Electric Code (NEC)

E. Air Moving and Conditioning Association (AMCA)

F. Sheetmetal and Air Conditioning Contractors National Association, Inc. (SMACNA)

G. National Institute of Standards (NIST)

H. National Electrical Manufacturers Association (NEMA)

I. American Standard of Testing Materials (ASTM)

1. ASTM D 3567 Practice for Determining Dimensions of Fiberglass (Glass- Fiber Reinforced-Thermosetting-Resin) Pipe and Fittings.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15855-1 Bid Set

2. ASTM C 582 Standard Specification for Contact -Molded Reinforced Thermosetting Plastic (RTP) Laminates for Corrosion -Resistant Equipment.

3. ASTM D 3982 Standard Specification for Contact Molded Fiberglass Duct and Hoods or

4. ASTM D 2992"Standard Practice for Obtaining Hydrostatic Design Basis for Fiberglass Pipe and Fittings.

5. ASTM D 231 0 "Standard Classification for Machine-Made "Fiberglass" Pipe.

6. ANSI/ABMA 11-90 (R1999) Load Ratings and Fatigue Life for Roller Bearings.

J. National Bureau of Standards (NBS).

1. NBS PS 15-69 "Custom Contact-Molded Reinforced Polyester Chemical-Resistant Process Equipment

1.04 SYSTEM DESCRIPTION:

A. The odor control system duct work consists of dampers, actuators, gauges, piping, ductwork, and ancillary items, as indicated and specified.

B. The fiberglass reinforced plastic (FRP) ductwork shall be designed and fabricated for odor control service to carry warm, moisture-laden air with hydrogen sulfide, mercaptans and other organic and inorganic compounds typically associated with wastewater treatment.

1.05 SUBMITTALS:

A. Submit material for review in one submission. Partial submittals will not be reviewed.

B. Sales bulletins or other general publications are not acceptable as submittals for review. Submit only when necessary to provide supplemental technical data.

C. Shop Drawings: Submit the following in accordance with Section 01300:

1. Certified shop and working drawings including complete fan and motor data characteristics and performance and all accessory equipment.

a. Contractor shall submit electronic files of the proposed equipment in the capacity, size, and arrangement as indicated and specified.

b. Electronic files shall conform to the following minimum requirements:

City of North Miami Pump Station “A” Rehab – 100% Submittal 15855-2 Bid Set

(1) Files shall be AutoCad 2005 or Higher.

(2) Files shall be submitted as part of the Shop Drawing submittal.

(3) Submit Files on Compact Disk.

(4) Drawings shall include plan views, sectional views, title block, and details of all related items. In cases where certain information is Proprietary and is omitted, provided a statement indicating that the information is proprietary and is being omitted.

(5) Files shall include Tag Names, Parts List (identifying each component), Dimensions, and connection sizes.

(6) Files shall be drawn to scale.

(7) Drawings shall be in conformance with all other requirements as specified in this specification.

2. A letter from the resin supplier stating that the material used for this project will comply with the specification and meet all corrosion requirements.

3. Design calculations performed by the manufacturer and stamped by a Professional Engineer for record purposes.

4. Certified test results in accordance with ASTM 2992. Engineer will confirm that supplier has completed ASTM 2992 testing.

5. Samples, representative of the ductwork, construction method and material used to be supplied on this project.

6. Schematic and wiring schematic with interconnection diagram showing description of operations. List component identification of schematic diagrams as stated herein, along with component instruction manual references.

7. Manufacturer’s literature and specifications. Show catalog dates.

8. Operating and maintenance instructions and parts list.

a. In operating instructions incorporate a functional description of entire system including system schematics.

b. In maintenance instructions, clearly define requirements for particular system and show special calibration and test procedures.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15855-3 Bid Set

9. Clearly mark all drawings and data to show only items applicable to work. Show all data, nozzle schedule, bill of materials, rated capacities, material of construction, layouts and construction details of all components. Show dimensions, mounting and external connection details on all drawings.

10. Number and identify all equipment to correspond with terminology on drawings. Also use these numbers on all submittals sheets and shop drawings.

11. Four copies of manufacturer’s recommended regeneration instructions, procedures and safety precautions. Provide detailed instructions for particular system as required.

12. List of 5 operating installations to demonstrate compliance with the requirements of Paragraph 1.07.H.

a. Provide current (verified) contact information for each installation.

13. Paint manufacturer’s product data and specifications indicated conformance to shop painting requirements specified including statement of compliance for compatibility.

14. Manufacturer’s literature as needed to supplement certified data.

15. Two (2) sample cutouts demonstrating 100 mils liner, and filament wound structural laminate. Samples to be a minimum of 8-inch [200 mm] diameter cut out, and a 12-inch [300 mm] diameter piece of duct at least 12 inches [300 mm] long complying with RTP-1 visual level I.

16. Copies of burial calculations for at least 3 sizes of duct between 12-inch [300 mm and 48-inch [1200 mm].

17. Submit details of:

a. Resin Type

b. Types and amounts of filler

c. Corrosion liner description

d. Reinforcement types for hand lay-up or chopped laminates

e. For filament-wound laminates:

(1) Helix angle

City of North Miami Pump Station “A” Rehab – 100% Submittal 15855-4 Bid Set

(2) Glass content range

(3) Strand yield

(4) Strand by inch in the winding band

(5) Ply thickness

(6) Amount of chop or unidirectional roving interspersed with winding, if any, and location within laminate.

f. For all Fabricated parts:

(1) Construction type

(2) Laminate thickness

(3) Ply sequences

(4) Glass content range

g. For all secondary overlays (both interior and exterior):

(1) Laminate thickness

(2) Ply sequences and widths

(3) Construction details for all other special configurations and fabricated parts.

18. Shop test results.

19. Motor shop test results.

20. Qualifications of field service technician.

21. Schematic control and power wiring diagrams.

22. Shop and Field inspections reports.

23. List of recommended spare parts other than those specified.

24. Recommendations for short and long term storage.

25. Special tools.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15855-5 Bid Set

26. Shop and field testing procedures and equipment to be used.

27. Number of service technician days provided and per diem field service rate.

28. Manufacturer’s product data, specifications, and color charts for shop painting.

29. Provide a listing of the materials recommended for service specified and indicated. Provide documentation showing compatibility with process fluid and service specified and as indicated.

30. The most recent ISO 9000 series certification.

31. Material Certification:

a. Provide certification from the equipment manufacturer that the materials of construction specified are recommended and suitable for the service conditions specified and indicated. If materials other than those specified are proposed based on incompatibility with the service conditions, provide technical data and certification that the proposed materials are recommended and suitable for the service conditions specified and indicated including an installation list of a minimum of five (5) installations in operation for a minimum of five (5) years. Provide proposed materials at no additional cost to the Owner.

b. Where materials are not specified, provide technical data and certification that the proposed materials are recommended and suitable for the service conditions specified and indicated.

D. A copy of the contract mechanical process, electrical and instrumentation drawings, with addenda that are applicable to the equipment specified in this section, marked to show all changes necessary for the equipment proposed for this specification section. All changes and clarifications shall be indexed to a list detailing each change and clarification If no changes are required, mark all drawings with “No changes required” or provide a statement that no changes are required.

1. Failure to include all drawings or a statement applicable to the equipment specified in this section will result in submittal return without review until a complete package is submitted.

E. A copy of this specification section with addenda and all referenced specification sections with addenda, with each paragraph check-marked to indicate specification compliance or marked and indexed to indicate requested deviations and clarifications from the specified requirements.

1. If deviations and clarifications from the specifications are indicated, therefore requested by the Contractor, provide a detailed written justification for each deviation and clarification.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15855-6 Bid Set

2. Failure to include a copy of the marked-up specification sections and or the detailed justifications for any requested deviation or clarification will result in submittal return without review until marked up specifications and justifications are submitted in a complete package.

1.06 QUALITY ASSURANCE:

A. Provide in accordance with Section 01400 and as specified herein.

B. Duct work and appurtenances shall be manufacturer's standard cataloged product and modified to provide compliance with the drawings, specifications and the service conditions specified and indicated.

C. Shop tests as specified.

D. Ductwork and appurtenances regardless of manufacturer as a complete integrated system to ensure proper coordination, compatibility and operation of the system.

E. Provide Services of Manufacturer's Representative as stated in Section 01400 and as specified herein.

F. Provide services of factory-trained Service Technician, certified by the manufacturer to service the type of equipment specified:

1. Service Technician must have a minimum of five (5) years of experience servicing the type and size of equipment specified, all within the last seven (7) years.

2. Service Technician must be present on site for all items listed below. Person-day requirements listed are exclusive of travel time, and do not relieve Contractor of the obligation to place equipment in operation as specified.

3. Installation: Inspect joint installation, alignment, field erection; coordination of piping and electrical connections:

a. 1 person-day.

4. Functional Testing: Calibrate, check alignment and perform a functional test with air. Tests to include all items specified.

a. 1 person-day.

5. Field Performance Testing: Field performance test equipment specified.

a. 2 person-days.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15855-7 Bid Set

6. Vendor Training: Provide classroom and field operation and maintenance instruction including all materials, slides, videos, handouts and preparation to lead and teach classroom sessions.

a. 1 person-day.

7. Credit to the Owner, all unused service person-days specified above, at the manufacturer's published field service rate.

8. Any additional time required of the factory trained service technician to assist in placing the equipment in operation, or testing or to correct deficiencies in installation, equipment or material shall be provided at no additional cost to the Owner.

G. Manufacturer of equipment shall have at least five (5) operating installations with units of the size specified and in the same service as specified operating for not less than five (5) years.

1.07 DELIVERY, STORAGE AND HANDLING:

A. Provide in accordance with Section 01600 and as specified herein.

B. Shipping:

1. Ship equipment, material and spare parts complete except where partial disassembly is required by transportation regulations or for protection of components.

2. Wrap all gel coated and intumescent painted duct and fittings not shipped on pallets in bubble wrap to completely protect the finishes and can be taped over the ends as a seal. The bubble wrap should then be left on while being unloaded and stored on site. While shipping from the factory, the duct can be stacked in layers up to 3 high in diameters up to 24-inch [600 mm] and 2 high in layers over 30-inch [750 mm]. Stagger stacking and blocking with the use of bubble wrap.

3. Pack spare parts in containers bearing labels clearly designating contents and pieces of equipment for which intended.

4. Deliver spare parts to the Owner in accordance with Section 01600.

C. Receiving:

1. Inspect and inventory items upon delivery to site.

2. Store and Safeguard equipment material and spare parts.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15855-8 Bid Set

1.08 SPECIAL REQUIREMENTS:

A. Refer to applicable specification sections of Division 2 with regard to the following:

1. Lubricants.

2. Special Tools.

3. Bolts, Anchor Bolts, and Nuts.

4. Nameplates.

5. Operating and maintenance instructions and parts lists.

PART 2 – PRODUCTS

2.01 FRP DUCT:

A. Materials and Fabrication:

1. Type: Filament wound rated at design pressures as specified and indicated.

2. Minimum wall thickness, inches, in accordance with SMACNA Table 5-7 and as specified:

a. 2-inch [50 mm] through 14-inch [350 mm]: 0.145

b. 16-inch [400 mm] through 22-inch [560 mm]: 0.180

c. 24-inch [600 mm] through 30-inch [750 mm]: 0.220

d. 32-inch [800 mm] through 36-inch [900 mm]: 0.260

e. 42-inch [1100 mm] through 48-inch [1200 mm]: 0.300

f. 54-inch [1400 mm] through 60-inch [1500 mm]: 0.340

g. 72 –inch [1800 mm]: 0.380

h. 84-inch [2100 mm]: 0.420

i. 96-inch [2400 mm]: 0.460

j. Wall thickness of the duct furnished shall not at any point be less than specified minimum wall thickness when measured in accordance with ASTM D3567.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15855-9 Bid Set

k. Provide all buried duct designed per AWWA M-45 Standards and rated for H- 20 Loading.

l. Rectangular ductwork thickness: As specified in SMACNA and as specified and indicated. In no case shall the rectangular duct thickness be less than substituting the long side of the rectangular duct for the round equivalent thickness.

3. Grade: Type 1, Grade 2 RTRP, Class E per ASTM D2310 and D2996.

4. Provide all ducts designed for not less than 60 inches water column pressure, and 30 inches water column vacuum.

5. The design, applicable construction, and inspections shall be in accordance with SMACNA, and visual inspection criteria in accordance with ASME RTP-1. Table 6, Visual Level II.

6. Provide a minimum structural safety factor of 4 in the design of all ducting.

7. Maximum deflection of rectangular ducts under deadload and operating conditions: Not to exceed 1 percent of the width of the longest side.

8. Resin: Hetron 992FR, Derakane 510 or equal, selected to meet the exposures and temperatures of the air to be exhausted.

9. Minimum barcol hardness: 36.

10. Fillers other than antimony trioxide added for flame retardancy are not acceptable and should not exceed 5% by weight.

11. A thixotropic agent for viscosity control may be used as recommended by the resin manufacturer. No thixotropic agent is to be used in the corrosion liner or on surfaces to be in contact with the corrosive environment.

12. Flame spread rating: 25 or less per ASTM E-84.

13. Catalyst: DHD9 or High Point 90 per resin manufacturer.

14. Corrosion liner:

a. Inner surface: One ply of 10 ml thick minimum C-glass surfacing veil saturated with vinylester resin.

b. Provide the surface veil overlapped a minimum of 1 inch with two (2) layers of 1-1/2 oz./sq. ft. chopped strand mat following the surface veil layers.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15855-10 Bid Set

c. Corrosion liner is to gel completely before proceeding with structural laminates. In no case shall the interruption exceed 12 hours.

d. Total liner thickness: 100 mils minimum.

e. No thixotropic agent or fire retardant additive is to be used in the liner resin.

f. Corrosion liner: Not less than 20% or more than 30% glass by weight.

g. Provide liner passing ASME RTP-1 Table 6, level II visual inspection. Total glass content 25% to 30 %.

15. Structural layer: Filament wound of Hetron 992FR, or Derakane 510 premium grade, vinylester resin and Type E 250 strand yield continuous glass roving.

a. Band width: 2.25 inches using (7) strands per inch.

b. Filament winding cycle thickness: 0.06 inches maximum.

c. Glass content 55% to 65 %.

d. Winding angle: 65 degrees ± 2 degrees for increased vacuum service.

16. Provide the exterior of all laminates containing sufficient resin to insure a relatively smooth surface free from exposed glass fibers or sharp projections.

17. Provide an ultraviolet stabilizer added to the final coat of resin that also incorporates paraffinated wax curing elements.

18. Provide ductwork located outdoors with an exterior colored surface coat.

a. Color: White or as selected by Owner.

19. Provide ductwork located indoors with two (2) coats of PPG 42-7 Intumescent paint to provide a class 1 flame and smoke rating.

20. ASTM E-84 Steiner Tunnel test results shall be attached as part of the submittal packet.

21. Standard lengths: Provide in accordance with the manufacturers published product data sheets and approved shop drawings.

22. Duct stiffness: Minimum rated stiffness in accordance with ASTM D2412 for the pipe laying conditions.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15855-11 Bid Set

23. Markings on duct and spool pieces shall be in accordance with shop drawings.

B. Manufacturers:

1. Spunstrand

2. Harrington Plastics

3. Ershigs

4. Or acceptable equivalent product

2.02 FITTINGS AND JOINTS:

A. Fittings:

1. Hand-lay up construction fabricated from the same resin and have the same strength as the FRP ductwork.

2. Internal diameter of all fittings: Equal to the adjacent duct.

3. Tolerance on angles of all fittings: +/- 1 degree for 24 inch [300 mm] diameter and smaller and +/- 1/2 degree for 30 inch [750 mm] diameter and larger.

B. Elbows:

1. Radius: 1.5 times the diameter.

2. 24-inch [300 mm] and smaller: Smooth radius.

3. 30-inch [750 mm] and larger: Mitered.

4. Bends 30 degrees and less: 1 miter, 2 piece

5. Bends 31 degrees to 60 degrees: 2 miter, 3 piece

6. Bends 61 degrees to 90 degrees: 4 miter, 5 piece

C. Turning Vanes

1. Provide turning vanes and splitters at all single mitered bends 46 degrees and greater and similar fittings that are not one-piece smooth radius fittings per SMACNA and ASHRAE standards.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15855-12 Bid Set

2. Turning Vanes: Filament wound and reinforced with unidirectional glass, metallic vanes are not acceptable.

D. Flange Joints:

1. Provide flanged connections at flexible connectors, expansion joints, vessels, grease filters, fans, and other locations as indicated.

2. Flanges:

a. Hand lay-up construction with dimensions in accordance with NBS PS 15-69 and the Duct Dimension Schedule.

b. Flanges 24-inch [500 mm] and smaller: One piece integral, SMACNA Thermoset Duct construction manual and supplied undrilled for field drilling and alignment.

3. Flanges shall be drilled in accordance with NBS PS 15-69 -Table 2. Backs of flange face shall be flat so that washer seats fully on bolt face and flange backing.

4. Flange Faces: Perpendicular to the axis of the duct within 1/2 degree.

5. Flange Faces: Flat to within +/- 1/32 inch [0.8 mm] for sizes 18-inch [450 mm] and smaller and flat within +/- 1/16 inch [1.58 mm] for sizes 20-inch [500 mm] and larger.

6. Gaskets: EPDM, full face, minimum 1/8-inch [3 mm] thick.

7. Hardware: Type 316 stainless steel.

E. Duct Joints:

1. Butt and wrap joint type connections.

2. Fittings: Butt and wrap joint type connections.

3. Apply adhesive material for field joining in rolls and resin containers no larger than five gallons.

4. Provide all joints per SMACNA standard, and per manufacturer’s laminate schedule and procedures.

2.03 EXPANSION JOINTS:

A. Expansion Joints:

City of North Miami Pump Station “A” Rehab – 100% Submittal 15855-13 Bid Set

1. Provide expansion joints where indicated and where required for flexibility and to accommodate the pipe support system.

2. Provide flanged joints where connecting ductwork to vessels, grease filters, fans, equipment and other locations as indicated.

3. Provide slip-type joints where flanges joints are not specified or indicated.

4. Type: W-design configuration with integral flanges suitable for service with FRP duct under the conditions specified and indicated.

5. Material: EPDM

6. Backing Rings: 3/8 inch [10 mm] thick, 2 inches [50 mm] wide, Type 316 stainless steel.

7. Extension: 3 inches [76 mm].

8. Compression: 2.5 inches [63.5 mm].

9. Lateral Offset: 2.5 inches [63.5 mm].

10. Thickness: 1/4 inch [6 mm] minimum.

11. Bolts, Nuts and Washers: Type 316 stainless steel.

B. Manufacturers:

1. RM-Holz

2. Metraflex

3. Garlock

4. Mercer

5. Or acceptable equivalent product

2.04 DUCT DRAINS:

A. Provide 1 in. minimum CPVC pipe and CPVC ball valve trapped duct drains on all low points in all main, branch and riser ducts to allow removal of condensate.

1. Provide piping in accordance with Section 15370 and valves in accordance with Section 15101.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15855-14 Bid Set

B. For ducts located outdoors insulate the drains, trap and piping with 1-inch of insulation in accordance with Section 15370.

2.05 DAMPERS:

A. Provide factory fabricated dampers conforming to AMCA requirements and as specified.

B. Provide FRP dampers manufactured from the same materials and resin as specified for duct.

C. Materials and Construction:

1. Blades: Two (2) piece, molded including blade stiffeners. Provide damper blade offset 5 degrees in the closed position to form a normal stop.

2. Axle: Pultruded FRP made of the same resin as specified for the duct and continuous strand roving.

3. Control Shaft: Provide axle extending 6 inches beyond frame, full length vinylester with Type 316 stainless steel pins embedded transverse of axle.

4. Bearings: Molded PTFE with 10% carbon and graphite fill.

5. O-Rings: Viton.

6. Metallic parts in contact with the air stream are not acceptable.

D. Provide the following type of dampers for the service specified:

1. Balancing:

a. Opposed multi-blade type.

2. Isolation:

a. Butterfly type constructed of one gauge heavier than respective duct.

b. Dampers shall be equipped with full circumference extruded double tadpole blade seals.

c. Butterfly damper leakage: Not to exceed 2.9 CFM/SQ. FT. against 26 inches W.C.

3. Volume damper:

City of North Miami Pump Station “A” Rehab – 100% Submittal 15855-15 Bid Set

a. Butterfly type, locking quadrant of same material as duct.

E. Provide manual dampers with lever type, locking quadrant operator Identified with OPEN and CLOSE positions.

F. Where indicated, provide electric motor operators as specified herein.

G. Dampers shall be of self-supporting construction and shall not deflect or deform while free standing.

H. Dampers shall have flanged ends for connection to ductwork and equipment.

I. Manual Operators:

1. Dampers 16-inch [400 mm] and larger: Provided gear operators with an epoxy coating.

2. Dampers 14-inch [350 mm] and smaller: Provide hand quadrant actuators fabricated of Type 316 stainless steel with a 5-stage locking quadrant indicator.

3. Balancing Dampers:

a. Manual: Provide a fully adjustable slot with an extra hole drilled in the handle for contractor to "drill and pin-in place" once system is balanced so handle cannot vibrate loose.

b. Electric: Provide as specified.

4. Chain wheel operators: Provide galvanized steel chainwheels with galvanized steel chain and chain guides for all dampers with operator or gear operators higher than 6.5 feet [2 meters] above operating floor level.

a. Provide chain that reaches to within 3 feet [1 meter] of the operating floor level.

b. For dampers with gear operator mount with chainwheel in the vertical position.

2.06 AIR INLETS:

A. Material compatible with ductwork system specified.

B. Provide Type 316L stainless steel wire mesh bird screen for all fresh air intakes.

C. Each air exhaust from each of the tanks shall have a volume damper as indicated and specified.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15855-16 Bid Set

2.07 DUCT SYSTEM SUPPORTS:

A. Duct Support:

1. Provide supports for all ducts designed and furnished by the duct system supplier in accordance with Section 15056 and as specified herein.

2. Provide hanger spacing as indicated in ASTM D 3982.

3. Provide ductwork supported from structure by straps or rods. Provide Type 316L stainless steel angle iron brackets to support ducts where structure is not available.

4. For exterior duct, design and provide free standing duct supports to meet specified duct spacing requirements and specified loads.

5. Provide anchors, inserts or clamps to secure hangers to structures. Provide Type 316 stainless steel anchors, screws and bolts. Provide in accordance with manufacturers recommendations and Factory Mutual limitations and restrictions.

B. Provide all duct supports shall be designed to withstand seismic loads as indicated and specified.

2.08 SHOP PAINTING:

A. Primer and Finish Paint: Shop apply to all exterior ferrous surfaces two part epoxy paint in accordance with the following:

1. Solids by Volume: Minimum 57% (percent +2).

2. Type: Polyamide epoxy, self priming.

3. Dry Film Thickness: 4 to 6 mils per coat.

4. No. of Coats required: Three.

5. V.O.C Requirement: 3.06 lbs/gallon.

6. Conform to AWWA D102 Inside systems No. 1 and No. 2.

7. Use thinners that are acceptable to ANSI NSF Std 61.

8. Color: As specified for piping system of same service or as selected by the Engineer.

B. Surface preparation, mixing and application and safety requirements shall be in accordance with the paint manufacturer’s printed instructions.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15855-17 Bid Set

1. Ferrous surfaces which are not to be painted shall be given a shop applied coat of grease or rust resistant coating.

2.09 SPARE PARTS:

A. Provide in accordance with Section 01600 and as specified herein.

B. Provide the following spare parts, all identical and interchangeable with similar parts installed in Work:

1. Two spare gaskets of all types, materials and sizes.

2. One (1) set of all special tools

PART 3 – EXECUTION

3.01 INSTALLATION:

A. General:

1. Install ducts, dampers and appurtenances in accordance with manufacturer’s recommendations.

2. Prior to installation, inspect each duct length and all fittings, flush clean of any debris or dust, and straightened, if not true. All duct and fittings shall be equally cleaned before assembly.

3. Provide all materials and equipment required.

3.02 DUCTWORK:

A. Assemble per SMACNA, or NIST Standards as specified hereinbefore.

B. Do not exceed 6-ft. spacing of hangers on horizontal ducts; 4-ft. on vertical ducts.

C. Support ductwork from structure by 16-gauge straps. Use hanger material compatible with ducts; use angle brackets to support vertical ducts.

D. Use anchors, inserts or clamps to secure hangers to structures; use stainless steel anchors if drilled-in type are installed.

E. Install duct connections to masonry openings airtight. Pack the space between the sleeve and framed prepared opening and the duct and the duct insulation with mineral wool or other FM approved fire resistant material.

City of North Miami Pump Station “A” Rehab – 100% Submittal 15855-18 Bid Set

F. Flanged connections to equipment, 3-in. minimum length.

G. FRP ductwork:

1. Joints, finished joints in accordance with NBS PS 15-69 Standards.

3.03 SYSTEM TESTING:

A. Test at 1.5 times the system design pressure.

B. Determine leakage by loss of pressure, soap solution, chemical indicator, or other positive and accurate method. All fixtures, devices, or other accessories connected to the lines and which would be damaged if subjected to the test pressure shall be disconnected and ends of the branch lines plugged or capped as required during the testing procedures.

3.04 SYSTEM BALANCING:

A. Adjust manual and automatic control devices to balance air flows so they perform as indicated and specified.

B. Balance air systems so each outlet is within 10-percent and each fan is within 5-percent of values indicated.

C. Submit report to the Owner outlining balancing procedures used; report to include:

1. Type of measuring devices used.

2. Air quantities at each outlet, damper and fan.

3. Fan speeds.

4. Fan suction and discharge pressures.

5. Air quantities through fan, by test and by summation of air quantities at outlets.

D. Make all adjustments necessary to place equipment in specified working order at time of above tests.

E. Test on product only. If product is not available, test with water. Water for testing furnished by Contractor.

F. Remove all replace equipment at no additional cost to the Owner with equipment that will meet all requirements specified and indicated if unable to demonstrate to the

City of North Miami Pump Station “A” Rehab – 100% Submittal 15855-19 Bid Set

satisfaction of the Engineer that equipment will perform the service specified, indicated and as submitted and approved.

3.05 FIELD TOUCH-UP PAINTING:

A. After installation and approved testing by the Engineer. Contractor shall apply touch-up paint to all scratched, abraided and damaged shop painted surfaces. Coating type and color shall match shop painting.

3.06 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 15855-20 Bid Set

SECTION 15857

ODOR ABATEMENT SYSTEM

PART 1 - PRODUCTS

1.01 DESCRIPTION:

A. Remove and replace an existing odor control system at the City of North Miami Pump Station “A”.

B. Furnish, install and test an odor control system capable of handling and removing hydrogen sulfide gas and sewage vapors, complete, with all appurtenances to make it operable and perform as indicated and as specified.

1.02 SCOPE OF WORK

A. Disconnection of all utility services to existing odor control equipment including electrical power supply and water service.

B. Removing and disposing of existing odor control system including vessels, media, water supply and drain piping, blower, ductwork, panels and any ancillary equipment in accordance with local and state disposal requirements.

C. Site preparation and clearing.

D. Repairs to wall(s) and floor(s) to close and/or repurpose penetrations from existing odor control ductwork.

E. Obtain all state, local or federal permits, including all pertinent City of North Miami Building permits, as necessary.

