CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

250
CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER AND SEWER IMPROVEMENTS PROJECT TECHNICAL SPECIFICATIONS BID # 18-006 Project Director: Ronald Cavalieri, P.E Project Manager: Dawn Jakiela, P.E. Project Engineer: Christian Colarusso, E.I. March, 2018 AECOM Technical Services, Inc. ISSUED FOR BID

Transcript of CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Page 1: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER AND SEWER

IMPROVEMENTS PROJECT TECHNICAL SPECIFICATIONS

BID # 18-006

Project Director: Ronald Cavalieri, P.E Project Manager: Dawn Jakiela, P.E. Project Engineer: Christian Colarusso, E.I.

March, 2018

AECOM Technical Services, Inc.

ISSUED FOR BID

Page 2: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

This page intentionally left blank

Page 3: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Revised 01/22/18 1

MARCO ISLAND MARCO SHORES ALTERNATIVE WATER AND SEWER

TABLE OF CONTENTS

SECTION TITLE DIVISION 00 – GENERAL REQUIREMENTS 00 30 00 Bid Schedule DIVISION 01 – GENERAL REQUIREMENTS 01 01 00 Summary of Work 01 05 00 Request for Information (RFI) Procedures 01 11 00 Coordination of Work, Permits, and Regulations 01 15 00 Measurement and Payment 01 30 00 Administrative Requirements 01 32 16 Construction Progress Schedules 01 32 33 Preconstruction Audio-Video Documentation 01 33 00 Submittals 01 42 00 References 01 45 00 Quality Requirements 01 50 00 Temporary Facilities 01 55 26 Traffic Regulation 01 57 13 Erosion and Sedimentation Control 01 57 14 NPDES Requirements for Construction Activities Impacting More than One Acre 01 58 00 Project Signs 01 61 00 Control of Materials 01 66 10 Delivery, Storage and Handling 01 70 00 Contract Closeout 01 74 10 Cleaning During Construction and Final Cleaning 01 78 23 Operation and Maintenance Manual 01 78 39 Project Record Documents DIVISION 02 – EXISTING CONDITIONS 02 01 30 Connection to Existing Buried Pipelines 02 21 00 Pipe Removal and Abandonment 02 32 14 Vibration Monitoring 02 41 00 Demolition DIVISION 03 – CONCRETE 03 30 00 General Concrete Construction 03 48 00 Precast Concrete Structures DIVISION 09- FINISHES 09 90 00 Painting and Coating 09 97 61 Fusion-Bonded Epoxy Linings and Coatings

Page 4: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

MARCO ISLAND MARCO SHORES ALTERNATIVE WATER AND SEWER

TABLE OF CONTENTS (continued)

2

DIVISION 26 – ELECTRICAL 26 05 10 Electrical Work 26 05 20 Electrical Wires and Cables 26 05 26 Grounding and Bonding for Electrical Systems 26 05 29 Hangers and Supports for Electrical Systems 26 05 33 Raceway and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems 26 05 70 Electrical System Studies 26 05 90 Electrical Controls and Miscellaneous Electrical Equipment 26 08 13 Field Inspection and Acceptance Tests 26 27 17 Control Panels 26 32 13 Engine Generators 26 36 23 Automatic Transfer Switches DIVISION 31 – EARTHWORK 31 11 00 Clearing, Stripping and Grubbing 31 23 19.1 Dewatering 31 23 33 Excavation and Backfill for Pipes 31 50 00 Excavation Support Systems DIVISION 32 – EXTERIOR IMPROVEMENTS 32 12 01 Stabilized and Asphalt Roadway Restoration 32 16 13 Sidewalks, Driveways and Curbs 32 31 13 Chain Link Fencing and Gates 32 92 00 Restoration by Sodding or Seeding DIVISION 33 – UTILITIES 33 05 02 HDPE Pipe 33 05 23.13 Horizontal Direction Drilling Subaqueous crossings and Large Diameter Installations 33 05 23.16 Road Crossing (Jack & Bore) 33 10 00 Water Utilities – Water Services, Misc. Structures, Accessories and Appurtenances 33 13 00 Disinfecting of Water Utility Distribution 33 16 19 Hydrants 33 31 12 PVC Gravity Pipe

Page 5: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

MARCO ISLAND MARCO SHORES ALTERNATIVE WATER AND SEWER

TABLE OF CONTENTS (continued)

3

DIVISION 40 – PROCESS INTEGRATION 40 05 00 General Piping Requirements 40 05 15 Pipeline Pressure and Leakage Testing Requirements 40 05 20 Manual, Check, and Process Valves 40 05 60 Air Release and Combination Air Valves 40 07 22 Flexible Pipe Couplings and Expansion Joints 40 20 92 PVC Distribution Pipe 40 20 93 PVC Distribution Pipe 14 Inches and Larger DIVISION 43 – PROCESS GAS AND LIQUID HANDLING, PURIFICATION, AND STORAGE EQUIPMENT 43 21 40 Submersible Raw Wastewater Pumps APPENDICES Appendix A Photo Log Appendix B Geotechnical Report Appendix C Subsurface Soil Exploration Results Appendix D Asbestos Survey Appendix E Record Drawings E-1 Raw Booster PS E-2 Isle of Capri Forcemain Construction Plans E-3 Marco Shores Reclaim Storage Site E-4 Marco Shores Connection to Collier County Water Main E-5 Marco Shores Wastewater Treatment Plant E-6 Water Main along Collier Blvd.

Page 6: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

This page intentionally left blank

Page 7: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

QuantityUnit of

Measure Unit Price

Extended Amount Bid

1 1 LS

2 1 LS

a. 10” PVC DR14 – Open Cut (wastewater) 70 LF

b. 10” PVC DR18 – Open Cut (wastewater) 140 LF

c.Connect to existing 8 inch Force Main at ExistingIsles of Capri Pump Station (Wastewater)

1 LS

d. 10 inch Plug Valve (Wastewater) 1 EA

e. Combination Air Valve (Wastewater) - 3 inch 1 EA

f.12” HDPE DR 11 FM - Horizontal DirectionalDrill (Wastewater)

800 LF

g. 4 inch PVC DR 18 (open Cut) (Potable Water) 340 LF

h.New MPS flowmeter/ backflow/hose bibassembly, and perm. bacteriological sample point(Potable Water)

1 EA

i.Connect to existing 10" FM ( 10" x 10" hot tapand valve)

1 EA

j.Connect to existing 8" FM ( 8" x 8" hot tap andvalve)

1 EA

k. 10 inch Insertion Valve (Wastewater) 1 EAl. 8 inch Insertion Valve (Wastewater) 1 EA

a.16 inch HDPE DR 9 – Horizontal DirectionalDrill (Wastewater)

2,360 LF

b.16 inch HDPE DR 11 – Horizontal DirectionalDrill (Wastewater)

7,250 LF

c. 12 inch PVC DR 18 – Open Cut (Wastewater) 4,400 LF

d.24 inch Casing Pipe for 12 inch PVC DR 14 –Jack and Bore (Wastewater)

120 LF

BID FORM - BASE BID WASTEWATER IMPROVEMENTS

DESCRIPTION OF WORK - Wastewater Improvements including new force mains, new Master Pump Station and decommissioning and demolition of existing facilities.

Mobilization and Demobilization

Maintenance and Protection of Traffic

3DESCRIPTION OF BID ITEM -Extension of a new force main from the existing Isles of Capri MPS to the new Master Pump Station and extension of 4 inch potable water to new Master Pump station

4

Bid Item and Description

Construction of a new force main for the new MPS to the intersection of East Elkcam and Collier Boulevard.

Bid Schedule ‐ Base Bid Page 1 of 3

Page 8: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

QuantityUnit of

Measure Unit Price

Extended Amount Bid

BID FORM - BASE BID WASTEWATER IMPROVEMENTS

DESCRIPTION OF WORK - Wastewater Improvements including new force mains, new Master Pump Station and decommissioning and demolition of existing facilities.

Bid Item and Description

e.12 inch PVC DR14 – Open Cut in pavement(Wastewater)

1,300 LF

f. 20 inch PVC DR18 – Open Cut (Wastewater) 460 LF

g.20 inch PVC DR14 – Open Cut in pavement(Wastewater)

240 LF

h.Install 24 inch Temporary Line Stop to abandonexisting force main.

1 EA

i.Install 12 inch Temporary Line Stop to abandonexisting force main.

2 EA

j.Install 10 inch Temporary Line stop to abandonexisting force main

1 EA

k.Cap and abandon with grout existing 10 inchPVC Force Main

500 LF

l.Cap and abandon with grout existing 12 inchasbestos cement force main.

550 LF

m. 20 inch Plug valve (Wastewater) 2 EA

n. 16 inch Plug Valve (Wastewater) 3 EA

o. 12 inch Plug Valve (Wastewater) 14 EA

p. 10 inch Plug Valve (Wastewater) 1 EA

q.Connect to Existing 24 inch FM (24" x 20" HotTap and 20" Valve)

1 LS

r.Connect to Existing 12 inch FM (12" x 12" HotTap and 12" Valve)

1 LS

s.Connect to Existing 10 inch FM (10" x 10" HotTap and 10" Valve)

1 LS

t. Combination Air Valve (Wastewater)- 6 inch 2 EA

u. Combination Air Valve (Wastewater)- 4 inch 12 EA

v.Adjust Potable Water Services in conflict withnew Force Main (quantity may vary)

2 EA

w.Adjust Sanitary Sewer Laterals in conflict withnew Force Main (quantity may vary)

2 EA

x.Field Adjust new Force Main to avoid existingutility conflict (quantity may vary)

15 EA

y. Road Restoration – Marco Island ROW 3,750 SY

z. Road Restoration – FDOT ROW 150 SY

Bid Schedule ‐ Base Bid Page 2 of 3

Page 9: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

QuantityUnit of

Measure Unit Price

Extended Amount Bid

BID FORM - BASE BID WASTEWATER IMPROVEMENTS

DESCRIPTION OF WORK - Wastewater Improvements including new force mains, new Master Pump Station and decommissioning and demolition of existing facilities.

Bid Item and Description

aa. Asphalt Driveway Restoration 650 SY

bb. Paver Driveway Restoration 300 SY

cc. Concrete Driveway Restoration 375 SY

dd. Landscape/Sod Restoration 2,000 SY

ee. Curb/Gutter Restoration 140 LF

ff. Concrete Sidewalk Restoration 1,200 SY

gg. Cap and abandon with grout existing 10 inchPVC Force Main

930 LF

5

LS

6

LS

7

LS

8 LS

9 Subtotal

10 Allowance 15,000.00$

11 Allowance General Allowance – 10 % (Item 9)

TOTAL AMOUNT BASE BID (Add Items No. 9, 10 & 11)

Construction of a new wastewater Master Pump Station with required utility connections, site work, landscape, driveway, fence, etc.

Decommissioning and demolition work at the existing Isles of Capri MPS with required utility modificationsand site work restoration.

Decommissioning and demolition work at the existing Irrigation Quality (IQ) ground storage tank/highservice pump station and Marco Shores WWTP withrequired utility modifications and site restoration.

Allowance - FPL Service Request and LCECInspection Fees

Miscellaneous work not identified as a separate biditem

Subtotal Item No. 1 through 8

Bid Schedule ‐ Base Bid Page 3 of 3

Page 10: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

This page intentionally left blank

Page 11: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Quantity Unit of

Measure Unit Price

Extended Amount Bid

20 1 LS

21 1 LS

22 20 inch HDPE DR 9 – Horizontal DirectionalDrill (Potable Water)

2,400 LF

22a 20 inch x 16 inch reducer & 16 inch Gate Valve(Potable Water)

1 EA

22b20 inch Gate Valve (Potable Water) 1 EA

23 Driveway Restoration 100 SY

24Subtotal

25Allowance

TOTAL AMOUNT BID ALTERNATE 1 (Add Items No. 24 & No.25)

BID FORM - ADD ALTERNATE 1 POTABLE WATER HDD ACROSS MARCO RIVER

Bid Item and Description

General Allowance – 10 % (Item 24)

Subtotal Items No.20 through No.23

DESCRIPTION OF WORK - Construction of New Potable Water Main via HDD across Marco River from approx. Sta 57 + 00 to Sta 79 + 80 refer to Drawings C-115 to C-118.

Mobilization and Demobilization

Maintenance and Protection of Traffic

Bid Schedule ‐ Bid Alternate 1 Page 1 of 1

Page 12: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

This page intentionally left blank

Page 13: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Quantity Unit of

Measure Unit Price

Extended Amount Bid

30 1 LS

31 1 LS

a. Not Used

b.20 inch HDPE DR 11 – Horizontal DirectionalDrill (Potable Water)

2,800 LF

c.30 inch Casing Pipe for 16 inch PVC DR 14 –Jack and Bore (Potable Water)

120 LF

d.6 inch PVC DR14 – Open Cut in pavement(Potable Water)

80 LF

e.Connect to Existing Water Main at CollierBoulevard- (12" x 12" Hot Tap & 12" Valve)

1 LS

f.Connect to Existing Dryline Water Main at CollierBoulevard

1 LS

g.16 inch PVC DR14 – Open Cut in pavement(Potable Water)

180 LF

h. 16 inch PVC DR18 – Open Cut (Potable Water) 470 LF

i. Combination Air Valve (Potable Water) – 4 inch 2 EA

j. Combination Air Valve (Potable Water) – 6 inch 2 EA

k. Combination Air Valve (Potable Water) – 8 inch 2 EA

l. Hydrant Assembly (Potable Water) 3 EA

m. 20 inch Gate Valve (Potable Water) 1 EA

n. 16 inch Gate Valve (Potable Water) 2 EA

o. Road Restoration – Marco Island ROW 65 SY

p. Road Restoration – FDOT ROW 950 SY

q. Asphalt Driveway Restoration 60 SY

32 DESCRIPTION OF BID ITEM - Construction of New Potable Water Main from Collier Boulevard at North Barfield Drive to the south landing of the Jolley Bridge and connect to the existing 16-inch water main (dry-line) and connect to the existing 12-inch at Mainsail Dr.

BID FORM - ADD ALTERNATE 2 POTABLE WATER IMPROVEMENTS (Excluding HDD crossing of Marco River)

DESCRIPTION OF WORK - Potable water improvements including construction of new main, pigging and pressure and leakage testing of existing main . Work does not include HDD across Marco River.

Bid Item and Description

Mobilization and Demobilization

Maintenance and Protection of Traffic

Bid Schedule ‐ Bid Alternate 2 Page 1 of 3

Page 14: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Quantity Unit of

Measure Unit Price

Extended Amount Bid

BID FORM - ADD ALTERNATE 2 POTABLE WATER IMPROVEMENTS (Excluding HDD crossing of Marco River)

DESCRIPTION OF WORK - Potable water improvements including construction of new main, pigging and pressure and leakage testing of existing main . Work does not include HDD across Marco River.

Bid Item and Description

r. Paver Driveway Restoration 0 SY

s. Concrete Driveway Restoration 0 SY

t. Landscape/Sod Restoration 340 SY

u. Curb/Gutter Restoration 50 LF

v. Sample and Leak Detection Assembly 2 EA

a.Pig, Pressure and Leakage Test and DisinfectExisting Potable water main

12,000 LF

b.Sampling Points Potable Water (at New MPS andIntersection of Collier Blvd. & Mainsail Drive)

2 EA

c. Hydrant Assembly 2 EA

d.Allowance - Repair existing 16 inch dry potablewater main as needed

Allowance $100,000

a.Connect to Existing 16 inch dry Water Main atCollier Boulevard/Main Sail Drive Intersection

1 LS

b.16 inch PVC DR14 – Open Cut in pavement(Potable Water)

55 LF

c.16 inch PVC DR18 – Open Cut in pavement(Potable Water)

420 LF

d.Connect to Existing 12 inch Water Main atMainsail Drive (12" x 12" Hot Tap & 12" Valve)

1 LS

e. Hydrant Assembly 1 EA

f. Combination Air Valve (Potable Water) – 4 inch 1 EA

g. 16 inch Gate Valve (Potable Water) 1 EA

h. Automatic Flushing Assembly 1 EA

33DESCRIPTION OF BID ITEM-Conduct pigging, pressure testing and leakage testing of existing 16 inch potable water main, install sample points, install fire hydrants, and make repairs to existing water main as required.

34 DESCRIPTION OF BID ITEM-Construction of New 16 inch Potable Water Main from Existing 16 inch dry line on Collier Boulevard to Existing 12 inch Main on Main Sail Drive at Marco Shores.

Bid Schedule ‐ Bid Alternate 2 Page 2 of 3

Page 15: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Quantity Unit of

Measure Unit Price

Extended Amount Bid

BID FORM - ADD ALTERNATE 2 POTABLE WATER IMPROVEMENTS (Excluding HDD crossing of Marco River)

DESCRIPTION OF WORK - Potable water improvements including construction of new main, pigging and pressure and leakage testing of existing main . Work does not include HDD across Marco River.

Bid Item and Description

i.Field Adjust new Water Main to avoid existingutility conflict

1 EA

j. Road Restoration – FDOT ROW 25 SY

k. Road Restoration – Collier County ROW 230 SY

l. Curb/Gutter Restoration 20 LF

m. Landscape/Sod Restoration 215 SY

35LS

36Subtotal

37Allowance

Miscellaneous work not identified as a separate bid item.

Subtotal Items No.30 through No.35

General Allowance – 10 % (Item 36)

TOTAL AMOUNT BID ALTERNATE 2 (Add Items No. 36 & No.37)

Bid Schedule ‐ Bid Alternate 2 Page 3 of 3

Page 16: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

This page intentionally left blank

Page 17: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Summary of Work REV.03/16/18 Section No. 01 01 00-1

SECTION 01 01 00

SUMMARY OF WORK PART 1 – GENERAL 1.01 DESCRIPTION WORK

A. General: The Work to be completed under this Contract is shown and specified in the

Contract Documents. The Work includes the following major items. Note: The potable water improvements are being completed as Bid Add Alternate 1 & 2 and should Marco Island decide to award the contract without the Bid Alternates, this work will be deleted.

1. Construction of a new wastewater Master Pump Station adjacent to the Collier

Boulevard ROW approximately 700 feet north of Isles of Capri Boulevard.

2. Directionally drill a new HDPE sanitary force main ( minimum inside diameter =

12 inches) subaqueously under the Marco River near the Jolley Bridge.

3. Construct a new HDPE/PVC sanitary force main ( minimum inside diameter = 12

inches) from the new Master Pump Station and connect to the Marco Island

wastewater collection system located at the intersection of East Elkcam Circle

and Collier Boulevard.

4. Construct a new sanitary force main between the existing Isles of Capri

wastewater pump station and the new wastewater Master Pump Station.

5. Decommission and demolish the existing treatment plant improvements located

at 1955 Mainsail Drive, including the removal of tanks, vessels, fences, exotic

vegetation, pumps, buildings and all above-ground and underground

infrastructure.

6. Decommission and demolish the existing Isles of Capri wastewater Pump

Station.

7. Directionally drill a new HDPE water main (minimum inside diameter = 16 inches)

subaqueously under the Marco River near the Jolley Bridge. (Bid Add Alternate

1).

8. Construct a new HDPE/PVC (minimum inside diameter = 16 inches) potable

water main from Collier Boulevard at North Barfield Drive to the South landing of

the Jolley Bridge (Bid Add Alternate 2).

9. Pig, flush, pressure test and repair the existing 16-inch dry potable water main

(Bid Add Alternate 2).

Page 18: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Summary of Work REV.03/16/18 Section No. 01 01 00-2

10. Connect the existing 16- inch potable water main that is currently not in use

(which is located on Collier Boulevard from the north landing of the Jolley Bridge

to Mainsail Drive) to the Marco Shores potable water main on Mainsail Drive and

place it in service (Bid Add Alternate 2).

B. The Work includes but is not necessarily limited to:

1. Construction of new Master Pump Station as shown in Drawings and specified

herein:

a. Construct new paving, grading, drainage, pump station utilities and landscaping

improvements, including all ancillary improvements as shown in Drawings and specified herein.

b. Furnish and install three new electric pumps in concrete wet well, discharge piping with valves, pipe supports, including all electrical, control, and other appurtenances complete as shown in the drawings and specified herein.

c. Furnish, install, connect and test all piping and underground facilities as shown in the drawings and specified herein.

d. Furnish, install, connect and test a new generator and all electrical motor controls and other controls and all electrical conduits and wiring required for the complete facility as shown in the drawings and specified herein.

e. Furnish, install, connect and test instrumentation and control hardware and software as shown in the drawings and specified herein.

f. Complete new site improvements and restore the existing sites to a condition that

is equal or better than the condition of the sites before construction or demolition began.

2. Construction of new wastewater force main to connect the new wastewater Master Pump Station to the Marco Island wastewater collection system, including a subaqueous HDD crossing of the Marco River near the bridge.

3. Decommissioning and demolition work at the existing Irrigation Quality (IQ) ground storage tank/high service pump station and Marco Shores WWTP.

4. Extend a new force main from the existing Isles of Capri MPS (to be demolished) to

the new Master Pump Station, as shown on Drawings and specified herein. 5. Directionally drill a new HDPE potable water main subaqueously under the Marco

River near the bridge ( Bid Add Alternate 1).

6. Construction of a new potable water main to connect the Marco Shores area to the Marco Island water distribution system. (Bid Add Alternate 2).

Page 19: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Summary of Work REV.03/16/18 Section No. 01 01 00-3

7. Pressure testing and pigging of existing 16-inch potable water main and connect existing 16-inch dry potable water main to the Marco Shores water main located on Mainsail Drive. (Bid Add Alternate 2).

8. Provide as-built survey and as-built documents per Section 01 78 39.

9. Obtain necessary permits (refer to Section 01 11 00) required to perform the Work from Collier County, Marco Island, FDOT and notifying authorities having jurisdiction (Collier County, , FDOT, Marco Island and Florida Department of Environmental Protection) prior to any inspection activities of the upgraded systems.

10. Maintain the Work area and site in a clean and acceptable manner.

11. Protect finished and unfinished Work.

12. Furnish as necessary proper equipment and machinery, of a sufficient capacity, to

facilitate the Work and to handle all emergencies normally encountered in Work of this character.

13. Furnish, install and protect all necessary supports, guides, track rails, bearing plates, anchor and attachment bolts, and all other appurtenances needed for the installation of the devices included in the equipment specified. Make anchor bolts of appropriate size, strength and material for the purpose intended. Furnish substantial templates and shop drawings for installation.

C. Implied and Normally Required Work: It is the intent of the Contract Documents to

provide the Owner with complete operable systems, subsystems and other items of Work. Any part or item of Work, which is reasonably implied or normally required to make each installation satisfactorily and completely operable, is deemed to be included in the Work and the Contract Amount. All miscellaneous appurtenances and other items of Work incidental to meeting the intent of these Specifications are included in the Work and the Contract Amount even though these appurtenances may not be specifically called for in these Specifications. In addition, the maintenance of traffic requirements deemed necessary by Local and State Regulations are included in the work and in the Contract amount, even if they are not specifically called for in these specifications.

D. Quality of Work: Regard the apparent silence of the Contract Documents as to any

detail, or the apparent omission from them of a detailed description concerning any Work to be done and materials to be furnished as meaning that only the best general practice is to prevail and that only materials and workmanship of the best quality are to be used. Interpretation of these specifications will be made upon this basis.

E. Contractor’s Safety Program/Risk Management Program: Contractor shall prepare a

site specific Safety Program/Risk Management Program and submit to the Owner. 1. Contractor’s Quality Assurance/Quality Control Program: Contractor shall prepare a

site specific Quality Assurance/Quality Control Program and submit to the Owner.

Page 20: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Summary of Work REV.03/16/18 Section No. 01 01 00-4

2. Contractor’s Security Plan: Contractor shall prepare a site specific Security Plan and submit to the Owner.

1.02 CONTRACTOR’S USE OF SITE

A. In addition to the requirements of the General Terms and Conditions, limit use of site

and premises for work and storage to allow for the following:

1. Owner occupancy and access to operate existing facilities.

2. Coordination of site use with the Design Professional & the Owner’s Manager or Project Representative.

3. Responsibility for protection and safekeeping of products under this CONTRACT.

4. Providing additional off-site storage at no additional cost to the Owner as

needed. 1.03 WORK SEQUENCE & SCHEDULE

A. There are seven major areas of construction which consist of the following:

1. Construction of new wastewater force main, including subaqueous HDD crossing at

Marco River. 2. Construction of a new Master Pump Station. Conduct pigging, pressure testing and

leakage testing of existing, abandoned 10 inch that is intended to be reused for the new MPS.

3. Extend a new force main from the existing Isles of Capri MPS to the new Master Pump Station.

4. Decommissioning and demolition work at the existing Irrigation Quality (IQ) ground storage tank/high service pump station and Marco Shores WWTP.

5. Decommissioning and demolition work at the existing Isles of Capri MPS. 6. Directionally drill a new HDPE potable water main subaqueously under the Marco

River near the bridge (Bid Add Alternate 1). 7. Construction of a new potable water main to connect the Marco Shores area to the

Marco Island water distribution system. Pressure testing and pigging of existing 16-inch potable water main and connect existing 16-inch dry potable water main to the Marco Shores water main located on Mainsail Drive. (Bid Add Alternate 2).

B. Construct work in stages to accommodate the Owner’s use of premises during the entire

construction period and in accordance with the limitations on the sequence of construction specified.

Page 21: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Summary of Work REV.03/16/18 Section No. 01 01 00-5

1. The Contractor must maintain wastewater service during the duration of the project. The existing Isles of Capri wastewater pump station must remain in service until the new Master Pump Station is operating and systems tested. In order to complete startup and testing, discharge flows from the wastewater network upstream from the existing Isles of Capri Pump Station must temporarily be diverted from the wet well of the Isles of Capri MPS to the wet well of the new MPS using the new 12” force main. A temporary connection will be made to direct the discharge of the new MPS to the Marco Shores WWTP during testing.

2. The wastewater force main improvements need to be constructed and successfully tested prior to making the final connection of the new MPS to the Marco Island wastewater conveyance system.

3. A suggested sequence is provided below for making final connections to the Marco Island wastewater conveyance system, completing final startup of the new MPS and for diverting flows from the existing Isles of Capri MPS to the new MPS. This work includes:

a) Open valves at Marco Island wastewater conveyance system points of connection located at Collier Boulevard/Elkcam Circle (1 valve) and Elkcam Circle/Sixth Avenue (2 valves).

b) Operate valves (2 each) at existing Isles of Capri MPS to convey flows to influent wetwell of new MPS.

c) Operate valves (2 each) on existing 10” force mains in Collier Blvd’s

Right of Way (adjacent to new MPS) to convey flows from the Marco Shores wastewater network to influent wetwell of the new MPS.

d) New MPS to be placed in operation.

e) Close valve on branch line (Mainsail Drive) to Marco Shore WWTP to convey all Marco Shores flows to new MPS.

f) Operate new MPS and Marco Shores lift stations for a period of 14

days to confirm proper operation.

4. Decommissioning and demolition of Marco Shores WWTP and the existing Isles of Capri MPS cannot occur until after successful 14 day test period of the new MPS pumping with Marco Shores lift stations and approval by Marco Island Water and Sewer.

5. After a successful 14 day test period of the new MPS pumping with the Marco

Shore Lift stations and approval by Marco Island Water and Sewer, Contractor may install line stops and flush, grout and abandon mains that are no longer active as required on the plans.

Page 22: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Summary of Work REV.03/16/18 Section No. 01 01 00-6

6. There are no scheduling constraints on the decommissioning and demolition work of existing irrigation quality ground storage tank/high service pump station. This work shall be completed along with reclaimed water abandonment as shown on plans.

7. The Contractor must maintain potable water service during the duration

of the project. An initial phase of the potable water work shall be the completion of the pigging, pressure testing and needed repairs to the 16-inch dry water main to verify the condition will be acceptable to put the main back into service. Availability of potable water must be coordinated with Collier County and Marco Island Sewer and Water department.

8. Contractor must complete flushing, pressure testing, final disinfection and bacteriological testing of new water main. After successful testing and approval by Marco Island Water and Sewer, connections can be made to the Marco Island and Marco Shores potable water system. Coordinate with Marco Island Water and Sewer for opening valves and Collier County Water to close valve located near the corner of Collier Blvd. and Mainsail Drive.

C. Coordinate construction schedules and operations with the Owner’s Project Representative and the Design Professional.

D. Coordinate the work of all subcontractors. 1.04 OWNER OCCUPANCY

A. The Owner will occupy premises during entire period of construction in order to maintain

normal operations. Cooperate with the Owner's Manager or Project Representative in all construction operations to minimize conflict, and to facilitate Owner usage.