F. Installation of all Manufacturer-supplied equipment components, which includes receiving, offloading, placement and bolting of all equipment to the concrete pad, connection of ductwork, water piping, drainage piping, and power and control wiring, all in accordance with the Manufacturer's installation instructions.

G. Provide onsite storage and maintenance of all equipment, suitably protected, per the Manufacturers written instructions, from weather and any conditions that could adversely affect the material from its intended function.

H. Supply of all odorous air ductwork including flex connectors, damper valves and all equipment necessary to route air from the Pump Station wet pit area to the blower and through the odor control vessel.

City of North Miami 15857-1 Bid Set Pump Station “A” Rehab – 100% Submittal I. Construction of wall and floor penetrations for ductwork to draw odorous air from pump station pit through fan and through the biotrickling filter vessel.

J. Construction of concrete equipment pad for placement of the biotrickling filter(s) and installation of system anchor bolts and tie-downs to meet Miami-Dade Risk Category IV wind-load requirements.

K. Connection to the existing onsite potable water piping and installation of external water supply and drain and overflow piping with water traps to and from the biotrickling filter equipment.

L. Power supply to the electrical control panel, power to the odor control fan and connection of all ancillary instrumentation mounted remotely to the System Control Panels.

M. Installation of any additional items as noted on the contract drawings.

N. Adjusting and balancing of all upstream odor sources.

O. Temporary piping, tanks and ancillary equipment necessary for startup of the system and acclimation of the biological process.

P. Conduct performance testing to demonstrate and document compliance with the odor control requirements as specified herein.

Q. Provide classroom and field operator training and instruction on equipment, and system operation and maintenance.

1.03 RELATED WORK:

A. Section 15056: Pipe Supports

B. Section 15101: Process Valves and Appurtenances

C. Section 15370: Process Piping and Appurtenances

D. Section 15855: Fiberglass Reinforced Plastic Duct, Dampers and Dampeners

1.04 REFERENCES:

A. American Society of Mechanical Engineers (ASME)

B. American National Standards Institute, Inc. (ANSI)

C. Underwriters’ Laboratories (UL)

City of North Miami 15857-2 Bid Set Pump Station “A” Rehab – 100% Submittal D. National Electric Code (NEC)

E. Air Moving and Conditioning Association (AMCA)

F. Sheet Metal and Air Conditioning Contractors National Association, Inc. (SMACNA)

G. National Institute of Standards (NIST)

H. National Electrical Manufacturers Association (NEMA)

I. American Standard of Testing Materials (ASTM)

J. American Bearing Manufacturers Association (ABMA):

1. ANSI/ABMA 9-1990 (R2000) Load Ratings and Fatigue Life for Ball Bearings.

2. ANSI/ABMA 11-90 (R1999) Load Ratings and Fatigue Life for Roller Bearings.

K. National Bureau of Standards (NBS).

L. Acoustical Society of America.

1.05 SYSTEM DESCRIPTION:

A. The odor control system shall remove hydrogen sulfide and other odorous compounds from the foul air stream using a biotrickling filter in a counter current fashion. Co-current systems shall not be allowed.

The foul air shall enter the system at the bottom of the biotrickling filter vessel and flow upward through the media. The air stream will be released to the atmosphere via the exhaust stack at the top of the biotrickling filter vessel.

The media bed shall be irrigated from above using potable water. The water then trickles through the media and is collected in a sump at the bottom of the biotrickling filter. The drain water from the system shall pass from the sump in the bottom of the biotrickling filter vessel and be piped to drain with trap. The biotrickling system may use recirculation of irrigation water through the biotrickling filter vessel.

B. The odor abatement system consists of the following major components as indicated and specified herein:

City of North Miami 15857-3 Bid Set Pump Station “A” Rehab – 100% Submittal 1. Biotrickling Filter Vessel: The fiber reinforced plastic (FRP) vessel shall be comprised of at least one main module, one top piece, integrated water/nutrient injection spray system, inlet air plenum. A media support system shall be provided inside each vessel. The support system shall consist of nonmetallic, removable grating supported from either the vessel sides or the bottom.

2. Media Bed: Engineered, plastic, synthetic media to optimize mass transfer and facilitate growth of bacteria necessary for biological oxidation of odorous compounds. The media bed shall be uniform throughout and made entirely of plastic, synthetic or non-reactive material.

3. Electrical Control Panel: A UL, factory-labeled electrical control panel housing a single Programmable Logic Controller (PLC) system and other components required for the control and monitoring of the System.

4. Water Control Panel: A water control panel that houses all components necessary for the control and monitoring of the media irrigation and recirculation system.

5. Fan: Odor control fan to move the odorous air from the source and be able to compensate for all pressure losses at the design airflow.

6. Nutrient Feed System: A nutrient feed system with nutrient barrel, metering pump, appurtenances, controls and one (1) year supply of nutrients shall be provided.

7. Drain: Provide a biotrickling filter vessel drainage system with trap to discharge sump waste from normal operation and system maintenance to wet pit of the adjacent pump station.

C. Provide system and components for 24 hour per day operation, continuous duty.

1.06 SEISMIC REQUIREMENTS:

A. Conform to the requirements indicated on the structural drawings and as specified in Section 01900.

B. The Contractor shall conform to the seismic design requirements for this project and for the work of this specification section.

C. Provide all equipment bases, anchorage, supports and foundations designed in accordance with the seismic requirements indicated and specified.

D. Additionally, provide with the Certificate of Unit Responsibility, certification for all equipment signed by a registered structural engineer stating that computations were performed and that all components have been sized for the seismic forces specified and

City of North Miami 15857-4 Bid Set Pump Station “A” Rehab – 100% Submittal indicated.

1.07 SUBMITTALS:

A. Shop Drawings: Submit the following in accordance with Section 01300:

1. The Contractor shall submit complete shop drawings of the odor abatement system as a complete system. The equipment shop drawings submittal shall contain all structural calculations and drawings for the vessels, deflection of the vessel at the point of connection with the ductwork, thickness, anchor bolt size and location, lifting hooks, ladders, platforms, and loads imposed by appurtenances such as inlet ducting. All structural drawings, structural calculations and process calculations shall be signed and sealed by a Structural Professional Engineer and a Civil Engineer, respectively. These engineers shall be registered in the State of Florida.

2. Certified shop and working drawings including complete fan and motor data characteristics and performance and all accessory equipment.

a. Contractor shall submit electronic files of the proposed equipment in the capacity, size, and arrangement as indicated and specified.

b. Electronic files shall conform to the following minimum requirements:

(1) Files shall be AutoCad R2005 or Higher.

(2) Files shall be submitted as part of the Shop Drawing submittal.

(3) Submit Files on Compact Disk.

(4) Drawings shall include plan views, sectional views, title block, and details of all related items. In cases where certain information is Proprietary and is omitted, provided a statement indicating that the information is proprietary and is being omitted.

(5) Files shall include Tag Names, Parts List (identifying each component), Dimensions, and connection sizes.

(6) Files shall be drawn to scale.

(7) Drawings shall be in conformance with all other requirements as specified in this specification.

3. System piping schematic and wiring schematic with interconnection diagram showing description of operations. List component identification of schematic

City of North Miami 15857-5 Bid Set Pump Station “A” Rehab – 100% Submittal diagrams as stated herein, along with component instruction manual references.

4. Submit material for review in one submission. Partial submittals will not be reviewed.

5. Sales bulletins or other general publications are not acceptable as submittals for review. Submit only when necessary to provide supplemental technical data.

6. Manufacturer’s literature and specifications. Show catalog dates.

7. Operating and maintenance instructions and parts list.

a. In operating instructions incorporate a functional description of entire system including system schematics.

b. In maintenance instructions, clearly define requirements for particular system and show special calibration and test procedures.

8. Clearly mark all drawings and data to show only items applicable to work. Show all data, nozzle schedule, bill of materials, rated capacities, material of construction, layouts and construction details of all components. Show dimensions, mounting and external connection details on all drawings.

9. Number and identify all equipment to correspond with terminology on drawings. Also use these numbers on all submittals sheets and shop drawings.

10. Process control narrative.

11. Biotrickling filter media volume and Empty Bed Residence Time (EBRT) calculations.

a. The odor control system shall include a volume of media as needed to achieve the minimum performance requirements identified herein. The EBRT shall be equivalent to the volume of media in the vessel (in cubic feet), divided by the design air flow capacity (in cubic feet per minute).

b. Design information for the proposed system shall include the calculated EBRT, for comparison with the reference projects. Reference projects must operate under similar conditions to the proposed system and have been in operation for at least three (3) years.

12. Annual utility power and potable water consumption, and nutrient usage calculations.

13. Statement of biotrickling filter manufacturer’s warranty.

City of North Miami 15857-6 Bid Set Pump Station “A” Rehab – 100% Submittal 14. Information on hazards associated with the System and appropriate safety precautions, including applicable Material Safety Data Sheets (MSDS).

15. Installation guidelines for Contractor.

16. List of 5 operating units of the size specified and substantially similar equipment and in the same service as specified with satisfactory operation in operation for not less than three (3) years in the United States to demonstrate compliance with the requirements of this section and below.

a. Manufacturer shall provide current (verified) contact information for each installation.

17. Manufacturer shall demonstrate that the media volume proposed for this system will meet or exceed the minimum performance requirements by providing performance test data for at least three (3) existing installations that have achieved the minimum performance criteria specified herein (or greater) using a media volume resulting in an EBRT of no more than the EBRT proposed for this project.

18. Paint manufacturer’s product data and specifications indicated conformance to shop painting requirements specified including statement of compliance for compatibility.

19. Manufacturer’s literature as needed to supplement certified data.

20. Shop test results.

21. Motor shop test results.

22. Qualifications of field service technician.

23. Schematic control and power wiring diagrams.

24. Shop and Field inspections reports.

25. Bearing Life: Certified by manufacturer.

26. List of recommended spare parts other than those specified.

27. Recommendations for short and long term storage.

28. Special tools.

29. Bearing temperature operating range for service conditions specified.

30. Biotrickling filter vessel grounding details.

City of North Miami 15857-7 Bid Set Pump Station “A” Rehab – 100% Submittal

31. Shop and field testing procedures and equipment to be used.

32. Number of service technician days provided and per diem field service rate.

33. Manufacturer’s product data, specifications, and color charts for shop painting.

34. Provide a listing of the materials recommended for service specified and indicated. Provide documentation showing compatibility with process fluid and service specified and as indicated.

35. The most recent ISO 9000 series certification.

36. Material Certification:

a. Provide certification from the equipment manufacturer that the materials of construction specified are recommended and suitable for the service conditions specified and indicated. If materials other than those specified are proposed based on incompatibility with the service conditions, provide technical data and certification that the proposed materials are recommended and suitable for the service conditions specified and indicated including an installation list of a minimum of five (5) installations in operation for a minimum of five (5) years. Provide proposed materials at no additional cost to the Owner.

b. Where materials are not specified, provide technical data and certification that the proposed materials are recommended and suitable for the service conditions specified and indicated.

B. A copy of the contract mechanical process, electrical and instrumentation drawings, with addenda that are applicable to the equipment specified in this section, marked to show all changes necessary for the equipment proposed for this specification section. If no changes are required, mark all drawings with “No changes required” or provide a statement that no changes are required.

1. Failure to include all drawings or a statement applicable to the equipment specified in this section will result in submittal return without review until a complete package is submitted.

C. A copy of this specification section with addenda and all referenced specification sections with addenda, with each paragraph check-marked to indicate specification compliance or marked and indexed to indicate requested deviations and clarifications from the specified requirements.

1. If deviations and clarifications from the specifications are indicated, therefore requested by the Contractor, provide a detailed written justification for each

City of North Miami 15857-8 Bid Set Pump Station “A” Rehab – 100% Submittal deviation and clarification.

D. The biotrickling filter manufacturer shall submit the following, as a minimum, for the Operation and Maintenance Manuals.

1. As-built dimensional drawings showing plan and elevation views of the System and all applicable connections.

2. As-built Process and Instrumentation Diagrams (P&IDs).

3. Detailed bill of material along with specification of System components and materials of construction. The list to include the make, model number and descriptive literature of all items furnished by the biotrickling filter manufacturer.

4. Performance data for the odor control fan, to include curves showing capacity, pressure horsepower demand and efficiency over the entire operating range, including fan manufacturer’s descriptive literature and fan model number(s).

5. Submit the following information on the media for the biotrickling filter:

a. Pressure drop through the media as a function of air and liquid flow rate

b. Liquid holdup data

c. Physical characteristics, such as bulk density, per-cent of void space, packing factor, settling rate(s), number of media per cubic foot, and crushing height of media.

6. Special precautions for any components or materials associated with the System and its operation that should be subject to particular safety precautions, including MSDS.

7. Manufacturer’s Service Department contact information and service order form.

8. Statement of biotrickling filter manufacturer warranty.

9. System start-up and restart instructions.

10. Detailed information on proper settings and operation of the irrigation and recirculation system.

11. Special maintenance procedures, including weekly, monthly and annual preventive maintenance requirements.

12. Troubleshooting guide.

City of North Miami 15857-9 Bid Set Pump Station “A” Rehab – 100% Submittal 13. Individual Operation and Maintenance instructions for all major system components.

1.08 QUALITY ASSURANCE:

A. Provide in accordance with Section 01400 and as specified herein.

B. Equipment shall be manufacturer's standard cataloged product and modified to provide compliance with the drawings, specifications and the service conditions specified and indicated.

C. Welding: In accordance with American Welding Society Code D1.1.

D. Shop tests as specified.

E. Equipment manufacturer shall provide biotrickling filter unit, fans, motors, dampers, ductwork, controls, irrigation and recirculation system and lifting attachments regardless of manufacturer as a complete integrated package to ensure proper coordination, compatibility and operation of the system.

F. Provide Services of Manufacturer's Representative as specified herein.

G. Provide services of factory-trained Service Technician, certified by the manufacturer to service the type of equipment specified:

1. Service Technician must have a minimum of five (5) years of experience servicing the type and size of equipment specified, all within the last seven (7) years.

2. Service Technician must be present on site for all items listed below. Person-day requirements listed are exclusive of travel time, and do not relieve Contractor of the obligation to place equipment in operation as specified.

3. Installation: Inspect location of anchor bolts; setting, leveling, alignment, field erection; coordination of piping, electrical and miscellaneous utility connections:

a. 2 person-day.

4. Functional Testing: Calibrate, check alignment and perform a functional test with water. Tests to include all items specified.

a. 2 person-day.

5. Field Performance Testing: Field performance test equipment specified.

City of North Miami 15857-10 Bid Set Pump Station “A” Rehab – 100% Submittal a. 2 person-days.

6. Vendor Training: Provide classroom and field operation and maintenance instruction including all materials, slides, videos, handouts and preparation to lead and teach classroom sessions.

a. 2 person-day.

7. Any additional time required of the factory trained service technician to assist in placing the equipment in operation, or testing or to correct deficiencies in installation, equipment or material shall be provided at no additional cost to the Owner.

H. Complete system and all items of equipment conform to all applicable federal, state and local codes, laws, rules and regulations and to all applicable safety standards including those for safety of personnel.

I. Provisions:

1. Drawings and specifications direct attention to certain features of equipment, but do not purport to cover all details entering into design and construction of the equipment, controls, and appurtenances.

2. Equipment furnished must fit within the space allocated on the drawings with clearance for operation and maintenance.

J. Workmanship and Design:

1. Provide space for maintenance, adjustment, and replacement of all parts.

2. Corresponding parts of multiple units shall be interchangeable.

1.09 DELIVERY, STORAGE AND HANDLING:

A. Provide in accordance with Section 01600 and as specified herein.

B. Shipping:

1. Ship equipment, material and spare parts complete except where partial disassembly is required by transportation regulations or for protection of components.

2. Pack spare parts in containers bearing labels clearly designating contents and pieces of equipment for which intended.

City of North Miami 15857-11 Bid Set Pump Station “A” Rehab – 100% Submittal 3. The Contractor shall obtain spare parts from the manufacturer at the same time as pertaining equipment. The Contractor shall maintain possession of spare parts until Substantial Completion at which time, all spare parts shall be turned over to the Owner.

C. Receiving:

1. Inspect and inventory items upon delivery to site.

2. Store and safeguard equipment, material and spare parts in accordance with manufacturer's written recommendations and instructions.

1.10 SPECIAL REQUIREMENTS:

A. Refer to applicable specification sections of Division 1 with regard to the following:

1. Foundations, Installations and Grouting.

2. Lubricants.

3. Special Tools.

4. Bolts, Anchor Bolts, and Nuts.

5. Sleeves and inserts.

6. Electric Motors

7. Equipment drive guards.

8. Protection against electrolysis.

9. Voltage Rating of Motors

10. Nameplates.

11. Operating and maintenance instructions and parts lists.

1.10 WARRANTY

A. The biotrickling filter manufacturer shall warrant the equipment supplied meets these specifications and the performance detailed in section 2.04.C of this specification and that it is new and unused, free from defects in materials and/or workmanship. This warranty shall be for 18 months from equipment delivery to the job site or 12 months from equipment handover, whichever comes first. In the event that it is determined that a defect exists, the biotrickling filter manufacturer shall repair or replace the defective

City of North Miami 15857-12 Bid Set Pump Station “A” Rehab – 100% Submittal components, provided that such defect was not the result of misuse of the component by the Owner or his agents.

B. The biotrickling filter manufacturer shall warrant the plastic, synthetic media against defects in material workmanship for ten (10) years from equipment delivery. In addition, the manufacturer shall warrant the media against shrinking, welling, plugging, performance drop below specified removal efficiency and against anything greater than a 5% increase in total pressure drop across the entire media bed for a period of ten (10) years. In the event that it is determined that a defect exists, the biotrickling filter manufacturer shall repair or replace the defective components at 100% of cost (no prorating shall be allowed), provided that such defect was not the result of misuse of the component by the Owner or his agents.

PART 2 – PRODUCTS

2.01 GENERAL

A. The odor control equipment supplied under this section must be provided by a single biotrickling filter manufacturer who will be solely responsible for the design, delivery and performance of the System.

2.02 ACCEPTABLE MANUFACTURERS:

A. Systems shall be as manufactured by Biorem (no “or equal” manufacturers shall be considered).

2.03 MATERIALS:

B. Iron Castings: Shall conform to ASTM A48.

C. Biotrickling Filter Vessel Foundation Clip Anchors: Provide AISI 316 stainless steel adhesive anchors.

D. Irrigation and Recirculation Water Supply Piping: Schedule 80, PVC.

2.04 EQUIPMENT DESCRIPTION:

A. Each biotrickling filter system shall consist of a biological odor control vessel as outlined in section 1.05. All vessels and top covers shall be manufactured of the same material.

B. Design Parameters:

1. System Capacity and Pressure Drop:

a. Continuous Design Capacity

City of North Miami 15857-13 Bid Set Pump Station “A” Rehab – 100% Submittal

(1) 1,800 CFM

b. Pressure Drop at Continuous Design Capacity, not more than 8-inch WC including all interconnecting ductwork and dampeners.

C. Odor control system manufacturer to provide odor control fan designed for pressure drop through the upstream odor control ductwork and through the biotrickling filter vessel and interconnecting ductwork.

1. Minimum Removal Efficiency at 0 to 200 ppmv Inlet H2S.

a. H2S Removal Efficiency: >99% or <0.1 ppmv, H2S outlet concentration whichever is greater.

2. Inlet H2S and Odor Compounds Design Concentrations.

a. Avg. Inlet H2S: 100 ppmv

b. Max. Inlet H2S: 200 ppmv

3. Supply Water:

a. Source: Potable

b. pH: 7.0 – 9.5

c. Temperature normally: 68-95°F

d. Temperature min/max: 45-99°F

e. Supply water pressure: 40-60 psi

f. Chlorine: <5 ppm

4. Inlet Air Design Parameters:

a. Air temperature min/max: 45°F / 100°F

b. Air relative humidity: 50-100%

E. Biotrickling Filter Unit:

1. Biorem - Mytilus Biotrickling Filter, 1,800 cfm

2. Material of construction: Premium vinyl ester FRP

City of North Miami 15857-14 Bid Set Pump Station “A” Rehab – 100% Submittal

3. Supply water connection to water control panel: ANSI 1-1/2-inch flange

4. Waste percolate water drain connection: ANSI 4-inch flange

F. Provide odor control biotrickling filter complete with media.

G. Provide media that shall be seeded with biological microorganisms and periodically humidified by a spraying system. The resident microorganisms present on the media shall degrade odorous compounds from the air passing through the biotrickling filter.

H. The media shall be irrigated by a spraying system at adjustable time intervals. When the air is introduced to the media, the odorous compounds present in the air shall pass into the aqueous phase and be degraded by the microorganisms present on the media.

I. Provide one recirculation tank, if required, per biotrickling filter to be used during the odor control system startup period to seed the biotrickling filter with the microorganisms. The biomass shall be added to the water in the recirculation tank and transferred to the media by the recirculation pump.

J. Provide all spray headers, piping, and supports of corrosion resistant material. Spray nozzle headers shall be flanged at housing wall with opening to allow spray header with spray nozzles attached to be withdrawn through flanged opening.

K. Provide air sampling connections with valves and caps at each biotrickling filter top inspection access port cover.

L. Provide a separate water control panel for the biotrickling filter vessel. The water control panel shall include a strainer and solenoid valves that control irrigation and recirculation water supply to the biotrickling filters media.

M. All components of the biotrickling filter system shall be resistant to the pollutant concentrations as specified in this section and all biological reaction byproducts (sulfuric acid, etc.). All materials shall be suitable for the temperature ranges specified in this section and be resistant to ultraviolet degradation. All metallic components exposed to the airstream or process byproducts shall be Type 316 SS unless otherwise indicated.

2.05 COMPONENTS:

A. Biotrickling Filter Vessel:

1. Material: Premium vinyl ester FRP using Hetrol 922 or Derekane 411-45 resin or approved equal.

City of North Miami 15857-15 Bid Set Pump Station “A” Rehab – 100% Submittal 2. Provide ANSI Class 150 flange air inlet and outlet connection, waste percolate drain water connection and all other connections and components which are required by the manufacturer’s design.

3. Provide connection nozzles which shall extend a minimum of 6-inches from outside tank wall to face of the flange.

4. Filament wound or contact molded in accordance with NBS PS 15-69, ASTM D- 3299 and ASTM D-4097. All fiberglass reinforced plastic fabrications shall have a flame spread of 25 or less when tested in accordance with ASTM E84. The resin used shall be suitable for contact with water-saturated air containing hydrogen sulfide and sulfuric acid at 5% at 180°F . Resin used in the fabrication of vessels to be installed outdoors shall contain an ultraviolet inhibitor.

5. Provide the biotrickling filter vessel designed for odorous air to enter through the outside surface of the annular biotrickling filter (via an air inlet in the vessel sidewalls, processed through the biotrickling filter media, and exits through the center top outlet.

6. Provide the biotrickling filter vessel designed so that personnel entry into the biotrickling filter vessel for the purposes of loading, leveling, and unloading the biotrickling filter media is not required.

7. Provide the support system for the annular biotrickling filter vessel bed designed by the biotrickling filter vessel designer. The system shall consist of structural components and media retaining screens. All components shall be constructed of PPL and PE.

8. Locate all fittings as indicated and specified. Provide vessel with drain nozzles, water feed nozzles overflows, pressure gauge taps, air inlet and outlet connections.

9. The vessel shall withstand full range of pressure conditions as indicated to which it may be subjected.

10. Equip vessel with anchor pads, bolts, washers, and lifting lugs necessary for field erection.

a. Anchor bolts and washers: Type 316 stainless steel, ½-in. minimum bolt diameter.

B. Media:

1. Synthetic reticulated foam, resistant to corrosive attack of acids shall be high porosity, engineered, plastic, synthetic porous material made from polyvinyl chloride, polyethylene or polyurethane. Organic media, carbon derived lava rock or lava rock

City of North Miami 15857-16 Bid Set Pump Station “A” Rehab – 100% Submittal media and/or random synthetic or non-synthetic inorganic media materials shall not be allowed.

2. Pressure drop shall not exceed 0.15 inches WC per ft of media depth.

3. The media shall be guaranteed not to clog or require cleaning, scrubbing, backwashing, acid-washing or replacement for a period of ten (10) years.

4. Media beds / stages shall be self-supporting. Entry into the vessel shall not be necessary for media removal.

5. Media shall resist compaction or swelling due to varying moisture levels and shall not degrade when subjected to low pH (i.e. pH < 2) conditions.

6. The structure of the media shall minimize the potential for short circuiting and encourage a uniform water and air flow pattern over the entire media cross sectional area.

7. Sufficient media shall be provided to ensure the performance requirements listed herein are met.

C. Irrigation and Recirculation System

a. Each biotrickling filter vessel shall be configured with at least one (1) irrigation point which shall distribute the irrigation and recirculation water evenly over the entire upper surface of the media layer.

b. Spray nozzles shall be 316 Stainless Steel, without exception and shall be warranted to not clog or require maintenance for a ten (10) year period.

c. Spray nozzles shall be non-clogging type and easily removable for cleaning.

d. Each spray nozzle shall be tested by the Manufacturer and a certificate of conformity supplied with the shop drawings to show that the nozzle has been tested and meets the specified standards for uniform distribution.

e. The irrigation and recirculation system shall be supplied with a nutrient addition system to provide the macro and micronutrients required by the bacteria for optimal metabolism of the odorous compounds being treated.

f. Irrigation and recirculation piping shall enter the through a flanged connection designed for easy removal of piping and nozzles inside the biofilter without entering the vessel.

D. Control System

City of North Miami 15857-17 Bid Set Pump Station “A” Rehab – 100% Submittal 1. Control Panels.

a. The control panels shall be installed where indicated on the Drawings. Control panels shall be designed for mounting as required, and shall be completely prewired and checked.

b. Control panels shall be NEMA 4X 304 stainless steel. The control panels will be supplied with 480 volts, 60 Hz, three phase power. All electrical accessory devices and internal electrical wiring shall be furnished and installed. All controllers, selector relays, switching relays, interlock relays, manual switches, alarm and indicating lights, and other devices indicated to be panel mounted shall be mounted in or on the respective control panel.

c. Accessories, such as indicating lights and selector switches, shall be mounted on the front hinged covers of the panels. The accessories and panels shall be identified with engraved phenolic nameplates with 1/4 inch high letters. Twenty-five percent extra terminals shall be provided in each control panel.

2. Biotrickling Filter System Control Panel.

a. An electrical control panel shall be provided with each biotrickling filter. Motor starters and controls shall be furnished, installed, and prewired in the electrical control panel. The enclosure shall have a NEMA rating suitable for the location or shall be NEMA 4X 304 stainless steel. The devices within the control panel shall be controlled by a PLC or relay based controls. Each electrical control panel shall be furnished with a main power disconnect switch and weather shield. Each electrical control panel shall be furnished with a reset pushbutton which will enable the system after a loss of power. The electrical control panel shall provide electrical control for the fans, pumps, water and nutrient addition systems. The panel shall be mounted to the Process and Control Skid assembly and factory tested to full operation with all other components prior to shipment. The panel shall have the following components or capabilities:

(1) Fan switch (ON-OFF-Auto) (2) Recirculation pump (ON-OFF-Auto) (3) Nutrient pump switch (H-O-A) (4) Solenoid valves (OPEN-CLOSE) (5) pH sensor

3. Water Control Panel.

a. A water control panel shall be provided with each biotrickling filter when required as part of the Manufacturer's standard design. The cabinet shall

City of North Miami 15857-18 Bid Set Pump Station “A” Rehab – 100% Submittal regulate the non-potable water used for start-up and normal moisture control within the biotrickling filter. The water control panel shall enclose valves, pressure and flow sensors, water measurement equipment, and a nutrient feed pump. Each water cabinet heater shall be provided with overload contacts. The enclosure shall have a NEMA rating suitable for the location or shall be NEMA 4X 304 stainless steel. Each water control panel shall be furnished with a main power disconnect switch and weather shield. The panel shall be mounted to the Process and Control Skid assembly and factory tested to full operation with all other components prior to shipment. The cabinet shall contain the following components:

(1) Nutrient metering pump (2) Recirculation system shutoff valve (3) Recirculation system pressure gauge (4) Make-up water shutoff valve (5) Make-up water strainer (6) Make-up water pressure gauge

4. Selector Switches.

a. Selector switches shall be heavy-duty oiltight type with gloved-hand or wing lever operators. Position legends shall be engraved on switch faceplate. Switches for electric circuits shall have silver butting or sliding contacts, rated 10 amperes continuous at 120 volts ac. Contact configuration shall be as indicated on the Drawings or required for the application. Switches used in electronic signal circuits shall have contacts suitable for that duty. Switches shall be Micro Switch "Type PT", Cutler- Hammer "Type T", or General Electric "CR".

b. Indicating lights shall be heavy-duty, oiltight type, which utilize a low voltage lamp and a built-in transformer. Legends shall be engraved on the lens or on a legend faceplate. Lamps shall be easily replaceable from the front of the indicating light. Indicating lights shall be Micro Switch "Type PT", Cutler-Hammer "Type T", or General Electric "CR".

5. Accessory Components.

a. All additional control components, such as electric relays, controllers, and position switches, shall be furnished as needed to ensure a complete, properly operating installation. Accessory components not mounted inside the control panel shall be furnished with equipment enclosures.

b. Electrical Wiring. Detailed wiring diagrams shall be submitted in accordance with the Submittals section. The wiring diagrams shall show the internal connections of the control panels and all field wiring to equipment remote from the control panels. The wiring diagrams shall be

City of North Miami 15857-19 Bid Set Pump Station “A” Rehab – 100% Submittal complete, showing all connections necessary to place the control systems in operation.

c. Nameplates. Phenolic nameplates shall be provided and permanently attached to the wall at each control device to indicate the equipment controlled. The letters used shall be the same as the symbols indicated herein and on the Drawings for various equipment. Each nameplate shall have white letters on a black background.

2.06 STATIC GROUNDING OF BIOTRICKLING FILTER VESSEL:

A. Include provisions to ground the biotrickling filter vessel. Provide stainless steel ground rod to the vessel roof. Contractor to connect to grounding system.

2.07 FIBERGLASS REINFORCED PLASTIC (FRP) DUCTWORK:

A. Provide in accordance with Section 15855.

2.08 DAMPERS:

A. Provide in accordance with Section 15855.

2.09 AIR INLETS:

A. Provide in accordance with Section 15855.

2.10 MOTORS:

A. Provide in accordance with Section 16220 and as specified and indicated.

B. Horsepower rating of motors: Not less than maximum brake horsepower requirements of pumps under any condition of operation specified and indicated without operating in the motor service factor.

C. Motor enclosure and speed: As indicated in the Process Pump Schedule.

D. Provide motors for flex-coupled pumps with base supports with machined registered joints for mounting on pump motor support.

E. In addition to the requirements for bearings specified under Electric Motors in Section 16220, provide pump motors with ball or roller bearings. Provide vertical motors with at least one bearing designed for thrust with bearings. Provide bearing with a minimum B- 10 life of 100,000 hours.

F. Overall sound-pressure level of each motor shall not exceed 88 decibels when measured on flat network using an octave-band frequency analyzer conforming to ANSI S1.11.

City of North Miami 15857-20 Bid Set Pump Station “A” Rehab – 100% Submittal Determine overall sound-pressure level as average of four or more readings at evenly spaced points, 3 feet from motor.

G. Operate without overheating at the speeds specified and indicated.

H. Service Factor: 1.15.

I. Premium efficiency with nominal and minimum efficiencies per NEMA MG1.

J. Rating: 460V, 3 PH, 60 Hz.

K. 2 speed, 2 winding.

L. Insulation: Class F with Class B temperature rise, 40 deg. C ambient.

M. Site Altitude: 10 feet above sea level.

2.11 GASKETING AND SEALING:

A. Flanged nozzles: Viton or hypalon full face gaskets of 50 to 60 Shore “A” Durometer hardness.

B. Fabricated gaskets: Machine-made or die-stamped with inside and outside edges parallel or concentric, as applicable. Make bolt holes oversized to prevent crimping of gasket when installed.

2.12 BIOTRICKLING FILTER VESSEL ACCESSORIES:

A. Sumps and Tanks. Biotrickling filter sumps, start-up tanks, recirculation tanks, and nutrient tanks shall be the materials of construction, arrangement, size, and capacity as recommended by the biotrickling filter manufacturer. Sumps and tanks shall be provided with float valves, drain water outlets, shutoff valves, supply/return water connections, non-potable water supply connections, access covers, and all accessories and valves as required for a complete and properly operating system.

When the water supply from the site has inadequate pressure or reliability to ensure uniform distribution of irrigation and recirculation solution throughout the bed a reservoir with booster pump shall be provided. Makeup water will be available at the site as described in the Supply Water paragraph. The biotrickling filter supplier shall be responsible for determining whether a reservoir and pumping system is required.

B. Irrigation and Recirculation Pumps. The irrigation and recirculation pumps shall be horizontal or vertical centrifugal type suitable for continuous operation. The materials of construction of the pumps shall be as recommended by the biotrickling filter manufacturer. Each pump motor shall be suitable for 480 volt, 3 phase, 60 Hz electrical service and shall be provided with a NEMA rated enclosure suitable for the location.

City of North Miami 15857-21 Bid Set Pump Station “A” Rehab – 100% Submittal

The capacity of pumps shall be as recommended by the biotrickling filter manufacturer. The pump horsepower shown on the schedules is estimated. The biotrickling filter supplier shall be responsible for calculating the final recirculation pumping unit head loss and adjusting the pump motor horsepower as needed from the horsepower scheduled. The supplier shall bear all costs for adjusting the electrical equipment and power supply as needed to accommodate any motor horsepower adjustment.

C. Overflow, regeneration and drain connections furnished with SCH 80 PVC pipe, fittings and ball valves, for drain and fill and butterfly for overflow, clear PVC pipe for overflow.

D. Piping: All piping connections shall be flanged. Air inlet and outlet connections on each vessel shall conform to ANSI D3982; shall be furnished undrilled; and shall be field drilled to match bolt hole locations on connecting piping. Other flanges for connection to PVC or CPVC piping shall conform to ANSI/ASME B16.1, Class 125 diameter and drilling. The orientation of the piping connections, access openings, and other appurtenances shall be as indicated on the Drawings and in accordance with Section 15370.

E. Valves: Provide in accordance with Section 15101.

Differential Pressure Gauge: Provide a Dwyer Series 4000 Capusuhelic differential pressure gauge installed on the housing to indicate differential pressure across each biotrickling filter vessel. Tank mount with enclosure, calibrated in inches of water column, with diaphragm seal made from material suitable for exposure to hydrogen sulfide air stream.

The gauges shall be installed to allow gravity drainage of condensate in the sensing lines back to the pipe or vessel. Tubing shall be 1/2 inch PVC pipe, unless otherwise indicated, properly supported and braced for a permanent installation. Indicators mounted on the biotrickling filter section shall be installed approximately 5 feet above the surrounding floor or concrete slab. Each gauge shall be of the diaphragm actuated dial type with adjustable pointer, white dial and black figures and markings.

Each gauge shall have a range such that under normal operating conditions, the reading is approximately in the middle of the range. Accuracy shall be within 3 percent of full scale. Two shutoff cocks shall be furnished with each gauge. The gauges shall be furnished with a transparent red overlay extending from the maximum allowable differential pressure reading to the end of the range.

F. Blank flanges, material same as vessel, with bolts for air inlet connection.

G. Lifting and hold down lugs.

2.13 FANS AND BLOWERS:

City of North Miami 15857-22 Bid Set Pump Station “A” Rehab – 100% Submittal A. Manufacturers:

1. Hartzell

2. New York Blower

3. Industrial Air

4. Or acceptable equivalent product.

B. General:

1. AMCA rated and constructed.

2. Impeller wheels statically and dynamically balanced within vibration and noise limits.

3. Provide electric motor, drive equipment, belt guard, vibration isolators, supports and appurtenances.

4. Design fan with non-overloading characteristics for the horsepower indicated.

5. V-belt drive rated 50 percent greater than motor horsepower with adjustable sheaves to provide fan speeds 10 percent above or below rating point.

6. Provide electric motors mounted on adjustable ASTM A36 steel plate.

7. Provide fans with backward-inclined blades designed to operate within motor nameplate rating at all speeds provided by adjustable-pitch sheaves.

8. Provide integral or supplementary vibration or sound-adsorbing fan mountings.

C. Centrifugal Fan:

1. Single-width, single-inlet, multiblade design, backward-inclined blades. Drive motor, fan and casing mounted on common rail or support base with vibration isolators.

2. Construct fan of fiber glass reinforced polyester. Encase Type 316 stainless steel shaft in an FRP sleeve.

3. Flanged inlet and outlet connections.

4. Provide a casing drain with ball valve and cap.

City of North Miami 15857-23 Bid Set Pump Station “A” Rehab – 100% Submittal 5. Shaft Seal: Viton

6. Fan shaft shall be ground and polished Type 316 stainless steel. Bearings shall be located in an enclosed drive compartment and shall be heavy-duty, self-aligning, with extended lube tubes for continuous service, with a minimum of 50,000 hrs. L10 life. A neoprene shaft seal shall be located where the shaft enters the inner bearing housing with a neoprene shaft slinger between the seal and wheel. Provide variable pitch sheave on fans with belts sized for continuous service.

7. Fan assembly:

a. Dynamically balanced and completely assembled at the factory prior to shipping. All fans shall meet balance requirements of the Acoustical Society of American Standards. Fan construction shall conform to ASTM Standard D4167 for fiber reinforced plastic fans and blowers. Fan performance shall be tested in an AMCA Registered Test Laboratory in accordance with AMCA 210 Test Code for air performance and AMCA 300 Test Code for sound. Fans shall be licensed to bear the AMCA Certified Air Performance Rating Seal.

8. Accessories:

a. Provide motor cover and belt guard of epoxy coated steel.

b. Provide a belt guard of epoxy coated steel for covering belts and motor sheave.

c. Provide electrical grounding of fan housing to motor frame.

d. Provide Type 316 stainless steel hardware.

9. Electrical controls, panels, conduit and wiring are provided under Division 16 as indicated on the electrical and instrumentation drawings and as specified.

a. Panels shall be NEMA 4X.

10. Provide motors in conformance with Section 16220 and as specified and indicated.

a. Provide zero speed switch as indicated and specified.

City of North Miami 15857-24 Bid Set Pump Station “A” Rehab – 100% Submittal 2.14 SPARE PARTS:

A. Provide in accordance with Section 01600 and as specified herein.

B. Furnish and deliver to Owner at site of Work the following spare parts, all identical and interchangeable with similar parts installed in Work:

1. General spare parts:

a. One of each type pressure gauge, with diaphragm seals or plain, as necessary.

b. Two spare gaskets of all types, materials and sizes.

c. One set of fuses, one for each fuse rating.

d. One strainer.

e. One nozzle.

f. One set of lamp lenses.

2. Fan spare parts:

a. One set of shaft seals.

b. One set of bearings of each type and size.

c. Any special tools required for the adjustment and operation of the fan.

d. One year supply of lubrication.

e. One year set of replacement belts

C. Spare parts shall be delivered from supplier to the Contractor at the same time as the equipment to which they pertain.

D. Properly store and safeguard spare parts until completion of the work, then deliver to Owner.

2.15 INTERCONNECTING DUCTWORK:

A. Provide the ductwork between the vessel and the odor control fan by odor control manufacturer.

City of North Miami 15857-25 Bid Set Pump Station “A” Rehab – 100% Submittal B. Provide the ductwork assembly and design compatible with the fan and vessel.

C. Material: Polypropylene construction.

D. Provide an expansion joint in the ductwork and installed at the outlet of the exhaust fan. The expansion joint shall dampen axial, lateral, and vibrational duct movement. The expansion joint shall be resistant to ultraviolet degradation and to the corrosive gases being processed.

1. Provide expansion joints in accordance with Section 15855.

2.16 FLOW CONTROL DAMPER:

A. Provide a damper to regulate airflow through the biotrickling filter vessel. The damper shall be supplied loose and be ready for installation into the biotrickling filter system supply ductwork. The damper shall be positioned on the inlet side of the fan in accordance with the fan manufacturer. The damper shall be furnished by the manufacturer of the odor control system.

1. Provide dampers in accordance with Section 15855.

2.17 EQUIPMENT SCHEDULE:

A. Manufacturers:

1. BioAir Solutions

2. Biorem

B. Biotrickling Filter Vessel:

1. System Air Flow Capacity: 1,800 cfm

2. Number of Units: 1

3. Vessel Diameter: < 96 inches

4. Vessel Overall Height including stack: <216 inches

5. Total Operating Weight of Vessel and Media: <20,000 lbs

6. Total system Pressure Drop at Design Flow Rate: <8 inches WC

7. Vessel Media Pressure Drop at Design Flow Rate: <1.5 inches WC

City of North Miami 15857-26 Bid Set Pump Station “A” Rehab – 100% Submittal 8. Vessel Color: Colors for factory finish of biotrickling filter vessels shall be selected by Owner from the manufacturer's full range of standard and custom colors. Samples shall be submitted for color selection in accordance with the Submittals sections

C. Fans:

1. Number: 1 operating and 1 uninstalled spare

2. Fan Rating: 1,800 cfm at 8 inches WC

3. Motor Enclosure: TEFC

4. Drive Type: V-belt

PART 3 – EXECUTION

3.01 INSPECTION:

A. For new work at existing facilities, Contractor shall field verify the locations of existing concrete slabs, piping, structural members, ductwork, equipment, lighting, conduit, ductbank, wall and floor penetrations, etc., and locate all new piping, ductwork, equipment, etc. to avoid conflicts with such items. Equipment installed in existing facilities with limited access shall be suitable for being installed through available openings. Contractor shall field verify existing opening dimensions and other provisions for installation prior to submittal of bids.

3.02 INSTALLATION:

B. General:

1. Install equipment and appurtenances in accordance with manufacturer’s recommendations.

2. Provide all materials and equipment required.

3.03 BIOTRICKLING FILTER VESSEL:

A. Install vessel and all components in accordance with manufacturer’s recommendations.

B. Install vessel on a concrete pad as indicated on the drawings.

3.04 FIELD AND FUNCTIONAL TESTING:

A. After installation, perform all of the following full operational tests in presence of the Owner. Furnish all labor, materials and equipment required for such tests. The final

City of North Miami 15857-27 Bid Set Pump Station “A” Rehab – 100% Submittal installation must be certified by the Manufacturer as complete and correct.

1. Biotrickling Filter Vessel:

a. Field test with water to the height of the overflow or the straight side height of the vessel, greater amount. Submit test data.

b. The water level must be unchanged after 24 hours with no visible signs of leakage or wall deflection exceeding ¼ percent of span.

c. Hydrostatic test shall be witnessed by the Owner.

2. Start-up:

a. Provide the services of a factory-trained service technician, certified by the manufacturer to service the type of equipment herein specified, to assist in start-up operation.

b. Tests to be performed consist of start-up and operation of entire system at design capacity, and verification of operation of drives and other components, without, overheating, leakage, cracking of parts, structural damage, jamming, binding, or other defects.

c. During tests, make observations of fan head, capacity, and motor input. Promptly correct or replace all equipment not conforming to the requirements of this section revealed by or noted during tests at no additional cost to the Owner.

d. Once the installation has been certified by the Manufacturer, the Contractor, with assistance from the Manufacturer, shall start the System to begin the biological acclimation period. This startup period shall take no longer than six (6) weeks but at any point during this startup period, at the discretion and direction of the Manufacturer, the contractor shall switch the system over to normal operation. Any minor re-piping or plumbing required will be clearly detailed in the Manufacturer’s installation and startup manual and will be performed by the Contractor.

e. Any special tools or materials required for this startup/acclimation period shall be provided by the Manufacturer.

f. After satisfactory startup and the corresponding switch over to normal operation, the Contractor shall, in the presence of the Engineer, conduct the performance test as detailed in Section 3.05 below.

3. In case of failure to demonstrate ability to function as indicated and specified, modify, rebuild or replace equipment or parts thereof at no additional cost to

City of North Miami 15857-28 Bid Set Pump Station “A” Rehab – 100% Submittal Owner, until equipment is in accordance with specifications. After three (3) unsuccessful test attempts, replace non-conforming equipment at no additional cost to the Owner. Repeat tests until specified requirements have been met, at no additional cost to the Owner.

3.05 PERFORMANCE TESTING:

A. A performance test shall be conducted on the odor control equipment to demonstrate that the equipment meets the specified requirements, prior to final acceptance. The performance tests shall not begin until all airflow rates have been adjusted and balanced and the Manufacturer and Engineer agree that their system has been satisfactorily started- up and sufficient time has been allowed for the acclimation of the bacteria.

B. After the odor control system has been satisfactorily started-up and switched to normal operation, the Contractor shall, in the presence of the Engineer, demonstrate that the system will perform as specified in Section 2.04.C of this specification.

C. At least four weeks prior to the proposed testing date, Contractor shall notify Engineer of the testing date and shall submit a report for Engineer's acceptance from the odor control system supplier detailing the proposed performance testing procedure and analyses. The proposed test procedure shall be approved by Engineer before testing may proceed.

D. The Contractor shall supply, install and operate all equipment, sensors and instrumentation required to complete the performance test using qualified personnel to perform the tests, record the data, make the required calculations, and prepare a report on the results. Testing shall be performed in a manner acceptable to Engineer.

E. Contractor shall provide all necessary personnel, materials and equipment for the tests. Prior to the start of the test, Contractor shall operate the systems until the stable biological operating parameters and biotrickling filter controls are established. All fine- tuning of operating conditions shall be performed prior to testing.

F. As a minimum, at the start and conclusion of each test, Contractor shall monitor the following:

1. Airflow, recirculation rate, makeup water rate, and operating pH.

2. Set position on the damper(s) and any adjustments made during operation.

3. Pressure drop across each biotrickling vessel.

4. Temperature and relative humidity of the inlet, outlet and ambient air.

G. The performance tests shall establish that an H2S removal efficiency specified in Section 2.04.C of this specification is maintained under the variable loading conditions that occur

City of North Miami 15857-29 Bid Set Pump Station “A” Rehab – 100% Submittal over a 7-day test with continuous operation. For minor short-term excursions a one-hour average will be used to determine compliance.

H. Results of the performance tests shall be provided to Engineer in a written report. The report shall include the raw test data and a graphical plot for each of the tests showing inlet and outlet H2S. The graph shall also show H2S removal efficiency over the duration of each test. The report shall also include operating data including airflow, recirculation rate, makeup water rate, pressure drop, air temperature and humidity readings, and operating sump pH for each system tested.

I. Five copies of the report shall be submitted to Engineer. The information collected will be used as a basis for determining acceptability of the manufacturer's results. In the case of a conflict, interpretations and calculations made by Engineer will govern.

J. If the equipment fails to meet the performance requirements, operational adjustments to the system and repeat testing may be allowed at the discretion of the Engineer. Subsequent failure of the equipment to meet the performance and design requirements specified will require equipment modifications to be made by, and at the expense of Contractor. Costs of additional testing and subsequent observation by Engineer will be borne entirely by Contractor.

3.06 SYSTEM BALANCING:

A. Adjust manual and automatic control devices to balance air flows so they perform as indicated and specified.

B. Balance air systems so each outlet is within 10-percent and each fan is within 5-percent of values indicated.

C. Submit report to the Owner outlining balancing procedures used; report to include:

1. Type of measuring devices used.

2. Air quantities at each outlet, damper and fan.

3. Fan speeds.

4. Fan suction and discharge pressures.

5. Air quantities through fan, by test and by summation of air quantities at outlets.

3.07 TRAINING.

A. After completion of the field testing, a minimum eight hour operator instruction and training on equipment and system operation shall be provided. The training should provide a complete overview of all equipment, testing, adjusting, operation, and

City of North Miami 15857-30 Bid Set Pump Station “A” Rehab – 100% Submittal maintenance procedures. The training shall take the form of classroom instruction and shall cover:

1. Documentation in the final Operation and Maintenance Manuals.

2. Use the Operation and Maintenance Manuals.

3. Equipment and system startup and shutdown.

4. System operation procedures for all modes of operation.

5. Procedures for dealing with abnormal conditions and emergency situations for which there is a specified system response.

B. The training shall take the form of classroom sessions at the project site conducted by the equipment manufacturer representatives who are knowledgeable and familiar with the project. Hands-on instruction and training will be conducted so that actual operation and maintenance of the equipment and systems can be performed by Owner upon completion of the training.

C. At least two weeks prior to the proposed date for the operator instruction and training session, Contractor shall notify Engineer and shall submit an outline for the proposed operator instruction and training session. The proposed outline shall be approved before any training is conducted.

3.08 FIELD TOUCH-UP PAINTING:

A. After installation and approved testing by the Engineer. Contractor shall apply touch-up paint to all scratched, abraided and damaged shop painted surfaces. Coating type and color shall match shop painting.

3.09 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami 15857-31 Bid Set Pump Station “A” Rehab – 100% Submittal

Division 16 SECTION 16050

ELECTRICAL WORK - GENERAL

PART 1 – GENERAL

1.01 DESCRIPTION:

A. Provide upgrades and rehabilitation of existing systems and equipment to provide operational systems for both normal and standby electric power systems lighting systems, grounding systems, lightning protection systems, fire alarm systems, radio system and other specified systems, including the installation and wiring of miscellaneous equipment and devices. Perform all Work and testing as indicated and specified to provide operationally ready electrical systems.

1. Provide conduit, wiring and connections for power, motors, motor controllers, control devices, lighting, control panels, instrumentation and alarms and for equipment furnished by others as indicated on the Contract Drawings.

2. Provide temporary circuits, overcurrent devices, conduit and wiring, and other temporary electrical equipment required to complete the Work of Division 16. All other temporary electrical Work including site temporary power service shall be provided under Section 01500.

3. Disconnect and remove existing electrical systems indicated for demolition under this Contract.

4. Engage the services of an Independent Electrical Testing Firm to perform the field inspections, tests and adjustments specified in Section 16998.

5. Provide the services of a specialty firm to provide short circuit, coordination and Arc Flash analysis for the electrical distribution system in accordance with Section 16359.

6. Provide lightning protection, systems as specified herein.

7. All electrically powered equipment and devices provided under other Sections are connected to electrical systems as part of the Electrical Work, as indicated. Provide all conduits, wiring and wiring terminations as indicated.

8. Provide all supervision, labor, materials, tools, test instruments or other equipment or services and expenses to test, adjust, set, calibrate, functionally and operationally check all Work and components of the City of North Miami Pump Station “A” Rehab – 100% Submittal 16050-1 Bid Set

various electrical systems and circuitry throughout the installation.

B. Provide set up, and maintain all derricks, hoisting machinery, staging, and planking and perform all hoisting required to complete the Electrical Work.

C. General Contractor to provide earth and rock excavation, backfill, concrete masonry, concrete reinforcement, and construction joints required for Electrical work.

D. Obtain all necessary permits required to complete the work of Division 16 – Electrical Work.

1.02 RELATED WORK:

A. Division 1: General Requirements

B. Division 16: Electrical

C. Provide conduit, wiring and terminations for all field-mounted instruments furnished and mounted under other Divisions, including process instrumentation primary elements, transmitters, local indicators and control panels. Install vendor furnished cables for effluent flow meter.

D. Provide conduits, wiring and terminations for power feeders for HVAC equipment provided under Division 15 and as shown on the electrical drawings.

E. Provide and install control stations shown on the electrical drawings local to equipment supplied under other divisions.

F. Provide and install safety disconnect switches shown on the electrical drawings local to equipment supplied under other divisions.

G. Motors shall be provided by the Contractor under Section 16220. All associated conduit, wire and terminations of motors shall be provided under Division 16.

1.03 REFERENCES:

A. National Electrical Safety Code (NESC)

B. Occupational Safety and Health Administration (OSHA)

1. OSHA Part 1910; Subpart S, 1910.308

2. OSHA Part 1926; Subpart V, 1926.950 through 1926.960

City of North Miami Pump Station “A” Rehab – 100% Submittal 16050-2 Bid Set

C. National Fire Protection Association (NFPA)

1. ANSI/NFPA 70B: Electrical Equipment Maintenance

2. NFPA 70E: Electrical Safety Requirements for Employer Workplaces

3. ANSI/NFPA 70: National Electrical Code

4. ANSI/NFPA 780: Lightning Protection Code

5. ANSI/NFPA 101: Life Safety Code

D. National Electrical Manufacturers Association (NEMA)

E. American National Standards Institute (ANSI)

1. ANSI C2: National Electrical Safety Code

2. ANSI Z244-1: American National Standard for Personnel Protection

F. Insulated Cable Consultants Association (ICEA)

G. Instrument Society of America (ISA)

H. Underwriters Laboratories (UL)

I. Factory Mutual (FM)

J. International Electrical Testing Association (NETA) – Acceptance Testing Specification for Electric Power Distribution Equipment and Systems (STD)

K. Institute of Electrical and Electronics Engineers (IEEE)

L. National Electrical Code

M. All inspections and tests shall utilize the following references:

1. Project Design Specifications

2. Project Design Drawings

3. Project Short Circuit and Coordination Study

4. Manufacturer’s shop drawings submittals and instruction manuals applicable to each particular apparatus

City of North Miami Pump Station “A” Rehab – 100% Submittal 16050-3 Bid Set

1.04 SUBMITTALS:

A. Submit the following in accordance with Section 01300:

1. Shop Drawings and Data: Include manufacturer's drawings, bills of material, panel and equipment layouts, catalog data, schematics diagrams, interconnection diagrams, wiring diagrams and other documentary or descriptive information for each assembly submitted in one package.

a. Bills of material: Include a numbered list of all components, with manufacturer's name, catalog number, rating, and other identification. Place item number or identification on all other drawings where item appears.

b. Submit equipment installation instructions in separate submittals from other shop drawings.

c. Mark shop drawings and data submitted showing only items applicable to specific contract.

d. Make submission of drawings for those components where dimensions of equipment, location of conduit entrances, are required to facilitate construction in accordance with the construction schedule.

e. Include one-line diagrams, schematic diagrams, wiring diagrams, control sequence diagrams, relay diagrams, and metering. Submit only completed drawings showing all local and remote devices associated with each item. Submit one complete package of shop drawings. Partial submittals will be returned without action.

f. Submit time-current characteristic curves for all circuit breakers and fuses.

g. Submit instruction manuals for installation, operation, and maintenance of equipment, and parts list. Mark standard publications forming a part of this contract. Cross out, blank out, or otherwise delete non-applicable items. Submittals which do not clearly indicate items and features provided will be rejected.

h. Install permanent nameplates on all devices or pieces of equipment for which use or identification is not readily apparent, such as starters, relays, contactors, pushbuttons, indicating lights, and switches. Make sure position of nameplates are readable after equipment installation.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16050-4 Bid Set

i. Provide services of the manufacturer's representative as specified in the applicable specification sections.