B. Provide Owner’s maintenance vehicles and any emergency vehicle access to the facility

at all times throughout the entire construction period. 1.05 PROTECTION OF EXISTING UTILITIES

A. In case of damage to existing utilities caused by construction activities, contact the

owner of the utility or appropriate Marco Island department (Water or Wastewater) immediately. Repair any damage to existing utilities caused by construction activities in coordination with or as directed by the owner of the utility.

PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION

A. Starting Work: Start Work within 5 days following the date stated in the Notice to Proceed and execute with such progress as may be required to prevent delay to other contractors or to the general completion of the project. Execute Work at such items and in or on such parts of the project, and with such forces, material and equipment, as to complete the Work in the time established by the Contract. At all times, schedule and

Page 23: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Summary of Work REV.03/16/18 Section No. 01 01 00-7

direct the Work so that it provides an orderly progression to completion within the specified time for completion.

END OF SECTION

Page 24: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

RFI Procedures REV. 01/04/18 Section No. 01 05 00-1

SECTION 01 05 00

REQUEST FOR INFORMATION (RFI) PROCEDURES

PART 1 – GENERAL 1.01 SUMMARY

A. Section Includes

1. Requests for Information (RFI) procedures.

B. Definitions:

1. Drawing/Plan Clarification: Answer from Design Professional/Engineer, on behalf

of Owner, in response to inquiry from Contractor, intended to make some requirement(s) of Drawings clearly understood. Drawing clarifications may be sketches, drawings, or in narrative form and will not change any requirements of Drawings. Responses to Contractor inquiries shall be as outlined in "Requests for Information" as specified herein.

2. Non-Conformance Notice: Notice issued by Design Professional/Engineer, on

behalf of Owner, documenting that the Work or some portion thereof has not been performed in accordance with requirements of the Contract Documents. Payment shall not be made on any portion of the Work for which a Non-Conformance Notice has been issued and the Work not corrected to satisfaction of Engineer and Owner.

Upon receipt of Non-Conformance Notice, Contractor shall provide a written Response to Non-Conformance Notice within five (5) working days after receipt of Notice. Contractor response shall detail either (a) why they believe that the work was performed in accordance with the Contract Documents or (b) what corrective action they intend to take, at their sole expense, to correct non-conforming work.

If Contractor disputes issuance of Non-Conforming Notice, Design Professional/Engineer, on behalf of Owner, has five (5) working days to respond by either (a) withdrawing Non-Conformance Notice or (b) directing Contractor to correct such Work. Such determination by Engineer, on behalf of Owner, shall be final and conclusive.

3. If directed to correct the Work, Contractor shall do so within five (5) working days

after receipt of such direction from Design Professional/Engineer, on behalf of Owner, or such other time as may be agreed to.

4. Project Communications: Routine written communications between Design

Professional/Engineer, Owner, and Contractor which are in letter, field memo, or email format. Such communications shall not be identified as Requests for Information nor shall they substitute for any other written requirement pursuant to the provisions of these Contract Documents.

Page 25: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

RFI Procedures REV. 01/04/18 Section No. 01 05 00-2

5. Requests for Information: Request from Contractor or subcontractor, to Design Professional/Engineer, on behalf of Owner, seeking interpretation or clarification of some requirement of the Contract Documents. Contractor shall clearly and concisely set forth issue for which it seeks clarification or interpretation and why a response is needed. Contractor shall, in written request, set forth its interpretation or understanding of Contract requirements with reasons why it has reached such an understanding.

PART 2 - PRODUCTS (NOT USED) PART 3 – EXECUTION 3.01 REQUESTS FOR INFORMATION

A. If Contractor or subcontractor, at any tier, determines that some portion of Drawings, Specifications, or other Contract Documents requires clarification or interpretation, Contractor shall submit a Request for Information in writing. Only Prime Contractor shall submit Requests for Information and submitted on Request for Information form to be provided at Pre-construction meeting. (Refer to Attachment 1 to this specification).

1. Contractor shall clearly and concisely set forth issue for which clarification or

interpretation is sought and why a response is needed. In Request for Information, Contractor shall set forth an interpretation or understanding of requirement along with reasons why such an understanding was reached.

B. Design Professional/Engineer, on behalf of Owner, will review all Requests for

Information to determine whether they are Requests for Information as defined in the Contract Documents. If it is determined that document is not an RFI, it will be returned to Contractor, un-reviewed as to content, for re-submittal on proper form in proper manner.

C. Responses to Requests for Information shall be issued within five (5) working days of

receipt of request from Contractor, unless Design Professional/ Engineer determines that a longer time is needed to provide an adequate response. If a longer time is deemed necessary by Design Professional/Engineer, then Design Professional/Engineer shall, within five (5) working days of receipt of request, notify Contractor of anticipated response time.

1. If Contractor submits a Request for Information on an activity with five (5)

working days or less of float on current project schedule, Contractor shall not be entitled to any time extension due to time it takes Design Professional/Engineer, on behalf of Owner, to respond to request provided that Design Professional/Engineer responds within five (5) working days set forth above.

Page 26: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

RFI Procedures REV. 01/04/18 Section No. 01 05 00-3

D. Responses from Design Professional/Engineer, on behalf of Owner, will not change any requirements of the Contract Documents. In the event that Contractor believes response to a Request for Information will cause a change to requirements of the Contract Documents, Contractor shall immediately give written notice that Contractor considers response to be a Change Order. Failure to give such written notice immediately shall waive Contractor's right to seek additional time or cost under provisions set forth in the General Conditions.

3.02 RFI LOG

A. The Contractor shall prepare and maintain a log (Excel spreadsheet format) of all RFIs, noting the date RFI request received by Engineer/Owner, subject, resolution a date response was returned to the Contractor (Refer to sample log Attachment 2 to specification).

B. Contractor shall submit log electronically to Owner and Engineer weekly for duration of Project.

Page 27: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

RFI Procedures REV. 01/04/18 Section No. 01 05 00-4

ATTACHMENT 1 - CONTRACTOR REQUEST FOR INFORMATION FORM

[ ] OWNER: ________________ No. Copies ____ [ ] ENGINEER: No. Copies ____ CONTRACTOR [ ] ARCHITECT: ________________ No. Copies ____ REQUEST FOR [ ] CONTRACTOR: ________________ No. Copies ____ INFORMATION [ ] FIELD: ________________ No. Copies ____ NO. [ ] OTHER: ________________ No. Copies ____ PROJECT DATA CONTRACT DATA NAME: __________________ NUMBER: LOCATION: __________________ DATE: OWNER: __________________ DRAWING NO: OTHER: __________________ SPECIFICATION SECTION: QUESTION: BY: DATE: REPLY: BY: DATE:

Page 28: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

RFI Procedures REV. 01/04/18 Section No. 01 05 00-5

ATTACHMENT 2 – SAMPLE RFI LOG RFI Procedures 01 05 00 Attachment 2 RFI Log

Issue DateContractor: DN Higgins

RFI Date

No.Submitted To

EOR

001 02/02/16Request to use IET coating system in lieu of Sewpercoat. Rejected. 03/04/16

002 02/24/16 Various I&C questions. Refer to details in RFI. 04/08/16

003 03/11/16Clarification of intrusion elements (magnetic switches) shown on Drawing DI-003 03/17/16

004 03/11/16Clarification of stormwater valve and discharge pipe size (MPS 303) to be 8 inches. 03/17/16

005

03/11/16 Request to use HDPE DR 11 in lieu of stainless steel piping for portion of piping associated with mixing valve/chopper pump assembly. (Approved) 03/21/16

Description/Title Date Returned to Contractor

Page 29: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

RFI Procedures REV. 01/04/18 Section No. 01 05 00-6

END OF SECTION

Page 30: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Coordination of Work, Permits and Regulations 011100-1 REV. 01/22/18

SECTION 01 11 00

COORDINATION OF WORK, PERMITS, AND REGULATIONS

PART 1 - GENERAL

1.01 Description

This section generally describes the project and includes work sequence and schedule, Contractor's use of premises, Owner occupancy, maintenance and operation of existing facilities, permits, and regulations.

1.02 General Nature of Work

The intent of the work is to complete the following improvements:

• Construction of a new potable water main from Collier Boulevard at North Barfield

Drive to the north landing of the Jolley Bridge and connected to the existing 16-

inch water main (dry-line).

• Construction of a new wastewater MPS at the site of the City’s old raw water

booster station (located approximately 700 feet to the north of the existing Isles of

Capri MPS).

• Construction of a new wastewater force main from the new MPS to a point of

connection to the Marco Island wastewater conveyance system located at the

intersection of East Elkcam Circle and Collier Boulevard.

• Demolition and decommissioning of the existing Irrigation Quality (IQ) ground

storage tank/high service pump station and Marco Shores WWTP

• Construction of a force main between the existing Isles of Capri MPS and the new

MPS.

1.04 Possible Sequence and Progress of Work

Per Specification Section 010100 – Summary of Work.

1.05 Maintenance and Operation of Existing Facilities

The Marco Shores WWTP and the existing Irrigation Quality (IQ) ground storage tank/high service pump station must remain in operation until the wastewater force main improvements and the new MPS are constructed and startup services are successfully complete.

The existing Isles of Capri Pump Station must remain in service until the wastewater force main improvements and the new MPS are constructed and startup services are successfully complete.

Page 31: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Coordination of Work, Permits and Regulations 011100-2 REV. 01/22/18

The existing potable water service (Collier County) to the Marco shores area must remain in service until the potable water improvements are completed and successfully tested: Pigging, flushing, and testing of the existing 16-inch dry water main and the installation of sampling points must be complete. The new potable water main from North Barfield Drive to the north side of Jolley Bridge must be installed with appurtenances. The new 16-inch potable water main connection at Collier Boulevard and Mainsail Drive must be installed with appurtenances. All water mains must be flushed, pressure tested, disinfected and results of bacteriological testing must be approved by City of Marco Island Water and Sewer and Collier County Public Utilities prior to making final connection to water systems.

1.06 Permits

1. Obtain and pay the fees for the following permits:

Name or Type of Permit Name and Telephone Number of Permitting Agency

Collier County Building Permit

Collier County

General Permit for Stormwater Discharge/Preparation of Stormwater Pollution Prevention Plan

FDEP

Collier County ROW Collier County Collier County Special Treatment Collier County Marco Island ROW City of Marco Island FDOT Driveway Permit FDOT Demolition Notification FDEP Construction of New Pump Station Notification

LCEC

2. Contact the permitting agencies listed above for current fees associated with each permit.

PART 2 - MATERIALS

Not used

Page 32: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Coordination of Work, Permits and Regulations 011100-3 REV. 01/22/18

PART 3 - EXECUTION

Not used

END OF SECTION

Page 33: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Measurement and Payment03/22/18 01 15 00-1

SECTION 01 15 00MEASUREMENT AND PAYMENT

PART 1 GENERAL

1.01 SCOPE

A. The scope of this section of the Contract Documents is to further define the itemsincluded in each Bid Item in the Bid Form section of the Contract Documents.Payment will be made based on the specified items included in the description inthis section for each bid item.

B. All contract prices included in the Bid Form section will be full compensation for allshop drawings, working drawings, labor, materials, tools, equipment and incidentalsnecessary to complete the construction as shown on the Drawings and/or asspecified in the Contract Documents to be performed under this Contract. Actualquantities of each item bid on a unit price basis will be determined upon completionof the construction in the manner set up for each item in this section of theSpecifications. Payment for all items listed in the Bid Form will constitute fullcompensation for all work shown and/or specified to be performed under thisContract.

1.02 ESTIMATED QUANTITIES

The quantities shown are approximate and are given only as a basis of calculationupon which the award of the Contract is to be made. Marco Island Utilities does notassume any responsibility for the final quantities, nor shall the Contractor claimmisunderstanding because of such estimate of quantities. Final payment will bemade only for satisfactorily completed quantity of each item.

1.03 WORK OUTSIDE AUTHORIZED LIMITS

No payment will be made for work constructed outside the authorized limits of work.

1.04 MEASUREMENT STANDARDS

Unless otherwise specified for the particular items involved, all measurements ofdistance shall be taken horizontally or vertically.

1.05 AREA MEASUREMENTS

In the measurement of items to be paid for on the basis of area of finished work, thelengths and/or widths to be used in the calculations shall be the final dimensionsmeasured along the surface of the completed work within the neat lines shown ordesignated.

1.06 LUMP SUM ITEMS

Where payment for items is shown to be paid for on a lump sum basis, no separatepayment will be made for any item of work required to complete the lump sumitems. Lump sum items shall be complete, tested and fully operable prior to request

Page 34: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Measurement and Payment03/22/18 01 15 00-2

for final payment. Contractor may be required to provide a break-down of the lumpsum totals.

1.07 UNIT PRICE ITEM

Separate payment will be made for the items of work described herein and listed onthe Bid Form. Any related work not specifically listed, but required for satisfactorycompletion of the work shall be considered to be included in the scope of theappropriate listed work items.

No separate payment will be made for the following items and the cost of such workshall be included in the applicable pay items of work. Final payments shall not berequested by the Contractor or made by Marco Island Utilities until as-built (record)drawings have been submitted and approved by Marco Island Utilities.

1. Shop Drawings, Working Drawings.2. Clearing, grubbing and grading except as hereinafter specified.3. Trench excavation, including necessary pavement removal and rock

removal, except as otherwise specified.4. Dewatering and disposal of surplus water.5. Structural fill, backfill, and grading.6. Replacement of unpaved roadways7. Cleanup and miscellaneous work.8. Foundation and borrow materials, except as hereinafter specified.9. Testing and placing system in operation.10. Any material and equipment required to be installed and utilized for the

tests.11. Maintaining the existing quality of service during construction.12. Construction photos/audio video documentation13. Appurtenant work as required for a complete and operable system.14. Record Drawings.

BID ITEMS #1 - #11: pertain to Wastewater Improvements [Base Bid]

BID ITEMS #20 - #25: pertain to Potable Water HDD Across Marco River [Bid Alternate 1]

BID ITEMS #30 - #37: pertain Water Improvements excluding HDD crossing ofMarco River [Bid Alternate 2]

BID ITEM– MOBILIZATION and DEMOBILIZATIONMeasurement and payment for this Bid Item shall include full compensation for therequired 100 percent (100%) Performance Bond, 100 Percent (100%) Payment Bond, allrequired insurance and permits for the project and the Contractor's mobilization anddemobilization costs as shown in the Bid Form.

Mobilization shall be the preparatory work and operations in mobilizing for beginningwork on the project; including, but not limited to, those operations necessary for themovement of personnel, equipment, supplies and incidentals to the project site, and forthe establishment of temporary offices, storage buildings, safety equipment, first aid

Page 35: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Measurement and Payment03/22/18 01 15 00-3

supplies, sanitary and other facilities, as required by the Contract and all applicable lawsand regulations.

Demobilization shall be the work for removing temporary facilities from the project siteand the approval of all as-built record drawings by the Engineer.

Payment for the mobilization/demobilization Bid Item shall not exceed 10 percent (10%)of the total bid amount. Partial payments for this Bid Item will be made in accordancewith the following schedule:

Percent of OriginalContract Amount:

Percent Allowable Payment ofMobilization/ Demobilization Bid Item Price:

5 2510 3525 4550 5075 75

100 100

These payments will be subject to the standard retainage provided in the Contract.Payment of the retainage will be made after completion of the work and demobilization.

BID ITEMS– MAINTENANCE AND PROTECTION OF TRAFFICMeasurement for payment for maintenance and protection of traffic will be on a lumpsum basis.

Payment for maintenance and protection of traffic will be full compensation for all labor,materials, and equipment necessary to provide maintenance/protection of traffic items asdescribed in the technical specifications and as denoted on the contract drawings.Payment will be made in equal monthly amounts based on the scheduled duration of thecontract work as noted in the project schedule.

BID ITEMS – HORIZONTAL DIRECTIONAL DRILLPayment for all work included in these Bid Items shall be made at the applicable contractunit price bid for furnishing and installing HDPE Pipe via horizontal directional drilling(HDD) as shown on the Contract Drawings and listed in the Bid Form.

Measurement and payment shall be made for the actual length of HDPE pipe installedas measured horizontally above the centerline of the pipe and will represent fullcompensation for all labor, materials, excavation (including rock), dewatering, drainage,fittings, joints and jointing materials, DI/HDPE mechanical joint adapters, labor,machinery, construction equipment, directional boring equipment, drilling fluids,launching and receiving pits, boring path report, exploratory pits, bracing, shoring,sheeting, bedding, backfilling and compaction, regrading, disposal of spoil and drillingfluids, hydrostatic testing, cleaning, testing and disinfection, erosion and sedimentationcontrol, drilling fluid release monitoring and cleanup, and all other items necessary to

Page 36: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Measurement and Payment03/22/18 01 15 00-4

complete these Bid Items. No additional compensation will be made for rock removal,backfill material or for repair of any trench settlement.

BID ITEMS– JACK & BOREPayment for all work included in this Bid Item shall be made at the applicable contractunit price bid per linear foot for furnishing and installing the listed diameter steel casing,carrier pipe spacers, and end seals via Jack & Bore as shown on the contract drawingsand listed in the Bid Form.

Measurement and payment shall be made for the actual length of casing pipe installedand will represent full compensation for all labor, materials, excavation (including rock),dewatering, sheeting and shoring, machinery, pipe spacers, backfilling and compaction,surface restoration, erosion and sedimentation control, and all other items necessary tocomplete this Bid Item. No additional compensation will be made for rock removal,backfill material or for repair of any trench settlement.

BID ITEMS- CONNECT TO EXISTING WATER MAINThis Bid Item describes measurement and payment for connecting a new water main toan existing water main at the locations shown on the Contract Drawings. Payment willbe made on a lump sum basis for each connection and shall include furnishing andinstalling all pipe, fittings and valves as shown on the Plans. It shall include fullcompensation for all labor, materials, wet tapping and associated valves and fittings, linestops, temporary piping, tracer wires, tracer wire testing, excavation (including rock),dewatering, joints and jointing materials, cutting and capping of piping, piping removal,restrained joint pipe, sheeting and shoring, constructing the specified protection andadjusting of existing above ground and underground utilities and service connections;adjusting/relocating, bracing, supporting, protecting, or replacement of existingunderground utilities including associated utility coordination; machinery, backfilling andcompaction, disposal of spoil or other materials, hydrostatic testing; cleaning,disinfection and testing of all water mains, erosion and sedimentation control, and allother items necessary to complete this Bid Item.

Measurement will be on a lump sum basis for each bid item, regardless of pipe size,type or depth.

BID ITEMS - OPEN CUT WATER MAIN INSTALLATIONMeasurement and payment shall be made for the actual length of PVC pipe installed asmeasured horizontally above the centerline of the pipe and will represent fullcompensation for all labor, materials, excavation (including rock), dewatering, drainage,tracer wires, tracer wire testing, fittings, joints and jointing materials, labor, machinery,construction equipment, bracing, shoring, sheeting, bedding, backfilling and compaction,re-grading, adjusting existing underground utilities, disposal of spoil, hydrostatic testing,cleaning and disinfecting, erosion and sedimentation control, and all other itemsnecessary to complete this Bid Item. No additional compensation will be made for rockremoval, backfill material or for repair of any trench settlement.

Page 37: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Measurement and Payment03/22/18 01 15 00-5

Payment for all work included in this Bid Item shall be made at the applicable contractunit price bid for furnishing and installing PVC Pipe via open cut as shown on thecontract drawings and listed in the Bid Form.

Payment for all work under this item shall be paid at the applicable unit price for LinearFeet (LF) of PVC quantity installed and tested as indicated on the Bid Form.

BID ITEMS– COMBINATION AIR VALVE ASSEMBLY (Potable Water)Measurement and Payment for all work included in this Bid Item shall be made at theapplicable contract unit price bid for furnishing and installing the listed size combinationair /vacuum release valve assembly as specified and shown in the Contract Documents.

Payment for each combination air/vacuum release valve assembly, whether flushmounted, offset or directly over the main, shall be at the bid form unit price for thecomplete installation as shown on the drawings and in accordance with thesespecifications including all labor, material, excavation, including rock as necessary,bedding, backfill, compaction, connection to the main, mainline tee, saddles, corporationstops or gate valves, pipe, valve box extension rods, valve pad, fittings, combination airvalve, pedestal housing, other incidentals, cleaning, testing and disinfection andequipment required to complete the installation as specified.

Payment for all work under this item shall be paid at the applicable unit price.

BID ITEM– SAMPLE AND LEAK DETECTION ASSEMBLY (Potable Water)Measurement and Payment for all work included in this Bid Item shall be made at theapplicable contract unit price bid for furnishing and installing the listed size sample andleak detection assembly as specified and shown in the Contract Documents.

Payment for each sample and leak detection assembly shall be at the bid form unit pricefor the complete installation as shown on the drawings and in accordance with thesespecifications including all labor, material, excavation, including rock as necessary,bedding, backfill, dewatering, compaction, connection to the main, mainline tee, saddles,corporation stops or gate valves, pipe, valve box extension rods, valve pad, fittings,pedestal housing, other incidentals, cleaning, testing and disinfection and equipmentrequired to complete the installation as specified.

Payment for all work under this item shall be paid at the applicable unit price to completethis Bid Item.

BID ITEMS– FIRE HYDRANT ASSEMBLYMeasurement and Payment for all work included in this Bid Item shall be made at theapplicable Contract unit price bid per each fire hydrant assembly, including hydrant lead,gate valve, box cover, concrete pads, tracer wire installation and testing, tracer wire teststation box, restraining rods and/or thrust blocks, as shown on the Contract Drawingsand listed on the Bid Form.

Payment shall represent full compensation for all labor, materials, equipment,excavation, including rock, bedding, backfill, dewatering, compaction, cleaning, testingand disinfection, erosion and sedimentation control required to complete this Bid Item.

Page 38: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Measurement and Payment03/22/18 01 15 00-6

BID ITEMS– GATE VALVES

Payment for all work included in these Bid Items shall be made at the applicableContract unit price bid per each valve for furnishing and installing the listed diametervalve, box, cover, tag, installation and testing of tracer wire, tracer wire test station box,and concrete pad as shown on the Contract Drawings and listed on the Bid Form.Payment shall represent full compensation for all labor, material, excavation, includingrock as necessary, dewatering, bedding, backfill, compaction, cleaning, testing anddisinfection, and equipment required to complete these Bid Items.

BID ITEMS- ROAD RESTORATIONPayment for all work included under these Bid Items will be made at the applicableContract unit price per square yard for road restoration installed, tested, complete andapproved in accordance with the applicable specifications and details on the ContractDrawings. Payment shall represent full compensation for all labor, materials, necessaryequipment, and incidentals necessary to complete the road restoration in accordancewith the requirements of Marco Island ROW requirements, Collier County ROWrequirements, and FDOT ROW requirements ready for approval and acceptance by theEngineer/Owner.

BID ITEMS- DRIVEWAY RESTORATIONPayment for all work included in these Bid Items will be made at the applicable Contractunit price bid per square yard for repair and replacement of asphaltic concrete, brickpavers or concrete driveway restoration as listed on the Bid Form. Measurement ofdriveway restoration will be per the actual number of square yards replaced. Paymentshall represent full compensation for all labor, materials and equipment for cutting theedges of existing driveways, removing existing base and driveway surface materials,compacting subgrade, restoring base materials, furnishing and installing asphalticconcrete, new brick pavers, or new concrete and all incidentals necessary to completethe driveway restoration as shown on the Contract Drawings and included in theSpecifications, all ready for approval and acceptance by the Engineer/Owner.

BID ITEM– CONCRETE SIDEWALK RESTORATIONPayment for all work included in this Bid Item will be made at the applicable Contract unitprice bid per square yard for concrete sidewalk repair as listed on the Bid Form.Measurement of concrete sidewalk restoration will be per the actual number of squareyards replaced. Payment shall represent full compensation for all labor, materials andequipment for cutting the edges of existing sidewalks/driveways, removing existing baseand concrete surface materials, compacting subgrade, restoring base materials,furnishing and installing new concrete sidewalk with all incidentals necessary tocomplete the concrete sidewalk restoration as shown on the Contract Drawings andincluded in the Specifications, all ready for approval and acceptance by theEngineer/Owner.

Page 39: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Measurement and Payment03/22/18 01 15 00-7

BID ITEMS – LANDSCAPE AND SOD RESTORATIONPayment for all work included in these Bid Items will be made at the applicable Contractunit price bid per square yard for furnishing and installing sod and landscaping disturbedduring construction. Contractor shall minimize disturbance during construction. Paymentshall represent full compensation for all labor, materials, necessary equipment, andincidentals necessary to complete the work, ready for approval and acceptance by theEngineer/Owner

BID ITEMS– CURB AND GUTTER RESTORATIONPayment for all work included in these Bid Items will be made at the applicable Contractunit price bid per linear foot for saw cutting and removing existing curb and gutterincluding base materials; furnishing and installing new base materials, and furnishingand installing new concrete curbs and gutters disturbed during construction. Contractorshall minimize disturbance during construction. Payment shall represent fullcompensation for all labor, materials, necessary equipment, and incidentals necessaryto complete the work, ready for approval and acceptance by the Engineer/Owner

BID ITEM– PIG, PRESSURE, AND LEAKAGE TEST AND DISINFECT EXISTINGPOTABLE WATER MAIN

Measurement and payment shall be made for the actual length of existing 16 inch watermain pipe cleaned by pigging, pressure tested, and tested for leakage as measuredhorizontally above the centerline of the pipe and will represent full compensation for alllabor, materials, excavation dewatering, drainage, labor, machinery, constructionequipment, bracing, shoring, sheeting, bedding, backfilling and compaction, re-grading,disposal of spoil, disposal of wastewater generated from pigging, regulatory permittingrequired for discharging wastewater from cleaning and disinfection, hydrostatic testing,cleaning and disinfecting, and bacteriological testing, erosion and sedimentation control,and all other items necessary to complete this Bid Item.

Payment for all work included in this Bid Item shall be made at the applicable contractunit price bid for Pigging, Pressure and Leakage Testing of Existing Potable Water Mainas shown on the contract drawings and listed in the Bid Form.

Payment for all work under this item shall be paid at the applicable unit price for LinearFeet (LF) for the bid item noted on the Bid Form.

BID ITEMS– SAMPLE POINT ASSEMBLY

Measurement and Payment for all work included in this Bid Item shall be made at theapplicable Contract unit price bid per each Sampling Point assembly, including specifiedsampling station/housing with tapping sleeve, corporation stop, tubing, bushings andfittings, concrete collar and concrete post as shown on the Contract Drawings and listedon the Bid Form.

Payment shall represent full compensation for all labor, materials, equipment,excavation, including rock, dewatering, bedding, backfill, compaction, cleaning, testingand disinfection, erosion and sedimentation control, required to complete this Bid Item.

Page 40: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Measurement and Payment03/22/18 01 15 00-8

BID ITEM– Repair existing dry 16 inch Potable Water Main

An allowance in the amount of $100,000 (as noted on bid form) has been established tocover costs associated with the necessary repairs required to the existing 16 inch drypotable water main that is required to be pigged, pressure tested, flushed, anddisinfected to bring the potable water main into service.

The Contractor shall furnish all labor, materials, equipment, and incidentals to completethe required repairs to the existing potable water service main as required and asapproved by the Owner. Proposals for allowance work shall be submitted to Engineer forapproval prior to initiating work. Final invoices and other supporting documentation shallbe submitted for final payment of work.

BID ITEM– AUTOMATIC FLUSHING ASSEMBLYMeasurement and Payment for all work included in this Bid Item shall be made at theapplicable Contract unit price bid per each automatic flushing assembly, includingtapping saddle and corporation stop, polytube, brass fittings, flowmeter, blow off, flowmeter valve, valve box, battery powered flow control valve, pvc pipe and fittings, andenclosure and all other required appurtenances as shown and specified in the contractdocuments and listed on the Bid Form.

Payment shall represent full compensation for all labor, materials, equipment,excavation, including rock, dewatering, bedding, backfill, compaction, cleaning, testingand disinfection, erosion and sedimentation control required to complete this Bid Item.

BID ITEM – Field Adjust new Water Main to avoid existing utility conflict

Measurement and Payment for all work included in this Bid Items shall be made on alump sum basis for each new potable water main adjusted due to conflict with existingutilities.