2. Submit inspection and testing forms for all electrical distribution equipment to be inspected and tested under this section.

3. Submit data sheets for the insulation resistance testing of conductors and equipment prior to performing operating testing. List all cables and equipment to be tested.

4. Provide space on data sheet forms to enter the results of testing, instruments used with serial numbers, and name of personnel performing testing. This data to be filled out during testing.

1.05 QUALITY ASSURANCE:

A. Install electrical Work in conformance with latest rules and requirements of National Fire Protection Association Standard No. 70 (National Electrical Code) and the National Electrical Code.

1.06 INTERFERENCE AND ERRONEOUS LOCATIONS:

A. Verify in field, all data and final locations of Work installed under other Sections required for placing of electrical Work.

1.07 APPROVAL AND MARKING EQUIPMENT:

A. All devices and materials shall be listed and/or labeled by Underwriters' Laboratories, Inc., wherever standards have been established by that agency. Where Underwriters' Laboratories listing is not available for equipment, submit certified test reports of recognized, independent testing laboratory, approved by the local inspecting authority, indicating that equipment is in conformance with local code requirements or any other applicable requirements.

B. Mark equipment, devices and material with name or trademark of manufacturer and rating in volts and amperes and other information on a nameplate.

1.08 ELECTRICAL SYSTEM STUDIES:

A. Provide electrical system studies as specified in Section 16359. The specialty firm performing the study shall have no contractual or business ties with the electrical distribution system supplier.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16050-5 Bid Set

B. The electrical system protection trip settings resulting from the study shall be provided to the electrical testing firm specified under Section 16998 to adjust and set the electrical system parameters in the field.

C. The Arc Flash Labels shall be generated by the specialty firm under Section 16359 and installed in the field by the Contractor under Division 16.

1.09 ELECTRIC SERVICE:

A. Electrical power system for the facility shall operate at 480 volt, 3-phase, 4-wire, 60-Hertz.

1. Electrical low voltage distribution system operates on 120/208 volt, 3- phase, 4 wire, 60-Hertz obtained from the power system by step down transformer.

1.10 INCOMING ELECTRIC SERVICE:

A. Contact the following organization for coordinating any shutdown or modification of the incoming power for the project:

Florida Power and Light Northeast Service Center 5106 NW 159th Street 305-626-7600

1.11 HAZARDOUS AREAS:

A. Equipment, materials and installation in areas designated as hazardous shall comply with NEC Articles 500, 501, 502 and 503.

B. Equipment and materials installed in hazardous areas shall be UL listed for the hazardous area classification.

1.12 CODE, INSPECTION AND FEES:

A. Equipment, materials and installations shall comply with the requirements of the local authority having jurisdiction.

B. Obtain all permits and arrange for all inspections.

1.13 TESTS AND SETTINGS:

A. Test systems and equipment furnished under Division 16 and replace all defective Work and equipment at no additional cost. Refer to the individual equipment sections and Section 16998 for additional specific testing requirements. Employ City of North Miami Pump Station “A” Rehab – 100% Submittal 16050-6 Bid Set

the services of an Independent Testing Company, other than the manufacturer of the electrical distribution system, to perform the tests specified.

B. Field testing and commissioning shall be performed in accordance with the latest revisions of NETA Standard ATS “Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems” and Section 16998.

C. A typed test report for each component tested shall be submitted. The firm doing the testing shall include, in the report, their opinion whether or not the equipment being tested complies with the specification. Any discrepancies shall be noted in the concluding summary of the report. Test report forms shall be in compliance with NETA standards. Five complete copies shall be provided. Reports shall be signed by the person in charge of the field testing, an officer of the firm performing the tests and an officer of the Electrical Subcontractor.

D. In addition to the specific testing requirements listed in the individual sections, the following tests and settings shall be performed on all new equipment:

1. Mechanical inspection, testing and settings of circuit breakers, disconnect switches, motor starters, overload relays, control circuits and equipment for operation.

2. Check the full load current draw of each motor. Check ampere rating of thermal overloads for motors and submit a typed record of the same, including MCC cubicle location and driven load designation, motor service factor, horsepower, and Code letter. If incorrect thermal overloads are installed replace same with the correct size overload.

3. Check power and control power fuse ratings. Replace fuses if they are found to be of the incorrect size.

4. Check settings of the motor circuit protectors. Adjust settings to allow the motor to be started when under load conditions.

5. Check motor nameplates for correct phase and voltage.

6. Check rotation of motors prior to testing the driven load.

7. Check interlocking, control and instrument wiring for each system and/or part of a system to prove that the system will function as indicted by control schematic and wiring diagrams.

8. Inspect each piece of equipment in areas designated as HAZARDOUS to make sure that installed equipment has rating as specified in Paragraph 1.14.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16050-7 Bid Set

9. Verify all terminations at transformers, equipment, panels and enclosures by producing a 1, 2, 3 rotation on a phase sequenced motor when connected to “A”, “B” and “C” phases.

1.14 INTERPRETATION OF DRAWINGS:

A. Coordinate the conduit installation with other trades and the actual supplied equipment. Coordinate equipment conduits top and/or bottom entries as required for the equipment installation and as specified and indicated on the Contract Drawings.

B. Install each 3 phase circuit in a separate conduit unless otherwise indicated.

C. Install all conduits and wiring system as indicated on and matching the Contract drawings. Conduits shall not be combined unless otherwise indicated on Contract drawings.

D. Conduit shown exposed shall be installed exposed; conduit shown concealed should be installed concealed.

E. All fittings and boxes shall be provided for a complete raceway installation.

F. Verify the exact locations and mounting heights of lighting fixtures, switches and receptacles prior to installations.

G. Except where dimensions are shown, the locations of equipment, fixtures, and outlets indicated are approximate only. Obtain information relevant to the placing of electrical Work and in case of any interference with other Work.

H. Circuit layouts are not intended to show the number of fittings, pull boxes, or other installation details. Furnish all labor and materials to install and place in operation all power, lighting and other electrical systems indicated.

I. Raceways and conductors for lighting, switches, receptacles, and other miscellaneous low voltage power and signal systems as specified are not indicated. Raceways and conductors shall be provided for lighting, switches and receptacles for a complete and operating system.

1.15 PHASE BALANCING:

A. The drawings do not attempt to balance the electrical loads across the phases. Circuits on motor control centers and panelboards shall be field connected to result in evenly balanced loads across all phases.

B. Field balancing of circuits shall not alter the conductor color coding requirements as specified in Section 16120. City of North Miami Pump Station “A” Rehab – 100% Submittal 16050-8 Bid Set

1.16 SIZE OF EQUIPMENT:

A. Investigate each space in the structure through which equipment must pass to reach its final location. Coordinate shipping splits with the manufacturer to permit safe handling and passage through restricted areas in the structure.

B. The equipment shall be kept upright at all times during storage and handling.

C. Equipment shall not be physically larger than what is shown on the Contract Drawings.

1.17 EQUIPMENT IDENTIFICATION:

A. Identify equipment furnished under Division 16 with the name of the equipment it serves. Switchboard, motor control centers, control panels, panelboards, junction or terminal boxes shall have nameplate designations as indicated. Equipment nomenclature and identification system shall be as specified herein.

B. Nameplates shall be engraved, laminated plastic, 1/16-in. thick by 3/4-in by 2- 1/2-in. with 3/16-in. high white letters on a black background.

C. Nameplates shall be screw mounted to NEMA 1 enclosures. Nameplates shall be bonded to all other enclosure types using a waterproof epoxy adhesive. Two sided foam adhesive tape shall not be used. Where the equipment size does not have space for mounting a nameplate the nameplate shall be permanently fastened to the adjacent mounting surface.

1.18 SEQUENCING AND SCHEDULING WORK AT EXISTING FACILITIES:

A. Remove and demolish equipment and materials in such a sequence that the existing and proposed plant will function properly with no disruption of power. Continuous service is required on all circuits and outlets affected by the work detailed in the contract, except where the Owner will permit an outage for a specific time. Obtain Owner’s consent before removing any circuit from continuous service.

B. Coordinate electrical power outages to the electrical systems and equipment with the Owner. Where duration of proposed outage cannot be allowed by the Owner, phase the work to allow the system or equipment to be re-connected to the electrical power system within the time frame allowed by the Owner or provide temporary power connections as required to maintain service to the systems or equipment. The temporary power can be from a generator or another part of the facility not affected by the outage provided there is sufficient spare capacity.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16050-9 Bid Set

PART 2 – PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.01 REMOVAL AND RELOCATION OF MATERIAL AND EQUIPMENT:

A. Carefully dismantle and salvage electrical equipment, switches, fixtures, conduits, cables, wiring, boxes, as necessary to carry out proposed changes. Rehabilitate and relocate items of equipment as required and as indicated or specified.

B. Remove from site and dispose of material and equipment removed.

3.02 WORK IN EXISTING STRUCTURES:

A. In general, any or all existing electrical equipment and services are to remain in operation and shall not be disturbed unless otherwise noted in these Specifications and/or on the drawings or as required for the proper execution of the work.

B. In each area of the work, disconnect and carefully remove the existing electrical equipment and devices so noted. With the exception of items indicated as having to be re-used, all such existing equipment and devices shall be disposed of as specified herein. If not required by the Owner, remove them from the premises and site. All existing electrical equipment and devices indicated as not removed or abandoned are to be maintained in operation and any circuits disturbed by the construction shall be restored.

C. Maintain existing electrical services and systems to and in the building throughout the project and all “down-time” shall be scheduled at least two weeks in advance with the permission of the Owner and such scheduling shall be rigidly adhered to.

3.03 DEMOLITION:

A. Survey the existing electrical systems and equipment identified for removal with representatives from the other trades prior to performing any demolition work. Identify all conduit and equipment to be removed with tags or paint.

B. Where equipment is to be removed all associated ancillary components (e.g. solenoid valves, pressure switches, etc.) and associated wiring and conduit shall also be removed.

C. Equipment, building or structures scheduled for complete demolition shall be made safe from electrical shock hazard prior to demolition. Disconnect and remove all electrical power, communications, controls, alarm and signal system.

D. Existing underground electrical systems feeding equipment, building or structures scheduled for complete demolition shall be made safe, disconnected and removed. City of North Miami Pump Station “A” Rehab – 100% Submittal 16050-10 Bid Set

E. Equipment scheduled to be turned over to the Owner shall be carefully disconnected, removed and delivered to the Owner where indicated. Provide labor, hoisting and transportation of the equipment. All other miscellaneous electrical materials, devices, etc., associated with the equipment being turned over shall be demolished and removed from the site.

F. Remove electrical work associated with equipment scheduled for demolition except those portions to remain or be reused.

G. Unless otherwise specifically noted, remove unused exposed conduit and support systems back to point of concealment including abandoned circuit above accessible ceiling finishes. Removed unused wiring back to source (or nearest point of usage).

H. Disconnect abandoned outlets and removed devices. Remove abandoned outlets if conduit which services them is abandoned or being removed. Provide blank covers for abandoned outlets which are not removed.

I. Disconnect and remove abandoned electrical equipment unless otherwise indicated or specified.

J. Disconnect and remove abandoned luminaries. Remove brackets, stems, hangers and other accessories.

K. Repair adjacent construction and finishes damaged during demolition and extension work.

L. Where electrical systems pass through the demolition areas to serve other portions of the premises, they shall remain or be suitably relocated and the system restored to normal operation.

M. Trace out existing wiring that is to be relocated or removed and perform the relocation or removed work as required for a complete operating and safe system.

N. Remove exposed conduits, wireways, outlet boxes, pull boxes and hangers made obsolete by the alterations, unless specifically designated to remain. Patch surfaces and provide blank covers for abandoned outlets which are removed.

O. All equipment, materials, controls, motor starters, branch and feeder breakers, panelboards, transformers, wiring, raceways, etc. furnished and installed to the temporarily keep circuits energized shall be removed when the permanent installation is fully operational.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16050-11 Bid Set

3.04 PROTECTION OF ELECTRICAL EQUIPMENT:

A. Store equipment in compliance with manufacturer’s recommendations and as specified herein.

B. Protect electrical equipment from the weather, especially from water dripping or splashing upon it, at all times during shipment, storage, and construction.

C. Do not store equipment outdoors.

D. Where equipment is installed or stored in moist areas, or unheated buildings, provide acceptable means to prevent moisture damage. Provide uniformly distributed source of heat in electrical equipment to prevent condensation and damage to electrical insulation systems.

3.05 DEFECTIVE OR DAMAGED EQUIPMENT:

A. Damaged equipment shall not be used. Equipment damaged in shipment, storage, installation or through other means shall be replaced without additional cost.

B. All equipment showing signs of damage shall be rejected regardless of dielectric test results.

C. All electrical equipment is considered “in storage” regardless of location until first energized. Manufacturer’s recommendations for storage precautions, conditions and care shall be followed.

Equipment that found to be damaged or failed the field inspection and acceptance tests specified under Section 16998 shall be replaced at no additional cost.

3.06 EQUIPMENT ENCLOSURE:

A. The equipment enclosure classification of the building areas are indicated on the drawings. Provide all equipment, devices, installations and material meeting the requirements.

3.07 AS BUILT DRAWINGS:

A. At the completion of the Project, provide two sets of contract drawings that are marked to show the as-installed equipment, devices, conduits, underground duct lines locations, layouts, wiring and any revisions to the Contract Drawings occurred during construction. As built drawings markup shall be complete and provide a detailed and accurate representation of as installed field conditions of all equipment provided under this Contract.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16050-12 Bid Set

3.08 INSTALLATION:

A. Provide conduit, wire and field connections for all motors, motor controllers, control devices, control panels and electrical equipment furnished under other Divisions.

1. All dimensions shall be field verified at the job site and coordinated with the Work of all other trades.

2. Provide electrical installation working drawings containing the following:

a. Concealed and buried conduit layouts, shown on floor plans. The layouts shall include locations of process equipment, motor control centers, transformers, panelboards, control panels and equipment, motors, switches, motor starters, junction or pull boxes, instruments and other electrical devices connected to concealed or buried conduits.

b. Coordinate all Work with other divisions.

3.09 SLEEVES AND FORMS FOR OPENINGS:

A. Provide and place all sleeves for conduits penetrating floors, walls, partitions. Locate all slots for electrical Work and form before concrete is poured.

B. Exact locations are required for stubbing-up and terminating concealed conduit. Obtain shop drawings and templates from equipment vendors or other Subcontractors and locate the concealed conduit before the slab is poured.

C. Seal all openings, sleeves, penetration and slots as specified in Section 16110.

3.10 CUTTING AND PATCHING:

A. Arrange installation of all Work such that cutting and patching is not required.

B. Do not cut joints, beams, girders, columns or any other structural members.

3.11 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 16050-13 Bid Set

SECTION 16110

ELECTRICAL RACEWAY SYSTEMS

PART 1 - GENERAL

1.01 DESCRIPTION:

Provide raceway systems, with matching accessories, fittings and boxes, as indicated and specified.

A. All raceway runs are indicated diagrammatically to outline general routing of raceway. Unless specifically identified for installation in concrete walls or slabs, raceways shall be run exposed with raceway supporting systems. Avoid interfering with pipes, ducts, structural members, or other equipment.

B. Raceways and conductors between lighting, switches, receptacles and other miscellaneous low voltage and signal systems as specified and indicated are not shown on the Plan View Drawings. Raceways and conductors shall be provided for complete and operating systems. Avoid conflicts with HVAC ducts, cranes, hoists, monorails, equipment hatches, doors, windows, structural beams and process equipment.

C. Provide raceway systems in accordance with the following:

1. In NEMA 1, NEMA 4 or NEMA 12 areas, use galvanized rigid steel raceway systems, fittings and accessories.

2. In classified hazardous areas designated as Class I, Division I and Class 1, Division 2, use PVC coated rigid steel raceway systems, fittings and accessories with tapered threads and sealing fittings as required by the National Electrical Code for hazardous applications.

D. All raceway systems shall be installed in accordance with the criteria described in this section.

1. Use Type 316 stainless steel support systems for exterior application, hazardous areas, NEMA 4 and in NEMA 4X areas.

2. NEMA 1 and NEMA 12 areas shall use hot dipped galvanized steel support systems.

E. Aluminum conduit and boxes shall not be used.

F. Provide fire stops for all electrical penetrations through fire rated walls and floors.

1.02 RELATED WORK:

City of North Miami Pump Station “A” Rehab – 100% Submittal 16110-1 Bid Set

A. Division 1: General Requirements

B. Division 16: Electrical

1.03 REFERENCES:

A. National Fire Protection Association (NFPA):

1. National Electrical Code (NEC)

B. Underwriter's Laboratories, Inc. (UL):

1. U.L.-1: Electrical Flexible Metal Conduit

2. U.L.-6: Rigid Metal Electrical Conduit

3. U.L.-360: Electrical Liquid-Tight Flexible Steel

4. U.L.-651: Schedule 40 and 80 PVC Conduit

5. U.L.-886: Electrical Outlet Boxes and Fittings for Use in Hazardous Locations, Class 1, Groups A, B, C, and D and Class 11, Groups E, F, and G

C. National Electrical Manufacturers Association (NEMA):

1. RN-1: Polyvinylchloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit

2. TC-2: Electrical Plastic Tubing (EPT) and Conduit (EPC-40 and EPC-80)

1.04 SUBMITTALS:

A. Submit the following in accordance with Section 01300.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16110-2 Bid Set

1. Submit shop drawings and manufacturer’s product data for all raceway systems, accessories, supports and miscellaneous hardware in accordance with the requirements of Section 16050.

2. A copy of this specification section with addenda and all referenced specification sections with addenda, with each paragraph check-marked to indicate specification compliance.

a) Failure to include a copy of the marked-up specification sections will result in return of the entire submittal without further review and consideration until the marked-up specification are re-submitted with the entire package.

PART 2 - PRODUCTS

2.01 ACCEPTABLE MANUFACTURERS:

A. Rigid Metal Conduit and polyvinylchloride-coated rigid steel conduit:

1. Triangle/PWC, Inc.

2. Perma-Cote Industries.

3. Republic Steel Corporation.

4. Robroy Industries.

5. Or equal.

B. Polyvinylchloride (PVC) Conduit:

1. Triangle/PWC, Inc.

2. Robroy Industries.

3. Carlon Electrical Sciences, Inc.

4. Or equal.

C. Flexible Conduit:

1. American Flexible Conduit Company.

2. Anamet, Inc.

3. Electri-Flex Company.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16110-3 Bid Set

4. International Metal Hose Company.

5. Or equal.

D. Boxes and Fittings:

1. O.Z./Gedney Company.

2. Crouse-Hinds Electrical Construction Materials.

3. Appleton Electric Company.

4. Or equal.

E. Support Systems:

1. Michigan Hanger Co., (O-Strut).

2. Thomas & Betts (Superstrut).

3. Unistrut Corp.

4. Or equal.

F. Fire Stop Material and Barriers:

1. Nelson Fire Stop Products.

2. Dow Corning Corporation.

3. 3 M Company.

4. Or equal.

2.02 MATERIALS AND COMPONENTS:

A. Rigid Metal Conduit:

1. Provide galvanized rigid metal conduit, each with a coupling on one end and thread protector on other end.

2. Hot-dip galvanize rigid steel conduit over entire length, along interior and exterior surfaces, including threads. Conduit shall conform to U.L.-6.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16110-4 Bid Set

B. Flexible-Metal Conduit:

1. Provide flexible-metal conduit for use in NEMA-1 and NEMA-12 dry areas and match fittings, size, and material to rigid conduit to which it is connected. Flexible-metal conduit shall conform to U.L.-1.

2. Provide liquid-tight PVC coated flexible-metal conduit for use in NEMA-4 damp areas consisting of flexible-metal conduit, with liquid-tight, sunlight-resistant jacket extruded over the conduit. All fittings and accessories shall be PVC coated. Provide stainless steel, braided flexible conduit in NEMA 4X, corrosive areas. On larger than 1-1/4-in., furnish separate external ground wire. Liquid-Tight flexible-metal conduit shall conform to U.L.-360.

3. Provide stainless steel braided flexible conduit in all hazardous areas.

C. Polyvinylchloride (PVC) Conduit:

1. Provide PVC conduit, Schedule 40 conforming to NEMA Standard TC-2 and UL-651. PVC Schedule 40 conduit shall not to be used unless embedded in concrete and unless otherwise indicated on the drawings.

D. Polyvinylchloride-Coated Rigid Steel Conduit:

1. Provide polyvinylchloride-coated (PVC-Coated), rigid steel conduit conforming to NEMA Standard RN-1 consisting of hot-dipped galvanized rigid steel conduit, with a polyvinylchloride jacket bonded to the outside of all conduit surfaces with a nominal thickness of 40 mils meeting the requirements of NEMA RN-1, 3.1. The adhesive strength of the bonding to equal or exceed tensile strength of the coating. Provide couplings and fittings for this conduit conforming to the requirements of NEMA RN-1, 3.5.

2. A two-part urethane coating shall be applied to the interior of all conduit and fittings at a two mil thickness. The interior coating shall be flexible to allow field bending without cracking or flaking.

E. Boxes:

1. In NEMA 1 and NEMA 12 areas, provide standard, sheet-metal, outlet and junction boxes constructed of code-gauge, galvanized sheet steel. Size each box by the New Hampshire Electric Code.

2. Provide boxes containing fixture studs for hanging fixtures. Use concrete-tight boxes for installation in concrete. Do not use shallow boxes unless building construction is such that it is impossible to use standard-depth boxes.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16110-5 Bid Set

3. Provide outlet boxes and fittings for hazardous locations conforming to U.L.-886 for class, group, and division indicated. Outlet boxes and fittings for hazardous areas shall also meet requirements of NEMA 4 areas.

4. Provide boxes and covers for polyvinylchloride-coated steel conduit made of fiberglass reinforced resin or, in classified areas and outside, galvanized cast iron, with a polyvinylchloride factory-applied coating over the galvanizing. Provide coating thickness of 40- mil. Boxes shall have hubs with extruded sleeves extending beyond the hub in the same manner as specified for conduit couplings. Provide cover screws of Type 316 stainless steel.

5. Provide cast boxes with covers or device plates that can be used for the area classification. Use cover screws of Type 316 stainless steel or high brass for iron boxes.

6. Provide boxes for use with polyvinylchloride conduit made of polyvinylchloride for use as junction boxes and provide high impact strength fiberglass-reinforced polyester boxes for use as device boxes, pull boxes, and terminal boxes. Size each box as required by the National Electrical Code.

7. Provide terminal blocks in all terminal boxes, panels, and instrumentation cabinets/panels requiring terminations as indicated or by wiring diagrams for equipment actually purchased. All terminals shall be rated 600V, 20 amp. All terminals shall be screw type with provisions for white markers.

8. In NEMA 4 and NEMA 4X areas, provide 316L stainless steel outlet and junction boxes. Size each box as required by the National Electric Code.

F. Fittings:

1. Provide cast-iron fittings of malleable iron or a mixture of gray iron and cast steel.

2. Provide expansion fittings where conduits cross expansion joints. Equip these fittings with grounding straps, clamps, and copper bonding jumpers.

3. For PVC conduit, provide PVC fittings that can be solvent welded to match conduit.

4. Provide PVC-coated coupling and fittings for PVC-coated conduit with an integral, bonded, overlapping pressure-sealing sleeve of the same thickness as conduit coating. Provide extended sleeves one pipe diameter or 2-in. (whichever is less) beyond the end of the coupling so sleeve of coupling makes a watertight fit with the plastic jacket on the conduit when coupled together. Sealing sleeves at threaded connections shall seal out vapors and liquids.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16110-6 Bid Set

5. Provide PVC coated fittings and accessories with PVC-coated rigid galvanized steel conduit.

G. Supports:

1. Provide raceway component supports which are meant to function with the raceway and will support the raceway as indicated and meet the NEC and manufacturer’s requirements.

2. Provide Type 316 stainless steel hangers, threaded rods, channels, straps, clips, and clamps for raceways provided in hazardous areas, NEMA-4 and NEMA-4X areas. Provide stainless steel bolts, nuts and washers.

3. Provide hot dipped galvanized steel support system for raceways installed exposed in NEMA-1 and NEMA-12 areas.

4. Provide support for flexible conduit with components which do not compress and do not deform conduit.

2.03 FIRESTOP PRODUCTS:

A. Only firestop systems listed and tested to the UL 1479 Standard complete with prototype test data showing their individual applications shall be used.

B. Fire resistance ratings of installed firestop systems shall not be less than the fire resistance rating of the surrounding fire separation or firewall.

C. All listed system designs selected for use shall have a smoke seal incorporated within the rated firestop systems.

D. All firestop materials that will come directly in contact with plastic pipe or plastic coated wire shall have undergone Firestop Material compatibility testing by the Firestop Systems manufacturer and/or the pipe or wire manufacturer.

E. All firestop materials and smoke seals shall have elastomeric characteristics to allow for building settling and seismic movement.

F. All firestop materials and smoke seals shall be free of asbestos.

G. Site firestop systems must be installed in accordance with the UL 1479 Standard listed system design limitations.

H. All listed system designs used must provide a Flame (F), Temperature (T) and Hose (H) stream rating in accordance with those outlined in the most recent BOCA codes, include any additional requirements of the Work in this Section.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16110-7 Bid Set

PART 3 - EXECUTION

3.01 INSTALLATION:

A. Provide all material, equipment, and labor to install the electrical raceway systems as indicated and as specified herein.

B. Perform all Work in accordance with the National Electric Code.

C. Use no conduit less than 3/4-in. in diameter.

D. Install raceways, boxes, enclosures, and cabinets as indicated, according to manufacturer’s printed instructions.

3.02 METHODS OF RESTRAINING RACEWAYS:

A. Utilize threaded rod with rod stiffeners and transverse channel braces at 45 degrees angle, at 15-ft. on center, maximum, and on one side of rod support.

B. Utilize longitudinal bracing with channel braces at 30 feet on center, maximum.

C. Strap raceways directly to transverse channel braces, using pipe strap with both ends of strap bolted into the channel brace.

D. Do not rigidly brace raceways to different parts of a building that may respond differently during an earthquake. Seismic restraints shall not limit expansion and contraction of the raceway support system.

E. Provide flexible connections for conduits 2-in. outside diameter or greater than when terminating to fixed equipment to prevent loss of raceway integrity in the event of an earthquake.

3.03 INSTALLATION OF FITTINGS:

A. Install expansion fittings and bonding jumpers wherever conduits cross structural expansion joints. Keep the fittings in line with conduit and install with regard to temperature so that full working range of expansion is available.

B. Do not install fittings to replace elbows and pull boxes. Use oversize fittings whenever large cable is installed, in order to maintain bending radius.

C. Terminate ends of all floor conduits installed for future use with couplings and readily removable plugs set flush with finished floor surface. Cap spare wall conduits at wall where they enter building.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16110-8 Bid Set

D. Equip ends of all conduits with conduit fittings. Fit conduits terminating at motor control center or power distribution equipment, or in box above or below, with grounding type bushings, or solidly ground by locknuts or other fittings. Connect each grounding bushing to ground bus by a bare or green-covered copper wire. Do not use ground wire smaller than 12 awg. Install ground wire larger than 12 gauge when indicated. Where conduits terminate in unprotected areas or where bonding is required over expansion joint, flexible conduit or equivalent; use ground wires No. 6 Awg. copper or larger. Copper bonding jumpers are required over expansion joints.

E. Terminate conduits entering gasketed sheet-metal boxes or gasketed sheet-metal equipment enclosures with gasketed hubs.

F. Terminate conduits entering nongasketed sheet-metal boxes or enclosures with double locknuts and insulated bushings, or equivalent.

G. Make joints tight. Use raceway fittings compatible with raceway use and location. For intermediate steel conduit, use threaded rigid steel conduit fittings, except as otherwise indicated.

3.04 INSTALLATION OF RACEWAYS:

A. Install exposed raceways parallel or at right angles to walls and ceiling beams. Make all changes in directions with bends, elbows, and pull boxes. Space parallel runs evenly throughout. Attach in place with hangers and fasteners. Ground raceways by connection to grounded enclosures, bonding, or other means, to obtain permanent low resistance path to ground throughout installation. Raceway sections in single run and in parallel runs shall be of same type and finish.

1. Run parallel or banked raceways together, on common supports.

2. Install raceways level and square. Provide minimum 7 ft. headroom.

B. Provide cast-in-place inserts in concrete to support all runs, unless otherwise permitted. Use stainless steel sleeve type concrete anchors for installing boxes, and conduit supports. Provide Type 316 stainless steel nuts, bolts, and washers, for use with concrete anchors. Wedge inserts shall not be used.

C. Support conduits by hangers or pipe straps spaced according to National Electrical Code, but in no case more than 10 feet on centers.

D. Provide sleeves passing through exterior walls and slabs which are wall entrance seals of watertight construction. Furnish watertight seal between slab and sleeve, and between sleeve and conduit or cable. Use wall-entrance seals of malleable iron with watertight sealing gland which may be tightened any time after installation.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16110-9 Bid Set

E. Do not use dissimilar metals in conjunction with each other. Use insulation between adjoining surfaces so as to eliminate direct contact and any resultant electrolysis. Maintain electrical continuity of system. Use bituminous impregnated felt, heavy bituminous coatings, nonmetallic separators or washers as insulation.

F. Install fittings to match raceway being used.

G. Install expansion fittings wherever conduits cross structural expansion joints. Keep fittings in line with conduit and install with regard to temperature so that full working range of expansion is available.

H. Where conduits pass through firewalls, grout hole around the conduit to the full depth of the material penetrated using U.L. listed fire stop material.

I. Provide separate metallic raceways for all low voltage instrumentation raceways 50 volts and below shielded wiring, and install 12-inches from control and power raceways.

J. Terminations: Where raceways are terminated with locknuts and bushings, align the raceway to enter squarely, and install the locknuts with dished part against the box; use two locknuts, one inside and one outside the box.

K. Where terminating in threaded hubs, screw the raceway or fitting tight into the hub so the end bears against the wire protection shoulder. Where chase nipples are used, align the raceway so the coupling is square to the box, and tighten the chase nipple so no threads are exposed.

L. Install pull wires in all empty raceways. Use No. 14 AWG zinc-coated steel or monofilament plastic line having 200-lb. tensile strength. Leave 12 inches of slack at each end of the pull wire.

M. Keep raceways 6 inches away from parallel runs of flues and steam or hot water pipes. Install horizontal raceway runs above water and steam piping.

N. Complete raceway installation before beginning conductor installation.

O. Use temporary closures to prevent foreign matter from entering raceway.

P. Protect stub-ups from damage where conduits rise through floor slabs. Arrange so curved portion of bends is not visible above the finished slab.

Q. Conduit in transition (from below to above grade, through walls and through concrete) shall be PVC coated rigid galvanized steel (PVC-RGS). The transition shall be made below grade at the final sweep before the transition for exposed conduit. PVC-RGS conduit shall extend one (1) foot minimum above transition finished floor.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16110-10 Bid Set

3.05 BENDS:

A. Make all bends to prevent distortion of circular cross section. Field bent conduit shall have an inside radius of nine diameters.

B. The maximum number of bends in any single conduit run shall be in accordance with the National Electrical Code requirements.

3.06 CUTTING, THREADING AND CONNECTING:

A. Make all field cuts in conduits squarely, file cut ends, ream to remove rough edges and thread in accordance with National Electric Code. No running thread shall be permitted. Make all connections mechanically strong and tight, with connectors. Where conduit surface coating is damaged or removed in the cutting, threading or reaming process, restore the surface to its original condition.

3.07 CONDUIT CLEANING:

A. Clean conduits before and after installation, ream ends free of burrs, and free inside surfaces from all imperfections.

B. After installation of each new conduit run, snake the run with band to which is attached a tube cleaner with cylindrical mandrel of a diameter 85 percent of nominal diameter of conduit. Remove and replace all conduit through which mandrel will not pass.

C. Use a sponge with steel brush to clean steel conduit and use a sponge with nylon brush to clean PVC conduits.

D. After cleaning, protect ends of all conduit with standard caps to prevent entrance of water, concrete, debris, or other foreign substance.

3.08 CONDUIT DRAINAGE:

A. Pitch conduit to drain to outlet boxes or install so as to avoid trapping moisture. Where dips are unavoidable in exposed conduits, install fitting to match conduit system with drain hole at low point.

3.09 INSTALLATION OF BOXES:

A. Unless otherwise indicated, install NEMA 1 or NEMA 12 sheet metal boxes only in dry, accessible locations. Install NEMA 4 and 4X rated boxes in exterior concrete or masonry walls, in floor slabs, in basements, all other below grade locations and elsewhere as indicated. Unless otherwise indicated, cast metal boxes shall be used where vapor-tight fixtures are required, for all surface mounting of wall switches and receptacles and for all

City of North Miami Pump Station “A” Rehab – 100% Submittal 16110-11 Bid Set

outdoor use.

B. Install boxes in conformance with all the requirements of National Electric Code. Install boxes designed for type of construction involved. Support boxes in same manner as conduit. Size boxes to provide bending radius for wire or cable of eight times diameter or in accordance with National Electric Code, whichever is larger.

C. Center all outlets in panels, or spaces and adjust to structural finish. Where specific locations are not indicated, locate outlets with respect to equipment served.

D. Assemble cast-metal boxes with threaded conduit hubs in such manner that conduit connections and gasketed covers are watertight. Close all unused threaded openings with pipe plugs and compound.

E. Provide cast boxes with covers and device plates that can be used for the area classification. Install screws of Type 316 stainless steel or high brass for iron boxes.

3.10 FLEXIBLE CONNECTIONS TO MOTORS AND EQUIPMENT:

A. At all motors and electrically operated equipment to which conduit connections are made, install with a connection between end of conduit and terminal box of motor or other equipment.

B. Install the conduits in locations permitting direct connection to motors.

C. Make connections between rigid raceway and motor or equipment subject to vibration and adjustment using flexible conduit. Make each connection with one quarter bend so that no vibration can be transmitted beyond flexible connection.

D. Use maximum of 6 feet of flexible conduit for equipment subject to vibration, noise transmission, or movement; and for all motors. Use liquid tight flexible conduit in wet or damp locations. Install liquid-tight flexible metal conduit in areas subject to wetting due to fire protection sprinklers or broken or ruptured water line. Locate conduit to reduce the possibility of damage to the exterior flexible conduit jacket. Use fittings that screw into flexible conduit and provide gaskets. Install separate ground conductor across flexible connections.

3.11 HAZARDOUS AREAS:

A. Install all conduits, fittings, equipment and devices within areas to comply with requirements of National Electrical Code including Hazardous Locations, Class, Division, and Group as indicated on the Contract Drawings.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16110-12 Bid Set

B. In such hazardous locations, seal conduits terminating at boxes enclosing circuit-opening equipment at entrance to enclosure with compound-filled, commercial, sealing fittings to prevent passage of explosive or combustible gases through conduits.

C. Seal all conduits leading from or entering such hazardous locations at points of exit or entrance with two-part epoxy sealant.

D. Install conduit connections with five threads tightly engaged and made up with thread compound.

E. Where drain/seal fittings are required, they shall be of malleable iron construction with an internal drainage path which provides a visual means to see that the compound chamber is filled. The installation shall enable the drain/breather fitting and filler plug to be installed right after the compound is poured.

F. Provide stainless steel braided flexible conduit rated for hazardous area locations when making connection between rigid raceway and motor or equipment subject to vibration and adjustment.

3.12 FIRESTOP INSTALLATION:

A. Firestop and smoke seal gaps and holes in all fire separation and firewall construction through which conduit, wire, cable, pass as a result of Electrical Work using a Listed System Design.

B. In combustible construction, firestop and smoke seal all through electrical penetrations of the faces as above and firestop and smoke seal all penetrations that enter or exit (transverse) the edges of one fire separation into another fire separation. (i.e. where the header or sill plate is penetrated in the interior of a wall separation into the hollow ceiling or floor cavity of the adjacent separation.)

C. Apply firestop systems at unpenetrated electrical openings and sleeves installed for future use through fire separations and firewalls.

D. All Electrical items that pass through, transverse or terminate within fire separations or firewalls must be firestopped. Firestopping forms part of the Work of this Section.

E. All recessed electrical boxes or panels in fire separations shall be noncombustile (steel) and must be separated by one stud or joist cavity. Back to back installations and/or combustible (plastic) boxes and panels are not allowed unless the gypsum board trade has constructed a fire rated enclosure equal to that of the fire separation rating around each box or panel.

F. All holes or voids created in fire separations or firewalls for single penetrating wires, cables and conduit the annular spare shall not exceed 1” (25mm) for penetrating items up to 2” (50

City of North Miami Pump Station “A” Rehab – 100% Submittal 16110-13 Bid Set

mm) in outside diameter. For penetrating items over 2” (50 mm) in outside diameter the annular space must not exceed 1½” (37 mm).

G. All holes or voids created in fire separations or firewalls for multiple penetrating electrical items must have a fill ratio 50% of the overall void or hole size.

H. In all firestop systems that require mineral wood or ceramic fiber backer or filler materials, these materials must be dry and free of other contaminants before, during and after installation of sealant firestop materials. Alkaline water contamination of the backer or filler materials may cause corrosion of metallic penetrating items.

I. Apply firestop systems and smoke seals in strict accordance with manufacturer’s instructions and Listed Systems Designs to provide temperature and flame rated seals, to prevent the passage of fire and smoke.

3.13 PROTECTION:

A. Provide protection and install in accordance with manufacturer printed instructions such that coatings, finishes, and enclosures are without damage or deterioration at completion of Project.

B. Repair damage to PVC with matching touch-up coating recommended by the manufacturer.

3.14 CHECKOUT AND TESTING:

A. Provide in accordance with Sections 16050 and 16998 and as specified herein.

B. Check overhead conduit system installation by using the following check list:

1. Conduits are supported on independent supports (i.e., not on process piping, pipe ways, or piping hangers).

2. Exposed conduits are run, parallel or perpendicular to structural members.

3. Conduits are routed far away from fire hazards and heat sources.

4. Conduits are supported at the specified intervals.

5. Pull boxes and fittings are installed so that covers are removable. Verify that covers are installed and tightly bolted with gaskets provided where needed.

6. Circular cross sectional area is same at conduit bends. Single bends do not exceed 90 degrees.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16110-14 Bid Set

7. Conduits are terminated in threaded hubs or bushings to prevent damage to wire.

8. Conduits joints are tight.

9. Seal fittings and/or sealing compound is installed at moisture barriers to prevent entry of moisture and gases into equipment and/or where indicated.

10. Drains and conduit seals are installed on vertical conduit runs entering devices, equipment, and enclosures to prevent entrance of moisture and gases.

11. Flexible conduit is installed at motors and other equipment as specified. Verify that cabling and conduit runs are identified at each end.

3.15 CONDUIT SEALS:

A. Furnish and install sealant to maintain fire ratings of walls and floors in annular space between conduit and building finish.

B. Apply sealant after cable installation and all testing.

C. Furnish and install moisture/fire proof sealant in conduit interior and cable interstitial space where conduits enter/leave electric rooms, in all control panels, terminal boxes, motor control centers, and switchboard.

3.16 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 16110-15 Bid Set

SECTION 16120

ELECTRIC WIRES AND CABLES

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide wires, cables, termination and identification materials for complete electrical systems, as indicated and specified.

B. Perform tests on installed wire and cables in accordance with Section 16998.

C. Provide fire stops for all electrical penetrations routed through fire rated walls and floors.

1.02 RELATED WORK:

A. Division 1: General Requirements

B. Division 16: Electrical

1.03 REFERENCES:

A. American Society for Testing and Materials (ASTM):

1. B3: Soft or Annealed Copper Wire.

2. B8: Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft.

3. B33: Tinned Soft or Annealed Copper Wire for Electrical Purposes.

B. National Fire Protection Association (NFPA):

1. NFPA-70: National Electrical Code (NEC).

C. Underwriters Laboratories, Inc. (UL):

1. U.L. 44: Wires and Cables Rubber Insulated.

2. U.L. 83: Wires Thermoplastic-Insulated.

3. U.L. 854: Cables, Service Entrance.

4. U.L. 1479: Fire Tests of through Penetration Firestops. City of North Miami Pump Station “A” Rehab – 100% Submittal 16120-1 Bid Set

D. National Electrical Manufacturer’s Association (NEMA):

1. WC 5: Thermoplastic Insulated Wire & Cable.

2. WC 8: Ethylene-Propylene-Rubber-Insulated Wire & Cable.

1.04 SUBMITTALS:

A. Submit the following in accordance with Section 01300.

1. Submit shop drawings and manufacturer's product data for all cables, terminations, terminal blocks, lugs, connectors, fire proofing tape, identification tags, etc. in accordance with the requirements of Section 16050.

2. Submit the following data for fire stop material:

a. Manufacturer’s Listed Systems Designs.

b. Manufacturer’s Product Data Sheets.

c. Manufacturer’s Materials Safety Data Sheets.

d. Manufacturer’s printed instructions for installation on each proposed product. Identify where each material will be used at the Project site.

e. Manufacturer’s prefabricated devices providing descriptions for identification at the Project site.

3. A copy of this specification section with addenda and all referenced specification sections with addenda, with each paragraph check-marked to indicate specification compliance.

a. Failure to include a copy of the marked-up specification sections will result in return of the entire submittal without further review and consideration until the marked-up specification are re-submitted with the entire package.

1.05 QUALITY ASSURANCE:

A. Firestop Materials and Smoke Seal materials shall have a flame spread rating of 25 or less, National Fire Protection Association (NFPA Class “A”).

City of North Miami Pump Station “A” Rehab – 100% Submittal 16120-2 Bid Set

1.06 DELIVERY STORAGE AND HANDLING:

A. Comply with the requirements specified in Section 01610.

B. Deliver wire and cables in full reels protected against injury. Deliver reels with factory attached UL approved tags showing the manufacturers name and the type of insulation, size, and length of wire in each coil or reel.

C. Accept wire and cable on site in manufacturer's packaging. Inspect for damage.

D. Store and protect in accordance with manufacturer's instructions.

E. Protect from weather. Provide adequate ventilation to prevent condensation.

PART 2 - PRODUCTS

2.01 ACCEPTABLE MANUFACTURERS:

A. 600V Cable:

1. Southwire

2. Okonite.

3. The Rockbestos Company.

4. Or equal.

B. Metering and Instrumentation Wire, 600V:

1. The Rockbestos Company.

2. Okonite.

3. Southwire

4. Or equal.

C. Cable Fireproofing Tape:

1. MAC Products, Inc.

2. 3M Company.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16120-3 Bid Set

3. Thomas & Betts Company.

4. Or equal.

D. Fire Stop Material and Barriers:

1. Nelson Fire Stop Products.

2. Dow Corning Corporation.

3. 3 M Company.

4. Or equal.

2.02 MATERIALS AND COMPONENTS:

A. Material and stranding of conductors to conform to ASTM B3, ASTM B33, and to ASTM B8.

B. Wires and Cables for Maximum 600-Volt power: Furnish copper conductors. For No. 8 and smaller, provide THWN/THHN type cable. Provide No. 6 and larger as XHHW/2. Provide No. 12 and No. 10 AWG as solid conductor. Provide No. 8 AWG and larger as stranded conductor. Provide wires and cable conforming to UL 83.

C. Wires and Cables for Maximum 600-Volt control, indicating, metering, or alarm circuits: Furnish copper conductors, type THWN/THHN stranded, rated 75C with thermoplastic insulation and nylon jacket. Provide wires and cable conforming to UL 83. Cables used in fire alarm circuits shall be listed per the requirements of Article 760 of NEC.

D. Shielded Cable for Instrumentation Wiring: Provide 19-strand tinned copper conductors, size No. 16 AWG. Insulate conductors individually with color coded polyethylene or polyvinylchloride. Twist pairs twisted with varying lay (if more than one pair) and cover with cable tape and copper or aluminum coated mylar shielding tape and tinned copper drain wire. Jacket shall be polyvinylchloride. Cables shall be rated 600 volts and 90 degrees C.

PART 3 - EXECUTION

3.01 GENERAL:

A. Provide all material, equipment, and labor to install the electric wire and cables as indicated and as specified.

B. Perform work in accordance with the National Electrical Code.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16120-4 Bid Set

C. Provide power cable identification as follows:

System Voltage Neutral Phase A Phase B Phase C 208/120V White Black Red Blue 240/120V White- Black- Red- None Gray Stripe Blue Stripe Blue Stripe 480/277V Gray Brown Orange Yellow

D. Use green to identify insulated ground conductors.

NOTE: Colored insulation, tapes or sleeves may be used to provide color coding but they must be installed on all conductors at all pull and junction boxes. Insulated ground conductors must have green insulation.

E. Provide control, indicating, metering or alarm cable identification as follows:

1. AC Control Red

2. DC Control Blue

3.02 INSTALLATION OF WIRING:

A. Install wiring in accordance with applicable provisions of National Electrical Code, and as indicated.

B. Provide wire and cable sizes as indicated. However, in no case use smaller cable sizes than required by the National Electrical Code.

C. Unless otherwise indicated, use no conductor smaller than No. 12 AWG for power, No. 14 AWG for control, and No. 16 AWG for shielded applications.

D. Install conductors for branch lighting circuits so that voltage drop requirements of National Electrical Code are met.

E. Install conductors continuous from outlet to outlet and make no splices except within outlet or junction boxes.

F. There shall be no splices between connection points.

G. Draw all conductors contained within a single conduit at the same time.

H. Apply wire pulling compound to conductors being drawn through conduits.

I. Use no cable bend with radius of less than eight times its diameter.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16120-5 Bid Set

3.03 CONDUCTOR IDENTIFICATION:

A. Label each wire at both termination points. Label each wire at each end using numbering system consisting of equipment tags, terminal numbers and circuit number where wire is coming from. Carry individual conductor or circuit identification throughout. Random numbering labels similar to what is used for “Quick Pulls” type wiring shall not be acceptable.

B. Identify each wire in junction boxes, cabinets, and terminal boxes. Where no termination is made use a plastic-coated, wire marker and where termination is made use a, plastic, pre-printed sleeve wire marker.

C. In cases where terminal boards are provided for the control, indicating, and metering wires, identify all wires including motor leads and other power wires too large for connection to terminal boards, by sleeve wire markers as specified above.

D. In manholes and handholes, identify each power wire by laminated plastic tag. Tags shall be located to be visible. Control wires to be bundled and marked with “to” and “from” destinations identified.

3.04 CONNECTORS, TERMINAL LUGS AND BOARDS:

A. For wiring of circuits consisting of No. 10 or No. 12 AWG solid wires, such as for lighting branch circuits, utilize self-insulated pressure type connectors for all splices or joints.

B. Terminate all wires and conductors means of ring and tongue, nylon self-insulated, tin- plated copper pressure terminals.

C. Fabricated terminal boards, installed where indicated, of type 600 volts, 30 amperes, screw terminals, with white marking strips for wire identification, of the 4-, 6-, 8-, or 12-pole type.

D. Mark terminal strips with ink or indelible pencil. Mark each wire consistently throughout entire system, using notation of wires given on manufacturer's wiring diagrams.

E. Wire connections for which terminals are not supplied, for example, at solenoids or motor terminal junction boxes:

1. 10 AWG and smaller: Use self insulated pressure-type connectors.

2. 8 AWG and larger: Use insulated, mechanical type with set screw or follower bearing directly on the wire. Split bolt connectors are not acceptable.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16120-6 Bid Set

3.05 FIELD CABLE TESTS:

A. Perform cable testing in accordance with Section 16998.

3.06 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 16120-7 Bid Set

SECTION 16133

CABLE TRAYS FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide ladder type, open top, 316 stainless steel cable tray systems. The system shall be complete with hangers, supports and required accessories.

1.02 RELATED WORK:

A. Division 1: General Requirements

B. Division 16: Electrical

C. Section 16050: Electrical Work - General

D. Section 16110: Raceways

E. Section 16120: Conductors

F. Section 16998: Field Inspection and Acceptance Tests

1.03 REFERENCES:

A. American Society of Testing and Materials International (ASTM):

1. A123/A123M: Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products

2. B633: Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel

3. B766: Standard Specification for Electrodeposited Coatings of Cadmium

B. National Electrical Manufacturers Association (NEMA):

1. VE 1: Metal Cable Tray Systems

C. National Fire Protection Association (NFPA):

1. 70 - National Electrical Code (NEC)

D. New Hampshire Electrical Code

City of North Miami Pump Station “A” Rehab – 100% Submittal 16133-1 Bid Set

E. Underwriter's Laboratories, Inc., (UL).

1.04 SUBMITTALS:

A. Submit the following shop drawings in accordance with Section 01300.

B. Submit shop drawings and manufacturers' product data in accordance with the requirements of Section 16050.

C. A copy of this specification section with addenda and all referenced specification sections with addenda, with each paragraph check-marked to indicate specification compliance.

1. Failure to include a copy of the marked-up specification sections will result in rejection of the entire submittal with no further review and consideration.

D. Product Data for Each Component:

1. Show tray types, dimensions, and finishes.

E. Shop Drawings:

1. Detail fabrication and installation of cable tray, including plans, elevations, sections, details of components, and attachments to other construction elements.

2. Designate components and accessories, including clamps, brackets, hanger rods, splice plates connectors, expansion joint assemblies, straight lengths, and fittings.

3. Coordination drawings, including floor plans and sections drawn to accurate scale. Show accurately scaled cable tray layout and relationships between components and adjacent structural and mechanical elements.

F. Testing:

1. Factory certified test reports of specified products, conforming to NEMA VE 1.

2. Field test reports indicating and interpreting test results relative to compliance with performance requirements.

1.05 QUALITY ASSURANCE:

A. Provide UL listed cable tray system.

B. Comply with NFPA 70, “National Electrical Code” for components and installation.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16133-2 Bid Set

C. Listing and Labeling: Provide products specified in this Section that are listed and labeled.

1. The Terms “Listed and Labeled”: As defined in the “National Electrical Code”, Article 100.

2. Listing and Labeling Agency Qualifications: A “Nationally Recognized Testing Laboratory” (NRTL) as defined in OSHA Regulation 1910.7.

1.06 SEQUENCING AND SCHEDULING:

A. Coordination: Coordinate layout and installation of cable tray with other installations.

1. Revise locations and elevations from those indicated as required to suit field conditions and as accepted by the Engineer.

PART 2 - PRODUCTS

2.01 MATERIALS AND FINISHES:

A. Conform to NEMA VE 1.

B. Cable Trays, Fittings, and Accessories: 316 stainless steel.

C. Fabricate cable tray products with rounded edges and smooth surfaces.

2.02 SIZES AND CONFIGURATIONS:

A. Conform to NEMA VE 1.

B. Ladder-Type Trays: Class 20C unless indicated.

1. Width: 4 inch.

2. Inside Depth: 6 inch.

3. Cross-Rung Spacing: 6 inch.

4. Minimum Fitting Radius: 12 inch.

2.03 CABLE TRAY ACCESSORIES:

A. Fittings: Tees, crosses, risers, elbows, and other fittings as indicated, manufactured with same materials and finishes as cable trays.

B. Barrier Strips: Same materials and finishes as cable trays.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16133-3 Bid Set

C. Cable tray supports and connectors, including bonding jumpers, as recommended by cable tray manufacturer.

2.04 WARNING SIGNS:

A. Lettering: 1-1/2 inch (40 mm) high, black on yellow background with legend “WARNING! NOT TO BE USED AS WALKWAY, LADDER, OR SUPPORT FOR LADDERS OR PERSONNEL.”

PART 3 - EXECUTION

3.01 EXAMINATION:

A. Examine surfaces to receive cable tray for compliance with installation tolerances and other required conditions. Do not proceed with installation until unsatisfactory conditions have been corrected.

3.02 INSTALLATION:

A. Use cable tray of indicated types and sizes, complete with manufacturer’s recommended covers, barrier strips, dropouts, fittings, conduit adapters, hold down devices, grommets, and blind ends.

B. Install cable tray level and plumb according to manufacturer’s written instructions, rough-in Drawings, original design, and referenced standards.

C. Remove burrs and sharp edges of cable trays.

D. Fasten cable tray supports securely to building structure.

1. Locate and install supports according to recommendations of NEMA VE 1.

E. Make connections to equipment with flanged fittings fastened to tray and to equipment. Support tray independently of fittings. Do not carry weight of tray on equipment enclosure.

F. Install expansion connectors in cable tray runs that exceed 90 feet (27 m). Space connectors and set gaps according to NEMA VE 1.

G. Make changes in direction and elevation using standard fittings.

H. Make cable tray connections using standard fittings.

I. Locate cable tray above piping except as required for tray accessibility and as otherwise indicated.

J. Firestop penetrations through fire and smoke barriers, including walls, partitions, floors, and ceilings, after cables are installed. City of North Miami Pump Station “A” Rehab – 100% Submittal 16133-4 Bid Set

K. Working Space: Install cable trays with sufficient space to permit access for installing cables.

L. Barriers: Install barriers to separate cables of different systems, such as power, communications, and data processing, or different insulation levels, such as 600 volts.

3.03 GROUNDING:

A. Connect cable trays to ground as instructed by manufacturer. Tighten connectors and terminals, including screws and bolts, according to equipment manufacturer’s published torque tightening values for equipment connectors. Where manufacturer’s torquing requirements are not indicated, tighten connectors and terminals according to tightening torques specified in UL Standard 486A-486B.

B. Electrically ground cable trays and ensure continuous electrical conductivity of cable tray system. Use tray as an equipment ground conductor for itself only, not for connected equipment.

3.04 WARNING SIGNS:

A. After installation of cable trays is completed, install warning signs in visible locations on or near cable trays.

3.05 FIELD QUALITY CONTROL:

A. Grounding: Test cable trays to ensure electrical continuity of bonding and grounding connections.

3.06 CLEANING:

A. Upon completion of installation of system, including fittings, inspect exposed finish. Remove burrs, dirt, and construction debris and repair damaged finishes, including chips, scratches, and abrasions.

3.07 PROTECTION:

A. Provide final protection and maintain conditions in manner acceptable to manufacturer and Installer to ensure that cable tray is without damage or deterioration at Substantial Completion.