Payment shall represent full compensation for:1. Clearing, grubbing, existing pavement removal and disposal, excavation,

pipe and fittings installation, fill, backfilling, compacting, trench andpavement restoration.

2. Pipe, Pipe fittings, and restrained joint materials.3. Dewatering, trench safety measures, existing utility protection.4. Cleaning, leakage testing and disinfection of the pipeline.5. Grading and sod installation in non-pavement areas.6. Curb, sidewalk, and driveway removal and replacement in kind.7. Temporary pavement8. Erosion and sedimentation control9. Other appurtenant and incidental Work.

10. The quantity of adjustments to the existing water mains may vary.

Page 41: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Measurement and Payment03/22/18 01 15 00-9

BID ITEMS- OPEN CUT FORCE MAIN INSTALLATIONMeasurement and payment shall be made for the actual length of PVC pipe installed asmeasured horizontally above the centerline of the pipe and will represent fullcompensation for all labor, materials, excavation (including rock), dewatering, drainage,tracer wires, tracer wire testing, fittings, joints and jointing materials, labor, machinery,construction equipment, bracing, shoring, sheeting, bedding, backfilling and compaction,re-grading, adjusting existing underground utilities, disposal of spoil, hydrostatic testing,pigging and cleaning, erosion and sedimentation control, and all other items necessaryto complete these Bid Items. No additional compensation will be made for rock removal,backfill material or for repair of any trench settlement.

Payment for all work included in this Bid Item shall be made at the applicable contractunit price bid for furnishing and installing PVC Pipe via open cut as shown on thecontract drawings and listed in the Bid Form.

Payment for all work under this item shall be paid at the applicable unit price for LinearFeet (LF) of PVC quantity installed and tested as indicated on the Bid Form.

BID ITEMS- CONNECT TO EXISTING FORCE MAINThis Bid Item describes measurement and payment for connecting a new sanitary sewerforce main to an existing force main at the location shown on the Contract Drawings.Payment will be made on a lump sum basis for each connection and shall includefurnishing and installing all pipe, fittings and valves as shown on the Plans. It shallinclude full compensation for all labor, materials, wet tapping and associated valves andfittings, line stops, temporary piping, tracer wires, tracer wire testing, excavation(including rock), dewatering, joints and jointing materials, cutting and capping of piping,piping removal, restrained joint pipe, sheeting and shoring, constructing the specifiedprotection and adjusting of existing above ground and underground utilities and serviceconnections; adjusting/relocating, bracing, supporting, protecting, or replacement ofexisting underground utilities including associated utility coordination; machinery,backfilling and compaction, disposal of spoil or other materials, hydrostatic testing;pigging and cleaning of all force main lines, erosion and sedimentation control, and allother items necessary to complete these Bid Items

Measurement will be on a lump sum basis for each bid item, regardless of pipe size,type or depth.

BID ITEM – Flow Meter/Backflow/Hose bib Assembly and Bacteria Sample Pointfor New MPSMeasurement and Payment for all work included in this Bid Item shall be made at theapplicable Contract unit price bid per each flow meter/backflow/hose bib assembly,including polypipe/piping, water meter and box, ball valves, RPZ valve, unions, fittings,nipples and related appurtenances, concrete, concrete post, stainless steel unistrut,restraining rods and/or thrust blocks, as shown on the Contract Drawings and listed onthe Bid Form.

Page 42: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Measurement and Payment03/22/18 01 15 00-10

Payment shall represent full compensation for all labor, materials, equipment,excavation, including rock, dewatering,bedding, backfill, compaction, cleaning, testingand disinfection, erosion and sedimentation control required to complete this Bid Item.

BID ITEMS NO. INSERTION VALVESPayment for all work included in these Bid Items shall be made at the applicableContract unit price bid per each insertion valve furnished and installed

Payment shall represent full compensation for all labor, material, excavation (includingrock), dewatering, sheeting and shoring, thrust blocks, necessary restraint, threadedrods, backfilling and compaction, erosion and sedimentation control, and equipment; andall other incidental work required to complete these bid items.

BID ITEMS NO. INSTALL TEMPORARY LINE STOPS TO ABANDON EXISTINGFORCE MAINS

Payment for all work included in these Bid Items shall be made at the applicableContract unit price bid per line stop for furnishing and installing temporary line stops

Payment shall represent full compensation for all labor, material, excavation (includingrock), dewatering, sheeting and shoring, thrust blocks, restraint, threaded rods,backfilling and compaction, erosion and sedimentation control, and equipment;subsequent mobilizations to remove line stops after poured thrust blocks have cured,and all other incidental work required to complete these bid items.

BID ITEMS - CAP AND ABANDON WITH GROUT EXISTING FORCEMAINSThis Bid Item describes measurement and payment for cutting existing pipe, cappingand grout filling existing force main sewer pipe. The pay quantities for the work specifiedunder this Section shall be the number of linear feet of grout filled pipe specified in theapplicable pay items. The unit bid price includes cutting existing pipe, furnishing andinstalling caps, grout in force main sewer pipe, excavation, backfill, compaction,exploratory excavation; bedding and backfill, compaction, adjusting/relocating,supporting, protecting, or replacement of existing underground or aboveground utilitiesincluding associated utility coordination; erosion and sedimentation control, and all otherrelated and necessary materials, work and equipment required to cap and abandon withgrout existing force main sewer pipes. Unit price also includes proper handling anddisposal of piping materials removed during abandonment, including asbestos cementpiping.

Measurement will be horizontally, above the centerline of the pipe, and includes thelength of any fittings. The limits of measurement shall be as shown on the plans.

Page 43: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Measurement and Payment03/22/18 01 15 00-11

BID ITEMS – PLUG VALVESPayment for all work included in these Bid Items shall be made at the applicableContract unit price bid per each valve for furnishing and installing the listed diametervalve, box, cover, tag, installation and testing of tracer wire, tracer wire test station box,and concrete pad as shown on the Contract Drawings and listed on the Bid Form.Payment shall represent full compensation for all labor, material, excavation, includingrock as necessary, bedding, dewatering, backfill, compaction, cleaning, and equipmentrequired to complete these Bid Items.

BID ITEMS – COMBINATION AIR VALVE ASSEMBLY (Wastewater)Measurement and Payment for all work included in this Bid Item shall be made at theapplicable contract unit price bid for furnishing and installing the listed size combinationair /vacuum release valve assembly as specified and shown in the Contract Documents.

Payment for each combination air/vacuum release valve assembly, whether flushmounted, offset or directly over the main, shall be at the bid form unit price for thecomplete installation as shown on the drawings and in accordance with thesespecifications including all labor, material, excavation, including rock as necessary,dewatering, bedding, backfill, compaction, connection to the main, mainline tee, saddles,corporation stops or plug valves, pipe, valve box extension rods, valve pad, fittings,combination air valve, pedestal housing, other incidentals, cleaning, and equipmentrequired to complete the installation as specified.

Payment for all work under this item shall be paid at the applicable unit price to completethese Bid Items.

BID ITEM– Adjust Potable Water services in conflict with new Force Main/WaterMain

Measurement and Payment for all work included in this Bid Items shall be made on alump sum basis for each potable water service adjusted due to conflict with the newForce main or Water Main.

Payment shall represent full compensation for :1. Clearing, grubbing, existing pavement removal and disposal, excavation, pipe

and fittings installation, fill, backfilling, compacting, trench and pavementrestoration.

2. Pipe, Pipe fittings, and restrained joint materials.3. Dewatering, trench safety measures, existing utility protection.4. Cleaning, leakage testing and disinfection of the pipeline.5. Grading and sod installation in non-pavement areas.6. Curb, sidewalk, and driveway removal and replacement in kind.7. Temporary pavement8. Erosion and sedimentation control9. Other appurtenant and incidental Work.

10. The quantity of adjustments to the existing water services may vary.

BID ITEM– Adjust Sanitary Sewer Laterals in conflict with new Force Main/WaterMain

Page 44: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Measurement and Payment03/22/18 01 15 00-12

Measurement and Payment for all work included in this Bid Items shall be made on alump sum basis for each sanitary sewer lateral adjusted due to conflict with the newForce main or Water Main.

Payment shall represent full compensation for:1. Clearing, grubbing, existing pavement removal and disposal, excavation, pipe and

fittings installation, fill, backfilling, compacting, trench and pavement restoration.2. Pipe, Pipe fittings, and restrained joint materials.3. Dewatering, trench safety measures, existing utility protection.4. Cleaning and leakage testing of the pipeline.5. Grading and sod installation in non-pavement areas.6. Curb, sidewalk, and driveway removal and replacement in kind.7. Temporary pavement8. Erosion and Sedimentation Control9. Other appurtenant and incidental Work.10. The quantity of adjustments to the existing sanitary sewer laterals may vary.

BID ITEM– Field Adjust new Force Main to avoid existing utility conflict

Measurement and Payment for all work included in this Bid Items shall be made on a lump sumbasis for each new force main adjusted due to conflict with existing utilities.

Payment shall represent full compensation for:1. Clearing, grubbing, existing pavement removal and disposal, excavation, pipe and

fittings installation, fill, backfilling, compacting, trench and pavement restoration.2. Pipe, Pipe fittings, and restrained joint materials.3. Dewatering, trench safety measures, existing utility protection.4. Cleaning and leakage testing of the pipeline.5. Grading and sod installation in non-pavement areas.6. Curb, sidewalk, and driveway removal and replacement in kind.7. Temporary pavement8. Erosion and Sedimentation Control9. Other appurtenant and incidental Work.10. The quantity of adjustments to the existing sanitary sewer laterals may vary.

BID ITEM – Construction of a New Wastewater Master Pump Station

Measurement and payment of the lump sum price shall include full compensation forfurnishing all labor, materials, supplies and equipment to construct a new Master PumpStation with complete structural, civil, mechanical, electrical, I&C, and site work includingbut not limited to providing new electric submersible pumps; furnishing and installingpiping and valves, pipe supports, coatings, clearing and grubbing, earthwork, grading,asphalt driveway, concrete slabs and curbing, fence with gates, and tree trimming, newgenerator, wire, fiber, conduit, pull boxes, grounding systems, lightning protectionsystem, transformers, site lighting, disconnects, surge suppression, Motor ControlCenters, Manual Transfer switches, and electrical distribution system, instruments anddevices, obtaining and complying with all permits required to perform the Work fromCollier County, LCEC and notifying authorities having jurisdiction (LCEC, Collier County,Marco Island Utilities, FDEP, etc.); maintaining the Work area and site in a clean and

Page 45: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Measurement and Payment03/22/18 01 15 00-13

acceptable manner; protection of finished and unfinished Work; repair and restoration ofWork or existing facilities damaged during construction.

BID ITEM- Decommissioning and Demolition Existing Isles of Capri MPS

Measurement and payment of the lump sum price shall include full compensation forfurnishing all labor, materials, supplies and equipment for decommissioning anddemolition of the existing Isles of Capri Pump Station as shown in the Drawings andspecified herein, including but not limited to coordination, power, light, heat, fuel, water,tools, appliances, equipment, supplies, services and other means of constructionnecessary; obtaining and complying with all permits required to perform the Work fromCollier County and notifying authorities having jurisdiction (Marco Island Utilities, CollierCounty, FDEP, etc.); maintaining the Work area and site in a clean and acceptablemanner; protection of finished and unfinished Work; repair and restoration of Work orexisting facilities damaged during construction.

BID ITEM-Decommissioning and Demolition Existing IQ Ground Storage/PumpStation and Marco Shores WWTP

Measurement and payment of the lump sum price shall include full compensation forfurnishing all labor, materials, supplies and equipment for decommissioning anddemolition of the existing IQ Ground Storage/Pump Station and the Marco ShoresWWTP as shown in the Drawings and specified herein, including but not limited tocoordination, power, light, heat, fuel, water, tools, appliances, equipment, supplies,services and other means of construction necessary; obtaining and complying with allpermits required to perform the Work from Collier County and notifying authorities havingjurisdiction (Marco Island Utilities, Collier County, FDEP, etc.); maintaining the Workarea and site in a clean and acceptable manner; protection of finished and unfinishedWork; repair and restoration of Work or existing facilities damaged during construction.

BID ITEMS- Miscellaneous Work

Payment for all work included under this Bid Item shall be made at the Contract lumpsum price bid listed in the Bid Form and shall represent full compensation for all labor,materials and equipment required to perform all the work as shown on the ContractDrawings and specified herein and any other miscellaneous work not specificallyincluded for payment under other Bid Items obviously necessary to complete theContract. Partial payments will be based on the breakdown of the Bid Item inaccordance with the Schedule of Values submitted by the Contractor and approved bythe Engineer. Payment shall include full compensation for project photographs, projectsigns, rubbish removal, adjustment of utility/valve boxes in road as required, as-builtrecord drawings, and any and all other items required to complete the project inaccordance with Contract Documents and not included for payment under other biditems.

BID ITEM -Allowance for FPL Service connection and LCEC Inspections

Page 46: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Measurement and Payment03/22/18 01 15 00-14

An allowance in the amount of $15,000 (as noted on bid form) has been established tocover costs associated with the FPL electrical service connection and any LCECinspection fees required when constructing new wastewater pump station. TheContractor shall make direct payment for FPL service requests and LCEC inspectionfees as required. A Contractor markup of the invoiced amount is not allowed.

Payment for the FPL service request and LCEC required inspections shall be the actualinvoiced amount and will be paid from the allowance amount in the bid form. Contractorshall contact FPL immediately at start of project to coordinate the new pump stationservice location, service routing and termination. Contractor shall notify LCEC of thecommencement of new pump station work and coordinate with LCEC regarding anyrequired site inspections. The Contractor shall prepare and shall submit FPL servicerequest at no additional cost to Owner. The Contractor shall notify and coordinate withLCEC regarding new pump station construction at no additional cost to Owner. Finalinvoices and other supporting documentation shall be submitted for final payment ofwork.

BID ITEMS– General Allowance

An allowance in the amount of 10% (as noted on bid form) has been established foradditional work as directed by Owner. The Contractor shall furnish all labor, materials,equipment, and incidentals to complete the additional work requested by the Owner orother changes approve by the Owner. Proposals for allowance work shall be submittedto Engineer for approval prior to initiating work. Final invoices and other supportingdocumentation shall be submitted for final payment of work.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

Page 47: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Administrative Requirements 01 30 00-1 05/05/17

SECTION 01 30 00

ADMINISTRATIVE REQUIREMENTS

PART 1 - GENERAL

1.01 SUMMARY

1. Section Includes:

a. Coordination and project conditions.

b. Preconstruction meeting.

c. Progress meetings.

d. Equipment electrical characteristics and components.

e. Cutting and patching.

f. Special procedures.

2. Related Sections:

a. Applicable provisions of Division 1 shall govern all work under this Section.

1.02 COORDINATION AND PROJECT CONDITIONS

1. Coordinate scheduling, submittals, and Work of various sections of Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later.

2. Verify utility requirements and characteristics of operating equipment are compatible with building utilities. Coordinate work of various sections having interdependent responsibilities for operating equipment installation, connection, and start-up.

3. Coordinate space requirements, supports, and installation of mechanical and electrical Work indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs.

4. Coordinate completion and clean-up of Work of separate sections in preparation for Substantial Completion and for portions of Work designated for Owner's occupancy.

5. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities.

Page 48: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Administrative Requirements 01 30 00-2 05/05/17

1.03 PRECONSTRUCTION MEETING

1. Owner will administer pre-construction conference for execution of Owner-Contractor Agreement and exchange of preliminary submittals, clarification of Owner and Contractor responsibilities in use of site and for review of administrative procedures.

2. Required attendance shall include representatives of the Contractor including the superintendent(s) designated for the project, representative of major subcontractors, resident project representative, and representatives of the Owner.

1.04 PROGRESS MEETINGS

1. Schedule and administer Project meetings throughout progress of the Work twice each month, called meetings, and pre-installation conferences.

2. Make physical arrangements for meetings, prepare agenda with copies for participants, preside at meetings, record minutes, and distribute copies within two (2) days to Owner, Engineer, participants, and those affected by decisions made at meetings.

3. Attendance: Job superintendent, major Subcontractors and suppliers, resident project representative, Owner and Engineer as appropriate to agenda topics for each meeting.

4. Suggested Agenda: Review of Work progress, work during next period, status of progress schedule and adjustments thereto, delivery schedules, submittals, maintenance of quality standards, pending changes and substitutions, and other items affecting progress of Work.

PART 2 - PRODUCTS

2.01 EQUIPMENT ELECTRICAL CHARACTERISTICS AND COMPONENTS

1. Motors: Specific motor type is specified in individual specification sections.

2. Wiring Terminations: Furnish terminal lugs to match branch circuit conductor quantities, sizes, and materials indicated. Include lugs for terminal box.

3. Cord and Plug: Furnish minimum six (6) foot cord and plug including grounding connector for connection to electric wiring system. Cord of longer length is specified in individual specification sections.

PART 3 - EXECUTION

3.01 CUTTING AND PATCHING

1. Employ skilled and experienced installer to perform cutting and patching.

2. Submit written request in advance of cutting or altering elements affecting:

Page 49: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Administrative Requirements 01 30 00-3 05/05/17

a. Structural integrity of element.

b. Integrity of weather-exposed or moisture-resistant elements.

c. Efficiency, maintenance, or safety of element.

d. Work of Owner.

3. Perform cutting, fitting, and patching ,including excavation and fill, to complete Work, and to:

a. Fit the several parts together, to integrate with other Work.

b. Remove and replace defective and non-conforming Work.

c. Remove samples of installed Work for testing.

d. Provide openings in elements of Work for penetrations of electrical Work.

4. Execute Work by methods to avoid damage to other Work, and to provide proper surfaces to receive patching and finishing.

5. Cut masonry and concrete materials using masonry saw or core drill.

6. Restore Work with new products in accordance with requirements of Contract Documents.

7. Maintain integrity of wall, ceiling, or floor construction; completely seal voids.

8. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection; for assembly, refinish entire unit.

9. Identify hazardous substances or conditions exposed during the Work to Engineer for decision or remedy.

3.02 SPECIAL PROCEDURES

1. Materials: As specified in product sections; match existing with new products for patching and extending work.

2. Employ skilled and experienced installer to perform alteration work.

3. Cut, move, or remove items as necessary for access to alterations and renovation Work. Replace and restore at completion.

4. Remove unsuitable material not marked for salvage, including rotted wood, corroded metals, and deteriorated masonry and concrete. Replace materials as specified for finished Work.

5. Remove debris and abandoned items from area and from concealed spaces.

Page 50: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Administrative Requirements 01 30 00-4 05/05/17

6. Remove, cut, and patch Work in manner to minimize damage and to permit restoring products and finishes to original condition.

7. Refinish existing visible surfaces to remain in renovated rooms and spaces, to specified condition for each material, with neat transition to adjacent finishes.

8. Where new Work abuts or aligns with existing, provide smooth and even transition. Patch Work to match existing adjacent Work in texture and appearance.

9. When finished surfaces are cut so that smooth transition with new Work is not possible, terminate existing surface along straight line at natural line of division and submit recommendation to Engineer for review.

10. Patch or replace portions of existing surfaces that are damaged, lifted, discolored, or showing other imperfections.

11. Finish surfaces as specified in individual product sections.

END OF SECTION

Page 51: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

01 32 16-1 CPM Construction Schedule Requirements 06/13/17

SECTION 01 32 16

CPM CONSTRUCTION SCHEDULE REQUIREMENTS

PART 1 - GENERAL

1.01 Description

1. This section covers the requirements for submittal of a critical path method (CPM) construction schedule and an associated schedule of values.

2. Development of the schedule, the cost loading of the schedule, monthly payment requisitions, and project status reporting requirements of the contract shall employ computerized CPM scheduling. The CPM schedule shall be cost loaded based on the schedule of values or unit bid prices or combination thereof.

1.02 Initial Schedule Submittals

1. Submit two short-term schedule documents at the preconstruction conference and as described in the subsection on “Submittals” which shall serve as the Contractor's plan of operation for the initial 60-day period of the contract time and to identify the manner in which the Contractor intends to complete all work within the contract time. Submit (1) a 60-day narrative plan of operation, describing in detail narrative how contract operations will be conducted, and (2) a project overview bar-chart type plan for all work as indicated below.

a. 60-Day Narrative Plan of Operation: During the initial 60 days of the contract time, conduct contract operations in accordance with the 60-day detail narrative and bar chart plan of operation. The bar chart shall show the accomplishment of the Contractor's early activities (mobilization items, permits, submittals necessary for early material and equipment procurement, submittals necessary for long lead equipment procurement, CPM submittals, initial site work, and other submittals and activities required in the first 60 days).

b. Comprehensive Project Overview Bar Chart: The comprehensive overview bar chart shall indicate the major components of the project work and the sequence relations between major components and subdivisions of major components. The overview bar chart shall indicate the relationships and time frames in which the various components of the work will be substantially complete and placed into service in order to meet the project milestones. Sufficient detail shall be included for the identification of subdivisions of major components into such activities as potholing, excavation, bedding and pipe installation, backfilling, surface restoration, tunneling, structures, relocations, improvements, and other important work for each major facility within the overall project scope. Indicate planned durations and start dates for each work item subdivision. Plot each major component and subdivision component on time scale sheets not to exceed

Page 52: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

01 32 16-2 CPM Construction Schedule Requirements 06/13/17

24 inches by 36 inches in size. Do not use more than four sheets to represent this overview information.

2. The Owner’s Representative and the Contractor shall meet to review and discuss the narrative 60-day plan of operations and project overview bar chart within 7 days after they have been submitted to the Owner’s Representative. The Owner’s Representative’s review and comment on the schedules shall be limited to contract conformance (with the sequencing and interim duration requirements as stated in Section 011100). Make corrections to the schedules necessary to comply with the contract requirements, and adjust the schedules to incorporate any missing information requested by the Owner’s Representative.

3. Satisfactory incorporation of the Owner’s Representative’s comments shall be a condition for progress payments.

1.03 CPM Program

Use PRIMAVERA (R) P-3 or 4, or an equivalent computer software for the CPM schedule, as approved by the Owner’s Representative. If software other than one of the programs named above is used, provide licensed copy and training to Owner’s Representative.

1.04 Submittals

1. Within seven calendar days of the bid opening, submit a written statement of CPM capability, verifying that the Contractor has qualified in-house personnel capable of using the CPM technique or that the Contractor employs a qualified CPM consultant. The statement shall identify the individuals who will perform the CPM scheduling and provide those individuals’ detailed resumes. Capability shall be verified by detailed description of construction projects and references on which the individuals have successfully applied computerized CPM and shall include at least two projects of similar nature, scope, and value not less than one-half the total bid price of this project. The statement shall also provide the contact persons for the referenced projects with current telephone and address information.

2. Submit an initial schedule within 15 days of the date of Notice to Proceed. If revisions are required to this initially submitted schedule, resubmit a revised schedule within seven calendar days after the Contractor receives the returned copy.

3. Submit graphic network diagram and tabulated schedules within 30 days of the Notice to Proceed.

4. Within 10 days after the conclusion of Owner's Representative's review, revise the network diagram and resubmit the network diagram and a tabulated schedule produced therefrom. The revised network diagram and tabulated schedule will be reviewed and accepted or rejected by Owner's Representative within 15 days after receipt. The network diagram and tabulated schedule when accepted by Owner's Representative shall constitute the project work schedule unless a revised schedule is required due to substantial changes in the work or a change in contract time, delinquency by Contractor requiring a recovery schedule, or as otherwise

Page 53: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

01 32 16-3 CPM Construction Schedule Requirements 06/13/17

provided herein below. Activities not occurring as scheduled are delinquent if they begin after early start or they finish after early finish.

5. Submit a copy of the schedule, clearly showing progress made and actual "S" curves, on a monthly basis along with the Application for Payment.

6. Schedule submittals to the Owner's Representative shall include 10 hard copies and one electronic copy of a CPM-type construction schedule, generally as outlined in the Associated General Contractors publication The Use of CPM in Construction.

7. Submit a preliminary schedule of values for the major components of the work within three days of the Notice to Proceed and at the preconstruction conference.

8. Prepare and submit a detailed schedule of values to the Owner’s Representative within 30 days from the date of Notice to Proceed.

1.05 Project Information

Each network diagram and report tabulation shall be prefaced with the following summary data:

1. Project name.

2. Contractor.

3. Type of tabulation (initial or updated).

4. Project duration.

5. Project contract completion date.

6. Projected completion date.

7. Variance analysis per activity.

1.06 Graphic Network Diagram and Tabulated Schedules

1. The completed schedule shall include a graphic network and tabulated schedules with the graphic network displayed on a sheet with a minimum size of 11 inches by 17 inches and a maximum size of 24 inches by 36 inches. The graphic network shall be the precedence diagram method (PDM). It may be divided into two or more sheets, if necessary, provided that all sheets are properly referenced. Notation on each activity arrow shall include a brief work description and an estimate of the time duration of the work. Show a calendar along the full length of each sheet. Plot each activity so that the beginning and completion dates can be readily determined by comparison to the calendar scale. Show activities using symbols and/or color that clearly designate whether it is a critical path or noncritical activity. Noncritical path activities shall show estimated work time and free float time.

2. Float Time:

Page 54: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

01 32 16-4 CPM Construction Schedule Requirements 06/13/17

a. Definition: Unless otherwise provided herein, float as referenced in these documents is total float. Total float is the period of time measured by the number of working days each noncritical path activity may be delayed before it and its succeeding activities become part of the critical path. If a noncritical path activity is delayed beyond its float period, that activity then becomes part of the critical path and controls the end date of the project. Thus, the delay of the noncritical path activity beyond its float period will cause delay to the project itself.

b. Float Ownership: Neither the Owner nor the Contractor owns the float time. The project owns the float time. As such, liability for delay of the project completion date rests with the party actually causing delay to the project completion date. For example, if Party A uses some but not all of the float time and Party B later uses the remainder of the float time as well as additional time beyond the float time, Party B shall be liable for the costs associated with the time that represents a delay to the project's completion date. Party A would not be responsible for any costs since it did not consume all of the float time and additional float time remained; therefore, the project's completion date was unaffected.

3. Display time at the top of the schedule, reading left to right, with no greater than weekly divisions.

4. The schedule shall indicate dates for important activities including:

a. A logical succession of work from start to finish. This logical succession, when accepted, is the Contractor's work plan and is only designated as early start to accommodate standard computerized systems.

b. Detailed definition of each activity.

c. A logical flow of work crews/equipment (crews are to be defined by labor category and labor hours; equipment by type and hours).

d. Shop drawing submittals and reviews.

e. Decisions.

f. Product procurement and delivery.

g. Beginning and completion of each element of construction.

h. Critical coordination dates.

i. Submittal of record drawings and equipment manuals.

j. Cleanup, final inspection, etc.

k. Any project milestones or phases of work that affect important dates, such as other parallel contracts.

Page 55: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

01 32 16-5 CPM Construction Schedule Requirements 06/13/17

5. Submit:

a. Activity sort by early start, organized by related elements.

b. Activity sort by float, organized by related elements.

c. Activity sort by predecessor/successor.

d. Narrative description of the logic and reasoning of the schedule.

e. Resource allocation by activity.

f. List of cost-loaded activities that identifies specific cost amount for each activity in the CPM schedule.

6. Show constraints between interrelated activities.

7. The initial schedule shall include the following minimum data for each activity:

a. Activity numbers.

b. Estimated duration.

c. Activity description.

d. Early start date (calendar dated).

e. Early finish date (calendar dated).

f. Status (whether critical).

g. Float.

h. Cost of activity.

i. Other resources including equipment hours by type, labor by craft or crew, and materials by units.

8. Where float time exists in activities, show the activities with early start/early finish times.

9. The schedule shall include a title block with the project title, the Contractor's business name, the date of submittal or revision, and the signature of the Contractor's authorized representative attesting to his review and accuracy of the submittal.

10. The duration indicated for each activity shall be in calendar days and shall represent the single best time considering the scope of the work and resources planned for the activity including time for inclement weather. Except for certain non-labor activities, such as curing concrete or delivering materials, activity durations shall not exceed 14 days, be less than one day, or exceed $200,000 in value unless otherwise accepted by the Owner's Representative.

Page 56: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

01 32 16-6 CPM Construction Schedule Requirements 06/13/17

1.08 Construction Schedule Progress

If the Contractor's progress has fallen behind the accepted construction schedule, the Contractor shall take such steps as may be required, including increasing the number of personnel, shifts, overtime operations, days of work, and amount of construction equipment until such time as the work is back on schedule. Increased costs of any accelerated work program shall be paid for by the Contractor. Submit such recovery schedule within 10 days upon written request by Owner’s Representative.

1.09 Acceptance

1. The finalized schedule will be acceptable to the Owner's Representative when it provides an orderly progression of the Work to completion in accordance with the contract requirements, adequately defines the Contractor's work plan, provides a workable arrangement for processing the submittals in accordance with the project specification requirements, and properly allocates resources (labor, equipment, and costs) to each activity (free of unbalances in resources). When the network diagram and tabulated schedule have been accepted, submit to Owner's Representative six copies of the time-scaled network diagram; six copies of a computerized, tabulated schedule in which the activities have been sequenced by activity numbers; and six copies of all reports required by this specification.

2. Also submit a 100-megabyte Zip disk that contains all of the schedule submittal information. The disk shall contain data compatible with the specified CPM program to generate network diagrams and schedule reports identical to the hard copies submitted.

3. Review of the Contractor's project schedule is for conformance to the requirements of the contract documents only. Review by the Owner’s Representative of the Contractor's project schedule does not relieve the Contractor of any of its responsibility whatsoever for the accuracy or feasibility of the project schedule, or of the Contractor's ability to meet the interim milestone date(s) and the contract completion date, nor does such review and acceptance imply or expressly warrant, acknowledge, or admit the reasonableness of the logic, durations, labor, or equipment loading of the Contractor's project schedule.

1.10 Revisions or Updates to Construction Schedule

1. Submit a revised or updated construction schedule by the third day of each month. The data date shall be the 25th of the preceding month. Revise or update the schedule upon the occurrence of any of the following:

a. When delay in completion of any activity or group of activities indicates an overrun of the contract time or control point requirement by 10 working days or 10% of the remaining duration, whichever is less.

b. Delays in submittals, deliveries, or work stoppage are encountered which make replanning or rescheduling of the work necessary.

Page 57: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

01 32 16-7 CPM Construction Schedule Requirements 06/13/17

c. The schedule does not represent the actual prosecution and progress of the project as being performed in the field and progress for any activity is five working days behind the current schedule.

d. The Contractor will be performing work at an earlier date than is shown on the schedule and the work will require additional inspection and/or testing personnel.

2. In the event of any change to the contract, submit a time analysis of the effect on the critical path. If the Contractor maintains there is no impact, submit a statement to that effect.

3. The cost of revisions to the construction schedule resulting from Owner-initiated contract changes shall be included in the cost for the change in the work and shall be paid as part of the total cost of the change through the contract allowable percentages for changed work.

4. The cost of revisions to the construction schedule not resulting from authorized changes in the work shall be the responsibility of the Contractor.

5. Submittal of the updated construction shall be a condition for approval of the progress payment.

1.11 Preliminary Schedule of Values

The preliminary schedule of values listing shall include, at a minimum, the proposed value for the following major work components:

1. Mobilization.

2. The total value of access road and site construction inclusive of clearing and grubbing, stripping, excavation, fill construction, paving, road removal, site restoration, and all incidental work associated with access roads. This total value shall be broken down into separate values for each access road.

3. The total value of pipeline construction work inclusive of fabrication, excavation, pipe installation, pipe structures (air-release valves, blowoff valves, and vents), backfilling, testing, site restoration, and all incidental work associated with pipeline construction. The total value shall be broken down into separate values for each pipeline section.

4. The total value of spoil disposal site work inclusive of clearing and grubbing, stripping, fill placement, erosion control, site restoration, and all incidental work associated with spoil disposal. The total value shall be broken down into separate values for each spoil disposal site.

5. The total value of reinforced concrete work by structure and building inclusive of all excavation, dewatering, subgrade preparation, backfill, and incidental work for all new structures. Additionally, this total value shall be broken down into separate values for each new structure constructed as a part of the work. Miscellaneous and minor concrete work may be listed as one item in this breakdown.

Page 58: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

01 32 16-8 CPM Construction Schedule Requirements 06/13/17

6. The total value of electrical work.

7. The total value of instrumentation and control work including fiber-optic cable system.

8. The total value of all other work not specifically included in the above items.

9. The Contractor and Owner's Representative shall meet and jointly review the preliminary schedule of values and make any adjustments in value allocations if, in the opinion of the Owner's Representative, these are necessary to establish fair and reasonable allocation of values for the major work components. Front-end loading will not be permitted. The Owner's Representative may require reallocation of major work components from items in the above listing if, in the opinion of the Owner's Representative, such reallocation is necessary. This review and any necessary revisions shall be completed within 15 days from the date of the notification of the required reallocation.

1.12 Detailed Schedule of Values

1. Base the detailed schedule of values on the accepted preliminary schedule of values for major work components. Because the ultimate requirement is to develop a detailed schedule of values sufficient to determine appropriate monthly progress payment amounts through cost loading of the CPM schedule activities, provide sufficient detailed breakdown to meet this requirement. The Owner's Representative shall be the sole judge of acceptable numbers, details, and description of values established. If, in the opinion of the Owner's Representative, a greater number of schedule of values items than proposed by the Contractor is necessary, the Contractor shall add the additional items so identified by the Owner's Representative as a condition to processing the payment requests.

2. The minimum detail of breakdown of the major work components is indicated below.

a. Mobilization shall be broken down to indicate mobilization items for pipelines, structures, treatment processes, site work, piping, instrumentation and control work, ductwork, electrical work, road construction. Include costs of bonds and insurance. Provide list of major equipment costs, including lease rates. Mobilization shall not exceed 10% of contract bid amount.

b. Access road and site construction shall be broken down by clearing and grubbing, stripping, excavation, full construction, erosion control, paving, paving removal, site restoration, and any other items determined to be necessary for the establishment of pay and schedule activity items.

c. Pipeline construction work shall be broken down separately by pipeline segment, which shall not exceed 500-foot-long sections of the pipeline. Each pipeline segment shall be broken down into excavation, pipe fabrication (by wall thickness), pipe installation, pipe structures (air-release valves, blowoff valves, and vents), backfilling, testing, site restoration, and

Page 59: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

01 32 16-9 CPM Construction Schedule Requirements 06/13/17

any other items determined to be necessary for the establishment of pay and schedule activity items.

d. Spoil disposal shall be broken down separately for each spoil disposal site. Each site shall be broken down into clearing and grubbing, stripping, fill placement, erosion control, site restoration, and any other items determined to be necessary for the establishment of pay and schedule activity items.

e. Concrete structures and buildings shall be broken down by structure into excavation, subgrade preparation, and appurtenant prefoundation work; concrete foundation construction; slabs on grade; walls/columns; miscellaneous metalwork; and backfill.

f. Mechanical (HVAC and plumbing) work shall be broken down to identify individual piping and ductwork and equipment installation and equipment testing.

g. Piping, valve, and equipment work shall be broken down to identify individual piping systems, equipment installation by equipment (including valves, actuators, etc.), name and number, and equipment testing and checkout.

h. Electrical work shall be broken down by structure into conduit and raceway installation, cable and wire installation, electrical equipment installation, terminations, and lighting. Yard facilities shall be broken down by duct bank designation and substations.

i. Instrumentation and control work shall be broken down by pull boxes, duct, fiber-optic cable, and installation and testing.

j. Equipment testing and start-up broken down for completion milestones for each.

3. Other work not specifically included in the above items shall be broken down as necessary for establishment of pay and schedule activity items.

4. The Contractor and Owner's Representative shall meet and jointly review the detailed schedule of values within 35 days from the date of Notice to Proceed. The value allocations and extent of detail shall be reviewed to determine any necessary adjustments to the values and to determine if sufficient detail has been proposed to provide cost loading of the CPM schedule activities. Make any adjustments deemed necessary to the value allocation or level of detail, and submit a revised detailed schedule of values within 10 days from the date of the review meeting.

5. Following acceptance of the detailed schedule of values, incorporate the values into the cost loading portion of the CPM schedule. The CPM activities and logic shall have been developed concurrent with development of the detailed schedule of values; however, it shall be necessary to adjust the detailed schedule of values to correlate to individual schedule activities. It is anticipated that instances will occur, due to the independent but simultaneous development of the schedule of values

Page 60: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

01 32 16-10 CPM Construction Schedule Requirements 06/13/17

and the CPM schedule activities, where interfacing these two documents will require changes to each document. Schedule activities may need to be added to accommodate the detail of the schedule of values. Schedule of value items may need to be added to accommodate the detail of the CPM schedule activities. Where such instances arise, the Contractor shall propose changes to the schedule of values and to the CPM schedule activities to satisfy the CPM schedule cost loading requirements.

1.13 Incorporation of Schedule of Values into CPM Schedule

1. In conjunction with each submittal of the construction schedule, submit a cash flow projection indicating estimated earnings by month during the entire contract period and a schedule of values of the work using the "Schedule of Values" described above, including quantities and prices. The aggregate of these extended prices shall equal the contract price. Costs shall include all materials, labor, equipment, and appurtenant items necessary to accomplish the work in accordance with the contract documents. This schedule shall be satisfactory in form and substance to the Owner's Representative and shall subdivide the work into the specified component parts. Upon review by the Owner's Representative, incorporate the schedule into the form for Application for Payment. The Owner reserves the right to delete (or add) items of work from the contract and the total contract amount shall be reduced (or increased) by the total amount shown in the schedule of values.

2. Develop the schedule of values (lump-sum price breakdown) and incorporate into the cost loading function of the CPM schedule. Determine monthly progress payment amounts from the monthly progress updates of the CPM schedule activities. Develop the schedule of values independent but simultaneous with the development of the CPM schedule activities and logic.

1.14 Cross-Reference Listing

1. To assist in the correlation of the schedule of values and the CPM schedule, provide a cross-reference listing, furnished in two parts. The first part shall list each scheduled activity with the breakdown of the respective valued items making up the total cost of the activity. The second part shall list the valued item with the respective scheduled activity or activities that make up the total cost indicated. In the case where a number of schedule items make up the total cost for a valued item (shown in the schedule of values), the total cost for each scheduled item should be indicated.

2. Update and submit these listings in conjunction with each CPM monthly submittal.

3. Incorporate executed change orders reflected in the CPM schedule into the schedule of values as a single unit identified by the change order number.

1.15 Changes to Schedule of Values

1. Changes to the CPM schedule which add activities not included in the original schedule but are included in the original work (schedule omissions) shall have values assigned as reviewed by the Owner's Representative. Other activity values

Page 61: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

01 32 16-11 CPM Construction Schedule Requirements 06/13/17

shall be reduced to provide equal value adjustment increases for added activities as approved by the Owner's Representative.

2. In the event that the Contractor and Owner's Representative agree to make adjustments to the original schedule of values because of inequities discovered in the original accepted detailed schedule of values, increases and equal decreases to values for activities may be made.

END OF SECTION

Page 62: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Pre-Construction Digital Audio-Video Documentation REV. 03/14/18 Section No. 01 32 33-1

SECTION 01 32 33

PRE-CONSTRUCTION DIGITAL AUDIO-VIDEO DOCUMENTATION

PART 1 – GENERAL 1.01 DESCRIPTION

This section includes materials and performance for preconstruction digital audio-video documentation and generally defines Contractor's responsibilities, unless otherwise stated, for the following:

A. Equipment.

B. Submittals. C. Technique. D. Quality assurance.

1.02 VIDEO AND AUDIO QUALITY A. Documentation shall be performed by a responsible commercial firm skilled and

regularly engaged in the preparation of preconstruction color audio-video DVD documentation acceptable to the Owner. Preconstruction audio-video may be submitted in an electronic format such as mp4 upon owner approval.

B. Completed documentation shall reproduce bright, sharp pictures with accurate colors and shall be free from distortion or any other significant picture imperfection. The audio portion of the recording shall reproduce the commentary of the camera operator with proper volume, clarity, and be free of distortion.

C. The Owner’s Representative will accompany the commercial firm in performing the

audio-video documentation. One person will accompany the commercial firm to observe the documentation effort. The accompanying personnel may direct the commercial firm to record certain features observed. Notify the Owner’s Representative seven days in advance so that the accompanying personnel can be scheduled.

D. Construction shall not proceed until the Owner and Owner’s Representative have

reviewed the documentation and notified the Contractor of its acceptability. It is anticipated that such review will be completed within 10 days after submittal.

1.03 MEASUREMENT AND PAYMENT

No separate payment item is provided for this work. The cost of performing this work shall be incorporated into lump sum for the work.

PART 2 – MATERIALS

Page 63: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Pre-Construction Digital Audio-Video Documentation REV. 03/14/18 Section No. 01 32 33-2

2.01 RECORDING EQUIPMENT

A. Utilize a high-resolution digital video camera with extended still frame capability.

2.02 RECORDING MEDIA

A. Utilize new, color DVD having: 1. High resolution.

2. Extended still frame capability.

3. American TV Standard DVD playback capability.

PART 3 – EXECUTION 3.01 COVERAGE

A. Record coverage of surface features located in the construction’s zone of influence

including, but not limited to: 1. Roadways, driveways, fencing, berm.

2. Buildings, walls, retaining walls, and seawalls.

3. Ponds, culvert ends, and drainage structures.

4. Landscaping, trees, shrubbery, fences, and irrigation heads.

B. Record the individual features of each item with particular attention being focused

upon the existence of any existing faults, fractures, or defects.

C. Control pan rate, rate of travel, camera height, and zoom rate to maintain a steady clear view.

D. Limit recorded coverage to one side of any street at any one time. E. Create a single, continuous, unedited recording which begins and ends within each

portion of a particular construction area. The recording shall proceed in the direction of ascending baseline stationing.

3.02 AUDIO CONTENT

A. Simultaneously record audio content during videotaping.

B. Audio recording shall assist in viewer orientation and in any needed identification, clarification, or description of features being recorded.

C. Audio recording shall only consist of camera operator commentary.

Page 64: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Pre-Construction Digital Audio-Video Documentation REV. 03/14/18 Section No. 01 32 33-3

3.03 INDEXING

A. Permanently label each DVD with a sequential number and the project name.

B. Index each DVD with a digital record of the time and date of the recording which is continuously displayed as the DVD is played.

C. Prepare a written log which describes the contents of each DVD including:

1. Names of streets or easements.

2. Coverage begin/end station and location

3. Recording date.

3.04 CONDITIONS

A. Record coverage during dry, clear weather and during daylight hours only.

B. Record coverage when the area is free of debris or obstructions. C. Record coverage no more than 21 days prior to mobilization at the site.

END OF SECTION

Page 65: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

References REV. 05/01/17 Section No. 01 42 00-1

SECTION 01 42 00

REFERENCES PART 1 - GENERAL 1.01 REFERENCE ABBREVIATIONS

A. Reference to a technical society, trade association or standards setting organization, may be made in the Specifications by abbreviations in accordance with the following list:

AABC Associated Air Balance Council AAMA Architectural Aluminum Manufacturers Association AASHTO American Association of State Highway and Transportation Officials AATCC American Association of Textile Chemists and Colorists ACI American Concrete Institute ADC Air Diffusion Council AFBMA Anti-friction Bearing Manufacturers Association AGA American Gas Association AGMA American Gear Manufacturers Association AHA Association of Home Appliance Manufacturers AISC American Institute of Steel Construction AISI American Iron and Steel Institute AMCA Air Movement and Control Association, Inc. ANSI American National Standards Institute APA American Plywood Association API American Petroleum Institute ARI American Refrigeration Institute ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air Conditioning

Engineers ASME American Society of Mechanical Engineers ASSE American Society of Sanitary Engineers ASTM American Society for Testing and Materials AWI Architectural Woodwork Institute AWPA American Wood Preservers Association AWS American Welding Society AWWA American Water Works Association BHMA Builders' Hardware Manufacturers Association BIA Brick Institute of American CABO Council of American Building Officials CAGI Compressed Air and Gas Institute CISPI Cast Iron Soil Pipe Institute CMAA Crane Manufacturers Association of America CRD U.S. Corps of Engineers Specifications CRSI Concrete Reinforcing Steel Institute CTI Cooling Tower Institute DHI Door and Hardware Institute

Page 66: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

References REV. 05/01/17 Section No. 01 42 00-2

DOH Department of Health DOT Department of Transportation Fed. Spec. Factory Mutual HMI Hoist Manufacturing Institute HPMA See HPVA HPVA Hardwood Plywood Veneer Association ICEA Insulated Cable Engineers Association IEEE Institute of Electrical and Electronics Engineers IFI Industrial Fasteners Institute MIL Military Specifications MSS Manufacturer's Standardization Society NAAMM National Association of Architectural Metal Manufacturers NACM National Association of Chain Manufacturers NBS National Bureau of Standards, See NIST NEBB National Environmental Balancing Bureau NEC National Electrical Code NEMA National Electrical Manufacturers Association NETA National Electrical Testing Association NFPA National Fire Protection Association NFPA National Forest Products Association NFPA National Fluid Power Association NIST National Institute of Standards and Technology NLMA National Lumber Manufacturers Association NSF National Sanitation Foundation OSHA Occupational Safety and Health Act PCI Prestressed Concrete Institute PDI Plumbing and Drainage Institute PEI Petroleum Equipment Institute SAE Society of Automotive Engineers SCPRF Structural Clay Products Research Foundation SMACNA Sheet Metal and Air Conditioning Contractors' National Association SPI Society of the Plastics Industry SSPC Steel Structures Painting Council STI Steel Tank Institute TCA Tile Council of American TIMA Thermal Insulation Manufacturers' Association UL Underwriters' Laboratories, Inc. USBR U. S. Bureau of Reclamation USBS U. S. Bureau of Standards, See NIST

1.02 ABBREVIATIONS

A. Abbreviations which may be used in individual Specification Sections Divisions 1 through 16 are as follows:

alternating current............................... ac American wire gauge .....................AWG ampere(s) ........................................amp

ampere-hour(s) ................................. AH annual................................................ann Ampere Interrupting

Page 67: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

References REV. 05/01/17 Section No. 01 42 00-3

Capacity.........................................AIC Aboveground Storage Tank…………AST atmosphere(s)...................................atm average.............................................avg biochemical oxygen demand.......... BOD Board Foot ......................................FBM brake horsepower..............................bhp Brinell Hardness.................................BH British thermal unit(s) ........................Btu calorie (s)............................................cal carbonaceous biochemical oxygen demand…..................................CBOD Celsius (centigrade)............................. C Center to Center ......................... C to C centimeter(s)..................................... cm concrete masonry unit.....................CMU coefficient, valve flow..........................Cv concrete...........................................conc cubic ...................................................cu cubic centimeter(s)..............................cc cubic feet per day...............................cfd cubic feet per hour .............................cfh cubic feet per minute.........................cfm cubic feet per minute, standard conditions...................... scfm cubic feet per second........................cfs cubic foot (feet)................................cu ft cubic inch(es).................................cu in cubic yard(s)..................................cu yd decibels.............................................dB decibels (A scale)............................dBa degree(s)......................................... deg dewpoint temperature....................... dpt diameter............................................dia direct current ......................................dc dissolved oxygen..............................DO dissolved solids ................................ DS dry-bulb temperature ........................ dbt efficiency ........................................... eff elevation............................................. el entering water temperature ..............ewt entering air temperature ................... eat equivalent direct radiation................. edr face area ............................................ fa face to face.....................................f to f Fahrenheit ..........................................F feet per day ...................................... fpd

feet per hour..................................... fph feet per minute ................................ fpm feet per second..................................fps foot (feet)............................................. ft foot-candle ..........................................fc foot-pound ....................................... ft-lb foot-pounds per minute..............ft-lb/min foot-pounds per second ............ ft-lb/sec formazin turbidity unit(s)....................FTU frequency...........................................freq fuel oil .................................................FO fuel oil supply ...................................FOS fuel oil return ....................................FOR gallon(s)..............................................gal gallons per day..................................gpd gallons per day per cubic foot.................................gpd/cu ft gallons per day per square foot............................................gpd/sq ft gallons per hour .............................. gph gallons per minute...........................gpm gallons per second............................gps gas chromatography and mass spectrometry............................GC-MS gauge..................................................ga grain(s)................................................gr gram(s) ................................................g grams per cubic centimeter..........gm/cc Heat Transfer Coefficient .................... U height................................................hgt Hertz ................................................ Hz horsepower ....................................... hp horsepower-hour............................hp-hr hour(s) ................................................hr humidity, relative.................................rh hydrogen ion concentration............... pH inch(es)................................................in inches per second...............................ips inside diameter................................... ID Jackson turbidity unit(s) .................. JTU kelvin................................................... K kiloamperes ........................................kA kilogram(s)..........................................kg kilometer(s)........................................km kilovar (kilovolt-amperes reactive).........................................kvar kilovolt(s)............................................kV

Page 68: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

References REV. 05/01/17 Section No. 01 42 00-4

kilovolt-ampere(s) ........................... kVA kilowatt(s)..........................................kW kilowatt-hour(s) ...............................kWh linear foot (feet)................................lin ft liter(s) .................................................. L megavolt-ampere(s).......................MVA meter(s)...............................................m micrograms per liter.........................ug/L miles per hour................................. mph milliampere(s).................................. mA milligram(s)...................................... mg milligrams per liter ........................ mg/L milliliter(s) ........................................ mL millimeter(s).................................... mm million gallons.................................. MG million gallons per day................... mgd millisecond(s) ................................... ms millivolt(s) ........................................ mV minute(s) ......................................... min mixed liquor suspended solids..........................................MLSS nephelometric turbidity unit ............ NTU net positive suction head............. NPSH noise criteria.......................................nc noise reduction coefficient ..............NRC number.............................................. no ounce(s).............................................oz outside air.......................................... oa outside diameter...............................OD parts per billion................................ ppb parts per million.............................. ppm percent ............................................. pct phase (electrical) .......................... . . ph pound(s) ............................................. lb pounds per cubic foot ....................... pcf pounds per cubic foot per hour…....................................... pcf/hr pounds per day........................... lbs/day pounds per day per cubic foot……........................... lbs/day/cu ft pounds per day per square foot ………....................... lbs/day/sq ft pounds per square foot..................... psf pounds per square foot per hour……….................................... psf/hr pounds per square inch.................... psi pounds per square inch absolute .... psia

pounds per square inch gauge........ psig power factor ....................................... PF pressure drop or difference..................dp pressure, dynamic (velocity) .............. vp pressure, vapor..............................vap pr quart(s) ................................................qt Rankine............................................... R relative humidity..................................rh resistance ........................................ res return air .............................................ra revolution(s) ..................................... rev revolutions per minute......................rpm revolutions per second..................... rps root mean squared.......................... rms safety factor ....................................... sf second(s) ........................................ sec shading coefficient ........................... SC sludge density index ....................... SDI Sound Transmission Coefficient.................................... STC specific gravity .............................. sp gr specific volume .......................... Sp Vol sp ht at constant pressure................ Cp square............................................... sq square centimeter(s)....................sq cm square foot (feet)............................. sq ft square inch (es) ............................. sq in square meter(s)............................. sq m square yard(s)............................... sq yd standard........................................... std static pressure.................................st pr supply air ..........................................sa suspended solids.............................. SS temperature................................... temp temperature difference ..................... TD temperature entering ........................ TE temperature leaving.......................... TL thousand Btu per hour................... Mbh thousand circular mils................... kcmil thousand cubic feet ......................... Mcf threshold limit value........................ TLV tons of refrigeration .........................tons torque............................................ TRQ total dissolved solids ..................... TDS total dynamic head ........................ TDH total nitrogen ………...................... TKN total oxygen demand ..................... TOD

Page 69: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

References REV. 05/01/17 Section No. 01 42 00-5

total pressure.................................... TP total solids ........................................ TS total suspended solids................... TSS total volatile solids ......................... TVS Underground Storage Tank…………UST vacuum............................................ vac viscosity.......................................... visc volatile organic chemical ............... VOC volatile solids.....................................VS volatile suspended solids............... VSS volt(s) ................................................. V volts-ampere(s) ................................ VA

volume.............................................. vol watt(s) ............................................... W watthour(s) ...................................... Wh watt-hour demand .........................WHD watt-hour demand meter ............WHDM week(s)............................................. wk weight................................................ wt wet-bulb........................................... WB wet bulb temperature.................... WBT yard(s)................................................yd year(s)................................................ yr

1.03 REFERENCE PUBLICATIONS The following publications are incorporated into this Manual and are made a part of this Manual as is set out verbatim in this Manual. Violations of any provision of every such publication, as updated from time-to-time by Resolution(s) of the Board of County Commissioners, shall be a violation of the Collier County Utilities Standards and Procedures Ordinance, as then amended.

A. Great Lakes/Upper Mississippi River Board of State Sanitary Engineers. Recommended Standards for Water Works, Health Education Service, Inc., P.O. Box 7283, Albany, New York, 12224.

B. Rules of the Florida Department of Environmental Protection for Water, Wastewater,

and Reclaimed Water Systems, latest revisions of F.A.C. Chapters 62-550, 62-555, 62-600, 62-604, 62-610, 64E-6, and 64E-8, 3900 Commonwealth Boulevard M.S. 49, Tallahassee, Florida, 32399.

C. American Water Works Association, Inc., Water Treatment Plant Design, 6666 West

Quincy Avenue, Denver, Colorado, 80235. D. American Water Works Association, Inc., Water Treatment Plant Design, AWWA

Standards and Applicable Manuals, 6666 West Quincy Avenue, Denver, Colorado, 80235.

E. Ductile Iron Pipe Research Association, Handbook, Ductile Iron Pipe/Cast Iron Pipe,

Ductile Iron Pipe Research Association, 245 Riverchase Parkway East, Birmingham, Alabama, 35244.

F. Uni-Bell Plastic Pipe Association, Handbook of PVC Pipe, Uni-Bell Plastic Pipe

Association, 2655 Villa Creek Drive, Suite 164, Dallas, Texas, 75234. G. American National Standards Institute, latest revisions of applicable standards, 1819

L Street NW, Suite 600, Washington, D.C., 20036.

Page 70: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

References REV. 05/01/17 Section No. 01 42 00-6

H. American Society for Testing and Materials, latest revisions of applicable standards, ASTM International, 100 Barr Harbor Drive, PO Box C700, West Conshohocken, Pennsylvania, 19428-2959.

I. National Water Research Institute, Treatment Technologies for Removal of MTBE.

NWRI, 10500 Ellis Ave., P.O. Box 20865, Fountain Valley, CA, 92728. J. National Water Research Institute, Valuing Ground Water: Economic

Concepts/Approaches. NWRI, 10500 Ellis Ave., P.O. Box 20865, Fountain Valley, CA, 92728.7.3.14.

K. U.S. Environmental Protection Agency, Design Criteria for Mechanical, Electric, and

Fluid System and Component Reliability, Supplement to the Federal Guidelines for Design, Operation, and Maintenance of Wastewater Treatment Facilities, Technical Bulletin EPA-430-99-74-001, U.S. EPA, Office of Water Program Operations.

L. Florida Department of Transportation, Standard Specifications for Road and Bridge

Construction, Maps & Publications Sales, Mail Station 12, 605 Suwannee Street, Tallahassee, Florida 32399-0450.

M. Plastics Pipe Institute, Handbook of Polyethylene Pipe, 1825 Connecticut Ave., NW,

Suite 680, Washington, DC 20009. N. National Fire Protection Association, 1995 Edition of NFPA 24 Standard for the

Installation of Private Fire Service Mains and Their Appurtenances, 1 Batterymarch Park, Quincy, MA 02169.

O. Collier County Water-Sewer District Utilities Standards Manual. P. National Electrical Code, latest revisions of applicable requirements. Q. National Fire Protection Association, 2003 Edition of NFPA 30 Flammable and

Combustible Liquids Code, 1 Batterymarch Park, Quincy, MA 02169. R. National Fire Protection Association, 2003 Edition of NFPA 37 Standard for the

Installation and Use of Stationary Combustion Engines and Gas Turbines, 1 Batterymarch Park, Quincy, MA 02169.

S. Petroleum Equipment Institute, 1996 Edition of RP200 Recommended Practice for

Installation of Aboveground Storage System for Motor Vehicle Fueling T. Rules of the Florida Department of Environmental Protection for Underground

Storage Tank Systems, latest revisions of F.A.C. Chapters 62-761, 3900 Commonwealth Boulevard M.S. 49, Tallahassee, Florida, 32399.

U Rules of the Florida Department of Environmental Protection for Aboveground

Storage Tank Systems, latest revisions of F.A.C. Chapters 62-762, 3900 Commonwealth Boulevard M.S. 49, Tallahassee, Florida, 32399.