3.08 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 16133-5 Bid Set

SECTION 16140

WIRING DEVICES

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide field test, and place in operating condition, wiring devices as indicated and in compliance with Contract Documents.

1.02 REFERENCES:

A. Federal Specifications (FS):

1. W-C-596-F: Plug, Electrical Connector, Receptacle, Electrical.

2. W-S-896-F: (1P-2P-3W) Switch, Toggle, Single Unit with wall plates.

B. National Electrical Manufacturers Association (NEMA):

1. WD 1: General Requirements for Wiring Devices

2. WD 6: Wiring Devices – Dimensional Requirements

C. National Fire Protection Association (NFPA):

1. 70: National Electrical Code (NEC).

D. Underwriters' Laboratories, Inc. (UL):

1. 20: General Use Snap Switches.

1.03 SUBMITTALS:

A. Submit the following shop drawings in accordance with Section 01300:

B. Submit shop drawings and manufacturer's product data in accordance with requirements of Section 16050.

PART 2 - PRODUCTS

2.01 MANUFACTURER'S COMPLIANCE:

A. Manufacturer’s acceptance contingent upon products compliance with specifications.

B. Provide all devices with UL label.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16140-1 Bid Set

2.02 MANUFACTURERS:

A. Allen-Bradley Co.

B. Appleton Electric Co.

C. Cooper Wiring Devices.

D. Eaton-Cutler Hammer, Inc.

E. Crouse-Hinds Co.

F. Hubbell Electrical Products.

G. Pass & Seymour, Legrand.

H. OZ Gedney.

I. Nelson Electric.

2.03 MATERIALS AND COMPONENTS:

A. Wall Switches:

1. Provide alternating current, general-use, snap switches, in flush device boxes or on outlet box covers, totally enclosed in composition case, with insulated mounting yoke and sidewired, binding screw-type terminals. Single-pole, 2-pole, 3-way, or 4-way switches rated 20 amperes at 120/277 volts a.c. Switch to meet Fed. Spec. W- S-896-F and UL-20.

2. Switches for controlling lighting:

a. Cooper Wiring Device Cat. No. 2221, 222, 2223, or 2224.

b. Hubbell Cat. No. 1221, 1222, 1223 or 1224.

c. Bryant Electric Cat. No. 4901, 4902, 4903 or 4904.

d. Pass & Seymour, Cat. No. 20AC1, 20AC2, 20AC3 or 20AC4

3. Provide pilot type lighting for switches controlling lights in seldom frequented locations.

B. Watertight Switches:

1. Provide watertight switches consisting of flush mounting switches in NEMA Type 4 gasketed cast metal boxes. Switch operable through shaft in matching cast metal cover, twenty-ampere, 120/277-volt switch enclosures:

City of North Miami Pump Station “A” Rehab – 100% Submittal 16140-2 Bid Set

a. Crouse-Hinds Type MC or MCC.

b. Appleton Cat. No. WDM 175 and WVG1

c. OZ Gedney Cat. No. WSP and WCT120

C. Explosionproof Switches:

1. Provide explosionproof switches consisting of flush mounting switches in cast metal boxes meeting requirements for NEMA Type 7D enclosure approved for use in NEC Class I, Group D, Division 1, atmosphere. Switch operable through shaft in matching cast metal cover. 20-ampere, 120/277-volt switch assemblies:

a. Crouse-Hinds Type EFS.

b. Appleton Electric Type EFS.

c. Nelson Electric Cat. No. SCAD.

D. Flush Receptacles:

1. Provide 20-ampere, 125-volt flush receptacles constructed in flush device boxes, and of grounding type in composition case with insulated mounting yoke, side- wired, binding screw-type terminals. Receptacles to conform to Fed. Spec. W-C-596-F.

2. Duplex receptacles:

a. Cooper Wiring Devices Cat. No. 5362.

b. Hubbell Cat. No. 5362.

c. Bryant Electric Cat. No. 5362.

d. Pass & Seymour Cat. No. 5342.

3. Duplex GFCI Type Receptacles:

a. Harvey Hubbell, Inc. Cat. No. GFWRST20.

b. Cooper Wiring Devices Cat. No. WRSGF20.

c. Leviton Manufacturing Company.

4. Single receptacles:

a. Cooper Wiring Devices Cat No. 5361.

b. Hubbell Cat. No. 5361.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16140-3 Bid Set

c. Pass & Seymour Cat. No. 5351.

E. Special Receptacles:

1. Provide weatherproof devices rated 20 ampere, 125-volt, consisting of single receptacles with spring-loaded, soft-gasketed hinged covers with stainless steel spring. Covers as follows:

a. Hubbell Cat. No. 5206.

b. Bryant Electric Cat. No. 4510.

c. Crouse-Hinds Cat. No. WLRS-1.

2. Provide in corrosive areas (NEMA 4X) a receptacle similar to the weatherproof device described above. Cover as follows:

a. Crouse-Hinds Cat. No. WLRS-1-S752.

3. Provide watertight, gasketed cast-metal enclosures with covers in areas subject to hose-down, meeting requirements, and either standard single or duplex type:

a. Appleton Electric Cat. No. AEE3382 and AEP3361, Style 2.

b. Crouse-Hinds Cat. No. ARRH33 and APJ3385, Style 2.

4. Provide receptacles with matching plug or cord cap designed to meet NEMA 4 requirements when plug, cord and receptacle are assembled.

5. Provide explosion proof 20-ampere receptacles, of the delayed action type, preventing contact from being broken until arc has been extinguished. Receptacles with angle covers and spring-closed flaps:

a. Crouse-Hinds Type CPS.

b. Appleton Electric Type CPS.

6. Furnish one explosion proof plug for each three receptacles, with minimum of one. Plugs to match receptacles and from same manufacturer.

F. Outlet Boxes and Enclosures:

1. Provide outlet boxes and enclosures conforming to Section 16110 and enclosure schedule on the drawings unless otherwise indicated.

G. Device Plates:

City of North Miami Pump Station “A” Rehab – 100% Submittal 16140-4 Bid Set

1. Provide device plates suitable for type of outlet boxes and enclosures used. Plates for flush-mounting by device manufacturer. Plates for surface-mounting boxes by either device manufacturer or box manufacturer.

2. Provide flush device plates of high corrosion resistant, Type 302 stainless steel.

3. Provide flush device plates of material and finish indicated, in certain designated areas.

PART 3 - EXECUTION

3.01 GENERAL:

A. Perform all work in accordance with the NEC.

3.02 CONNECTION:

A. Securely and rigidly attach wiring devices in accordance with regulating agency, and as indicated, avoiding interference with other equipment.

B. Securely fasten nameplates using screws, bolts, or rivets and centered under or on the device, unless otherwise indicated.

3.03 GROUNDING:

A. Ground all devices in accordance with NEC.

B. Ground switches and their metal plates through switch mounting yoke, outlet box, and raceway system.

C. Ground flush receptacles and their metal plates through positive ground connection to outlet box and grounding system. Maintain ground to each receptacle by spring-loaded grounding contact to mounting screw, or by grounding jumper, both making positive connection to outlet box and grounding system at all times.

D. Ground explosion proof receptacles and plugs by making contact between the metal shells, and also by using a grounding pin to make contact before power contacts are made.

3.04 LABELING:

A. All wall plates to be engraved with the panelboard alpha-numeric identifier and circuit breaker number.

1. Characters to be 5/16 inch (8 mm) in size and black in color.

2. All engravings to match panelboard typed circuit breaker directories.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16140-5 Bid Set

3.05 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 16140-6 Bid Set

SECTION 16220

ELECTRIC MOTORS

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Low voltage electric motors and accessories furnished under other Sections, and which are a part of equipment assemblies shall be in conformance with the requirements specified in this Section, unless otherwise noted.

B. Unless otherwise specified, all electric motors furnished and installed by the Contractor shall conform to the requirements specified herein.

1. Motors rated at 460 V which are powered from Variable Frequency Drives shall be inverter duty rated as per NEMA-MG-1.

2. Motors shall be NEMA Premium Efficient as per NEMA-MG-1.

1.02 RELATED WORK:

A. Division 1: General Requirements

B. Division 11: Equipment

C. Division 15: Mechanical

D. Division 16: Electrical

1.03 REFERENCES:

A. National Electrical Code (NEC)

B. Underwriters Laboratories, Inc. (UL)

C. National Electrical Manufacturers Assoc. (NEMA)

1. NEMA Standard MG-1 – Motors and Generators

2. NEMA WP-1 – Enclosed Electric Motor

D. American Bearing Manufacturers Association (ABMA)

E. American National Standard Institute (ANSI)

City of North Miami Pump Station “A” Rehab – 100% Submittal 16220-1 Bid Set

F. Institute of Electrical and Electronics Engineers (IEEE)

1. IEEE Standard 112 – Test Procedures for Polyphase Induction Motor and Generators

2. IEEE Standard 85 – Airborne Sound Measurements on Rotating Electric Machinery, Test Procedure for

3. IEEE Standard 429 – Evaluation of Sealed Insulation Systems for AC Electric Machinery Employing Form – Wound Stator Coils

4. IEEE Standard 841 – Service Duty Totally Enclosed Fan Cooled (TEFC) Squirrel Cage Induction Motors

1.04 SUBMITTALS:

A. Submit the following in accordance with Section 01300:

1. Descriptive literature and motor characteristics, including thermal limit curves and speed vs. torque curves. Provide thermal limit curves for motors 75 Hp and greater and all motor data.

2. A copy of this specification section with addenda and all referenced specification sections with addenda, with each paragraph check-marked to indicate specification compliance.

a. Failure to include a copy of the marked-up specification sections will result in return of the entire submittal without further review and consideration until the marked-up specification are re-submitted with the entire package.

3. Submit motor data with the associated driven equipment submittals.

4. Shop drawings and descriptive data to include:

a. Complete list of all motors to be furnished.

b. Outlines, dimensions, weights, and wiring diagrams.

c. Location of main and accessories boxes with size of conduit entrance.

d. Efficiency and power factor at 1/2, 3/4 and full load.

e. Bearing life data and grease requirements.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16220-2 Bid Set

f. Nameplate data.

g. Prototype test data.

h. Ground pad locations.

i. Strip heaters KW and voltage ratings.

j. Full load current

k. Locked rotor current

l. Full load torque in lb.-ft.

m. Starting and breakdown torque in percent of full-load torque

n. Number and frequency of permissible starts under specified conditions

o. Horsepower versus current curves

p. Moment of inertia of rotor

q. The zero load, rated speed (with no load connected) kW and kvar input

r. The locked rotor KVA and power factor at rated voltage

s. Service factor

t. Descriptive bulletins or catalog cuts with full description of the insulation system

u. Manufacturer, type, size and rating of bearings

v. Motor thermal limit or damage curves

5. Submit certified copies of all factory shop test results.

6. Submit list of recommended spare parts and maintenance tools for each type of motor.

7. Provide manufacturer’s printed installation instructions including anchoring details to meet earthquake requirements as specified and indicated on the structural drawings.

8. Performance Test Reports: Upon completion of installed system, submit in booklet form all field tests performed.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16220-3 Bid Set

1.05 QUALITY ASSURANCE:

A. Motors shall comply with the latest reference standards specified.

B. Routine tests shall be performed on representative motors less than 100 Hp in size and shall include the information described on NEMA MG1-12.54 Report of Test Form for Routine Tests on Induction Motors. Efficiency shall be determined in accordance with IEEE Publication No. 112, Method B. Power factor shall be measured on representative motors. For motors 100 Hp or larger, tests to be performed on the same motor provided.

1.06 DELIVERY, STORAGE AND HANDLING:

Provide in accordance with Section 01610 and as specified.

A. Shipping:

1. Ship motors assembled to driven equipment complete except where partial disassembly is required by transportation regulations or for protection of components.

2. Pack spare parts in containers bearing labels clearly designating contents and pieces of equipment for which intended.

3. Deliver spare parts at same time as pertaining materials. Delivery to Owner after completion of work.

B. Receiving and Storage:

1. Inspect and inventory items upon delivery to site.

2. Store and safeguard equipment and material in heated storage facility as recommended by equipment manufacturer and required by Section 01610.

3. Protect motors from moisture at all times.

PART 2 - PRODUCTS

2.01 ACCEPTABLE MOTOR MANUFACTURERS:

A. Reliance Electric

B. Toshiba

C. U.S. Electric Motors

D. Or equal.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16220-4 Bid Set

2.02 ELECTRIC MOTOR RATINGS:

A. Voltage Ratings:

1. Unless otherwise specified, motors with ratings of 1/2 to 500 Hp shall be rated 460-volt (nameplate rating), three-phase, 60-Hertz; motors of 1/3 Hp or less to be rated 115-volt, single-phase, 60 Hertz.

B. The following specific motor requirements shall be identified in each equipment specification:

1. RPM.

2. Motor enclosure type.

2.03 MOTOR REQUIREMENTS:

A. Motor heaters shall be supplied on all motors located outdoors. Heaters shall be of the cartridge or flexible wrap around type installed within the motor enclosure adjacent to core iron. Heaters shall be rated for 120 volt, single phase with wattage. The heater wattage and voltage shall be embossed on the motor nameplate.

B. Every motor shall be of capacity to operate the driven equipment under all load and operating conditions without exceeding its rated nameplate current or power or its specified temperature limit at rated voltage. Each motor shall develop the necessary torque for its required service throughout its acceleration range at a voltage 10 percent below nameplate rating. Where indicated on the electrical drawings to be operated on a reduced voltage starter, the motor shall develop the necessary torque under the conditions imposed by the reduced voltage starting method.

C. The motor shall have capacity to operate the driven equipment as given in the equipment detail specifications. The motor shall not be required to deliver more than its rated nameplate horsepower, at unity (1.0) service factor, under any condition of mechanical or hydraulic loading.

D. Type of Motors:

1. All motors shall be NEMA Design B or of a type having starting characteristics and ruggedness as may be necessary under the actual conditions of operation and, unless otherwise specified, shall be for full-voltage starting.

E. Insulation:

1. All motors shall have Class B (fractional horse power only) and Class F insulation for all other size motors.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16220-5 Bid Set

2. Insulation systems shall be manufacturer’s premium grade, resistant to attack by moisture, acids, alkalies and mechanical or thermal shock for 480 Volt motors. Provide a Class F insulation system for an ambient temperature motor operation of 0 to 40 degrees C at no more than 3300 feet above sea level for inverter duty motors. This temperature rise shall be met when motors are operated and controlled with the VFD(s). The motor insulation system shall have full capability to handle the common mode voltage conditions imposed by the VFD.

3. Motors shall have vacuum/pressure impregnated epoxy insulation for moisture resistance.

4. Insulation for inverter duty motor windings shall meet or exceed the Pulse Endurance Index for magnetic wire and shall not be injured when exposed to repeated pulse type waveforms, repetitive high voltage transients, switching frequency and rate of rise of the pulse. Class H insulation shall be used.

F. Enclosures:

1. Motors shall have a steel or cast iron frame and a cast iron or stamped steel conduit box, as specified below. Conduit box shall be split from top to bottom and shall be capable of being rotated to four positions. Synthetic rubber-like gaskets shall be provided between the frame and the conduit box and between the conduit box and its cover. Motor leads shall be sealed with a non-wicking, non- hygroscopic insulating material. A frame mounted pad with drilled and tapped hole, not less than 1/4-in. diameter, shall be provided inside the conduit box for motor frame grounding.

a. Totally enclosed fan cooled: TEFC motors shall have a steel or cast iron frame, cast iron end brackets, cast iron conduit box, 1.15 service factor at 40 degrees C, tapped drain holes (corrosion resistant plugs for frames 286T and smaller and automatic breather/drain devices for frames 324T and larger) and upgraded insulation by additional dips and bakes to increase moisture resistance.

b. Totally enclosed non-ventilated: TENV motors shall include the same rating and accessories as specified for TEFC motors.

c. Explosion proof motors shall comply with all requirements of Class I, Division 1, Group D, hazardous locations as defined by the National Electrical Code and with all other safety codes pertaining thereto.

d. Motors in NEMA 4, NEMA 4X and classified areas shall be provided with severe duty rating. Motors shall be of the corrosion resistant type conforming to motors designated by the manufacturer as “Corro-Duty”, “Mill and Chemical”, “Custom Severe Duty”, or similar quality designation. Severe duty motors shall have a cast iron frame, cast iron end

City of North Miami Pump Station “A” Rehab – 100% Submittal 16220-6 Bid Set

brackets, cast iron conduit box and 1.15 service factor at 40 degrees C and tapped drain holes (corrosion resistant plug for frames 286T and smaller and automatic breather/drain devices for frames 324T and larger).

G. Special Purpose Motors:

1. Hermetically sealed air conditioning units, hoists, cranes and other devices complying with special safety codes shall be furnished with motors, control equipment, accessories and safety devices, in accordance with the manufacturer's standards and to be rated for the duty cycle as specified for the driven equipment. Service factor 1.15 above 3 hp.

2. Submersible motors shall be equipped with three thermal switches (one in each phase winding) connected to stop motor operation if the temperature exceeds 125 deg. C (255 deg. F). Also a leakage sensor for sensing water intrusion into the stator housing shall be provided.

3. Inverter duty rated: Motors for operation on variable frequency drives shall meet current power quality levels published in NEMA MG1, Part 31. Enclosures shall be equal to those furnished for severe duty or explosion proof motors. Motor shaft and bearings shall be insulated. Motors nameplate service factor shall be 1.0. Internal service factor shall be 1.15 that of the nameplate. Stator laminations shall be stagger-stacked and stamped from high grade electrical steel to minimize eddy-current losses and heat build-up caused by inverter induced harmonics. Rotors shall be configured to minimize skin-effect heating. Provide each variable frequency drive motor with an internal normally closed motor thermostat per phase wired in series

H. Auxiliary Devices:

1. Single-phase motors requiring switching devices and auxiliary starting resistors, capacitors, or reactors shall be furnished as combination units with such auxiliaries either incorporated within the motor housings or housed in enclosures mounted upon the motor frames. Each combination unit shall be mounted upon a single base and to be provided with a single conduit box.

I. General Design of Motors:

1. Motors shall comply with the latest NEMA Standards Publication No. MG1 for Motors and Generators, unless otherwise specified.

2. All polyphase non-explosion proof motors shall be provided with energy efficient operation and meet the requirements of MG1-12.53 a and b.

3. Motor windings shall be braced to withstand successfully the stresses resulting from the method of starting. The windings shall be treated thoroughly with an

City of North Miami Pump Station “A” Rehab – 100% Submittal 16220-7 Bid Set

insulating compound that protects against moisture and slightly acid or alkaline conditions.

4. Bearings shall be of the self-lubricating type, provided so that there is proper alignment of rotor and shaft and to prevent leakage of lubricant.

a. Bearings for open motors shall be of the sleeve or ball type, as specified under the respective items of mechanical equipment.

b. Bearings for totally enclosed and explosion proof motors shall be of the ball type.

c. Bearing L-10 fatigue life in hours at 100 percent load shall be 50,000.

d. Bearing grease shall be of the 120 deg. C thermal capability type.

e. Bearings for 50 HP and larger VFD driven motors shall be isolated type bearings.

5. Vertical motors shall be provided with thrust bearings for all thrusts to which they can be subjected in operation.

6. All three phase two speed motors shall be of the two-winding design.

7. All non VFD driven three phase motors shall be provided with a 1.15 service factor.

8. Provide VFD driven motor shafts with grounding rings.

9. Three phase motors shall be of cast iron construction including frame and end brackets.

10. Motor nameplates shall be Type 316 stainless steel.

11. Motor Terminal Boxes and Leads:

a. Motors shall be furnished with oversize conduit terminal boxes to provide for making and housing the connections, and with flexible leads of sufficient length to extend for a distance of not less than 4 in. beyond the face of the box. Solderless lugs shall be furnished. Totally enclosed and explosion proof motors to have cast-iron terminal boxes.

b. Leads for space heaters shall be brought out into an auxiliary, cast, conduit box on the motor side opposite to the main terminal box. Auxiliary box to have 1" threaded conduit openings and shall be so constructed that conduit entrance may be placed at top, bottom, or either side.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16220-8 Bid Set

c. A grounding terminal shall be provided in the main terminal box and a bronze grounding bolt to be furnished at the conduit side of the motor frame.

d. For inverter rated motors, provide oversized terminal boxes with oversize conduit opening and oversized cable lugs for cables as indicated.

J. Motor Efficiencies:

1. Three phase motors rated 1 Hp and larger shall be of the premium efficiency, “Design E”, type per Table 12.1 of NEMA MG1 Part 12. Efficiency values shall be based on tests performed in accordance with IEEE Publication No. 112, Method B. Motors with horsepower or rpms not listed shall conform to comparable standards of construction and materials as those for listed motors.

K. Shop Painting:

1. Unless otherwise specified, motors shall be given a shop application of paint filler or enamel sealer, a flat coat of undercoater for enamel, and two coats of enamel or, in lieu of this treatment, other corrosion-resistant treatment customary with the manufacturer.

L. Motor Data:

1. The Contractor shall furnish five certified copies of characteristic curves of each motor furnished, except 115-volt motors. Curves shall be supplied as a part of the driven equipment submittal.

M. Motor Shop Tests:

1. Motor shop tests shall be made in accordance with the IEEE Test Codes as specified in the NEMA MG1 Standards for Motors and Generators. NEMA report-of-test forms to be used in submitting test data.

2. Motor efficiency shall be determined by use of IEEE Standard 112 Test Method B, and by use of MGI-12.53 a and b.

3. For induction motors 5 hp, up to 100 hp, copies of routine test reports of electrically duplicate motors shall be furnished.

4. For motors 3 hp or less, no test data need be furnished.

5. Where required by the load equipment specifications, provide testing support for shop testing at the equipment manufacturer’s facility.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16220-9 Bid Set

PART 3 - EXECUTION

3.01 INSTALLATION:

A. Verify heaters are energized when supplied on motors.

B. After motor installation but before connection to power wiring, test motor winding insulation.

C. After connection to power wiring, check for operating temperature, correct rotation, vibration, alignment and operating current drawn under load.

D. Submit all motor test results for review and record.

3.02 TESTING:

A. Inspect physical and mechanical condition.

B. Inspect for correct anchorage, mounting, grounding, connection, and lubrication.

C. Verify tightness of accessible bolted electrical connections by calibrated torque-wrench method in accordance with manufacturers published data.

D. Verify the absence of unusual mechanical or electrical noise or signs of overheating during initial test run.

E. Megger test motor winding insulation.

F. Provide testing in accordance with Section 16998.

3.03 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 16220-10 Bid Set

SECTION 16359

ELECTRICAL SYSTEM STUDIES

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide electrical system studies as indicated and in compliance with Contract Documents.

1. Provide a short circuit, protective device coordination and arc-flash study for the electrical distribution system for the entire pump station as shown on the electrical single line drawings. The study shall consider the electrical utility system upstream protective devices down to the 208Y/120V transformer secondary. The study shall include data to verify the short circuit ratings of the electrical distribution equipment to be provided under this contract and to identify the required settings of associated protective devices.

a. Provide a report summarizing the study including: one-line of system, relay and breaker setting tabulation, relay, circuit breaker, and fuse protective device coordination and short circuit analysis, all prepared by an independent specialty firm. Device calibration and settings are to be based on the results of this coordination study.

B. The firm performing the Work of this Section shall not be part of or affiliated with the electrical equipment supplier organization(s) or manufacturer(s) or the Electrical Contractor.

C. Contact the electrical utility to obtaining the available fault current and utility protection equipment data.

D. Changes and additions of equipment characteristics based on the actual equipment supplied may be suggested by the results of the short circuit and protective device coordination studies. Submit suggested changes and additions as a part of the study. Field settings of devices, adjustments, and minor modifications to equipment that are required to accomplish conformance with the accepted short circuit and protective device coordination studies shall be provided at no additional cost.

E. The studies shall be performed for two operating conditions:

1. The system is powered by the electrical utility.

2. The system is powered by the on-site generator.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16359-1 Bid Set

1.02 REFERENCES:

A. Institute of Electrical and Electronics Engineers (IEEE):

1. C37.010: Application Guide for AC High-Voltage Circuit Breakers Rated on a Symmetrical Current Basis

2. 242: IEEE Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems.

3. 519: IEEE Recommended Practices and Requirements for Harmonic Control in Electrical Power System.

4. 1584: IEEE Guide for Performing Arc-Flash Hazard Calculations

B. National Fire Protection Association (NFPA):

1. 70E: Standard for Electrical Safety Requirements for Employee Workplaces.

C. National Electrical Code.

1.03 SUBMITTALS:

A. Submit the following in accordance with Section 01300.

1. A copy of this specification section with addenda and all referenced specification sections with addenda, with each paragraph check-marked to indicate specification compliance.

a. Failure to include a copy of the marked-up specification sections will result in return of the entire submittal without further review until marked-up specification are resubmitted with the entire package

2. Short circuit and protective device coordination study concurrent with the preliminary shop drawing submission for the main electrical distribution system equipment and overcurrent protective devices. Submit an initial study and a final study, with all electronic files, at the completion of the project.

a. The study shall be performed using the latest edition of one of the following commercial software programs.

(1) Paladin Design Base

(2) EasyPower

(3) SKM System Analysis

b. The study shall consider the effects of motor contribution during fault conditions, at various buses in the system. City of North Miami Pump Station “A” Rehab – 100% Submittal 16359-2 Bid Set

c. The study shall include cable sizes, cable lengths and raceway types for considering the effects of cables impedance in the system based on information to be provided by the Contractor.

d. The maximum fault contribution at the incoming source(s) shall be documented via correspondence from the authority responsible for this source(s).

e. Transformer inrush points and damage curves shall be plotted on coordination curves.

f. Obtain from the engine generator manufacturer, reactance values, protective device type and data and generator decrement curves.

g. Plot on common drawings, single line diagrams and the curves for each protective device to verify proper selectivity and protection for all components of the system for both the normal utility and standby generator source. Label each device uniquely.

h. Identify recommended settings for all devices.

i. Devices which do not provide full selectivity and coordination are not to be used as a recommended device in the study.

3. After completion of the coordination study, the Contractor shall set all devices based on the study.

4. Qualifications of specialty testing and/or study firm, as specified.

5. Provide electronic files of the performed studies electrical model including all input data base information.

1.04 QUALIFICATIONS OF SPECIALTY FIRM:

A. Submit evidence of the following:

1. Firm's experience:

a. Specialty firm shall have been in the business of the type of work specified, for at least the past five years.

b. The firm shall have a minimum of five projects of equal or greater size, service, and the type of equipment specified.

c. At least the following information must be submitted:

(1) The number of years the firm has been in the business of performing coordination studies.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16359-3 Bid Set

(2) Summary of five previously performed studies including:

(a) A brief description of each study.

(b) Name of owner of installation on which study was performed with address, telephone number, and contact person.

(c) Date of study.

(3) List of projects and contact persons for which protective device settings were performed.

(4) Any other information indicating the firm's experience, ability to perform the work, and business status.

B. Firm shall have a licensed Professional Electrical Engineer, licensed in Florida, supervise all work and seal all reports.

PART 2 - PRODUCTS – (NOT USED)

PART 3 - EXECUTION

3.01 SHORT CIRCUIT STUDY:

A. Perform a short circuit study in accordance with ANSI Standard C37.010 to verify the adequacy and correct application of circuit protective devices and other electrical system components.