Page 71: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

References REV. 05/01/17 Section No. 01 42 00-7

1.04 REFERENCE STANDARDS

A. Latest Edition: Construe references to furnishing materials or testing, which conform to the standards of a particular technical society, organization, or body, to mean the latest standard, code, or specification of that body, adopted and published as of the date of bidding this Contract. Standards referred to herein are made a part of these Specifications to the extent that is indicated or intended.

B. Precedence: The duties and responsibilities of the Owner, Contractor or DESIGN

PROFESSIONAL, or any of their consultants, agents or employees are set forth in the Contract Documents, and are not changed or altered by any provision of any referenced standard specifications, manuals or code, whether such standard manual or code is or is not specifically incorporated by reference in the Contract Documents. Any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority, to undertake responsibility contrary to the powers of the DESIGN PROFESSIONAL as set forth in the Contract Documents cannot be assigned to the DESIGN PROFESSIONAL or any of the DESIGN PROFESSIONAL 's consultants, agents or employees.

1.05 DEFINITIONS

A. In these Contract Documents the words furnish, install and provide are defined as follows:

1. Furnish (Materials): to supply and deliver to the project ready for installation

and in operable condition. 2. Install (services or labor): to place in final position, complete, anchored,

connected in operable condition. 3. Provide: to furnish and install complete. Includes the supply of specified

services. When neither furnish, install or provide is stated, provided is implied. 4. COUNTY: Collier County Board of Commissioners, County Government

Center, 3301 East Tamiami Trail, Naples, Florida 34112, or authorized staff or representatives.

5. DESIGN PROFESSIONAL: The terms Design Professional, Design Engineer,

and Engineer are interchangeably used throughout the Contract Documents. PART 2 - MATERIALS (NOT USED) PART 3 - EXECUTION (NOT USED)

Page 72: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

References REV. 05/01/17 Section No. 01 42 00-8

END OF SECTION

Page 73: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Quality Requirements 05/05/17 Section No. 01 45 00-1

SECTION 01 45 00

QUALITY REQUIREMENTS

PART 1 - GENERAL

1.01 DESCRIPTION:

A. This section covers Quality Assurance and Quality 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.

1.02 SUMMARY:

A. Section includes administrative and procedural requirements for quality assurance and quality control.

B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements.

1. Specific quality-assurance and quality-control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products.

2. Specified tests, inspections, and related actions do not limit Contractor's other quality-assurance and quality-control procedures that facilitate compliance with the Contract Document requirements.

3. Requirements for Contractor to provide quality-assurance and quality-control services required by Engineer, Owner, or authorities having jurisdiction are not limited by provisions of this Section.

1.03 REFERENCES:

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

1. E329: Standard Specification for Agencies Engaged in Construction Inspection and/or Testing

1.04 DEFINITIONS:

A. Quality-Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and substantiate that proposed construction will comply with requirements.

Page 74: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Quality Requirements 05/05/17 Section No. 01 45 00-2

B. Quality-Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that actual products incorporated into the Work and completed construction comply with requirements. Services do not include contract enforcement activities performed by Engineer.

C. Preconstruction Testing: Tests and inspections performed specifically for Project before products and materials are incorporated into the Work, to verify performance or compliance with specified criteria.

D. Product Testing: Tests and inspections that are performed by a Nationally Recognized Testing Laboratory (NRTL), an (National Voluntary Laboratory Accreditation Program (NVLAP), or a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to establish product performance and compliance with specified requirements.

1. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7.

2. NVLAP: A testing agency accredited according to NIST's National Voluntary Laboratory Accreditation Program.

E. Source Quality-Control Testing: Tests and inspections that are performed at the source, e.g., plant, mill, factory, or shop.

F. Field Quality-Control Testing: Tests and inspections that are performed on-site for installation of the Work and for completed Work.

G. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency.

H. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub-subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations.

1. Use of trade-specific terminology in referring to a trade or entity does not require that certain construction activities be performed by accredited or unionized individuals, or that requirements specified apply exclusively to specific trade(s).

I. Experienced: When used with an entity or individual, "experienced" means having successfully completed a minimum of five previous projects similar in nature, size, and extent to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities having jurisdiction.

1.05 CONFLICTING REQUIREMENTS:

A. Referenced Standards: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer conflicting requirements that are different, but apparently equal, to Engineer and Owner for a decision before proceeding.

Page 75: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Quality Requirements 05/05/17 Section No. 01 45 00-3

B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Engineer for a decision before proceeding.

1.06 SUBMITTALS:

A. Shop Drawings: For integrated and exterior mockups, provide plans, sections, and elevations, indicating materials and size of mockup construction.

1. Indicate manufacturer and model number of individual components.

2. Provide axonometric drawings for conditions difficult to illustrate in two dimensions.

B. Contractor's Quality-Control Plan: For quality-assurance and quality-control activities and responsibilities.

C. Qualification Data: For Contractor's quality-control personnel.

D. Contractor's Statement of Responsibility: When required by authorities having jurisdiction, submit copy of written statement of responsibility sent to authorities having jurisdiction before starting work on the following systems:

1. Seismic-force-resisting system, designated seismic system, or component listed in the designated seismic system quality-assurance plan prepared by Engineer.

2. Main wind-force-resisting system or a wind-resisting component listed in the wind-force-resisting system quality-assurance plan prepared by Engineer.

E. Testing Agency Qualifications: For testing agencies specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority.

F. Schedule of Tests and Inspections: Prepare in tabular form and include the following:

1. Specification Section number and title.

2. Entity responsible for performing tests and inspections.

3. Description of test and inspection.

4. Identification of applicable standards.

5. Identification of test and inspection methods.

6. Number of tests and inspections required.

7. Time schedule or time span for tests and inspections.

Page 76: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Quality Requirements 05/05/17 Section No. 01 45 00-4

8. Requirements for obtaining samples.

9. Unique characteristics of each quality-control service.

1.07 CONTRACTOR'S QUALITY-CONTROL PLAN:

A. Quality-Control Plan, General: Submit quality-control plan within 10 days of Notice to Proceed, and not less than five days prior to preconstruction conference. Submit in format acceptable to Engineer. Identify personnel, procedures, controls, instructions, tests, records, and forms to be used to carry out Contractor's quality-assurance and quality-control responsibilities. Coordinate with Contractor's construction schedule.

B. Quality-Control Personnel Qualifications: Engage qualified full-time personnel trained and experienced in managing and executing quality-assurance and quality-control procedures similar in nature and extent to those required for Project.

1. Project quality-control manager may also serve as Project superintendent.

C. Submittal Procedure: Describe procedures for ensuring compliance with requirements through review and management of submittal process. Indicate qualifications of personnel responsible for submittal review.

D. Testing and Inspection: In quality-control plan, include a comprehensive schedule of Work requiring testing or inspection, including the following:

1. Contractor-performed tests and inspections including subcontractor-performed tests and inspections. Include required tests and inspections and Contractor-elected tests and inspections.

2. Special inspections required by authorities having jurisdiction and indicated on the "Statement of Special Inspections."

3. Note: There are no Owner-performed tests and inspections. All testing shall be completed by the Contractor and his subcontractors as a part of this contract.

E. Continuous Inspection of Workmanship: Describe process for continuous inspection during construction to identify and correct deficiencies in workmanship in addition to testing and inspection specified. Indicate types of corrective actions to be required to bring work into compliance with standards of workmanship established by Contract requirements and accepted mockups.

F. Monitoring and Documentation: Maintain testing and inspection reports including log of accepted and rejected results. Include work Engineer has indicated as nonconforming or defective. Indicate corrective actions taken to bring nonconforming work into compliance with requirements. Comply with requirements of authorities having jurisdiction.

1.08 REPORTS AND DOCUMENTS:

A. Test and Inspection Reports: Prepare and submit certified written reports specified in other Sections. Include the following:

Page 77: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Quality Requirements 05/05/17 Section No. 01 45 00-5

1. Date of issue.

2. Project title and number.

3. Name, address, and telephone number of testing agency.

4. Dates and locations of samples and tests or inspections.

5. Names of individuals making tests and inspections.

6. Description of the Work and test and inspection method.

7. Identification of product and Specification Section.

8. Complete test or inspection data.

9. Test and inspection results and an interpretation of test results.

10. Record of temperature and weather conditions at time of sample taking and testing and inspecting.

11. Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements.

12. Name and signature of laboratory inspector.

13. Recommendations on retesting and reinspecting.

B. Manufacturer’s Technical Representative’s Field Reports: Prepare written information documenting manufacturer’s technical representative's tests and inspections specified in other Sections. Include the following:

1. Name, address, and telephone number of technical representative making report.

2. Statement on condition of substrates and their acceptability for installation of product.

3. Statement that products at Project site comply with requirements.

4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken.

5. Results of operational and other tests and a statement of whether observed performance complies with requirements.

6. Statement whether conditions, products, and installation will affect warranty.

7. Other required items indicated in individual Specification Sections.

C. Factory-Authorized Service Representative’s Reports: Prepare written information documenting manufacturer's factory-authorized service representative's tests and inspections specified in other Sections. Include the following:

Page 78: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Quality Requirements 05/05/17 Section No. 01 45 00-6

1. Name, address, and telephone number of factory-authorized service representative making report.

2. Statement that equipment complies with requirements.

3. Results of operational and other tests and a statement of whether observed performance complies with requirements.

4. Statement whether conditions, products, and installation will affect warranty.

5. Other required items indicated in individual Specification Sections.

D. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work.

1.09 QUALITY ASSURANCE:

A. General: Qualifications paragraphs in this article establish the minimum qualification levels required; individual Specification Sections specify additional requirements.

B. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units.

C. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units.

D. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance.

E. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated.

F. Specialists: Certain Specification Sections require that specific construction activities shall be performed by entities who are recognized experts in those operations. Specialists shall satisfy qualification requirements indicated and shall be engaged for the activities indicated.

1. Requirements of authorities having jurisdiction shall supersede requirements for specialists.

G. Testing Agency Qualifications: An NRTL, an NVLAP, or an independent agency with the experience and capability to conduct testing and inspecting indicated, as documented according to ASTM E329 and with additional qualifications specified in

Page 79: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Quality Requirements 05/05/17 Section No. 01 45 00-7

individual Sections; and, where required by authorities having jurisdiction, that is acceptable to authorities.

H. Manufacturer's Technical Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to observe and inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project.

I. Factory-Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project.

J. Preconstruction Testing: Where testing agency is indicated to perform preconstruction testing for compliance with specified requirements for performance and test methods, comply with the following:

1. Contractor responsibilities include the following:

a. Provide test specimens representative of proposed products and construction.

b. Submit specimens in a timely manner with sufficient time for testing and analyzing results to prevent delaying the Work.

2. Testing Agency Responsibilities: Submit a certified written report of each test, inspection, and similar quality-assurance service to Engineer, with copy to Contractor. Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the Contract Documents.

K. 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

L. 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.

M. 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.

Page 80: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Quality Requirements 05/05/17 Section No. 01 45 00-8

1.10 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.

1.11 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 accepted otherwise by the Engineer.

1.12 QUALITY CONTROL:

A. Owner Responsibilities: There are no quality-control services indicated as Owner's responsibility.

1. Should Owner wish to retest and reinspect work that failed to comply with the Contract Documents, this testing/inspection work will be charged to Contractor.

B. Contractor Responsibilities: Tests and inspections are Contractor's responsibility. Perform additional quality-control activities required to verify that the Work complies with requirements, whether specified or not.

1. Unless otherwise indicated, provide quality-control services specified and those required by authorities having jurisdiction. Perform quality-control services required of Contractor by authorities having jurisdiction, whether specified or not.

2. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality.

3. Comply with manufacturers' instructions, including each step in sequence.

4. When manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding.

Page 81: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Quality Requirements 05/05/17 Section No. 01 45 00-9

5. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship.

6. Perform Work by persons qualified to produce required and specified quality.

7. Verify field measurements are as indicated on Shop Drawings or as instructed by manufacturer.

8. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, or disfigurement.

9. Where services are indicated as Contractor's responsibility, engage a qualified testing agency to perform these quality-control services.

a. Contractor shall not employ same entity engaged by Owner, unless agreed to in writing by Owner.

10. Notify testing agencies at least 24 hours in advance of time when Work that requires testing or inspecting will be performed.

11. Where quality-control services are indicated as Contractor's responsibility, submit a certified written report, in duplicate, of each quality-control service.

12. Testing and inspecting requested by Contractor and not required by the Contract Documents are Contractor's responsibility.

13. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct.

C. Tolerances:

1. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate.

2. Comply with manufacturers' tolerances. When manufacturers' tolerances conflict with Contract Documents, request clarification from Engineer before proceeding.

3. Adjust products to appropriate dimensions; position before securing products in place.

D. Manufacturer's Field Services: Where indicated, engage a factory-authorized service representative to inspect field-assembled components and equipment installation, including service connections. Report results in writing as specified in Division 01 Section "Submittals."

E. Manufacturer's Technical Services: Where indicated, engage a manufacturer's technical representative to observe and inspect the Work. Manufacturer's technical representative's services include participation in preinstallation conferences, examination of substrates and conditions, verification of materials, observation of

Page 82: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Quality Requirements 05/05/17 Section No. 01 45 00-10

Installer activities, inspection of completed portions of the Work, and submittal of written reports.

F. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibility, provide quality-control services, including retesting and reinspecting, for construction that replaced Work that failed to comply with the Contract Documents.

G. Testing Agency Responsibilities: Cooperate with Engineer and Contractor in performance of duties. Provide qualified personnel to perform required tests and inspections.

1. Notify Engineer and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services.

2. Determine the location from which test samples will be taken and in which in-situ tests are conducted.

3. Conduct and interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from requirements.

4. Submit a certified written report, in duplicate, of each test, inspection, and similar quality-control service through Contractor.

5. Do not release, revoke, alter, or increase the Contract Document requirements or approve or accept any portion of the Work.

6. Do not perform any duties of Contractor.

H. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality-control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following:

1. Access to the Work.

2. Incidental labor and facilities necessary to facilitate tests and inspections.

3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples.

4. Facilities for storage and field curing of test samples.

5. Delivery of samples to testing agencies.

6. Preliminary design mix proposed for use for material mixes that require control by testing agency.

7. Security and protection for samples and for testing and inspecting equipment at Project site.

Page 83: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Quality Requirements 05/05/17 Section No. 01 45 00-11

I. Coordination: Coordinate sequence of activities to accommodate required quality-assurance and -control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting.

1. Schedule times for tests, inspections, obtaining samples, and similar activities.

J. Schedule of Tests and Inspections: Prepare a schedule of tests, inspections, and similar quality-control services required by the Contract Documents . Coordinate and submit concurrently with Contractor's construction schedule. Update as the Work progresses.

1. Distribution: Distribute schedule to Owner, Engineer, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required.

PART 2 - PRODUCTS

(Not Used)

PART 3 - EXECUTION

3.01 EXAMINATION:

A. Verify existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions.

B. Verify existing substrate is capable of structural support or attachment of new Work being applied or attached.

C. Examine and verify specific conditions described in individual specification sections.

D. Verify utility services are available, of correct characteristics, and in correct locations.

3.02 PREPARATION:

A. Clean substrate surfaces prior to applying next material or substance.

B. Seal cracks or openings of substrate prior to applying next material or substance.

C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying new material or substance in contact or bond.

3.03 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

Page 84: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Quality Requirements 05/05/17 Section No. 01 45 00-12

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.

3.04 TEST AND INSPECTION LOG:

A. Test and Inspection Log: Prepare a record of tests and inspections. Include the following:

1. Date test or inspection was conducted.

2. Description of the Work tested or inspected.

3. Date test or inspection results were transmitted to Engineer.

4. Identification of testing agency or special inspector conducting test or inspection.

B. Maintain log at Project site. Post changes and revisions as they occur. Provide access to test and inspection log for Engineer's reference during normal working hours.

3.05 REPAIR AND PROTECTION:

A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes.

1. Provide materials and comply with installation requirements specified in other Specification Sections or matching existing substrates and finishes. Restore patched areas and extend restoration into adjoining areas with durable seams that are as invisible as possible. Comply with the Contract Document requirements for cutting and patching in Division 01 Section "Execution."

B. Protect construction exposed by or for quality-control service activities.

C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality-control services.

END OF SECTION

Page 85: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Temporary Facilities Section No. 01 50 00-1 Rev. 01/08/18

SECTION 01 50 00

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. Section Includes:

a. User Charges:

(1) Sewer.

(2) Water.

(3) Electric.

(4) Temporary heat.

b. Haul Routes

c. Temporary Facilities:

(1) Field offices and sheds.

d. Equipment.

e. Support facility installation.

f. Security and Protection:

g. Operation, termination, and removal.

1.02 REFERENCES:

A. American National Standards Institute (ANSI):

1. A 117.1: Accessible and Usable Buildings and Facilities.

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

1. E84: Standard Test Method for Surface Burning Characteristics of Building Materials

2. E136: Standard Test Method for Behavior of Materials in a Vertical Tube Furnace at 750 deg. C.

Page 86: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Temporary Facilities Section No. 01 50 00-2 Rev. 01/08/18

C. National Fire Protection Association (NFPA):

1. 70: National Electrical Code

2. 241: Standard of Safeguarding Construction, Alteration, and Demolition Operations

3. 701: Standard Methods of Fire Tests for Flame Propagation of Textiles and Films

1.03 USE CHARGES:

A. General: Costs for installation, removal and use of temporary facilities shall be included in the Contract Sum unless otherwise indicated. Allow other entities to use temporary services and facilities without cost, including, but not limited to, Engineer, occupants of Project, testing agencies, and authorities having jurisdiction.

B. Electric Power Service:

1. 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.

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

C. Water and Sewer Service from Existing System:

1. Water from Marco Island Water distribution system is available on Marco Island and Marco Shores. The Contractor shall coordinate with Collier County for Collier Boulevard area not in City limits (north of Jolley Bridge) and City of Marco Island for use of potable water needed and shall pay any usage charges. Contractor shall coordinate with Collier County and Marco Island to determine needed connections and extensions of services as required for construction operations and will be responsible for all associated costs.

2. Sewer Service is available in both the Marco Shores and Marco Island areas from City of Marco Island. Contractor shall coordinate with Marco Island to determine needed connections and extensions of sewer service as required for construction operations and will be responsible for all associated costs.

D. The Contractor shall be solely responsible for the provision of water for the pressure testing, leakage testing and other testing required by Contract.

1.04 HAUL ROUTES:

A. Consult with authority having jurisdiction, establish public thoroughfares to be used for haul routes and site access. Submit Drawings indicating haul routes designated by authorities having jurisdictions for use of construction traffic.

Page 87: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Temporary Facilities Section No. 01 50 00-3 Rev. 01/08/18

B. Contractor shall confine construction traffic to designated haul routes and shall provide traffic control at critical areas of haul routes to regulate traffic, to minimize interference with public traffic.

1.05 SUBMITTALS:

A. Site Plan: Show temporary facilities, utility hookups, staging areas, and parking areas for construction personnel.

B. Erosion- and Sedimentation-Control Plan: Show compliance with requirements of EPA Construction General Permit or authorities having jurisdiction, whichever is more stringent.

C. Fire-Safety Program: Show compliance with requirements of NFPA 241 and authorities having jurisdiction. Indicate Contractor personnel responsible for management of fire-prevention program.

D. Dust Control Plan: Submit coordination drawing and narrative that indicate the dust- control measures proposed for use and proposed time frame for their operation. Identify further options if proposed measures are later determined to be inadequate.

1.06 QUALITY ASSURANCE:

A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70.

B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits.

PART 2 - PRODUCTS

2.01 MATERIALS:

A. Chain-Link Fencing: Minimum 2-inch (50-mm), 0.148-inch- (3.8-mm-) thick, galvanized-steel, chain-link fabric fencing; minimum 6 feet (1.8 m) high with galvanized-steel pipe posts; minimum 2-3/8-inch- (60-mm-) OD line posts and 2-7/8-inch- (73-mm-) OD corner and pull posts, with 1-5/8-inch- (42-mm-) OD top rails, with galvanized barbed-wire top strand.

B. Portable Chain-Link Fencing: Minimum 2-inch (50-mm), 0.148-inch- (3.8-mm-) thick, galvanized-steel, chain-link fabric fencing; minimum 6 feet (1.8 m) high with galvanized-steel pipe posts; minimum 2-3/8-inch- (60-mm-) OD line posts and 2-7/8-inch- (73-mm-) OD corner and pull posts, with 1-5/8-inch- (42-mm-) OD top and bottom rails. Provide concrete orgalvanized-steel bases for supporting posts.

C. Wood Enclosure Fence: Plywood, [6 feet (1.8 m)] [8 feet (2.4 m)] high, framed with four 2-by-4-inch (50-by-100-mm) rails, with preservative-treated wood posts spaced not more than 8 feet (2.4 m) apart.

Page 88: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Temporary Facilities Section No. 01 50 00-4 Rev. 01/08/18

D. Polyethylene Sheet: Reinforced, fire-resistive sheet, 10-mil (0.25-mm) minimum thickness, with flame-spread rating of 15 or less per ASTM E84 and passing NFPA 701 Test Method 2.

E. Dust-Control Adhesive-Surface Walk-off Mats: Provide mats minimum 36 by 60 inches (914 by 1624 mm).

F. Insulation: Unfaced mineral-fiber blanket, manufactured from glass, slag wool, or rock wool; with maximum flame-spread and smoke-developed indexes of 25 and 50, respectively.

2.02 TEMPORARY FACILITIES:

A. Field Offices, General: Prefabricated or mobile units with serviceable finishes, temperature controls, and foundations adequate for normal loading.

B. 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.

C. Temporary Storage Yards: The Contractor shall construct temporary storage yards for storage of Products that are not subject to damage by weather conditions.

D. Temporary Storage Buildings:

1. The Contractor shall provide environmental control systems that meet the recommendations of Suppliers and manufacturers of the equipment and materials stored.

2. The Contractor shall arrange for a chain link partition fence to provide security of contents and ready access for inspection and inventory.

E. The Contractor shall store combustible materials (paints, solvents, fuels) in a well ventilated and remote building meeting all applicable safety standards.

PART 3 - EXECUTION

3.01 INSTALLATION, GENERAL:

A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required by progress of the Work.

1. Locate facilities to limit site disturbance as specified in Division 01 Section "Summary."

B. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities.

Page 89: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Temporary Facilities Section No. 01 50 00-5 Rev. 01/08/18

3.02 TEMPORARY UTILITY INSTALLATION:

A. General: Install temporary service

1. Arrange with utility company, Owner, and existing users for time when service can be interrupted, if necessary, to make connections for temporary services.

B. Sewers and Drainage: Provide temporary utilities to remove effluent lawfully.

C. Water Service: Install water service and distribution piping in sizes and pressures adequate for construction.

D. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of construction personnel. Comply with requirements of authorities having jurisdiction for type, number, location, operation, and maintenance of fixtures and facilities.

1. Toilets: Use of Owner’s existing toilet facilities is prohibited.

E. Heating and Cooling: Provide temporary heating and cooling required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of low temperatures or high humidity. Select equipment that will not have a harmful effect on completed installations or elements being installed.

F. Electric Power Service: Provide electric power service and distribution system of sufficient size, capacity, and power characteristics required for construction operations.

G. Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations, observations, inspections, and traffic conditions.

3.03 SUPPORT FACILITIES INSTALLATION:

A. General: Comply with the following:

1. Provide construction for temporary offices, shops, and sheds located within construction area or within 30 feet (9 m) of building lines that is noncombustible according to ASTM E136. Comply with NFPA 241.

2. Maintain support facilities until Engineer schedules Substantial Completion inspection. Remove before Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to Owner.

B. Temporary Roads and Paved Areas: Construct and maintain temporary roads and paved areas adequate for construction operations.

1. Provide dust-control treatment that is nonpolluting and non-tracking. Reapply treatment as required to minimize dust.

2. Do not use chemical means of dust control without prior written approval from the Engineer. The use of petroleum products will not be allowed at any time.

Page 90: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Temporary Facilities Section No. 01 50 00-6 Rev. 01/08/18

C. Temporary Use of Permanent Roads and Paved Areas: Locate temporary roads and paved areas in same location as permanent roads and paved areas. Construct and maintain temporary roads and paved areas adequate for construction operations. Extend temporary roads and paved areas, within construction limits indicated, as necessary for construction operations.

1. Coordinate elevations of temporary roads and paved areas with permanent roads and paved areas.

2. Prepare subgrade and install subbase and base for temporary roads and paved areas according to Division 31 Section.

3. Recondition base after temporary use, including removing contaminated material, regrading, proofrolling, compacting, and testing.

D. Traffic Controls: Comply with requirements of authorities having jurisdiction.

1. Protect existing site improvements to remain including curbs, pavement, and utilities.

2. Maintain access for fire-fighting equipment and access to fire hydrants.

E. Parking: The Contractor shall not use public roads or undesignated areas for parking.

F. Dewatering Facilities and Drains: Comply with requirements of authorities having jurisdiction. Maintain Project site, excavations, and construction free of water.

1. Dispose of rainwater in a lawful manner that will not result in flooding Project or adjoining properties or endanger permanent Work or temporary facilities.

G. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handle waste from construction operations. Comply with requirements of authorities having jurisdiction. Comply with progress cleaning requirements in Division 01 Section.

H. Lifts and Hoists: Provide facilities necessary for hoisting materials and personnel.

1. Truck cranes and similar devices used for hoisting materials are considered "tools and equipment" and not temporary facilities.

3.04 SECURITY AND PROTECTION FACILITIES INSTALLATION:

A. Protection of Existing Facilities: Protect existing vegetation, equipment, structures, utilities, and other improvements at Project site and on adjacent properties, except those indicated to be removed or altered. Repair damage to existing facilities.

B. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction to comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects.

1. Comply with work restrictions specified in Division 01 Section "Summary of Work."

Page 91: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Temporary Facilities Section No. 01 50 00-7 Rev. 01/08/18

C. Temporary Erosion and Sedimentation Control: Comply with requirements specified in Division 31 Section "Site Clearing."

D. Temporary Erosion and Sedimentation Control: Provide measures to prevent soil erosion and discharge of soil-bearing water runoff and airborne dust to undisturbed areas and to adjacent properties and walkways.

1. Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross tree- or plant- protection zones.

2. Inspect, repair, and maintain erosion- and sedimentation-control measures during construction until permanent vegetation has been established.

3. Clean, repair, and restore adjoining properties and roads affected by erosion and sedimentation from Project site during the course of Project.

4. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal.

E. Stormwater Control: Comply with requirements of authorities having jurisdiction. Provide barriers in and around excavations and subgrade construction to prevent flooding by runoff of stormwater from heavy rains.

F. Tree and Plant Protection: Install temporary fencing outside the drip line of trees to protect vegetation from damage from construction operations. Protect tree root systems from damage, flooding, and erosion.

G. Pest Control: Engage pest-control service to recommend practices to minimize attraction and harboring of rodents, roaches, and other pests and to perform extermination and control procedures at regular intervals so Project will be free of pests and their residues at Substantial Completion. Perform control operations lawfully, using environmentally safe materials.

H. Security Enclosure and Lockup: Install temporary enclosure around partially completed areas of construction. Provide lockable entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. Lock entrances at end of each work day.

I. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting.

J. Temporary Egress: Maintain temporary egress from existing occupied facilities as indicated and as required by authorities having jurisdiction.

K. Temporary Enclosures: Provide temporary enclosures for protection of construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary weathertight enclosure for building exterior.

1. Where heating or cooling is needed and permanent enclosure is incomplete, insulate temporary enclosures.

Page 92: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Temporary Facilities Section No. 01 50 00-8 Rev. 01/08/18

L. Temporary Fire Protection: Install and maintain temporary fire-protection facilities of types needed to protect against reasonably predictable and controllable fire losses. Comply with NFPA 241; manage fire-prevention program.

1. Prohibit smoking in construction areas.

2. Supervise welding operations, combustion-type temporary heating units, and similar sources of fire ignition according to requirements of authorities having jurisdiction.

3. Develop and supervise an overall fire-prevention and -protection program for personnel at Project site.

3.05 CLEANING ENGINEERS AND CONSTRUCTION OFFICES DURING CONSTRUCTION:

A. Contractor to maintain the grounds within his working limits and around any equipment or storage areas. This includes removal of waste material, cutting of grass, weed whacking around storage racks and material.

B. The Contractor shall make arrangements with, and obtain permits from, any authorities having jurisdiction for disposal of waste and debris.

C. The Contractor shall wet down exterior surfaces prior to sweeping to prevent blowing of dust and debris. At least weekly, the Contractor shall sweep all floors (basins, tunnels, platforms, walkways, roof surfaces), and pick up all debris and dispose of off Site.

D. The Contractor shall provide approved containers for collection and disposal of waste materials, debris, and rubbish. At least at weekly intervals, the Contractor shall dispose of such waste materials, debris, and rubbish off Site.

E. At least weekly, the Contractor shall brush sweep entry drive and roadways, and all other streets and walkways affected by the Work and where adjacent to the Work.

3.07 OPERATION, TERMINATION, AND REMOVAL:

A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses.

B. Maintenance: Maintain facilities in good operating condition until removal.

1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage.

C. Temporary Facility Changeover: Do not change over from using temporary security and protection facilities to permanent facilities until Substantial Completion.

D. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent facility, or no

Page 93: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Temporary Facilities Section No. 01 50 00-9 Rev. 01/08/18

later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired.

1. Materials and facilities that constitute temporary facilities are property of Contractor. Owner reserves right to take possession of Project identification signs.

2. Remove temporary roads and paved areas not intended for or acceptable for integration into permanent construction. Where area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction.

3. At Substantial Completion, repair, renovate, and clean permanent facilities used during construction period. Comply with final cleaning requirements specified in Division 01 Section "Contract Closeout."

END OF SECTION

Page 94: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Traffic Regulation REV. 03/13/18 Section No. 01 55 26-1

SECTION 01 55 26 TRAFFIC REGULATION

PART 1 - GENERAL 1.01 WORK INCLUDED

A. This item will consist of providing, installing, moving, replacing, maintaining, cleaning and removal upon completion of work, all signs, barricades, pavement markings, barriers, cones, lights, signals and other devices necessary for the safe movement of all vehicular and pedestrian traffic through and within the project.

B. The Contractor shall arrange his work so that there will be as little disruption of traffic as possible.

C. The Contractor shall have a Certified Worksite Traffic Supervisor in accordance with the General Conditions.

1.02 REFERENCES

A. U.S. Department of Transportation (FHWA) Manual of Uniform Traffic Control Devices as adopted by the Florida Department of Transportation (latest edition).

B. Florida Department of Transportation Design Standards, latest edition.

C. Florida Department of Transportation Standard Specification for Road and Bridge Construction, latest edition.

1.03 SUBMITTALS

A. The Contractor shall obtain approval from the City, County, or State Agency having jurisdiction over the road or highway for any road crossings and detours required.

B. Maintenance of Traffic (MOT) plans, if provided in the Contract Drawings, are considered a minimum requirement and it is the Contractor’s responsibility to provide a safe traffic, pedestrian and working environment in accordance with the governing regulations. Contractor shall adjust the MOT plan as necessary to meet the field conditions at no additional cost to the Owner.

Page 95: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Traffic Regulation REV. 03/13/18 Section No. 01 55 26-2

C. If MOT plans are not provided in the Contract Drawings, a detailed traffic control plan and MOT plan shall be developed and submitted by the Contractor to such Agencies having jurisdiction over the road for their approval, and said approval shall be obtained prior to commencing construction.

D. Any deviations from the Contract Drawings, or MOT plans specifically developed by the Contractor, shall be submitted to the applicable permitting entity for approval, and said approval shall be obtained, prior to commencement of construction. If the alternative MOT plan is deemed incomplete or unacceptable the Contractor will be required to submit a revised plan. This process will repeat itself until the revised plan is accepted by all parties. Contractor will not be granted or approved any costs or delay resulting from the review process or field adjustments.

E. All traffic control plans shall be prepared by a Florida Certified Traffic Planner. PART 2 - PRODUCTS 2.01 INSTALLATION STANDARDS

A. All signs, barricades, pavement markings, traffic signals, and channelizing devices used to handle traffic shall be provided for and erected in accordance with the FDOT Design Standards (latest edition) and to the details indicated in the above referenced standards. Traffic signs shall be high-intensity flat-surface reflective sheeting.

PART 3 - EXECUTION 3.01 GENERAL

A. In order that the Contractor may properly provide required traffic controls, the Contractor shall notify the appropriate agencies a minimum of two working days prior to any construction affecting traffic flow.

3.02 MAINTENANCE OF TRAFFIC LANE AND ROAD CLOSURES

A. The Contractor shall arrange his work so that there will be as little disruption of traffic as possible.

B. The Contractor shall be approved by the City, County, or State Agency having jurisdiction over the road or highway for any road crossings and detours required. A detailed traffic control plan shall be submitted by the Contractor to such Agencies having jurisdiction over the road for their approval at least three weeks prior to commencing construction.

C. In the event that a road closure is approved by the permitting agency, the Contractor will be responsible for any rerouting of traffic occasioned by the closure and will provide all necessary barricades, signs, guards, lights, etc. in accordance with the agency’s approval of such closure.

3.03 ACCESS TO PROPERTIES

Page 96: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Traffic Regulation REV. 03/13/18 Section No. 01 55 26-3

A. When construction activities necessitate the closing of a street to through-traffic,

the Contractor shall notify all affected emergency services entities of the closed road. If no other means of access is available, the Contractor shall maintain, at all times, a 10-foot-wide lane adjacent to the work area, free of construction equipment and obstructions, for the use of emergency vehicles.

B. The Contractor shall provide continuous access to properties adjacent to work areas.

3.04 LOCAL TRAFFIC

A. The roads shall be kept open to two-way traffic during construction, except one lane traffic will be permitted provided experienced flag personnel are used. Necessary barricades, safety vests, and flags shall be used. No residences or places of business will be isolated. Suitable access shall be provided whenever construction interferes with the existing means of access.

3.05 PEDESTRIAN TRAFFIC

A. The Contractor shall take precautions to ensure the safety of pedestrians passing near work areas. This may entail the erection of a temporary fence on the construction side of pedestrian passageways to delineate out-of-bounds areas. The pedestrian passageways shall remain open and clean of dirt and debris at all times unless pedestrian safety cannot be assured, then the Contractor may close off the sidewalk(s) with signs and fences and shall direct pedestrians to use other suitable routes. Pedestrian passageways shall be cleared and swept in the vicinity of construction.

B. The Contractor shall pay close attention to the issue of pedestrian safety. The

Contractor shall institute measures, including, but not limited to, temporary surfaces and channeling devices, to ensure the safe passage of pedestrians.

3.06 BUS STOPS

A. The Contractor shall take care to minimize disruption to existing bus stops. If a bus stop cannot be preserved, then the Contractor shall make provisions for its relocation. The Contractor shall be responsible for all coordination regarding the temporary relocation of bus stops.

B. Contractor will make sure Waste Management will have access to trash receptacles and horticultural debris twice per week. This will include moving receptacles to access point for pickup and returning receptacles back to property owner.

END OF SECTION

Page 97: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Erosion and Sedimentation Control REV. 06/14/17 Section No. 01 57 13-1

SECTION 01 57 13 EROSION AND SEDIMENTATION CONTROL

PART 1 - GENERAL 1.01 WORK INCLUDED

A. Take every reasonable precaution throughout construction to prevent the erosion of soil and the sedimentation of streams, bays, storm systems or other water impoundments, ground surfaces, or other property as required by state and local regulations.

1.02 RELATED WORK

A. Provide protective covering for disturbed areas upon suspension or completion of land-disturbing activities. Permanent vegetation shall be established at the earliest practicable time. Temporary and permanent erosion control measures shall be coordinated to assure economical, effective, and continuous erosion and siltation control throughout the construction and post construction period.

REGULATORY REQUIREMENTS

A. Prevent damage to properties outside the construction limits from siltation due to construction of the project. Assume all responsibilities to the affected property owners for correction of damages, which may occur. Erosion control measures shall be performed conforming to the requirements of, and in accordance with plans approved by applicable state and local agencies and as per the erosion control portion of the construction drawings and these specifications. The Contractor shall not allow mud and debris to accumulate in the streets. Should the Contractor pump water from trenches during construction, appropriate siltation preventative measures shall be taken prior to discharge of pumped water into any storm drain or stream. The Contractor shall dispose of the water without causing a nuisance, property damage and in compliance with the National Pollution Discharge Elimination System (NPDES) and all applicable jurisdictions.

PART 2 - PRODUCTS 2.01 GENERAL

A. Open mesh biodegradable mulching cloth.

B. Fertilizer shall be 10-10-10 grade or equivalent.

C. Lime shall be Dolomitic Agricultural Ground limestone, per FDOT Section 982.

D. Provide sod in accordance with Section 32 92 00.

Page 98: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Erosion and Sedimentation Control REV. 06/14/17 Section No. 01 57 13-2

E. Silt fence shall consist of non-biodegradable filter fabric (Trevira, Mirafi, etc.), per FDOT Section 985, wired to galvanized wire mesh fencing and supported by wood or metal posts.

F. Floating turbidity barriers per FDOT Section 985 and FDOT Standard Index 103.

G. Staked turbidity barriers.

H. Rock bags.

I. Erosion Stone: FDOT Section 530

1. Sand-cement riprap.

2. Concrete block.

3. Rubble 20 to 300 pounds each.

J. Filter Fabric for placement under riprap shall meet the requirements FDOT Section 985.

K. Baled hay or straw in accordance with FDOT Section 104.

L. Drain pipe with sock (sedimentation control) shall be used to prevent and control soil erosion runoff and intrusion into stormwater drainage systems.

1. Drain sock products such as “ADSSock” or approved equal.

2. Sock material shall be on ultra-porous filter (synthetic wrap material)

fitted snuggly over pipe. Material shall be 100 percent knitted polyester (or approved equal), equivalent opening size of 30 to 40, burst strength of 100-135 (ASTM D 3786), fiber size of 100- 200 denier filament, 2.5 to 3.5 ounces per square yard (ASTM D 3776).

3. Approval of material is required by Marco Island prior to use.

4. Drain pipe with sock shall span the entire opening of the inlet. PART 3 - EXECUTION 3.01 CLEARING

A. Clearing and grubbing shall be scheduled and performed in such a manner that subsequent grading operation and erosion control practices can follow immediately thereafter. Excavation, borrow, and embankment operations will be conducted as a continuous operation. All construction areas not otherwise protected shall be planted with permanent vegetative cover within 30 working days after completion of active construction.

3.02 STABILIZING

Page 99: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Erosion and Sedimentation Control REV. 06/14/17 Section No. 01 57 13-3

A. The angle for graded slopes and fills shall be no greater than the angle, which can be retained by vegetative cover or other adequate erosion control devices or structures. All disturbed areas outside of embankment left exposed will, within 30 working days of completion of any phase of grading, be planted or otherwise provided with either temporary or permanent ground cover, devices, or structures sufficient to restrain erosion.

3.03 REGULATORY REQUIREMENTS

A. Whenever land disturbing activity is undertaken on a tract, a ground cover

sufficient to restrain erosion must be planted or otherwise provided within 30 working days on that portion of the tract upon which further active construction is to be undertaken.

B. If any earthwork is to be suspended for any reason whatsoever for longer than 30 calendar days, the areas involved shall sodded or otherwise protected against excessive erosion during the suspension period. Suspension of work in any area of operation does not relieve the Contractor of the responsibility for the control of erosion in that area.

PART 4 - CONSTRUCTION PHASE 4.01 PRACTICES

A. Avoid dumping soil or sediment into any stream bed or watercourse.

B. Maintain an undisturbed vegetative buffer where possible between a natural watercourse and trenching and grading operations.

C. Avoid equipment crossings of streams, creeks, and ditches where practicable. PART 5 - SEDIMENT CONTROL FEATURES 5.01 GENERAL

A. All devices (silt fences, retention areas, etc.), for sediment control shall be constructed at the locations indicated prior to beginning excavation on the site. All devices shall be properly maintained in place until a structure or paving makes the device unnecessary or until directed to permanently remove the device.

5.02 DESIGN APPLICATIONS

A. Mulch shall be used for temporary stabilization of areas subject to excessive erosion, and for protection of seed beds after planting where required.

B. Filter fabric, drain pipe with sock, or other approved methods shall be placed and secured over the grates of each existing inlet, grating, or storm pipe opening near the area of excavation to prevent silt and debris from entering the storm systems.

Page 100: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Erosion and Sedimentation Control REV. 06/14/17 Section No. 01 57 13-4

C. Silt fences, hay bales, and floating turbidity barriers shall be used as shown on the plans or as directed by the project representative to restrict movement of sediment from the site.

D. Establish vegetative cover on all unpaved areas disturbed by the work by sodding. Refer to Section 32 92 00.

5.03 MAINTENANCE

A. Maintain all temporary and permanent erosion control measures in functioning order. Temporary structures shall be maintained until such time as vegetation is firmly established. Areas which fail to show a well-established growth or which are damaged by erosion shall be immediately repaired. No additional payment will be made to the Contractor for the re-establishment of erosion control devices, which may become damaged, destroyed, or otherwise rendered unsuitable for their intended function during the construction of the project.

B. Remove all silt, sediment and debris buildup on a regular basis to maintain functioning storm systems and erosion control devices.

5.04 REMOVAL OF SEDIMENT CONTROL DEVICES

A. Near completion of the project, when directed by Marco Island, Collier County or FDOT’s agent, the Contractor shall dismantle and remove the temporary devices used for sediment control during construction. All erosion control devices in sodded areas shall be left in place until the sod is well established. Sod areas around devices after removing or filling temporary control devices. Clean up all areas.

END OF SECTION

Page 101: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

NPDES Requirements for Const. Activities Impacting More than One Acre Rev. 01/08/18 Section No. 01 57 14-1

SECTION 01 57 14

NPDES

REQUIREMENTS

FOR CONSTRUCTION ACTIVITIES IMPACTING MORE THAN ONE ACRE PART 1 GENERAL

1.1 DESCRIPTION

A. This Section describes the required documentation to be prepared and signed by the

CONTRACTOR before conducting construction operations, in accordance with the terms and conditions of the National Pollutant Discharge Elimination System (NPDES) Stormwater Permit, as required by Florida Administrative Code (F.A.C.) Chapter 62-621.

B. The CONTRACTOR shall be for responsible for implementation, maintenance and

inspection of stormwater pollution prevention control measures in accordance with F.A.C. Chapter 62-621 including, but not limited to, erosion and sediment control, stormwater management plans, waste collection and disposal, off-site vehicle tracking, and other practices shown on the Drawings and/or specified elsewhere in this or other specifications. The stormwater pollution prevention control measures shall include protection of offsite public and private stormsewer facilities potentially impacted during construction. Stormwater facilities include streets, inlets, pipes, ditches, swales, canals, culverts, control structures, and detention/retention areas.

C. The CONTRACTOR shall prepare and review implementation of the Stormwater

Pollution Prevention Plan (SWPPP) in a meeting with C i t y o f M a r c o I s l a n d a n d E n g i n e e r prior to start of construction.

1.2 UNIT PRICES

A. No separate payment will be made for work performed under this Section. Include

cost of work to be performed under this Section in pay items of which this work is a component.

1.3 REFERENCE DOCUMENTS

A. ASTM D3786 – Standard Test Method for Hydraulic Bursting Strength for Knitted

Goods and Nonwoven Fabrics

B. ASTM D4632 – Standard Test Method for Grab Breaking Load and Elongation of Geotextiles

Page 102: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

NPDES Requirements for Const. Activities Impacting More than One Acre Rev. 01/08/18 Section No. 01 57 14-2

PART 2 PRODUCTS

NOT USED PART 3 EXECUTION

3.1 NOTICE OF INTENT (NOI)

A. Fill out, sign and date a Notice of Intent to Use Generic Permit for Stormwater

Discharge from Large and Small Construction Activities, (FDEP Form 62- 621.300(4)(b)). Submit the signed copy of the NOI to C i t y o f M a r c o I s l a n d W a t e r a n d S e w e r P r o j e c t M a n a g e r a n d E n g i n e e r for reference and submit the completed form to the FDEP along with the required permit fee.

3.2 CERTIFICATION REQUIREMENTS

A. On the attached OPERATOR’S INFORMATION form, fill out the name, address

and telephone number for the CONTRACTOR, persons or firms responsible for maintenance and inspection of erosion and sediment control measures, and all Subcontractors.

B. The CONTRACTOR and Subcontractors named in the Operator’s Information

form shall read, sign and date the attached CONTRACTOR’S/SUBCONTRACTOR’S CERTIFICATION form.

C. The persons or firms responsible for maintenance and inspection of erosion and

sediment control measures shall read, sign and date the attached EROSION CONTROL CONTRACTOR’S INSPECTION AND MAINTENANCE CERTIFICATION form.

D. Submit all forms to City of Marco Island or Engineer before beginning construction.

3.3 RETENTION OF RECORDS

A. Retain a copy of the SWPPP at the construction site and at the Contractor’s office

from the date that it became effective to the date of project completion.

B. At project closeout, submit to City of Marco Island and Engineer all NPDES forms and certifications, as well as a copy of the SWPPP. Stormwater pollution prevention records will be retained by C i t y o f M a r c o I s l a n d for a period of three (3) years from the date of project completion.

3.4 REQUIRED NOTICES

A. The following notices shall be posted from the date that the SWPPP goes into

effect until the date of final site stabilization:

Page 103: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

NPDES Requirements for Const. Activities Impacting More than One Acre Rev. 01/08/18 Section No. 01 57 14-3

1. A copy of the submitted NOI and a brief project description, as given in the

SWPPP, shall be posted at the construction site and at the CONTRACTOR’s office in a prominent place for public viewing.

2. Notice to drivers of equipment and vehicles, instructing them to stop,

check and clean tires of debris and mud before driving onto traffic lanes. Post such notices at every stabilized construction exit area.

3. Post a notice of waste disposal procedures in an easily visible location on site.

4. Notice of hazardous material handling and emergency procedures shall be

posted with the NOI on site. Keep copies of Material Safety Data Sheets at a location on site that is known to all personnel.

5. Keep a copy of each signed certification at the construction site and at the

CONTRACTOR’s office.

REQUIRED FORMS FOLLOW

Page 104: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

NPDES Requirements for Const. Activities Impacting More than One Acre Rev. 01/08/18 Section No. 01 57 14-4

OPERATOR’S INFORMATION

Owner’s Name and Address:

Contractors’ Names and Addresses:

General Contractor:

Telephone:

Site Superintendent:

Telephone:

Erosion Control and: Maintenance Inspection

Telephone:

Subcontractors’ Names and Addresses:

Phone: Phone:

Page 105: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

NPDES Requirements for Const. Activities Impacting More than One Acre Rev. 01/08/18 Section No. 01 57 14-5

CONTRACTOR’S / SUBCONTRACTOR’S CERTIFICATION

I certify under penalty of law that I understand the terms and conditions of Florida’s National Pollutant Discharge Elimination System (NPDES) Construction General Permit that authorizes storm water discharges associated with activity from the construction site identified as part of this certification, and that I have received a copy of the SWPPP.

Signature:

Name: (printed or typed)

Title:

Company:

Address:

Signature:

Name: (printed or typed)

Title:

Company:

Address:

Signature:

Name: (printed or typed)

Title:

Company:

Address:

Page 106: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

NPDES Requirements for Const. Activities Impacting More than One Acre Rev. 01/08/18 Section No. 01 57 14-6

EROSION CONTROL CONTRACTOR’S INSPECTION AND MAINTENANCE CERTIFICATION

I certify under penalty of law that I understand the terms and conditions of Florida’s National Pollutant Discharge Elimination System (NPDES) Construction General Permit that authorizes storm water discharges associated with activity from the construction site identified as part of this certification, and that I have received a copy of the SWPPP. .

Signature:

Name: (printed or typed)

Title:

Company:

Address:

Date:

Page 107: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

STORM WATER POLLUTION PREVENTION PLAN INSPECTION AND MAINTENANCE REPORT

Project:

Contractor:

Inspector:

Date:

CONTROLS

LOCATION SEDIMENT

HEIGHT PROBLEM

DESCRIPTION MAINTENANCE

REQUIRED REPAIRED BY / DATE

NPDES REQUIREMENTS FOR CONSTRUCTION ACTIVITIES IMPACTING MORE THAN ONE ACRE

Page 7 of 8

Page 108: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

END OF SECTION

NPDES REQUIREMENTS FOR CONSTRUCTION ACTIVITIES IMPACTING MORE THAN ONE ACRE

Page 8 of 8

Page 109: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Project Sign REV. 01/26/18 Section No. 01 58 00-1

SECTION 01 58 00

PROJECT SIGNS

PART 1 – GENERAL 1.01 THE REQUIREMENT

A. The Contractor shall provide project signs complete in accordance with the project

permits, drawings and specifications. Project signs include signs for special conditions, two project identification signs and other specialty signs required for issued permits.

1.02 SUBMITTAL

A. The Contractor shall submit a shop drawing of the Project signs in accordance with Section 01 33 00 for approval.

PART 2 - PRODUCTS 2.01 SIGN CONSTRUCTION

A. Temporary signs shall be constructed of a minimum ¾-inch Medium Density Overlay (MDO) plywood with 4-inch by 4-inch supports and 2-inch by 4-inch cross bracing. The sign shall be bolted to the support, allowing for easy removal during the Hurricane Preparedness Plan

B. An experienced professional sign maker shall fabricate signs.

C. All hardware for signs shall be 316 Stainless Steel.

D. All sign face corners shall be rounded.

E. All permanent signs, such as those required to identify subaqueous pipelines, shall be constructed of aluminum materials that meet requirements of the Aluminum Association Alloy 6061-T6 and ASTM specifications for extruded shapes B221 and standard structural shapes B308. Signs will be manufactured in accordance to ANSI Z535. Permanent signs shall be legible, non-distracting, and fabricated with (Type I) retro-reflective sheeting/lettering for adequate visibility under normal and emergency conditions.

2.02 COLORS

A. Sign colors and lettering are subject to regulatory authorities including but not limited to FDOT and FDEP.

2.02 SIGN CONTENT

Page 110: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Project Sign REV. 01/26/18 Section No. 01 58 00-2

A. Sign content and size shall be in accordance with permits or shall be determined by owner when not specified.

B. The relationships of letter size and logo size shall be provided by local, state, and federal agencies or specified by owner during shop drawing review. Lettering shall be 2” and 3” Series, D Legend, with Black legend and border, unless otherwise indicated in permits, specs or plans.

(NOT USED) PART 3 – EXECUTION 3.01 SIGN LOCATION

A. Project signs shall be located at various locations within the project area and selected locations will be approved by owner. Project signs at site locations shall be highly visible and not obstruct pedestrian or vehicular traffic.

B. Sign shall be set 4 feet above the ground, measured from grade to the lower edge of the plywood or aluminum sheet.

3.02 REMOVAL

A. The Contractor shall remove the temporary project signs upon the Notice of Completion.

END OF SECTION

Page 111: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Control of Materials Section No. 01 61 00-1 03/16/18

SECTION 01 61 00

CONTROL OF MATERIALS

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; and comparable products.

1. Section Includes:

a. Definitions.

b. Spare parts.

c. Quality assurance.

d. Delivery Storage and Handling

e. Warranty.

f. Products.

g. Acceptance of Materials.

h. Owner-Furnished Products

i. Manufacturer’s instructions.

j. Special tools.

k. Lubrication.

l. Nameplates.

m. Loads and seismic forces.

n. General material and equipment requirements.

o. Materials and Equipment.

p. Field Quality Control; Installation and Instructional Services.

1.02 REFERENCES:

A. American Society of Mechanical Engineers (ASME):

Page 112: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Control of Materials Section No. 01 61 00-2 03/16/18

1. B1.1: Unified Inch Screw Threads (UN and UNR Thread Form)

B. American Society for Testing and Materials International (ASTM):

1. A123/A123M: Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products

2. A325/A325M: Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength

1.03 DEFINITIONS:

A. Products: Items obtained for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent.

1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation shown or listed in manufacturer's published product literature, that is current as of date of the Contract Documents.

2. New Products: Items that have not previously been incorporated into another project or facility. Products salvaged or recycled from other projects are not considered new products.

3. Comparable Product: Product that is demonstrated and accepted through submittal process to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product.

1.04 SPARE PARTS:

A. Provide spare parts for Products as specified in the individual technical specification sections.

B. Pack spare parts to protect them during storage. Tag spare parts and containers to clearly identify them in accordance with Contractor’s parts numbering system as reviewed by the Engineer. All parts shall be cross-referenced to their applicable the Specification Section.

1.05 QUALITY ASSURANCE:

A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, select product compatible with products previously selected, even if previously selected products were also options.

1.06 DELIVERY STORAGE AND HANDLING:

A. Arrange deliveries of materials and equipment in accordance with construction Progress Schedule, coordinate to avoid conflict with Work and conditions at site.

B. Comply with the requirements of Section 01 66 00.

Page 113: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Control of Materials Section No. 01 61 00-3 03/16/18

C. Provide equipment and personnel to handle materials and equipment by methods recommended by manufacturer to prevent soiling or damage to materials or equipment, or their packaging.

D. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft and vandalism. Comply with manufacturer's written instructions.

E. Owner assumes no responsibility for damage or loss due to storage of materials and equipment.

F. Interior Storage:

1. Store with seals and labels intact and legible.

2. Store materials and equipment subject to damage by elements in weathertight enclosures.

3. Maintain temperature and humidity within ranges required by manufacturer’s instructions.

G. Exterior Storage:

1. Store fabricated materials and equipment above ground, on blocking or skids, to prevent soiling or staining. Cover materials and equipment subject to deterioration with impervious sheet coverings. Provide ventilation to avoid condensation.

2. Store loose granular materials in well-drained area on solid surfaces to prevent mixing with foreign matter.

3. Store materials such as pipe, reinforcing steel, structural steel, and equipment on pallets or racks, off ground.

H. Inspection and Maintenance:

1. Arrange storage to provide easy access for inspection, maintenance, and inventory.

2. Make periodic inspections of stored materials and equipment to ensure materials and equipment maintained under specified conditions are free from damage or deterioration, and coverings are in-place and in condition to provide required protection.

3. Perform maintenance on stored material and equipment in accordance with manufacturer’s written instructions and in presence of Owner or Engineer.

a. Notify Engineer 24 hrs before performance of maintenance.

b. Submit report of completed maintenance and condition of coverings to Engineer with each Application for Payment.

Page 114: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Control of Materials Section No. 01 61 00-4 03/16/18

c. Failure to perform maintenance, to notify Engineer of intent to perform maintenance or to submit maintenance report may result in rejection of material or equipment.

I. Contractor shall assume responsibility for protection of completed construction and repair and restore damage to completed Work equal to original condition.

J. Wheeling of loads over finished floors, with or without plank protection, is not permitted in anything except rubber-tired wheelbarrows, buggies, trucks or dollies. This applies to finished floors and exposed concrete floors, as well as those covered with composition tile or other applied surfacing.

K. Where structural concrete is also finished surface, avoid marking or damaging surface.

1.07 WARRANTY:

A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. All warranties for materials and equipment will begin on date of Substainal Completion. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents.

1. Manufacturer's Warranty: Written warranty furnished by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner.

2. Special Warranty: Written warranty required by the Contract Documents to provide specific rights for Owner.

B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution.

1. Manufacturer's Standard Form: Modified to include Project-specific information and properly executed.

2. Specified Form: When specified forms are included with the Specifications, prepare a written document using indicated form properly executed.

3. See other Sections for specific content requirements and particular requirements for submitting special warranties.

C. Submittal Time: Comply with requirements in Section 01 70 00.

1.08 PRODUCTS:

A. Furnish products of qualified manufacturers suitable for intended use. Furnish products of each type by single manufacturer unless specified otherwise.

1.09 ACCEPTANCE 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

Page 115: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Control of Materials Section No. 01 61 00-5 03/16/18

the inspection and acceptance of the Engineer. No material shall be delivered to the work without prior acceptance of the Engineer.

B. As specified in Section 01 33 00, 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 at the Contractor's expense. Except as otherwise noted, the Owner will make arrangements for and pay for the tests.

D. Any delay of acceptance 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 accepted samples or other data.

1.10 OWNER-FURNISHED PRODUCTS:N/A

1.11 MANUFACTURER’S INSTRUCTIONS:

A. Installation of equipment and materials shall comply with manufacturer’s instructions. Obtain and distribute printed copies of such instructions to parties involved in installation, including 2 copies to Engineer.

1. Maintain one set of complete instructions at Site during installation and until completion of Work.

B. Handle, store, install, connect, clean, condition, and adjust materials and equipment in accordance with manufacturer’s written instructions and in conformance with Specifications.

1. If Site conditions or specified requirements conflict with manufacturer’s instructions, consult Engineer for further instructions. Do not proceed with Work without written instructions.