B. The study shall address the case when the system is being powered from the utility source as well as from the on-site generating facilities. Minimum and maximum possible fault conditions shall be covered in the study.

C. Include the fault contribution of all non VFD driven motors. Calculate short-circuit momentary duties and interrupting duties on the basis of an assumed bolted 3-phase short circuit at each bus. The short circuit tabulations shall include X/R ratios, asymmetry factors, kVA and symmetrical fault-current. Where ground fault protection is specified, provide a ground fault current study for the same system areas, including the associated zero sequence impedance diagram. Include in tabulation form, fault impedance, X/R ratios, asymmetry factors, motor contribution, short circuit kVA, and symmetrical and asymmetrical fault currents.

D. The studies shall include representation of the site power system, the base quantities selected, impedance source data, calculation methods and tabulations, one-line diagrams, conclusions and recommendations.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16359-4 Bid Set

3.02 PROTECTIVE DEVICE COORDINATION STUDY:

A. Provide a protective device time current coordination study with coordination plots of current limiting devices, plus tabulated data, including ratings and settings selected. In the study, balance shall be achieved between the competing objectives of protection and continuity of service (with emphasis on continuity of service) for the system specified, taking into account the basic factors of sensitivity, selectivity and speed.

B. Provide separate plots for utility and generator operation as applicable. Show maximum and minimum fault values in each case. Multiple power sources shown in one plot is not acceptable.

C. Each primary protective device required for a delta-to-wye-connected transformer shall be selected so the characteristic or operating band is within the transformer parameters, which, where feasible, shall include a parameter equivalent to 58 percent of the ANSI withstand point to afford protection for secondary line-to-ground faults. Separate low voltage circuit breakers from each other and the associated primary protective device, by a 16 percent current margin for coordination and protection in the event of line-to-line faults. Separate protective relays by a 0.4 second time margin when the maximum 3 phase fault flows to assure proper selectivity. The protective device characteristics or operating bands shall be terminated to reflect the actual symmetrical and asymmetrical fault-currents sensed by the device. Provide the coordination plots for 3 phase and phase-to-ground faults on a system basis. Include all devices down to largest branch circuit feeder circuit breaker. Include all adjustable setting ground fault protective devices.

D. Identify discrepancies in the conclusions and recommendations of the report. Upon resolution of discrepancies and recommendation, update all associated analyses and revise the affected studies.

E. The coordination plots shall graphically indicate the coordination proposed for the several systems centered on full scale log forms. The coordination plots shall include complete titles, representative one-line diagrams and legends, associated upstream power system relays, fuse or system characteristics, significant motor starting characteristics, significant generator characteristics, complete parameters for power, and substation transformers, complete operating bands for low voltage circuit breaker trip devices, fuses, and the associated system load protective devices. The coordination plots shall define the types of protective devices selected, together with the proposed coil taps, time-dial settings and pick-up settings required. The short-time region shall indicate the relay instantaneous elements, the magnetizing inrush, and ANSI transformer damage curves, the low voltage circuit breaker and instantaneous trip devices, fuse manufacturing tolerance bands, and significant symmetrical and asymmetrical fault- currents.

F. The thermal limit of all feeder cables to each bus and large motors, where applicable in the study, shall be shown.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16359-5 Bid Set

G. No more than six devices shall be shown on one coordination plot. Of these six curves, two (the largest upstream device and the smallest downstream device) shall repeat curves shown on other coordination plots in order to provide cross reference. Give each unique protective device curve in the study a study-unique number or letter identifier to permit cross reference between plots. Do not use identifier letters or numbers more than once.

H. Each primary protective device required for delta-wye connected transformer shall be selected so that the characteristic or operating band is within the transformer parameters, which, where feasible, shall include a parameter equivalent to 58 percent of the ANSI withstand point to assure protection for secondary line-to-ground faults.

I. Include a detailed description of each protective device identifying its type, function, manufacturer, and time-current characteristics. Tabulate recommended device tap, time dial, pickup, instantaneous, and time delay settings. Include C.T. ratio, burden and all other calculations required for the determination of settings.

3.03 ARC FLASH HAZARD ANALYSIS:

A. Perform arc flash hazard analysis for the following items:

1. Switchboards

2. Distribution Panels

3. Panelboards

4. Control panels with voltage over 50 Volts

5. Transformers that have auxiliary electrical devices operating at over 50 Volts

6. Automatic Transfer Switches

7. Disconnect Switches

B. Methods of performing analysis:

1. Use IEEE 1584 calculations.

a. If the conditions fall within the IEEE 1584 parameters use the IEEE 1584 calculations based on actual OCPD curves and settings.

b. If the conditions do not fall within the 1584 parameters, use the Lee method.

C. Provide color coded arc flash labels for each equipment item for which the calculations were performed with the following information:

1. Limited approach boundary

City of North Miami Pump Station “A” Rehab – 100% Submittal 16359-6 Bid Set

2. Information required by NFPA 70E, 130.2(D)(2).

3. Restricted approach boundary

4. Personal protective equipment required within restricted approach boundary

5. Flash protection boundary

6. Personal protective equipment required within flash protection boundary

7. Prohibited approach boundary

3.04 FIELD TESTING:

A. Integrate results of this study with functional testing of the contract electrical equipment in accordance with Section 16050 and Section 16998.

3.05 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 16359-7 Bid Set

SECTION 16415

AUTOMATIC TRANSFER SWITCHES

PART 1 - GENERAL

1.01 DESCRIPTION:

A. This section includes materials and installation of automatic transfer switches as indicated and in compliance with Contract Documents.

1.02 REFERENCES:

A. National Fire Protection Association (NFPA):

1. 70: National Electrical Code (NEC).

B. National Electrical Manufacturers Association (NEMA):

1. ICS 2: Industrial Controls and Systems Controllers, Contactors, and Overload Relays Rated 600 Volts.

C. Underwriters Laboratories (UL):

1. 1008: Automatic Transfer Switches.

1.03 SUBMITTALS:

A. Submit the following shop drawings in accordance with Section 01300.

B. Submit shop drawings and manufacturers' product data in accordance with the requirements of Section 16050.

C. Submit manufacturer's descriptive data including ratings, circuit diagrams, dimensional data, conduit entry restrictions, and a list of accessories.

1.04 OPERATION AND MAINTENANCE MANUALS:

A. Submit operation and maintenance manuals in accordance with Section 16050.

1.05 MANUFACTURER'S SERVICES:

A. Provide manufacturer's services at the jobsite for the minimum labor days listed below, travel time excluded:

1. Two labor days to check the installation and advise during start-up, testing, and adjustment of the .

City of North Miami Pump Station “A” Rehab – 100% Submittal 16415-1 Bid Set

PART 2 - PRODUCTS

2.01 TRANSFER SWITCH:

A. Transfer switch shall be mounted in a wall-mounted NEMA 4X Type 316 stainless steel enclosure. Transfer switch shall have number of poles, amperage, and voltage ratings as shown in the drawings. Withstand current rating shall not be less than 50,000 ampere rms symmetrical. Transfer switch shall be rated for use as service entrance equipment.

B. Switch shall be listed per UL 1008 as a recognized component for emergency systems and be rated for all classes of loads.

C. Transfer switch shall be electrically operated and mechanically held in each direction by a single operating mechanism momentarily energized from the source to which the load shall be transferred. Accomplish mechanical locking in each direction without the aid of latching solenoids, toggle mechanisms, or gear arrangements. Total operating transfer time shall not exceed one-sixth of a second.

D. Operation shall be inherently double throw where normal and emergency contacts operate simultaneously with no momentary delay in a midposition. An overload or short circuit shall not cause the switch to go to a neutral position. Do not use main contact structures not originally manufactured for transfer switch service (molded case circuit breakers or contactors). Inspection and replacement of all contacts (stationary and arcing) shall be possible from the front of the switch without any disassembly of operating linkages or power conductors. Provide a handle to permit no-load manual operation.

2.02 ACCESSORIES:

A. Provide a solid-state sensing and control logic panel. Include the following operational characteristics:

1. Adjustable (0.5 to 6.0 seconds) time delay on engine starting to override momentary dips in normal source, set at 1 second.

2. Full phase voltage relay supervision of the normal source with at least one close differential relay to detect "brownout" condition, set at 70 percent dropout and 90 percent pickup.

3. Voltage/frequency lockout relay to prevent premature transfer, set at 90 percent voltage and 90 percent frequency.

4. Engine starting control contacts (one normally open and one normally closed).

5. Adjustable (2 to 25 minutes) time delay on retransfer to normal, set at 20 minutes.

6. Unloaded running time delay for generator cool down (adjustable 0.1 to 10 minutes), set at 5 minutes.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16415-2 Bid Set

7. Transfer to emergency time delay (adjustable 1 to 300 seconds), set at 1 second.

B. Provide a system test switch (momentary type) on the front of the enclosure.

C. Manual push button to bypass the time delay on retransfer.

D. Indicating lights to indicate source to which the load is connected.

E. Indicating light to indicate presence of normal power source.

F. Auxiliary contacts for remote indication of switch position, one normally open and one normally closed contact for normal and emergency position.

G. Transfer switch shall include four]pilot contacts (10 amperes at 480-volt ac) that open three seconds (nominal) prior to transfer and reclose three seconds (nominal) after transfer. These contacts will deenergize motor loads during the transfer time of the switch.

2.03 MANUFACTURERS:

A. The transfer switch shall be as manufactured by:

1. Automatic Switch Company.

2. Russelectric Co.

3. Zenith (ZTS).

4. Eaton Electrical.

5. Thomson Technology.

PART 3 - EXECUTION

3.01 INSTALLATION:

A. Secure transfer switch rigidly to wall and floor or mounting pad with anchor bolts or Phillips Drill Company concrete anchors. Anchor bolts or concrete anchors shall Type 316 stainless steel.

3.02 FIELD TESTING:

A. Field test per manufacturer’s recommended standard test procedure.

B. Field test and calibrate timing and monitoring logic. All adjustments shall be within 5 percent of the previously specified set points.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16415-3 Bid Set

3.03 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 16415-4 Bid Set

SECTION 16450

GROUNDING

PART 1 – GENERAL

1.01 DESCRIPTION:

A. Provide a single, integrated grounding system, including conductors, raceways, and connections, indicated and specified, and in accordance with the National Electrical Safety Code.

B. Include grounding of switchboard, electric equipment enclosures, transformers, ground grid systems with ground rod and water pipe connections; and lightning protection system.

C. Include grounding conductors completely inter-connecting water supply pipe, ground grid, substation, switchgear and motor control center ground buses, other distribution equipment, and other groundable equipment.

1.02 RELATED WORK:

A. Division 1: General Requirements

B. Division 16: Electrical

1.03 REFERENCES:

A. American National Standards Institute (ANSI):

1. ANSI C2: National Electrical Safety Code

B. National Fire Protection Association (NFPA):

1. NFPA 70: National Electric Code

2. NFPA 780: Lightning Protection Code

C. American Society for Testing and Materials (ASTM):

1. B3: Soft or Annealed Copper Wire.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16450-1 Bid Set

2. B8: Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft.

3. B33: Tinned Soft or Annealed Copper Wire for Electrical Purposes.

D. Underwriters Laboratories, Inc. (UL):

1. U.L. 44: Wires and Cables Rubber Insulated.

2. U.L. 83: Wires Thermoplastic-Insulated.

3. 467: Standard for Grounding and Bonding Equipment.

E. National Electrical Mfg's Association (NEMA):

1. WC 3: Rubber Insulated Wire & Cable.

2. WC 5: Thermoplastic Insulated Wire & Cable.

3. WC 7: Cross-Linked-Thermosetting Polyethylene-Insulated Wire & Cable.

4. WC 8: Ethylene-Propylene-Rubber-Insulated Wire & Cable.

1.04 SUBMITTALS:

A. Submit the following in accordance with Section 01300:

1. A copy of this specification section with addenda and all referenced specification sections with addenda, with each paragraph check-marked to indicate specification compliance.

a. Failure to include a copy of the marked-up specification sections will result in rejection of the entire submittal with no further review and construction.

2. Submit shop drawings and manufacturers' product data in accordance with requirements of Section 16050.

PART 2 - PRODUCTS

2.01 ACCEPTABLE MANUFACTURERS:

A. Ground Rods:

1. Erico Products Inc.

2. Galvan Electrical Products.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16450-2 Bid Set

3. Nehring Electrical Works.

4. Or equal.

B. Exothermic Welding:

1. Erico Products, Inc.

2. American Brass Mfg. Co.

3. Orgo-Thermit, Inc.

4. Or equal.

C. Connecting Hardware:

1. American Brass Mfg. Co.

2. Thomas and Betts

3. Anderson Electric Corp.

4. Or equal.

2.02 MATERIALS AND COMPONENTS:

A. Conductors:

1. Provide copper grounding conductors, sized as indicated. Provide protection of conductors if physical damage would result from direct exposure.

2. Provide uninsulated conductors where conductors are buried in the earth or where they are embedded in the concrete.

3. In buildings, provide insulated grounding conductors with green insulation. Provide insulated grounding conductors with insulation rated at 600 volts.

B. Ground Bus:

1. Provide a 2-in. by 1/4-in. tinned copper bar with bolted type connectors as indicated.

C. Ground Rods:

City of North Miami Pump Station “A” Rehab – 100% Submittal 16450-3 Bid Set

1. Provide copper-clad steel or galvanized steel ground rods; type, diameter and length as indicated on drawings. Make cable to ground rod connection without passing over end of ground rod.

D. Connections:

1. Provide silicon bronze ground clamps for use on copper or brass pipes which are UL listed.

2. Provide ground clamps, for use on iron pipes, of galvanized or malleable iron, or of standard noncorrosive material.

3. Furnish ground clamps, for use on pipes, with rigid metal base providing solid contact by seating on the pipe. Do not use strap type clamps.

PART 3 - EXECUTION

3.01 INSTALLATION OF GROUNDING CONDUCTORS:

A. Install grounding conductors so that they will not be exposed to physical damage. Install connections firm and tight. Arrange conductors and connectors so no strain on connections.

B. Bury equipment grounding conductors 30 inches deep. Bring loops or taps up for connection to equipment or other items to be grounded.

C. Where raceways are used to contain and protect grounding conductors, install in accordance with Sections 16110.

D. Where bare grounding conductors are contained within metallic raceways, bond ends of raceways to conductors.

3.02 INSTALLATION OF GROUND RODS: NOT USED

A. Install ground rods where indicated. Install the top of the rod 12-in. below the ground surface.

B. Make connection to overall grounding system as indicated.

C. Ensure that final resistance of interconnected ground system is 3 ohms, or less. Measure ground resistance in normally dry conditions, and not less than 48 hours after rainfall.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16450-4 Bid Set

3.03 EQUIPMENT GROUNDING:

A. Ground each piece of electrical equipment by means of a grounding conductor installed in raceway feeding that piece of equipment with copper wire sized in accordance with National Electric Code. Grounding conductors installed in conduit with insulated conductors to be furnished with green, 600-volt insulation. Ground conductors are in addition to and not to be considered as the neutral wire of the system.

B. Connect a grounding conductor between panelboard and grounding system. Where a grounding bar is furnished with panelboard, connect grounding conductor to bar.

C. Where conduits are not effectively grounded by firm contact with a grounded enclosure, apply grounding bushings on one end of conduit run.

D. Connect lightning arresters to ground system by suitable conductors. Where lightning arresters are furnished with electrical equipment and grounding connections are not inherently provided, confirm that separate grounding conductor connects lightning arresters with system ground.

E. Interconnect the water piping systems with the grounding system per the National Electrical Code.

F. Ground wire fences when used to enclose electrical equipment or when overhead electrical lines cross fence. Unless otherwise indicated, provide grounding by buried outside peripheral ground loop; connections to each corner fence post and nearby ground rod; flexible connections to each gate; and at least two connections to grounding system from approximately opposite positions on fence.

3.04 SIGNAL GROUNDING: NOT USED

A. Ground signal surge protection and shields of twisted, shielded cable using a signal bonding conductor. The signal bonding conductor shall be a continuous path from the instrument surge protection or shield to the grounding electrode conductor. The signal bonding conductor shall be isolated from the equipment grounding conductor for its entire path.

B. Where convenient several signal bonding conductors may be conbined, providing that all the following conditions are met:

1. The combined signal bonding conductor shall have the equivalent cross section of the conductors that it was combined from or three times the cross section of the largest conductor that it was combined from, whichever is less.

2. The combined signal bonding conductor shall be isolated from the equipment grounding conductor.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16450-5 Bid Set

3. Where two signal bonding conductors are combined use a three port insulated splice.

4. Where three or more signal bonding conductors are combined, use a copper bus mounted on 600V insulators. Attach each conductors to the bus using an insulated ring tongue lug and screw terminal.

3.05 TESTS AND CHECKOUTS:

A. Provide checkout and testing of the entire grounding system in accordance with Section 16050 and 16998 and as specified herein.

3.06 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 16450-6 Bid Set

SECTION 16601

LIGHTNING PROTECTION

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide lightning protection system for the buildings, tanks and structures as indicated on the contract drawings. The system shall consist of air terminals, conductors, ground terminals, interconnection conductors, arresters, and other connectors or fittings for a complete system.

B. All systems are to be provided and installed by a trained Service Technicians having five (5) years active experience. Provide proof of previous MASTER LABEL installations receiving the U.L. “C” plate of acceptance.

1.02 RELATED WORK:

A. Division 1: General Requirements

B. Section 16050: Electrical Work – General

C. Section 16450: Grounding

D. Section 16998: Field Inspection and Acceptance Tests

1.03 REFERENCES:

A. Underwriters' Laboratories, Inc. (UL):

1. UL-96: Lightning Protection Components.

2. UL-96A: Installation Requirements for Lightning Protection Systems.

B. National Fire Protection Association (NFPA):

1. NFPA-70: National Electrical Code.

2. NFPA-780: Lightning Protection Code.

C. National Electrical Code.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16601-1 Bid Set

1.04 SUBMITTALS:

A. Submit the following in accordance with Section 01300:

1. A copy of this specification section with addenda and all referenced specification sections with addenda, with each paragraph check-marked to indicate specification compliance.

a. Failure to include a copy of the marked-up specification sections will result in rejection of the entire submittal with no further review and construction.

2. List of equipment and materials, including manufacturer's descriptive and technical literature, catalog cuts, installation instructions.

3. Detailed shop drawings, drawn to scale, indicating type, placement, and location of protection devices, including cable attachments, grounding, mounting and any other details integral with the system for each structure.

4. Spare Parts Data: Provide a list of recommended spare parts for the material and equipment to be provided, including current unit prices and source of supply.

5. Inspection and Maintenance: Provide a written recommended inspection and maintenance procedure, including periodicity of inspections.

6. As-Built Drawings: Provide a complete set of "as-built" drawings showing the location of all grounds as well as a detailed layout of type, size, location and method of installation of all downleads, roof cables, bonding leads and connections, air terminals, and in the case where structural steel is used for downleads, the method and location of all roof and ground connections to the steel must be clearly detailed.

7. Submit U.L. MASTER LABEL Certificate of Compliance for the work performed.

1.05 QUALITY ASSURANCE:

A. Conduit size and wire quantity, size, and type shall be useable for the equipment supplied.

B. Provide systems furnished and installed by trained Service Technicians.

C. Provide UL listed components.

1.06 REQUIREMENTS OF REGULATORY AGENCIES:

City of North Miami Pump Station “A” Rehab – 100% Submittal 16601-2 Bid Set

A. Conform to UL 96 and 96A and NFPA-78.

1.07 DELIVERY, STORAGE AND HANDLING:

A. Comply with the requirements specified in Section 01610.

B. Shipping:

1. Ship equipment and materials, complete with identification and quantity of items.

2. Pack spare parts in containers bearing labels clearly designating contents and pieces of equipment for which intended.

3. Deliver spare parts at same time as pertaining equipment. Delivery to Owner after completion of work.

C. Storage:

1. Inspection and inventory items upon delivery to site.

3. Store and safeguard equipment, material and spare parts.

PART 2 - PRODUCTS

2.01 ACCEPTABLE MANUFACTURERS:

A. National Lightning Protection.

B. Lightning Master Corp.

C. Alltec Corp.

D. Or equal.

2.02 MATERIALS:

A. Class I Materials: Provide conductors, fittings, and fixtures to protect ordinary buildings and structures not exceeding 75 feet (23 m) in height.

B. Materials, Class I. Table I gives sizes and weights for air terminals, and main and secondary conductors. Secondary conductors which are used for bonding and interconnecting metallic bodies to the main conductor, and which will not be required to carry the main lightning current, may be reduced in size to No. 6 AWG copper. Provide main conductor size for interconnection to metal water systems, steam or hot water heating systems, or other metallic masses having a low resistance to ground.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16601-3 Bid Set

C. Table I: Class I Material Requirements:

Tinned Copper Type of Conductor Standard Metric Air Terminal, Solid Diameter 1/2 inch 9.5 min Air Terminal, Tubular Diameter 15.9 mm Wall Thickness .032 inch 0.8 mm Main Conductor, Cable Size ea. 17 AWG Strand Wgt. 187 lbs/1000 ft. 478 g/m Per Length 57,400 cm 29 square mm Cross Sect. Area Main Conductor, Solid Thickness 16 AWG Strip Width 1 inch 25.4 mm Secondary Conductor, Wire Size 17 AWG Cable Number of Wires 14 14 Secondary Conductor, Thickness 16 AWG Solid Strip Width 1/2 inch 12.7 mm

D. Class II Materials: Provide conductors, fittings and fixtures necessary to protect ordinary buildings and structures exceeding 75 feet (23 m) in height; or one of any height which has a structural steel frame that may be substituted for lightning down conductors. Table II gives sizes and weights for air terminals and secondary conductors for Class II structures.

E. Table II: Class II Material Requirements:

Tinned Copper Type of Conductor Standard Metric Air Terminal, Solid Diameter 1/2 inch 12.7 mm Main Conductor, Cable Size ea. 16 AWG Strand Wgt. 375 lbs/1000 ft. 558 g/m Per Length Cross Sect. Area 115,000 cm 58 square mm Secondary Conductor, Wire Size 17 AWG Cable Number of Wires 14 14 Secondary Conductor, Thickness 16 AWG Solid Strip Width 1/2 inch 12.7 mm

F. Where any part of a protection system is exposed to mechanical injury, provide protection using molding or tubing with non-metallic clamps. If ferrous metal pipe or tubing is used around the conductor, connect the conductor electrically to the pipe or tubing at both ends.

G. Furnish all conductors of stranded tinned copper, annealed to 98 percent conductivity, unless specifically otherwise stated by the Contract Documents. Provide all fittings,

City of North Miami Pump Station “A” Rehab – 100% Submittal 16601-4 Bid Set

connectors, clamps and fasteners of high corrosion resistant materials that can be used for the intended environment and compatible with copper conductors.

H. Provide all fastening devices compatible with surface materials they are to be attached. Direct copper to aluminum contact is not allowed.

I. Copper-clad steel shall have a copper covering permanently welded to the steel core, in such proportions that conductance is 30 percent of the conductance of an equivalent cross section of solid copper.

J. Where the installation requires aluminum materials, aluminum is acceptable as a substitute for copper in lighting protection, with the stipulations that: (a) aluminum shall not be used underground, in contact with ground or where air may be laden with corrosive elements, such as ocean air; (b) when an aluminum system is joined with copper or copper-clad grounds, the union shall be made with bimetal connectors; (c) precautions be taken at connections with dissimilar metals; and (d) cable conductors be of electrical conductor grade aluminum.

K. Material such as galvanized steel is not acceptable.

2.03 AIR TERMINALS:

A. Air terminals shall be provided and located to intercept a direct lightning strike.

B. Air terminals shall be 1/2 inch as indicated. Air terminals shall extend above the protected object between 10 inches and 36 inches. If over 24 inches high, air terminals shall be braced.

C. Air terminals up to 24 inches high shall be spaced at intervals of 20 feet or less; those 24 inches or higher shall be spaced 25 feet or less. Terminals shall be placed on the ridges of gable, gambrel, and hip roofs of ordinary or high slope, and at the perimeters of flat or low-slope roofs. A shed roof with a high or normal slope shall be considered as half of a gable roof. There shall be an air terminal within two feet of the end of each ridge or each corner of a flat or low-slope roof.

D. Air terminals shall be placed within two feet of the edge along the perimeter of a flat or low-slope roof. A low-slope roof is one which is 40 feet wide or less and has a pitch of 1/8 or less; or is over 40 feet wide and has a pitch of 1/4 or less. The center of such a roof shall have intermediate air terminals at intervals not exceeding 50 feet.

E. Chimney air terminals may be anchored directly or attached by a metal band around the chimney. No outside corner of a chimney shall be more than two feet from an air terminal. Copper chimney air terminals and all related components shall be hot-dip lead coated to prevent corrosion.

PART 3 - EXECUTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 16601-5 Bid Set

3.01 INSTALLATION:

A. Provide all material, equipment, and labor to install the lightning protection system as indicated and as specified. Equipment shall be installed by Service Technician specifically trained on installing lightning protection.

B. Main conductors shall: (a) interconnect air terminals in a direct or closed-loop roof system; (b) serve as downleads from the roof system to the ground system; (c) connect metal bodies of inductance or conductance to the main conducting system; and (d) serve as ground electrodes in some cases, or to connect ground rods in certain other cases.

C. Bend of conductor shall form an included angle of 90 degrees and have a radius of bend of 8 inches (203 mm).

D. Interconnect all conductors, air terminals to form a two-way path from each air terminal horizontally or downward to connections with ground terminals.

E. Conductors may be coursed through air without support for a distance of 3 feet (900 mm) or less. With a 5/8 inch (15.9 mm) rod or its equivalent as a support, fastened at each end, a conductor may be coursed through air for a distance not to exceed 6 feet (1800 mm).

F. Install roof conductors to interconnect all air terminals and provide a two-way path to ground horizontally or downward from the base of each terminal.

G. Metal roofing and siding, eave troughs, downspouts, and other metal parts are not acceptable as substitutes for lightning conductors.

H. Install two down conductors on any kind of structure. Location depends on placement of air terminals, size of structure, most direct coursing, security against displacement and location of metallic bodies, water pipes, and ground conditions. Separate down conductors. For structures over 200 feet (71 m) in perimeter, install one additional down conductor for each additional 100 feet of perimeter or fraction thereof.

I. The structural steel columns on the outside perimeter of the building shall not be utilized as the main down conductor from roof to ground for the lightning protection system. No parts of the structural steel structure shall substitute for lightning down conductors. The steel columns around the outside perimeter of the building shall be grounded at every other column and in no case shall average over 60-ft. apart. A through the roof connector shall be installed where a conductor penetrates the roof, by the Lightning Protection Subcontractor. The through the roof connector shall be 1/2-in stainless steel threaded rod equipped with neoprene washers and stainless nuts for a watertight seal.

J. Terminate each down conductor at a ground rod.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16601-6 Bid Set

K. Use connector fittings on all lightning conductors at "end-to-end" "tee" or "Y" splices. Attach them so as to withstand a pull test of 200 pounds (890 N). Make fittings for connection to metal tracts, gutters, downspouts, ventilators, chimney extensions, or other metal parts about the structure tight to the object by compression under bolt heads. Both crimp type and exothermic weld splicers of stamped or cast metal are acceptable under Class I requirements. Do not use crimp type clamps and splicers in Class II installations. Use exothermic welds for all below grade system connections.