1.12 SPECIAL TOOLS:

A. For each type of equipment furnished, the Contractor shall provide a complete set of all special tools (including grease guns or other lubricating devices) which may be

Page 116: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Control of Materials Section No. 01 61 00-6 03/16/18

necessary for the adjustment, operation, maintenance, and disassembly of such equipment. Tools shall be high-grade, smooth, forged, alloy, tool steel. Grease guns shall be lever type.

B. Special tools are considered to be those tools which because of their limited use are not normally available, but which are necessary for the particular equipment.

C. Pack items to protect them during storage. Tag items and containers to clearly identify them in accordance with Contractor’s part system, as reviewed by the Engineer. Cross-reference all items to their applicable Specification Section.

D. Special tools shall be delivered at the same time as the equipment to which they pertain. The Contractor shall properly store and safeguard such special tools until completion of the work, at which time they shall be delivered to the Owner.

E. The Contractor shall furnish and erect one or more steel wall cases with flat key locks and clips or hooks to hold each tool in arrangement.

1.13 LUBRICATION:

A. Where lubrication is required for proper operation of equipment, incorporate necessary and proper provisions in equipment in accordance with manufacturer’s requirements. Where possible, lubrication shall be automated and positive.

B. Where oil is used, reservoir shall be of sufficient capacity to supply unit for 24 hr period.

C. Provide adequate and, as far as practicable, automatic means of lubrication for working parts. Arrange lubrication grease nipples, grease boxes and other lubrication devices so that they are readily accessible for routing greasing using grease nipples and Type 316 stainless steel or copper tubing extensions where required. Secure nipples and tubing to the equipment at appropriate locations. Indicate on the working drawings submitted, the types of lubricants to be used (must be readily available in [State]). Use grease nipples of a consistent type, Alemite button head type or equivalent. Provide grease gun(s) of the appropriate size(s) and pressure(s).

D. Provide a one (1) year supply of all lubricants necessary for the routine, daily operation of the equipment. All lubricants to be readily available [State]. Provide a complete schedule of all the lubricant including the manufacturer name, type, name and local address and phone number of where each lubricant can be purchased for each piece of equipment.

1.14 NAMEPLATES:

A. With the exceptions mentioned below, each piece of equipment shall be provided with a nameplate of non-corrodible metal, securely fastened in place and clearly and permanently inscribed with the manufacturer's name, model or type designation, serial number, principal rated capacities, electrical or other power characteristics, and similar information.

B. This requirement shall not apply to standard, manually operated hydrants or to gate, globe check and plug valves.

Page 117: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Control of Materials Section No. 01 61 00-7 03/16/18

C. Each process valve shall be provided with a substantial tag of non-corrodible metal securely fastened in place and inscribed with an identification number in conformance with the Valve Identification Schedule indicated on the drawings or furnished later by the Engineer.

1.15 LOADS AND SEISMIC FORCES:

A. Provide anchorage and supports for products, including equipment, assemblies, and pipe, designed to resist the following loads and seismic forces.

1. Horizontal forces: 100 percent of dead and live loads acting in any direction in the horizontal plane applied to the center of gravity of the load.

2. Vertical forces: 50 percent of the dead and live load, acting either upward or downward applied at the center of gravity of the load.

3. Cantilevered anchorages/supports: 100 percent of the dead and live loads acting in any direction applied at the center of gravity of the load.

B. Seismic force determination: Maximum dead and live loads conditions while operating.

C. Products, including equipment and assemblies, in normal submerged condition operation: analysis of seismic forces in both submerged/dry condition.

D. Above ground tanks, their supports and anchorages: Design fabricate and install to comply with the seismic requirements of applicable codes.

E. Analysis of loads and seismic force: Performed by a registered professional Engineer in Florida with experience in this type work.

F. Furnish copies of analysis with submittals for equipment, assemblies, and pipe.

1.16 GENERAL MATERIAL AND EQUIPMENT REQUIREMENTS:

A. The requirements of this Paragraph shall constitute the standards for the material and equipment specified herein. Should these requirements conflict with the Supplier’s recommendations or in any way be less stringent than the Supplier’s requirements, they shall be superseded by the Supplier’s requirements.

B. Bolts, Anchor Rods and Nuts:

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

2. All anchor rods, nuts, washers, plates, and bolt sleeves shall be stainless steel unless otherwise indicated or specified.

3. 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

Page 118: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Control of Materials Section No. 01 61 00-8 03/16/18

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).

4. 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.

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

6. 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.

C. Grease Fittings:

1. 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.

D. Concrete Inserts For Hangers:

1. 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 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. Equipment Foundations, Installation and Grouting:

1. 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.

Page 119: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Control of Materials Section No. 01 61 00-9 03/16/18

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

3. In setting pumps, motors, and other items of equipment customarily grouted, the Contractor shall make an allowance of at least 1 inch (25 mm) 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.

4. 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.

5. Where such procedure is impracticable, the method of placing grout shall be as accepted 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 accepted manner and given a burlap-rubbed finish.

F. Equipment Drive Guards:

1. 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 (12 gage minimum) 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.

2. Provide pivoting access covers for shaft speed measurements.

G. Sleeves:

1. Unless otherwise indicated on the drawings, or specified, form openings for the passage of pipes, conduits, and circular ducts through floors and walls using sleeves of standard weight, galvanized-steel pipe. Provide sleeves of ample diameter to pass the pipe and its insulation, if any, and to permit expansion as may occur. Provide sleeves that are flush at the walls and at the bottom of slabs and project 4 inches (100 mm) above the finished floor surface. Threaded nipples shall not be used as sleeves.

2. Sleeves in exterior walls below ground or in walls that have liquids on one or both sides, shall have a 2-inch (50-mm) annular fin of 1/8-inch (3.125 mm) plated welded with a continuous weld completely around the sleeve at mid-length. Galvanize sleeves after the fins are attached.

3. Sleeves shall be set accurately before the concrete is placed or shall be built in accurately as the masonry is being built.

Page 120: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Control of Materials Section No. 01 61 00-10 03/16/18

H. Protection Against Electrolysis:

1. Where dissimilar metals are used in conjuction with each other, provide insulation between adjoining surfaces to eliminate direct contact and any resultant electrolysis. Provide bituminous insulation, heavy bituminous coatings, nonmettalic separators or washers, impregnated felt, or other means to provide insulation.

PART 2 - PRODUCTS

2.01 MATERIALS AND EQUIPMENT:

A. Material and Equipment Incorporated into Work:

1. Conform to applicable specifications and standards.

2. Comply with size, make, type, and quality specified or as accepted by Submittal.

B. Manufactured and Fabricated Materials and Equipment:

1. Design, fabricate, and assemble in accordance with engineering and shop practices standard with industry.

2. Manufacture like parts of duplicate units to standard sizes and gauges, to be interchangeable.

3. Two or more items of same kind shall be identical, by same manufacturer.

4. Material and equipment shall be suitable for service conditions.

5. Equipment capabilities, sizes, and dimensions shown or specified shall be adhered to, unless variations are specifically accepted, in writing.

6. Equipment shall be adapted to best economy in power consumption and maintenance. Parts and components shall be proportioned for stresses occurring during continuous or intermittent operation, and for additional stresses occurring during fabrication or installation.

7. Design so working parts are readily accessible for inspection and repair, easily duplicated, and replaced.

8. Design structural members of equipment for anticipated shock and vibratory loads.

9. Design machinery such that working parts are readily accessible for inspection and repair, and that each part is suitable for the service required.

C. Do not use material or equipment for purpose other than for which it is designed or specified.

Page 121: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Control of Materials Section No. 01 61 00-11 03/16/18

PART 3 - EXECUTION

3.01 FIELD QUALITY CONTROL; INSTALLATION AND INSTRUCTIONAL SERVICES:

A. General:

1. Provide on-site services of Supplier’s representatives for equipment provided by Contractor during construction, installation, equipment startup, and training of Owner’s personnel for equipment or plant operation as specifically required in Specification section for equipment or system.

2. Include and pay costs for Supplier’s services.

3. Work day is defined as 8 hr period during Owner’s or Contractor’s typical calendar day. Work day for purposes of this section does not include travel to or from Site.

4. Specifications include minimum mandays to provide basis for bidding. If additional time is required to perform services Contractor shall include that time in Contract Price.

B. Installation Services:

1. Where installation services are called for in Specifications, provide competent and experienced technical representatives of manufacturers of material or equipment and systems to resolve assembly or installation procedures attributable to, or associated with, equipment furnished.

2. After equipment is installed, representatives shall perform initial equipment and system adjustment and calibration to conform to Specifications and manufacturer’s requirements and instructions.

3. Provide “Certificate of Installation Services” stating proper adjustments have been made to equipment or system and equipment or system is ready for startup and system demonstration. Use Form 01 61 00-1-1 and furnish 2 copies to Engineer.

C. Training:

1. Do not start training until Installation Services have been completed.

2. Where training is called for in Specifications, provide competent and experienced technical representative of Supplier to provide detailed instructions to Owner’s personnel for operation of equipment. Training services shall include operation and maintenance of instrumentation and equipment in classroom and on-site. Training shall include electrical, mechanical, and safety aspects of equipment.

3. Submit documentation identifying name of specific representative, factory authorization, and background of named individual(s) to conduct training. Submit information [30] days before scheduled training period for review and acceptance by Engineer.

Page 122: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Control of Materials Section No. 01 61 00-12 03/16/18

4. Coordinate training periods with Engineer and Owner and Supplier’s representatives.

a. No training shall be conducted unless instructor has been accepted by Engineer.

b. Notify Engineer at least 48 hrs before training sessions are to begin so Engineer can make arrangements with Owner’s operating personnel.

c. Reschedule canceled training sessions [48] hrs in advance.

d. Failure of Supplier’s or manufacturer’s representative to appear for scheduled training, failure to notify Engineer (24) hrs in advance of need to cancel scheduled training or failure to arrive within 30 min of start of scheduled training shall result in reimbursement to Owner for time lost by Owner’s personnel in waiting for arrival of manufacturer’s representative. Except in case of failure to arrive on time, time will not exceed 1 hr for each employee scheduled to receive training. Failure to arrive on time will be reimbursed by actual time late, up to 1 hr, after 1 hr training will be rescheduled.

e. Failure of Supplier’s or manufacturer’s representative to appear for scheduled training, failure to notify Engineer 24 hrs in advance of need to cancel scheduled training or failure to arrive within 30 min of start of scheduled training shall result in reimbursement to Owner for expenses and time incurred by Engineer in traveling and time spent on-site. Minimum time billed shall be 8 hrs.

5. Similar types of equipment differing in model, size or manufacturer shall require equal service time as stated in specific Specification section.

6. O&M data shall constitute basis of instruction.

a. Review data contents with personnel in full detail to explain aspects of operations and maintenance.

7. Instructional Services shall be completed before start of performance testing.

8. Provide a letter cosigned by Owner and Supplier’s representative, verifying training has been accomplished to satisfaction of each party. Furnish 2 copies to Engineer.

3.02 CLOSEOUT ACTIVITIES:

C. Provide in accordance with Section 01 70 00.

Page 123: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Control of Materials Section No. 01 61 00-13 03/16/18

FORM 01 61 00-1-1 EQUIPMENT MANUFACTURER'S CERTIFICATE OF INSTALLATION SERVICES

Owner - Project - Contract No. AECOM No. EQUIPMENT SPECIFICATION SECTION EQUIPMENT DESCRIPTION I , Authorized representative of

(Print Name) (Print Manufacturer's Name) hereby CERTIFY that (Print equipment name and model with serial No.) conforms to the requirements of the Contract and is ready for permanent operation and that nothing in the installation will render the manufacturer's warranty null and void. on Date: Time: CERTIFIED BY: DATE:

(Signature of Manufacturer's Representative)

Page 124: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

This page intentionally left blank

Page 125: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Delivery, Storage and Handling Section No. 01 66 10-1 06/14/17

SECTION 01 66 10

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. Before shipping to the Site, contact the Engineer, in writing, giving at least fourteen (14) Days prior notice to enable the Engineer or its authorized inspector to inspect the equipment if necessary. Assemble the complete unit in the factory for inspection by the Engineer or its authorized inspector. Do not ship the equipment until the Engineer has completed its inspection.

C. 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.

D. Ship equipment, material and spare parts complete except where partial disassembly is required by transportation regulations or for protection of components.

E. Pack spare parts in containers bearing labels clearly designating contents and pieces of equipment for which intended. All spare parts shall be cross-referenced to their applicable the Specification Section.

F. Carefully pack and crate equipment for shipment. Protect polished and machined metal surfaces from corrosion and damage during shipment and installation. Specially pack electrical equipment to prevent damage by moisture. Cover equipment having exposed bearings and glands to exclude foreign matter. Carefully pack machines for shipment and protect electrical equipment from moisture damage. Protect bearings, seals and glands from grit and dirt.

G. Identify each component with durable identifying labels or tags securely attached to each piece of equipment, crate or container.

H. Finished surfaces of all exposed flanges shall be protected by fiberboard blank flanges strongly built and securely bolted thereto.

I. Deliver spare parts at same time as pertaining equipment. Deliver spare parts to owner after completion of work.

Page 126: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Delivery, Storage and Handling Section No. 01 66 10-2 06/14/17

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

K. 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.

L. Assume responsibility for equipment material and spare parts just before unloading from carrier at site.

M. 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.

N. Provide equipment and personnel to unload all items delivered to the site. Only nylon straps will be used for handling equipment, pipe valves and fittings. Forklifts may be used if equipment and materials are properly crated for forklift handling. No cables will be allowed for lifting.

O. 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 and Owner verbally, and in writing, of any problems.

P. Pay all demurrage charges if failed to promptly unload items.

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. Instructions shall be carefully followed and a written record of this kept by the Contractor for each product and pieces of equipment.

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. Log all protective maintenance for each piece of equipment in the written record noted above.

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

Page 127: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Delivery, Storage and Handling Section No. 01 66 10-3 06/14/17

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 and Owner. 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". Log all rotation maintenance for each piece of equipment in the written record noted above.

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. Log all startup for each piece of equipment in the written record noted above.

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.

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.

PART 2 - PRODUCTS

(Not Used)

PART 3 - EXECUTION

(Not Used)

Page 128: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Delivery, Storage and Handling Section No. 01 66 10-4 06/14/17

END OF SECTION

Page 129: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Contract Closeout REV. 01/19/18 Section No. 01 70 00-1

SECTION 01 70 00

CONTRACT CLOSEOUT

PART 1 – GENERAL

1.01 CLEAN-UP OPERATIONS

A. Thoroughly clean the project site at the completion of the Work. Clean-up operations shall consist of the removal and legal disposal of all broken concrete, wood scraps, wire, packaging materials, forms, debris, scaffolds, and other objectionable rubble created during construction operations; cleaning of spilled mortar, concrete, and metalwork; and removal of all temporary manufacturer’s labels from and washing of all equipment.

B. Remove excess dust and mud created by the construction project from all sidewalks, streets and highways.

C. Complete all contract closeout requirements and closeout checklist in accordance

with Exhibit H of Contract.

1.02 CLOSEOUT SUBMITTALS

A. Upon completion of the project, or portions thereof, and prior to final payment, the Contractor shall transfer to the Owner all applicable items accumulated throughout construction. These include, but are not limited to, the following items:

1. Service manuals, installation instructions, and operation and maintenance manuals.

2. City personnel training on system equipment operation is complete.

3. Spare parts and special tools ordered as part of this Contract.

4. Manufacturers' guarantees, bonds, and letters of coverage extending them beyond the time limitations of the Contractors' guarantee.

5. Salvaged materials or materials and equipment borrowed from the Owner.

6. Record documents of completed facilities.

7. All keys to all doors, gates, locks, and equipment.

8. Statements from the manufacturer's representatives as called for in the Contract Documents.

9. Releases of lien. General release from Contractor plus copies of releases from

subcontractors and material suppliers.

B. The closeout requirements of this section are in addition to the requirements of the Standard General Conditions and Supplementary Conditions.

PART 2 – MATERIALS

Page 130: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Contract Closeout REV. 01/19/18 Section No. 01 70 00-2

(NOT USED)

PART 3 – EXECUTION

(NOT USED) END OF SECTION

Page 131: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Cleaning During Const. & Final Clean REV. 05/01/17 Section No. 01 74 10-1

SECTION 01 74 10

CLEANING DURING CONSTRUCTION AND FINAL CLEANING

PART 1 - GENERAL

1.01 General

1. This section includes cleaning during construction and final cleaning on completion of the work.

2. At all times maintain areas covered by the contract and adjacent properties and public access roads free from accumulations of waste, debris, and rubbish caused by construction operations.

3. Conduct cleaning and disposal operations to comply with local ordinances and antipollution laws. Do not burn or bury rubbish or waste materials on project site. Do not dispose of volatile wastes, such as mineral spirits, oil, or paint thinner, in storm or sanitary drains. Do not dispose of wastes into streams or waterways.

4. Use only cleaning materials recommended by manufacturer of surface to be cleaned.

1.02 Cleaning During Construction

1. During execution of work, clean site, adjacent properties, and public access roads and dispose of waste materials, debris, and rubbish to assure that buildings, grounds, and public properties are maintained free from accumulations of waste materials and rubbish.

2. Wet down dry materials and rubbish to lay dust and prevent blowing dust.

3. Provide containers for collection and disposal of waste materials, debris, and rubbish.

4. Cover or wet excavated material leaving and arriving at the site to prevent blowing dust. Clean the public access roads to the site of any material falling from the haul trucks.

1.03 Final Cleaning

1. At the completion of work and immediately prior to final inspection, clean the entire project site as follows.

2. Clean, sweep, wash, and polish all work and equipment including finishes.

3. Remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materials from sight-exposed interior and exterior finished surfaces; polish surfaces.

4. Repair, patch, and touch up marred surfaces to match adjacent surfaces.

Page 132: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Cleaning During Const. & Final Clean REV. 05/01/17 Section No. 01 74 10-2

5. Broom clean paved surfaces; rake clean landscaped areas.

6. Remove from the site temporary structures and materials, equipment, and appurtenances not required as a part of, or appurtenant to, the completed work.

END OF SECTION

Page 133: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

O&M Manuals REV. 05/04/17 Section No. 01 78 23-1

SECTION 01 78 23

OPERATION AND MAINTENANCE MANUALS

PART 1 - GENERAL

1.01 General

Submit six copies of all manufacturer's operation and maintenance manuals and data pertinent to equipment supplied for the project. Prepare and organize the material in three-ring binders with divider tabs and labels. Include a table of contents.

1.02 Submittals

1. Submittals shall include:

a. List of equipment furnished for project with name, address, and telephone number of each vendor.

b. List of serial numbers of equipment furnished.

c. A copy of shop drawings for mechanical, electrical, and instrument equipment in final form.

d. Manufacturer's operation and maintenance instructions and parts lists.

e. Tabulation of motor nameplate horsepower, nameplate current, field-measured current, overload relay setting, and catalog number for polyphase motors.

f. List of fuses, lamps, seals, and other expendable equipment and devices. Specify size, type, and ordering description. List name, address, e-mail address, fax number, and telephone number of vendor.

g. Submit a tabulation of maintenance schedules separate from the operation and maintenance manuals.

2. Provide manuals for each piece of equipment including individual components and subsystems of complete assemblies. Line out nonapplicable text and illustrations. The section of the manual on operation shall describe the functions and limitations of each component and its relationship to the system of which it is a part. Where several models, options, or styles are described, the manual shall identify the items actually provided.

3. Each manual shall contain the following:

a. Manufacturer's identification, including order number, model, and serial number.

b. Blue line prints or reviewed shop drawings and diagrams of all systems, including temperature control system.

c. Certified equipment drawings or reviewed shop drawing data clearly marked for equipment furnished.

Page 134: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

O&M Manuals REV. 05/04/17 Section No. 01 78 23-2

d. Complete operating and maintenance instructions for each and every item of equipment, setting forth in detail and step-by-step the procedure for starting, stopping, operating, and maintaining the entire system as installed. Include a schedule of recommended maintenance intervals.

e. Complete parts list of replaceable parts, their part numbers, and the name and address of their nearest vendor.

f. A complete valve tag list including the name and function of the pipe in which the valve is mounted.

g. Any special emergency operating instruction and a list of service organizations (including addresses and telephone numbers) capable of rendering emergency service to the various parts of the system.

h. Copy of manufacturer's equipment guarantees and warranties.

4. Brochures shall be loose leaf with durable plastic or fiberboard covers. Each sheet shall be reinforced to prevent tearing from continued use, and each brochure shall have the following information clearly printed on its cover:

a. Project name, name of Owner, and address.

b. Name and address of Owner's Representative.

c. Name and addresses of contractors and subcontractors and department to contact.

d. Telephone number of contractors, including night and emergency numbers.

e. Major equipment vendors' names and telephone numbers.

5. Submit complete manuals at least four weeks before the date of the instructions required by the subsections on "Manufacturer's Services" in the various specification sections.

6. Operation and maintenance manuals specified herein are in addition to any operation, maintenance, or installation instructions required by the Contractor to install, test, and start up equipment.

1.03 Equipment Data Sheets

Provide six sets of equipment data sheets, bound in three-ring binders, summarizing the equipment manufacturer's maintenance instructions and recommendations. A blank data sheet and a sample data sheet are attached.

Page 135: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

O&M Manuals REV. 05/04/17 Section No. 01 78 23-3

Preventive Maintenance and Operating Requirement Sheets

Preventive Maintenance Program Equipment Record Number

EQUIPMENT DESCRIPTION ELECTRICAL OR MECHANICAL DATA

Name:

Size:

Serial No.: Model:

Vendor:

Vendor Address:

Type:

Mfr.:

Vendor Rep: Voltage: Amps:

Phone: Phase: rpm:

Maintenance Work to be Done Frequency*

OPERATING REQUIREMENTS AND REFERENCE *D - Daily; W - Weekly; B - Biweekly; M - Monthly; Q - Quarterly; S - Semiannually; A - Annually.

Page 136: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

O&M Manuals REV. 05/04/17 Section No. 01 78 23-4

SAMPLE

Preventive Maintenance and Operating Requirement Sheets

Preventive Maintenance Program Equipment Record Number

EQUIPMENT DESCRIPTION ELECTRICAL OR MECHANICAL DATA

Name: Influent Pump No. 1 Tag No.: P01-1

Size: 15 hp

Serial No.: 123456ABC

Vendor: ABC Pump Co.

Model: 140T Frame Serial No. 987654ZY Class F Insulation W/Space Heater

Vendor Address: Type:

1111 Pump Circle Newport Beach, CA 92663

Mfr.: DEF Motors, Inc.

Vendor Rep: XYZ Equipment, Inc. Voltage: 460 Amps: 20

Phone: 714/752-0505 Phase: 3 rpm: 1,800

Maintenance Work to be Done Frequency*

1. Operate all valves and check such things as a) bearing temperature, b) changes in running sound, c) suction and discharge gauge readings, d) pump discharge rate, and e) general condition of the drive equipment.

2. Check packing.

3. Checking pumping unit for any dust, dirt, or debris.

(Continued on attached sheet)

D

D

W

OPERATING REQUIREMENTS AND REFERENCE

For manufacturer's instructions regarding installation, operation, maintenance, and trouble shooting of this equipment, see Volume ____, Section ______. *D - Daily; W - Weekly; B - Biweekly; M - Monthly; Q - Quarterly; S - Semiannually; A - Annually.

Page 137: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

O&M Manuals REV. 05/04/17 Section No. 01 78 23-5

SAMPLE

Preventive Maintenance and Operating Requirement Sheets

Preventive Maintenance Program Equipment Record Number

EQUIPMENT DESCRIPTION ELECTRICAL OR MECHANICAL DATA

Name:

Size:

Serial No.: Model:

Vendor:

Vendor Address:

Type:

Mfr.:

Vendor Rep: Voltage: Amps:

Phone: Phase: rpm:

Maintenance Work to be Done Frequency*

4. Lubricate bearing frame and motor bearings (consult manufacturer's instructions for type of grease or oil).

5. Disassemble and change or repair the following: a) impeller, b) shafts, c) shaft sleeve, d) rotary seals, and e) sleeve bearings.

Q

A

OPERATING REQUIREMENTS AND REFERENCE

*D - Daily; W - Weekly; B - Biweekly; M - Monthly; Q - Quarterly; S - Semiannually; A - Annually.

Page 138: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

O&M Manuals REV. 05/04/17 Section No. 01 78 23-6

END OF SECTION

Page 139: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Project Record Documents Section No. 01 78 39-1 03/13/18

SECTION 01 78 39

PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.01 SUBMITTALS

A. General: Provide all submittals as specified.

B. At Contract close out, submit four (4) sets of signed and sealed Record Drawings to the Owner’s Project Representative for the Project showing record condition of completed Work.

C. Provide electronic submittal as specified in Part 3.02.B of this Section.

D. At contract close out, submit geodatabase file using the NAD 1983 State Plane Florida East FIPS 0901 (US Feet) coordinate system in addition to AutoCAD.dwg file requirement.

1.02 REQUIREMENTS

Contractor shall maintain at the site for the Owner one record copy of:

A. Drawings

B. Specifications

C. Addenda

D. Change orders and other modifications to the Contract

E. Design Professional’s field orders or written instructions

F. Approved shop drawings, working drawings and samples

G. Field test records H. Record Drawings, updated weekly to reflect work performed

I. Drilling Logs.

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION

Page 140: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Project Record Documents Section No. 01 78 39-2 03/13/18

3.01 MAINTENANCE OF DOCUMENTS AND SAMPLES

A. Project record documents shall be stored in Contractor’s field office or other location approved by the Owner apart from documents used for construction.

B. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes.

C. Make documents and samples available at all times for inspection by the Owner.

3.02 RECORDING

A. General 1. Record Drawings shall accurately depict the constructed configuration of the Work

completed or portion(s) thereof. All revisions to Owner staff approved construction drawings shall be precisely identified and illustrated on the Record Drawings.

2. Label each document “PROJECT RECORD” or similar text in neat, large printed

letters. 3. Survey information can be obtained as needed by the use of 4-inch PVC labeled

pipes installed over underground improvements by the contractor during construction. This will allow surveyor to insert measuring staff in 4-inch PVC pipe and directly on top of pipe for true surveyor measurement. This method is an adequate process for obtaining record information.

4. Record information in red ink.

B. Record Drawings

1. The Record Drawings require signed and sealed as-built information, including

above and below ground improvements including underground piping and valves by a Florida Licensed Land Surveyor.

2. The Record Drawings shall identify the entity that provided the record data. 3. Drawings shall be referenced to and tie-in with the state plane coordinate system,

with a Florida East Zone 1983 Datum with 1990 adjustment. Vertical Datum is NAVD 88.

4. Files shall be also submitted in Drawing File (DWG) format in AutoCAD Release 2004 or later version, and PDF.

5. Contractor is also required to submit a geodatabase file using the NAD 1983

State Plane East FIPS 0901 (US feet) coordinate system. 6. Record drawings shall be submitted to the Owner staff within 60 days of the final

construction completion date. Owner will not accept ownership, maintenance, or

Page 141: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Project Record Documents Section No. 01 78 39-3 03/13/18

locating “marking” of all work completed by Contractor until final record drawings have been completed, signed and sealed.

7. The following items shall be accurately depicted in vertical and horizontal

directions on the Record Drawings:

a) All associated property boundary and utility easements whether shown on the Contract Drawings, found during construction or added during the Work.

b) Pipe changes in direction or slope. c) Buried valves, tees and fittings. d) Pipe invert, or centerline, elevations at crossing with other pipe. e) Invert, or centerline, elevations and coordinates of existing exposed pipe at

crossing with underground pipe installed under this project. f) Other horizontal and vertical record data pertinent to completed Work.

8. Each pipe elevation shall be clearly identified as to whether it is top of pipe,

centerline of pipe or invert of pipe.

9. Record Drawings shall indicate all deviations from Contract Drawings including:

a) Field changes. b) Changes made by Change Order. c) Details, utilities, piping or structures not on original Contract Drawings. d) Equipment and piping relocations.

C. Specifications and Addenda

Legibly mark each Section to record:

1. Manufacturer, trade name, catalog number and supplier of each product and

item of equipment actually installed.

2. Changes made by Field Order or Change Order.

D. Shop Drawings

1. Keep one copy of the final, approved shop drawing with the Record Documents.

2. Record documents should include all drawing information submitted. Additional information submitted during the review process should be filed with the appropriate submittal.