L. Attach conductors to the building or other object upon which they are placed. Use fasteners not subject to breakage. Furnish nails, screws and bolts, with which fasteners are attached, of the same material as the conductor or of such nature that there will be no electrolytic corrosion in the presence of moisture because of contact between the different parts. Space conductor fasteners not more than 3 feet apart on all conductors.

M. All requirements covering exposed systems apply to concealed installations. Conductors are coursed the same except that they may be coursed behind the exterior wall facing, in concealed or embedded conduit, or embedded directly in concrete.

N. Materials, installation methods and procedures are to be in accordance with UL-96 and 96A, NFPA 780, NEC and local electrical codes. Provide for and obtain a "U.L. Certificate of Compliance" for the Work performed.

3.02 SYSTEM TESTING:

A. Perform system testing as part of the grounding system tests identified in Sections 16450 and 16998.

3.03 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 16601-7 Bid Set

SECTION 16900

ELECTRICAL CONTROLS AND MISCELLANEOUS ELECTRICAL EQUIPMENT

PART 1 – GENERAL

1.01 DESCRIPTION:

A. Provide and connect the electrical control equipment and miscellaneous electrical equipment, including such instruments and devices indicated and specified. Device enclosures for electrical equipment shall comply with the requirements of National Electric Code including Hazardous Locations, Class, Division, and Group as indicated.

1.02 RELATED WORK:

A. Division 1: General Requirements

B. Division 11: Equipment

C. Division 13: Special Construction

D. Division 15: Mechanical

E. Division 16: Electrical

1.03 REFERENCES:

A. Underwriter's Laboratories, Inc. (U.L.):

1. UL-467: UL Standard for Safety, Grounding and Bonding Equipment.

2. UL-489: UL Standard for Safety, Molded-Case Circuit Breakers and Circuit Breaker Enclosures.

3. UL-823: Electrical Heaters for Use in Hazardous (Classified) Locations.

B. National Electrical Manufacturers Association (NEMA):

1. 250: Enclosures for Electrical Equipment (1000 volts maximum).

2. ICS 1: General Standards for Industrial Control and Systems.

3. ICS 2: Industrial Control Devices, Controllers and Assemblies.

4. ICS 4: Terminal Blocks for Industrial Use.

City of North Miami Pump Station “A” Rehab - 100% Submittal 16900-1 Bid Set

C. American Society for Testing and Materials (ASTM) Publications:

1. D 178: Specification for Rubber Insulating Matting.

D. National Fire Protection Association (NFPA):

1. NFPA-70 National Electric Code (NEC).

1.04 SUBMITTALS:

A. Submit the following in accordance with Section 01300:

1. Submit shop drawings and manufacturer's product data, brochures including wiring diagrams in accordance with Section 16050.

2. Wiring diagrams to show control interface points provided with other equipment.

3. Shop drawings to include:

a. Outline drawings with elevations.

b. Equipment arrangement drawings.

c. Anchor bolt location drawings.

d. Electrical schematics and wiring diagrams.

e. Electrical fuse/circuit breaker characteristic.

f. Equipment performance curves and technical data.

g. Bill of installation/assembly materials.

h. Equipment weights.

i. Completed manufacturer’s data sheets.

j. Assembly sizes and weights.

1.05 DELIVERY STORAGE AND HANDLING:

A. Comply with the requirements specified in Section 01610.

City of North Miami Pump Station “A” Rehab - 100% Submittal 16900-2 Bid Set

PART 2 - PRODUCTS

2.01 ACCEPTABLE ELECTRICAL DISTRIBUTION MANUFACTURERS:

A. Allen-Bradley.

B. General Electric Company.

C. Cutler-Hammer.

D. Square D Company.

E. Appleton Electric Company.

F. Crouse-Hinds Company.

G. O-Z/Gedney.

H. Or equal.

2.02 ACCEPTABLE STAINLESS STEEL/GALVANIZED STEEL CHANNEL MANUFACTURERS:

A. Unistrut Corp.

B. Power-Strut.

C. B-Line Systems, Inc.

D. Or equal.

2.03 SAFETY DISCONNECT SWITCHES:

A. Provide heavy duty type, safety switches, with external operating handles, 3 PST, rated 600 volt, 60 Hertz with ampere rating as indicated, and having provisions for padlocking.

B. Provide rejection type fuses, 600 volts, 200,000 A.I.C., dual element, time delay, Class RK-5.

C. Heavy duty safety switches to be UL listed, and meet or exceed NEMA Standard KS1.

D. Provide auxiliary electrical interlocks or terminal blocks for motor control circuits as indicated.

2.04 PUSHBUTTON AND SELECTOR SWITCH STATIONS:

City of North Miami Pump Station “A” Rehab - 100% Submittal 16900-3 Bid Set

A. Provide RUN-OFF-AUTO switches, start-stop, push buttons, tumbler switches and other accessory devices as necessary for the control of motors and other electrical equipment or devices as indicated where shown on the wiring schematics and/or plan drawings.

B. Provide pushbutton and selector switch stations made for heavy-duty service and with momentary or maintaining contacts as indicated or as necessary for starting and stopping of equipment with 10 amp contact ratings.

C. Acceptable manufacturers of heavy-duty switches and pushbuttons are Square D, Cutler- Hammer, Allen Bradley or equal. Indicating lights to be led cluster type.

D. At stations provide nameplates with white letters on black background.

E. Provide explosion proof stations approved for use in National Electric Code, Class I, Division 1, Group C & D areas. Stations shall also meet NEMA 4X area requirements.

F. Provide galvanized cast-iron enclosures for NEMA Type 4 watertight stations.

G. Provide fiberglass reinforced polyester NEMA Type 4X enclosures for stations located in highly corrosive areas. Provide gaskets and Type 316 stainless steel screws, to prevent entry of chemicals.

2.05 MANUAL MOTOR STARTERS:

A. Provide manual motor starters where indicated and for 120-volt, 60-Hertz fractional horsepower motors.

B. Provide each manual motor starter with overload heater or heaters of suitable capacity for motor-running over-current protection for motor it controls. Provide manual starters as single or 2 pole, as necessary, and with toggle mechanisms indicating OFF and ON positions. Provide manual starters with built-in HAND-OFF-AUTO switches. Provide enclosures as indicated.

C. Manual starters to be located within sight of motors, as defined by National Electric Code.

2.06 WALL-MOUNTED COMBINATION STARTERS:

A. Unless otherwise indicated, provide each combination starter with motor circuit protector and full-voltage . Provide starters in an enclosure that meets the requirements of the enclosure schedule. Provide motor circuit protectors and starters as specified in Section 16920 Low Voltage Motor Control Centers.

B. Indicating lights shall be LED cluster type, heavy-duty, oil-tight units. Lights shall be Red for “OFF” position, Green for “ON” position and Amber for “Alarms”.

City of North Miami Pump Station “A” Rehab - 100% Submittal 16900-4 Bid Set

2.07 CONTACTORS AND RELAYS:

A. Provide mechanically held, heavy duty industrial type contactors (relays) for lighting control, rated 30 amps, 600 volts, with number of poles as indicated.

B. Provide contactor in the required NEMA enclosure suitable for wall mounting. Provide circuit breaker or fuse protection on each ungrounded pole. Provide mechanically held contactor from the following acceptable manufacturers: Automatic Switch Company 917 series, Cutler-Hammer, Square D or equal.

C. Provide control power transformer with primary and secondary fuse protection. Control power to be 120 volts, single phase.

D. Provide solid-state, industrial grade timing relays from the following acceptable manufacturers: Allen Bradley Series 700, Cutler-Hammer, Siemens or equal.

Provide industrial grade relays, NEMA rated, from the following acceptable manufacturers: Square D Class 8501, Cutler-Hammer, Allen Bradley or equal.

2.08 CONTROL PANELS AND ELECTRICAL ENCLOSURES:

A. Manufacturers:

1. McKinstry Incorporated.

2. Hoffman, Inc.

3. Hammond Manufacturing.

4. Or equal.

B. Provide control panels for equipment as indicated. Ensure that dimensions, NEMA rating, construction and mounting of equipment are as indicated.

C. Provide enclosures with back panels constructed of at least 14 gage (1.90 mm) steel and provided with terminal blocks for connection of external wiring. Provide door and body stiffeners in panels over 36 inches (915 mm) in length. NEMA 4 and NEMA 4X panels to be provided with hand operated quick disconnects of stainless steel material.

D. Provide UL listed and NEMA rated pushbuttons, indicator lights and switches of heavy duty, oil tight types. Provide relays of industrial types, with 120 volt, 60 Hertz operating coils, and contacts rated for intended service. Power from fused control power transformers.

E. Provide nameplates for each panel and each device on panel. Nameplates of laminated plastic material, at least 3/32-inch (2.4 mm) thick, and with white letters on a black background.

City of North Miami Pump Station “A” Rehab - 100% Submittal 16900-5 Bid Set

F. Secure nameplates with self-tapping, Type 316 stainless steel metal screws.

G. Terminal Blocks:

1. Provide terminal blocks rated for 600 volts with screw type terminals.

2. Terminal blocks to be one piece with full barriers.

3. Provide General Electric EB-25 terminal blocks or equal.

H. Provide print pocket on inside of enclosure and include as-built drawings for Owner’s use.

I. Where 480 volts AC and 120 volts AC are required within the same enclosure, install components to insure separation of wiring for the panel voltage circuits.

J. Enclosures and panels located outdoors shall be provided with heaters and thermostats. Enclosures less than 24 inch (610 mm) high shall be provided with strip heaters and encapsulated leads. Enclosures 24 inch (610 mm) high and larger shall be provided with forced air heaters with thermostats as manufactured by Hoffman or approved equal. Thermostats shall be provided with a range of 40 degrees F (4 degrees C) to at least 60 degrees F (16 degrees C).

K. Enclosures 24 inch (610 mm) or larger shall be provided with light fixtures, and 20 amp GFI protected receptacle. Light fixtures shall be UL listed for wet locations and provided with glass globe, metal guard and 100 watt incandescent lamp.

L. Where visual strobe or warning lamps are required, provide heavy duty beacon, Edwards Signal Catalogue No. 93 or approved equal.

M. Where audible horn alarms are required, provide Edwards Signal 870P or approved equal.

N. Where equipment and devices are to be installed in hazardous locations, provide equipment and components suitable for the environment.

O. Where intrinsically safe wiring is required within the panels, the following requirements shall be met:

1. Within enclosures, conductors or intrinsically safe (IS) circuits shall be separated at least two inches (50 mm) from conductors of any non-intrinsically safe circuit. Within the enclosure the conductors shall be secured.

2. Intrinsically safe wiring shall not be routed in the same conduit as non-IS wiring.

3. Terminals in panels with IS wiring shall be identified in a manner that will prevent unintentional interference with the control circuits during testing and servicing.

City of North Miami Pump Station “A” Rehab - 100% Submittal 16900-6 Bid Set

P. All indicating lamps to be LED cluster type.

2.09 NAMEPLATES:

A. Provide nameplates for equipment (including pushbutton and selector switch stations) listed in this Section to designate the equipment controlled and their function.

B. Nameplates shall be laminated black bakelite with one-quarter inch (1/4-in.) high, white, recessed letters. Securely attach to the equipment with Type 316 stainless steel screws, or rivets. Adhesives, glue or cements will not be permitted.

C. Provide all junction boxes, pull boxes, disconnect switches and control panels with a nameplate to designate the system wiring contained within.

D. Install nameplates in a location near or on the equipment or devices.

2.10 TERMINAL BLOCKS:

A. Provide terminal blocks in all terminal boxes panels, control and instrumentation cabinets/panels requiring terminations as indicated on drawings or by wiring diagrams for equipment actually purchased. All terminals shall be rated 600V, 20 amp. All terminals shall be screw type with provisions for white wire markers.

2.11 CHANNEL:

A. Provide Type 316 stainless steel channel with corresponding accessories as specified in Section 16110 and herein.

B. Provide hot-dipped galvanized after fabrication for steel channel and accessories.

C. Provide channel of the proper material to match equipment classifications, per Section 16110.

PART 3 - EXECUTION

3.01 CHANNELS:

A. Install Type 316 stainless steel for mounting of electrical equipment in outdoor areas, NEMA 4 or 4X areas, and on below grade, outside building and structure walls.

B. Install galvanized steel channels for interior building mounting of electrical equipment except for those locations listed in Paragraph 3.02.A of this Section.

C. Install fiberglass channel in chemical areas with NEMA 4X enclosures.

City of North Miami Pump Station “A” Rehab - 100% Submittal 16900-7 Bid Set

3.02 WIRING OF EQUIPMENT FURNISHED UNDER OTHER SECTIONS:

A. As specified in Section 16050, install conduit, wiring, and connections for equipment and devices furnished under other Sections of specifications, and as indicated.

B. Unless otherwise indicated, control equipment, relays, control wiring, conduit, and connections for control of heating, ventilating, and air conditioning systems are provided as specified in Section 15806. Refer to mechanical specifications and drawings for locations of pressure-operated control switches, float switches, butterfly valves, solenoid operated valves, sump pumps, metering instruments, control panels, alarm actuating contacts, indicating lamps, limit switches, and other devices requiring wiring or interconnections with equipment supplied under Electrical Sections of these specifications.

3.03 PHYSICAL CHECKOUT AND TESTING:

A. Provide field and functional testing in accordance with Sections 16050 and 16998 and as specified herein.

3.04 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab - 100% Submittal 16900-8 Bid Set

SECTION 16998

FIELD INSPECTION AND ACCEPTANCE TESTS

PART 1 – GENERAL

1.01 DESCRIPTION:

A. Provide field inspections and acceptance testing as specified herein.

B. After electrical installation is complete, (a) adjust and set all protective devices (in accordance) with results of electrical studies, (b) perform tests to demonstrate that the entire system is in working order and in accordance with applicable codes, manufacturer’s instructions, drawings and specifications. Test shall be performed per InterNational Electrical Testing Association (NETA): Acceptance Testing Specification for Electrical Power Distribution System and Equipment (STD). Tests are in addition to, and not a substitution for, tests of individual items at the manufacturer’s facilities. Perform insulation and ground resistance tests before operating tests. Determine proper rotation of motors before permanent connections are made.

C. Tests are also intended to accomplish the following:

1. Provide initial acceptance tests and recorded data.

2. Ensure a successful start-up with a minimum of last minute interruptions and problems.

3. Determine the suitability of the equipment and systems for energizing and placing into operating service.

4. Ensure that each system component is installed satisfactorily, will perform and will continue to reliably perform its function.

D. Provide all necessary supervision, labor, materials, tools, test instruments or other equipment or services and expenses required to test, adjust, set, calibrate, functionally and operationally check all work and components of the various electrical systems and circuitry throughout the installation.

E. Engage the services of a nationally recognized Independent Electrical Tester to perform the required field inspections, test, and adjustments specified. The Independent Electrical Tester shall meet the following qualifications:

1. The testing firm is not to be a subsidiary, division, or department of the Contractor performing the work of Division 16.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16998-1 Bid Set

2. The testing firm is not to be subsidiary, division, or department of the manufacturer of the equipment, materials or systems being inspected or tested.

3. The testing firm shall perform all testing in accordance with International Electrical Testing Association, Inc. (NETA), standards and procedures. All testing results shall be submitted on NETA forms and the testing data shall be certified by a Registered Professional Electrical Engineer. Test results shall indicate recommended action for sub-par test results. Results shall list recommended test values that should be obtained for a new installation.

4. Testing and checkout work shall be performed with personnel skilled and trained in the particular tests being conducted.

5. Evidence of the proposed testing firm’s qualifications, accreditation, and experience shall be submitted for evaluation. Testing firm shall be member of NETA with minimum of five years of testing industrial electrical systems to NETA requirements and procedures.

F. The Independent Electrical Testing Contractor shall provide supervision, labor, materials, tools, test instruments, or other equipment, and services, required to adjust, set, calibrate, and test operate the components of the various electrical systems and circuits throughout the installation, the construction package, and as specified herein.

G. Perform these tests after the electrical installation is complete. These tests shall demonstrate that the entire electrical system is in proper working order and in accordance with: applicable codes; and the supplier’s instructions, drawings, and specifications.

H. Testing by the Independent Electrical Tester in no way changes the requirements to perform the specified tests, checkouts, and inspections required under the equipment specification sections.

I. The listings and descriptions of the tests, and checks described herein is not to be considered as complete and all inclusive.

J. Retests required by defects and failures of equipment to meet specifications shall be conducted at no additional cost.

1. Replace wiring and equipment found to be defective, or failing to meet specified requirements, at no additional cost.

2. Supply electric current necessary for tests.

K. Where specified in other Division 16 sections, perform work under the supervision of factory trained technicians, representing the equipment being tested or inspected.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16998-2 Bid Set

1.02 RELATED WORK:

A. Division 1: General Requirements

B. Division 16: Electrical

1.03 SUBMITTALS:

A. Submit the following in accordance with Section 01300:

1. Submit inspection and testing forms for all electrical distribution equipment to be inspected and tested under this section.

2. Submit data sheets for the insulation resistance testing of conductors and motors prior to performing operating testing. List all cables and motors to be tested.

3. Provide space on data sheet forms to enter the results of testing, instruments used with serial numbers, and name of personnel performing testing. This data to be filled out during testing.

4. After completion of the testing, submit all test results with observed notes and recommendations.

1.04 REFERENCES:

A. All inspections and tests shall be in accordance with the following applicable codes and standards latest revisions 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 Electronics Engineers – IEEE

4. InterNational Electrical Testing Association – NETA – Acceptance Testing Specification for Electric Power Distribution Equipment and Systems (STD).

5. American National Standards Institute – ANSI:

a. ANSI C2: National Electrical Safety Code

b. ANSI Z244-1: American National Standard for Personnel Protection

6. State and Local Codes and Ordinances

City of North Miami Pump Station “A” Rehab – 100% Submittal 16998-3 Bid Set

7. Insulated Cable Engineers Association – ICEA

8. Association of Edison Illuminating Companies – AEIC

9. Occupational Safety and Health Administration:

a. OSHA Part 1910; Subpart S, 1910.308

b. OSHA Part 1926; Subpart V, 1926.950 through 1926.960

10. National Fire Protection Association – NFPA:

a. ANSI/NFPA 70B: Electrical Equipment Maintenance

b. NFPA 70E: Electrical Safety Requirements for Employer Workplaces

c. ANSI/NFPA 70: National Electrical Code

d. ANSI/NFPA 780: Lightning Protection Code

e. ANSI/NFPA 101: Life Safety Code

B. All inspections and tests shall utilize the following references:

1. Project Design Specifications

2. Project Design Drawings

3. Manufacturer’s instruction manuals applicable to each particular apparatus

1.05 SCHEDULING:

A. The Contractor is responsible for the preparation of proposed procedures, testing and inspection forms, and schedules for all inspections, tests, settings and calibrations specified or otherwise required prior to or during the check out for start-up and acceptance of all the electrical components, equipment and systems. This work to be coordinated and to be compatible with the work of other crafts and the project schedule. The above must be organized and submitted with all proposed testing and NETA approved check out forms for the review. The procedures must provide specific instructions for the checking and testing of each component in addition to the system functional checks.

B. Prior to check out and testing for start-up, verify that all equipment and wiring is permanently identified with nameplates and tags. Check and tighten all terminals and connection points, remove all shipping blocks and hardware, thoroughly clean all equipment, repair all damaged or scratched finishes, inspect for broken and missing parts

City of North Miami Pump Station “A” Rehab – 100% Submittal 16998-4 Bid Set

and review and collect manufacturer’s drawings and instructions. Make routine checks and tests as the job progresses to verify that all wiring and equipment are properly installed.

C. Safety practices shall include, but are not limited to, the following requirements:

1. Occupational Safety and Health Act

2. Accident Prevention Manual for Industrial Operations, National Safety Council

3. Applicable state and local safety operating procedures

4. Owner’s safety practices

5. National Fire Protection Association

6. American National Standards for Personnel Protection

D. All tests shall be performed with apparatus de-energized. Exceptions must be thoroughly reviewed to identify safety hazards and devise adequate safeguards.

E. The testing firm shall have a designated safety representative on the project to supervise the testing operations with respect to safety.

F. Ensure that all testing and checkout work is conducted in a safe manner. Special safety precautions such as the following to be utilized where appropriate:

1. Locking and tagging procedures

2. Barricades

3. De-energization and/or isolation of equipment prior to testing

4. Review of procedures with site personnel

5. Erection of warning signs

6. Stationing of guards and watchmen

7. Maintenance of voice communications

8. Personnel orientation

City of North Miami Pump Station “A” Rehab – 100% Submittal 16998-5 Bid Set

G. Report all inspections, tests, and calibration in writing on NETA approved report forms. The recorded data from shall have the signatures of the persons conducting the tests and authorized witnesses. The forms shall serve as the test and inspection checklist for inspection requirements. Submit all test and check out data in accordance with Section 01300 prior to adjustments, repairs, drying out, or similar work prior to final testing and acceptance. “As-found” and “as-left” test data to be recorded and reported in writing.

H. Sequence tests and checks such that the equipment can be energized immediately after the completion of the applicable tests.

PART 2 - PRODUCTS

2.01 TESTING EQUIPMENT:

A. Calibration:

1. All calibration and setting checks by the Independent Electrical Test shall be performed with the laboratory’s calibrated test instruments. This test equipment to have calibrations traceable to the National Bureau of Standards. The Independent Electrical Tester dated calibration labels shall be visible on all test equipment. Calibrations over 6 months old will not be acceptable on field test instruments. All testing instruments shall be checked to verify satisfactory operation prior to proceeding with the tests. Serial and model numbers of the instruments used shall be recorded on the test forms.

2. Make necessary openings in circuits for testing instruments and place and connect all instruments, equipment, and devices, necessary for the tests. Upon completion of tests, remove instruments and instrument connections and restore all circuits to permanent condition.

2.02 TESTING:

A. Coordination:

1. Coordinate activities, and cooperate with others on project, to ensure that systems are energized when required, loads applied, and other requirements are carried out on timely, coordinated basis.

2. Conduct tests in presence of the Owner’s representative. Provide ten calendar days or more advance notification of when any test is to be performed.

3. Conduct testing such that warranties or guarantees are not voided. Coordinate all testing with manufacturer’s factory trained technicians, where applicable. Where specified tests are not compatible with the manufacturer’s recommendations, obtain the manufacturer’s review prior to testing. Permit witnessing by the manufacturer’s representative if so requested.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16998-6 Bid Set

B. Preparation:

1. Make up no low voltage connections permanently until correct phase rotation of all equipment is determined. Install and insulate these connections temporarily, if necessary, while determining proper rotation. Make permanent connections after proper rotation has been established and subsequent to completion of insulation resistance and dielectric tests.

PART 3 – EXECUTION

3.01 INSULATION TESTS OF EQUIPMENT, CABLE, AND CIRCUITS:

A. Independent Electrical Testing:

1. The Independent Electrical Tester shall perform all inspections and testing as specified herein.

B. List each circuit and measured resistance as test data.

C. Maintain records of all insulation resistance values. Identify conductor, or equipment, date that value was taken, and resistance value. Submit the information in neat tabular forms.

3.02 SPECIFIC TESTS AND INSPECTIONS:

A. General:

1. The following specific items or work shall be performed by the Independent Electrical Tester. The equipment and cable shall be de-energized and isolated as necessary to perform the tests.

2. Perform tests and inspections as specified throughout Division 16. Tests and inspections required by these sections are not necessarily repeated under this section.

3. Provide assistance as requested by the Independent Electrical Tester in performing its work.

B. Equipment Test and Inspection During Construction and Prior to Acceptance Testing:

1. Motors:

City of North Miami Pump Station “A” Rehab – 100% Submittal 16998-7 Bid Set

a. Visually inspect the motor for any physical damage.

b. Before energizing any machine, visually inspect for serviceability. Verify that proper alignment has been performed. Check nameplate for electrical power requirements.

c. Test run all motors before placing into regular service. A check on the motor for rotation, speed, current and temperature rise shall be made and results recorded. Maintain the proper color codes for phase identifications. A motor phase rotation meter should be used prior to connection at motor to prevent later swaps of phase wires.

2. Grounding Systems:

a. All main plant building loops and major equipment grounds to be tested to remote earth or directly referenced to an extremely low resistance (3 ohm) reference ground bench mark. Visual inspection of all systems, raceway and equipment grounds to be made to determine the adequacy and integrity of the grounding. All ground testing results to be properly recorded, witnessed, and submitted.

b. Ground tests shall be performed in accordance with NETA using a J. G. Biddle Company low resistance, Null balance type, ground testing ohmmeter, and test lead resistance compensated for. The test instrument to be the type, which compensates for potential and current rod resistances.

c. Test entire grounding system for continuity of connections and for resistance. Ensure that ground resistance of conduits, equipment cases, and supporting frames does not vary appreciably from that of system as whole and does not exceed 3 Ohms.

3. 600 VAC Wire and Cable:

a. Before energizing, the continuity and insulation resistance of all wiring shall be measured with a megger from each wire to all others and to ground.

b. All cables and wires to be checked for proper identification numbering and/or color coding.

c. Perform inspection checks and electrical tests in accordance with NETA.

4. Overhead Conduit Systems:

City of North Miami Pump Station “A” Rehab – 100% Submittal 16998-8 Bid Set

a. The overhead conduit system to be checked for proper installation by using the following check list: (This list not to be considered all inclusive but as a guide for inspection).

(1) Conduits are supported on appropriate independent supports (i.e., not on process piping, pipe ways, or piping hangers).

(2) Exposed conduits are run in a neat workmanlike manner, parallel or perpendicular to structural members.

(3) Conduits are routed as far away from possible fire hazards and heat sources as practical.

(4) Conduits are supported at the required intervals.

(5) Pull boxes and fittings are installed so that covers are easily removable. Verify that all covers are installed and tightly bolted with gaskets provided where needed.

(6) Number of bends in the conduit does not exceed NEC requirements without a pull box installed.

(7) Circular cross sectional area is uniform at conduit bends. Single bends do not exceed 90 degrees.

(8) Conduits are terminated in threaded hubs or bushings to prevent damage to wire.

(9) Conduits joints have joint compound of the type specified and are tight and conduit ends are properly reamed and threaded not to engage less than 5 threads.

(10) Pull fittings are of adequate size such that cable can be installed and replaced at a later date without bending the cable less than code or manufacturer's requirements.

(11) Seal fittings and/or sealing compound is installed at moisture barriers to prevent entry of moisture into equipment and/or where shown on plans.

(12) Drains and conduit seals are installed on vertical conduit runs entering devices, equipment, and enclosures to prevent entrance of moisture.

City of North Miami Pump Station “A” Rehab – 100% Submittal 16998-9 Bid Set

(13) Flexible conduit is installed at motors and other equipment as specified or required. Verify that all cabling and conduit runs are properly identified at each end.

5. Panelboard electrical checks to be as included in the Wire and Cable section of this specification. Panelboards to be checked for proper circuit identification on the door schedule.

6. Sealing of Openings: Inspect the entire job to ensure that all openings and holes provided or utilized are properly sealed as specified.

7. Where referenced NETA Standards indicate optional testing, perform these tests as described.

3.03 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01700.

END OF SECTION

City of North Miami Pump Station “A” Rehab – 100% Submittal 16998-10 Bid Set