Page 142: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Project Record Documents Section No. 01 78 39-4 03/13/18

END OF SECTION

Page 143: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

CONNECTIONS TO EXISTING BURIED PIPELINES 02 01 30-1 Rev. 01/19/18

SECTION 02 01 30

CONNECTIONS TO EXISTING BURIED PIPELINES

PART 1 - GENERAL

1.01 DESCRIPTION

This section includes materials and installation of hot-tap connections to existing buried ductile-iron and asbestos cement and PVC (cast-iron outside diameter) pipelines and line stopping and replacement of existing piping.

1.02 COORDINATION:

Before connection is performed, verify and provide for any pipe restraint that maybe required for the new connection. Perform all cutting, fitting or patching of the Work that may be required to make the several parts thereof join in accordance with the Contract Documents. Perform restoration with competent workmen skilled in the trade.

1.03 SUBMITTALS

A. Submit shop drawings in accordance with Section 013300.

B. Submit manufacturer's catalog data for tapping sleeves. Show coatings.

PART 2 - MATERIALS

2.01 TAPPING SLEEVES FOR ASBESTOS CEMENT, DUCTILE-IRON, AND PVC (CAST-IRON OUTSIDE DIAMETER) PIPES

A. Refer to Specification Section 40 05 20.

B. Tapping Sleeve for Ductile-Iron and PVC (Cast-Iron Outside Diameter) Pipes: See approved Marco Island Water and Sewer approved product list.

C. Tapping Sleeve for Asbestos Cement Pipe: See approved Marco Island Water and Sewer approved product list.

D. Pressure rating shall be at least 200 psi for piping 12 inches and smaller and at least 150 psi for piping 14 through 24 inches.

2.02 COATING FOR TAPPING SLEEVES

Tapping sleeves shall be epoxy coated.

2.03 TAPPING GATE VALVES

A. Refer to Specification Section 40 05 20.

Page 144: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

CONNECTIONS TO EXISTING BURIED PIPELINES 02 01 30-2 Rev. 01/19/18

B. See approved Marco Island Water and Sewer approved product list.

2.04 LINE STOPPING AND INSERTION VALVES FOR EXISTING WATER OR FORCE MAIN

A. Before beginning line stop installation, the Contractor shall coordinate work with Marco Water and Sewer Department.

B. The outside and inside diameters of the existing pipeline are required prior to ordering the tapping fitting and line stopper. Using the exposed portion of the pipeline, determine the outside diameter and inside diameter of the existing main for providing to the line stopping equipment manufacturer. Determine the pipe wall thickness by ultrasonic testing.

C. The line stop tapping fitting shall be a full encirclement split tee, Type 304 stainless steel, assembled with either a bolted or clamped connection. Bolts shall be steel, ASTM A325 heavy hex. Seal the line stop tapping fitting to the existing main with a nonasbestos synthetic rubber gasket. Construct the gasket from the following materials: Buna-N, Teflon, Kevlar aramid fiber, or acrylic fiber bound by nitrile. The split tee outlet flange shall be Class 125 per AWWA C115. Bolts and nuts for the flange shall be carbon steel, ASTM A307, Grade B. The Contractor has the option of either using a fully expandable rubber stopper rated to a minimum of 100 psi or carbon steel pivoting head with Buna-N sealing element rated to a minimum of 100 psi as the line stopping head mechanism. The temporary removable valve shall be a resilient wedge gate valve rated at 150 psi. The line stop and accessories shall be HYDRA-STOP, IPSCO, or equal. As indicated in Specification 01 15 00 work will include all labor, materials, excavation, dewatering, thrust blocks backfilling, compaction to complete the work.

D. Insertion valves shall be Hydra-Stop or approved equal.

PART 3 - EXECUTION

3.01 VERIFICATION OF PIPE OUTSIDE DIAMETER PRIOR TO INSTALLATION

Excavate the points of connection prior to submittal of shop drawings. Verify outside diameter prior to ordering materials.

3.02 LINE STOPPING PROCEDURE

A. Install concrete and support thrust blocking before installing the temporary pressure tapping machinery and valve. 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. After the completion plug has been successfully installed, close the fitting with a blind flange meeting the requirements of AWWA C110.

B. Any damage that occurs due to the Contractor's work to the line stop fitting, accessories, or existing main shall be repaired at Contractor's expense.

Page 145: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

CONNECTIONS TO EXISTING BURIED PIPELINES 02 01 30-3 Rev. 01/19/18

C. Dispose of water or sewage and existing pipe at no additional cost to the Owner. Comply with applicable permit requirements. Any violation of permit requirements shall be the sole responsibility of the Contractor.

D. The Contractor shall provide a means for conveying the sewage flow from upstream pumping stations as required. The means may include bypass force main and/or tanker truck. Coordinate with the Owner.

END OF SECTION

Page 146: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Pipe Removal and Abandonment REV.01/19/18 Section No. 02 21 00-1

SECTION 02 21 00

PIPE REMOVAL AND ABANDONMENT

PART 1 GENERAL

1.01 SUMMARY

A. Section Includes: Removal and abandonment of piping and appurtenances, wholly or in part, as required to complete Work as shown on the Drawings and specified in this Section.

B. Work on and/or removal of asbestos cementitious pipe shall be performed per OSHA, EPA, NESHAPS, and State regulations and must be supervised by a person that has satisfactorily completed an Asbestos Abatement Project Supervisor course.

1.02 SUBMITTALS

A. General: Provide all submittals, including the following, as specified in Division One.

B. Submit the following:

1. Proposed methods for pipe removal and abandonment; 2. Equipment proposed to be used to do pipe removal and abandonment

work; 3. Resume of pipe grouting subcontractor; 4. Pipe removal and abandonment schedule/sequence.

C. If a detour is required, submit a traffic control plan for approval..

1.03 SITE CONDITIONS

A. General 1. Prior to any work, a proper and approved maintenance of traffic plan

(MOT) shall be submitted for approval. 2. Execute pipe removal and abandonment so that there is no injury to

persons or damage to adjacent buildings, structures, equipment, materials, piping, wiring, pavement, fences, trees, guardrails, and other adjacent improvements. Execute demolition and abandonment so that access to facilities that are in operation and to residences and businesses is free and safe.

3. Execute pipe removal and abandonment so that interference to vehicular traffic and personnel traffic does not exceed scheduled interference.

Page 147: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Pipe Removal and Abandonment REV.01/19/18 Section No. 02 21 00-2

Do not place rubble, excavation, piping, or other materials removed on roadways, drives, or sidewalks that are to remain in service.

PART 2 - PRODUCTS

2.01 TEMPORARY MATERIALS

A. Provide temporary fencing, barricades, barriers, piping, valves, pumps, power and controls, and water necessary to meet the requirements herein.

B. Temporary fencing, barricades, barriers, and enclosures shall be suitable to the purpose intended.

2.02 REPAIR AND REPLACEMENT MATERIALS

A. For repair or replacement of existing facilities or improvements to remain, use materials identical to, or equal to, materials used in existing work when new.

PART 3 – EXECUTION

3.01 GENERAL

A. Conduct pipe removal and abandonment as shown herein and specified in the Contract Documents.

B. Conduct pipe removal and abandonment so that existing equipment, piping, wiring, structures, and other improvements to remain are not damaged. Repair or replace equipment, piping, wiring, structures, and other improvements damaged at no additional cost to the Owner.

C. Do not remove equipment, piping, wiring, structures, or other improvements not

shown or specified to be removed. If equipment, piping, wiring, structures, or other improvements not shown or specified to be removed is removed, replace equipment, piping, wiring, structures, or other improvements at no additional cost to the Owner.

3.02 DISCONNECTIONS

A. Prior to starting pipe removal or abandonment, check underground and exposed existing utilities, piping, and equipment within the limits of pipe removal or abandonment. Verify the following:

1. Piping is inactive (abandoned);

Page 148: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Pipe Removal and Abandonment REV.01/19/18 Section No. 02 21 00-3

2. Other utilities which may be in conflict have been permanently or temporarily disconnected, if required:

B. Do not proceed with salvage or demolition if piping is active or utilities have not been disconnected.

3.03 ABANDONMENT

A. The Contractor shall, as described on the Drawings and as may be directed by Marco Island Water and Sewer, abandon in place the following existing utility improvements:

1. All water mains, reuse water mains and raw water mains that are designated to be abandoned shall be filled with grout.

2. All sewer lines, force mains, laterals and services that are designated to be abandoned shall be flushed clean and filled with grout. Prior to grout fill, sewer lines, force mains, laterals and services to be abandoned shall be flushed clean to remove wastewater and solids. Contractor is responsible for securing and providing flushing water, collection of flush water/wastewater, and disposal. The cleaning of these piping systems shall comply with all local and DEP requirements.

3. Sewer manholes designated to be abandoned shall have the top two feet removed. The remainder of each manhole shall be abandoned and filled with grout or flowable fill. The excavation or pit shall be backfilled with select fill and compacted in accordance with specification noted herein.

B. Appurtenances: All water hydrants, ARV valves and other appurtenances on abandoned lines shall be removed to the main and the fitting at the main shall be capped or plugged. All valves shall have the valve box, pad and operator removed, with the valve left in the open position unless specifically noted otherwise.

C. Preparation: 1. Marco Island Water and Sewer and designated Project Representative

shall be notified at least 72 hours in advance of grouting operations. 2. Bulkheads shall be spaced at intervals of not more than 1,000 feet. If the

line to be abandoned is longer, bulkheads shall be inserted in the pipe to maintain the required maximum spacing between bulkheads.

3. Temporary vents shall be installed in the line to be filled at a maximum spacing of 150 ft. The vents shall be capable of being capped to allow further grouting operations.

D. Equipment:

Page 149: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Pipe Removal and Abandonment REV.01/19/18 Section No. 02 21 00-4

1. The materials shall be mixed or delivered in equipment of sufficient size and capacity to provide the desired amount of grout material for each stage in a single operation. The equipment shall be capable of mixing the grout at densities required for the approved procedure and shall also be capable of changing density as dictated by field conditions any time during the grouting operation.

2. Mixers and Pumps - The grout shall be delivered to the injection point at a steady pressure with a non-pulsating centrifugal or triplex pump. Means shall be provided to increase or decrease the water-cement ratio. The system shall mix the grout to a homogeneous consistency. Means of accurately measuring grout component quantities, pumping pressures, and volumes pumped shall be provided.

3. Pressure Gauges - CONTRACTOR shall provide one pressure gauge at the point of injection and one pressure gauge at the grout pump. Grouting shall not proceed without appropriate calibrated gauges in place and in working order. Pressure gauges shall be equipped with diaphragm seals, have a working range between 1.5 to 2.0 times the design grout pressure, and have an accuracy within 0.5 percent of full range. Pressure gauges shall be instrument oil filled and attached to a saddle-type diaphragm seal to prevent clogging with grout.

E. Grouting: 1. Once grouting operations begin, grouting shall proceed uninterrupted

from bulkhead to bulkhead. Grout placement shall not be terminated until both of the following conditions have been met, unless otherwise approved by Marco Island Utilities a) The estimated volume of grout to fill the line has been injected; and, b) grout has been expelled from the furthest vent or bulkhead. Bulkheads and temporary vents shall not be removed until the grout has set.

F. Testing and Sampling: 1. Take four test specimens for each 50 cubic yards of grout or for each four

hours of placing. 2. Test in accordance with ASTM C109 except:

a) The specimens shall be 3 inch by 6 inch cylinders covered after casting to prevent damage and loss of moisture. Moist cure specimens for a period up to 7 days prior to a 28-day compressive strength test.

b) Do not oven dry specimens that are load tested. Specimens may be tested at any age to monitor compressive strength. The material may require special handling and testing techniques.

Page 150: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Pipe Removal and Abandonment REV.01/19/18 Section No. 02 21 00-5

G. The CONTRACTOR may remove the pipe in accordance with the Paragraph 3.04 in lieu of abandonment if acceptable to Marco Island Water and Sewer and/or designated Project Representative.

H. All work under this Section shall comply with City, State and Federal regulations.

3.04 REMOVAL AND DISPOSAL

A. The Contractor shall, as described on the Drawings and as may be directed by Marco Island Water and Sewer and/or designated Project Representative remove the following existing utility improvements:

1. All water mains, reuse water mains and raw water mains that are designated to be removed.

2. All sewer lines, sewer manholes, force mains, laterals and services that are designated to be removed shall be flushed clean with water prior to removal. Contractor is responsible for securing and providing flushing water, collection of flush water/wastewater, and disposal. The cleaning of these piping systems shall comply with all local and DEP requirements.

B. The pipe removal and disposal shall include all valves, fittings and appurtenances.

C. If existing asbestos cement pipe is encountered Marco Island Standards must be adhered to. Refer to Specification Section 02 41 00.

3.05 SALVAGE OF EQUIPMENT, PIPING, AND MATERIALS

A. Remove items carefully identified on the drawings and specified to remain the property of Marco Island Water and Sewer. Do not damage equipment, piping, and materials to be salvaged.

B. Following removal or equipment, piping, and materials to be salvaged, place equipment, piping, and materials in a location within the City limits as designated by Marco Island Water and Sewer.

3.06 REPAIRS

A. Repair structural elements, equipment, piping, conduit, and other improvements to remain that are damaged during demolition. Use workers specifically qualified in trade, or trades, involved to repair damaged work.

3.07 DISPOSAL

A. Remove and dispose of all equipment, piping, and materials from the jobsite not

Page 151: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Pipe Removal and Abandonment REV.01/19/18 Section No. 02 21 00-6

specifically designated to be retained by Marco Island Water and Sewer.

B. Contractor shall not accumulate or store debris from demolition on the project site.

C. The disposal of the piping, manholes and appurtenances shall be in accordance with City, State and Federal laws.

3.08 BACKFILLING

A. Backfill excavations, trenches, and pits resulting from abandonment and removal according to Section 31 23 33.

B. Backfill of the pipe trenches shall be according to the details noted on drawings and specifications. Pipe trenches for removed pipes that were within 3 horizontal feet of the edge of pavement shall be backfilled according to the detail for the type of roadway.

3.09 CLEANUP AND CLOSURE

A. Following pipe abandonment or removal, clean-up areas where other work is to be done as specified in this Section, or Sections applicable to work to be done.

B. Following pipe abandonment or removal, clean-up areas where no other work is to be done under this Contract. Remove debris and rubbish, temporary facilities, and equipment. Level surface irregularities to eliminate depressions. Leave work in a neat and presentable condition.

C. In locations where a pipe to be abandoned or removed connects to a pipe that

remains in service, the Contractor shall install a suitable cap or plug on the end of the active pipe.

END OF SECTION

Page 152: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Vibration Monitoring Section No. 02 32 14-1 REV. 01/19/18

SECTION 02 32 14

VIBRATION MONITORING

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide vibration monitoring as indicated and in compliance with Contract Documents.

1. Furnish, install, maintain, monitor, and remove vibration monitoring equipment as specified and as indicated.

2. Monitor vibrations and noise levels originating from construction operations as indicated or specified.

3. Modify construction operation procedures if existing operation creates vibration or noise exceeding specified amounts.

4. Vibration monitoring for blasting shall conform to the requirements of this specification section and the requirements of all applicable Local and State Authorities.

1.02 QUALITY ASSURANCE:

A. Provide in accordance with Section 01 45 00.

B. Retain the services of an independent vibration consulting firm with the following in-house personnel to conduct the following vibration monitoring requirements:

1. Preparation, signing and stamping of monitoring plans and daily reports, and overseeing monitoring and interpretation of monitoring equipment 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 operations and noise levels equal to or more severe than those to be encountered.

2. 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.

Page 153: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Vibration Monitoring Section No. 02 32 14-2 REV. 01/19/18

b. Have installed, operated, monitored and interpreted equipment and records on at least three [3] projects with vibration-inducing operations and noise levels from similar construction activities.

3. Performed and maintained calibration records on all instruments used to monitor the activities.

1.03 SUBMITTALS:

A. Submit the following shop drawings in accordance with Section 01 33 00.

1. Qualifications of the independent vibration consulting firm's Professional Engineer as specified in subparagraph 1.02B.1 including the names of the five [5] successful projects with names, current addresses, and telephone numbers of persons in charge of representing the owners or the owners at the time of monitored vibration-inducing operation and noise levels.

2. Qualifications of the vibration consulting firm's personnel to install, operate and interpret the monitoring equipment as specified in subparagraph 1.02B.2 including the name of the personnel and the names of the three [3] projects per person which they installed, operated, monitored, and interpreted monitoring equipment with names, current addresses and telephone numbers of persons in charge of representing the owners or the owners at the time of monitored vibration-inducing operations and noise levels.

3. Two weeks prior to commencement of blasting or other vibration inducing operations, submit in writing the plan for monitoring operations and equipment to be used to assure compliance with the vibration and noise limitation. As a minimum, this plan shall provide for the following:

a. Recommended vibration limiting methods to meet the specified peak particle velocity limitations and locations for taking measurements.

b. Manufacturer's brochures and written operation instructions for seismograph recording equipment intended to be used for each vibration occurrence.

4. Daily reports, while performing vibration-inducing operations, detailing each source of vibration, location of monitoring, and the vibration records highlighting peak particle velocities. All daily reports shall be stamped and signed by the Vibration Consulting Firm's Professional Engineer.

1.04 SITE CONDITIONS:

A. Refer to Appendix A.

Page 154: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Vibration Monitoring Section No. 02 32 14-3 REV. 01/19/18

PART 2 - PRODUCTS

2.01 EQUIPMENT:

A. Provide a low frequency sensitive three-component seismic recording instrument with wave paper trace, variable trigger level setting, peak particle velocity memory operation (in inches/second) and sound level readout capability that meets the following criteria:

1. Seismic Frequency Range: 2 to 200 Hz (+/- 3 dB)

2. Acoustic Frequency Range: 2 to 200 Hz (+/- 1 dB)

3. Velocity Range: 0.02 to 4.0 inches per second.

4. Sound Range: 90 to 140 dB linear.

5. Transducer: Three mutually perpendicular axes: radial, transverse, and vertical.

6. Recording: Time-history of waveform capability.

B. Manufacturers:

1. Instantel, Inc., Kanata (Ottawa) Ontario, Canada.

2. Slope Indicator Co., Seattle, WA.

3. Thomas Instruments, Inc., Spoffard, NH.

4. Approved Equal

PART 3 - EXECUTION

3.01 EXAMINATION:

A. Furnish specified instrumentation to be installed, operated and interpreted by the vibration consulting firm's personnel, as specified below and indicated.

B. Monitor vibrations and record the entire particle velocity wave train, not just peak velocities. Obtain accurate, legible seismometer records of monitored vibrations.

C. Perform all vibration-inducing operations so that vibrations reaching adjacent structures and facilities are within specified limits.

D. Monitor vibrations by measuring the peak particle velocity in the vicinity of work. Peak particle velocity is defined as a maximum vector sum of three velocity components, measured concurrently in mutually perpendicular directions at any point by an instrument. The peak particle velocity as measured by the vibration consulting firm's personnel on or at the location as specified in the submitted vibration monitoring plan, shall not exceed the limits specified below:

Peak Particle Velocity Type of Concrete Age of concrete (hrs) in./sec _

Page 155: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Vibration Monitoring Section No. 02 32 14-4 REV. 01/19/18

Mass Concrete (footings, mats, slab-on-grade, 0-10 1.0 fill concrete, etc.) 11 and over 2.0 Concrete Structures 0-11 0.5 (walls, columns, elevated 11-24 1.0 slabs, etc.) 24 and over 2.0 Existing Structures, residences - 0.5 or utilities

E. In the event any recordings indicate that vibration limits are being exceeded, immediately suspend all vibration-inducing operations and submit a report to the Engineer. Revise operations to reduce vibrations and submit a copy of the revised procedure to the Engineer at no additional cost to the Owner.

F. If evidence of displacement or damage to utilities, equipment, or structures is observed or reported, immediately notify the Engineer and discontinue operations creating the vibrations. Revise operation to reduce vibrations and submit a copy of the revised procedure to the Engineer.

G. Restore or replace utilities, equipment, or structures damaged by vibrations at no additional cost to the Owner.

3.02 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01 70 00.

END OF SECTION

Page 156: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Demolition Section No. 02 41 00-1 Rev. 03/13/18

SECTION 02 41 00

DEMOLITION

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide demolition of existing conditions as indicated and in compliance with Contract Documents.

B. Electronic copies of the record drawings (PDF format) for the Marco Shores WWTP, the High Service Pump Station/Storage Tank and the old Raw Water Booster Station (site of the new Wastewater Master Pump Station), Isle of Capri Pump Station, Marco Shores Reclaimed Water Storage Tank and Pump Station Site, the Marco Shores Connection to Collier County Water Main, and for Existing Potable Water Main (Marco Island Service Area SR 951 Utility Relocations) are included in Appendix E. Contractor shall thoroughly review these documents prior to bidding, and prior to completing the demolition work.

C. An asbestos survey for the Marco Shores WWTP and the High Service Pump Station/Storage Tank Facilities was completed and is included as an Appendix D.

1.02 REFERENCES:

A. United States Environmental Protection Agency (USEPA):

1. 832: Storm Water Management for Construction Activities: Developing Pollution Prevention Plans and Best Management Practices.

1.03 SUBMITTALS:

A. Submit the following in accordance with Section 01 33 00.

1. Demolition Plan.

2. Sustainable Design Submittals.

1.04 QUALITY ASSURANCE:

A. Comply with the requirements specified in Section 01 45 00.

B. Demolition Plan: Provide description of sequence, methods, and equipment used for demolition (including disposal).

1.05 DELIVERY STORAGE AND HANDLING:

A. Comply with the requirements specified in Section 01 66 10.

Page 157: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Demolition Section No. 02 41 00-2 Rev. 03/13/18

PART 2 - PRODUCTS

(Not Used)

PART 3 - EXECUTION

3.01 PREPARATION:

A. Survey Markers and Monuments:

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

2. 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 a licensed land surveyor, verifying reestablishment of survey markers and monuments.

B. Burning of demolition debris is prohibited.

C. Protect existing structures, equipment, appurtenances to remain, and surrounding natural environment.

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

E. Provide fire extinguishers in areas where demolition work is performed by use of an open flame and two-inch metered water hose for fire protection and dust control. Exercise necessary precautions for fire prevention.

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

G. 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.

3.02 UTILITIES

A. Shut off or disconnect utilities affecting demolition work. Schedule shutdowns with the Owner; notify the Owner three working days in advance of any shutdown that is required to perform the work.

B. Notify utilities prior to razing operations to permit them to disconnect, remove, or relocate

equipment serving existing facilities.

Page 158: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Demolition Section No. 02 41 00-3 Rev. 03/13/18

C. 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.

D. Use form “Request for Temporary Interruption of Services” Appendix G found in Manual of Standards and Specifications, Revised 2015. www.cityofmarcoisland.com.

3.03 REMOVAL OR RELOCATION OF ELECTRICAL MATERIALS AND EQUIPMENT

A. Unless otherwise noted, remove existing electrical materials and equipment from areas indicated for demolition or where equipment is to be relocated. Disconnect circuits at their source. Remove materials no longer used, such as studs, straps, and conduits. Remove or cut off concealed or embedded conduit, boxes, or other materials and equipment to a point at least 3/4 inch below the final finished surface. Remove existing unused wires.

B. Repair affected surfaces to conform to the type, quality, and finish of the surrounding surface.

3.04 ELECTRICAL DISCHARGE LIGHTING BALLASTS

A. Electrical discharge lighting ballasts manufactured before 1974 that will be removed under this contract may contain polychlorinated biphenyls (PCBs).

B. It is the Contractor's responsibility to identify the presence of PCBs and to dispose of them in compliance with all local, state, and federal laws, regulations, and ordinances.

3.05 TRANSFORMERS AND OTHER ELECTRICAL APPARATUS

A. Transformers, switches, capacitors, resistors, and/or other liquid-filled electrical apparatus that will be removed under this contract may contain PCBs. It is the Contractor's responsibility to identify the presence of PCBs and to dispose of them in compliance with all local, state, and federal laws, regulations, and ordinances.

3.06 ASBESTOS-CONCRETE (AC) PIPE

A. If existing asbestos-cement pipe is encountered during the course of demolition, Marco Island Standards for removal must be adhered to.

Page 159: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Demolition Section No. 02 41 00-4 Rev. 03/13/18

B. Coordinate the shutdown of the AC pipeline with the City of Marco Island Water & Sewer, including proper notice to any customers that may be affected by the shutdown. In the event of an unanticipated encounter with AC pipe, immediately recover and protect the pipe and notify City of Marc Island Water and Sewer.

C. Contractor must be certified in asbestos handling, cutting and abatement or hire a contractor that is certified. Documents of Competent Person and each employee cutting or handling of AC pipe or material must be provided to City of Marco Island Water and Sewer.

D. Dispose of AC pipe in accordance with special handling requirements and coordination with Collier County Solid Waste Management Department, Federal, State and local requirements. Remove all other debris, rubbish, scrap pieces, equipment, and materials resulting from the demolition. Take title to all demolished materials and remove such items for the site. All documents for disposal/handling must be provided to City of Marco Island Water and Sewer.

3.07 DEMOLITION:

A. Demolish and remove existing construction, utilities, equipment, and appurtenances.

B. Provide maximum practicable protection from inclement weather for materials, equipment, and personnel located in partially dismantled structures.

C. Protect persons and property throughout progress of work. Provide safe working conditions for personnel.

D. Wet down work during demolition operations to prevent dust from arising. Minimize spread of dust and airborne particles.

E. Complete demolition work on upper levels before disturbing supporting members on lower levels.

F. Remove and dispose offsite facilities to be demolished in their entirety including belowground footings, foundations, and other associated appurtenances, as shown in the drawings or as specified herein. Backfill and compact all site areas disturbed by demolition work with earth backfill or gravel material in accordance with applicable specifications herein.

G. Perform the work in a manner that will not damage parts of the structure not intended to be removed or to be salvaged for the Owner. If, in the opinion of the Owner's Representative, the method of demolition used may endanger or damage parts of the

Page 160: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Demolition Section No. 02 41 00-5 Rev. 03/13/18

structure or affect the satisfactory operation of the facilities, promptly change the method when so notified by the Owner's Representative. No blasting will be permitted.

H. Equipment, material, and piping, except as specified to be salvaged for the Owner, or removed by others, within the limits of the demolition, excavations, and backfills, will become the property of the Contractor and shall be removed from the project site.

I. Do not reuse material salvaged from demolition work on this project, except as specifically shown.

J. Provide maximum practicable protection from inclement weather for materials, equipment, and personnel located in partially dismantled structures.

K. Protect persons and property throughout progress of work. Provide safe working conditions for personnel.

L. Completely demolish existing structures including building superstructure, foundation, footings, utility drains, and piping as indicated on drawing.

M. City of Marco Island Water & Sewer will be responsible for removing biosolids and cleaning and disinfecting the process tanks at the Marco Shores Wastewater Treatment Plant.

N. Place and compact fill as specified in Section 31 23 33. Do not place solid fill from removal operation within the top 12 inches (30 cm) of finish grade.

O. Removed materials, equipment, and appurtenances, not designated for relocation, become property of Contractor and shall be disposed of offsite.

3.08 SALVAGE:

A. Store equipment to be salvaged or relocated as directed by Engineer. Protect salvaged items from damage during work. A preliminary list of items to be salvaged includes;

1. PLCs and cabinets

2. Flow Meters

3. Rotork actuator located on plug valve at storage tank.

Contractor will coordinate with Engineer and Owner to develop a final list of salvage items, prior to initiating demolition work. Equipment salvaged from the premises is the property of the Owner. Carefully remove and handle the equipment. Leave the property free of debris and material. All equipment identified to be salvaged shall be stockpiled at Owner’s designated facility. Remaining materials to be removed shall be disposed of by Contractor.

Page 161: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Demolition Section No. 02 41 00-6 Rev. 03/13/18

B. Salvage fire hydrants located inside property for future use by City of Marco Island Water & Sewer. Store in vicinity of original location and place so as not to interfere with construction.

3.09 CLOSEOUT ACTIVITIES:

A. Provide in accordance with Section 01 70 00.

END OF SECTION

Page 162: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

General Concrete Construction REV. 05/01/17 Section No. 03 30 00-1

SECTION 03 30 00

GENERAL CONCRETE CONSTRUCTION

PART 1 - GENERAL

1.01 DESCRIPTION

A. This section includes materials, installation, and testing of formwork, reinforcing steel, joints, concrete, and finishing and curing for general concrete construction.

1.02 REFERENCES

A. American Concrete Institute (ACI):

1. 117/117R: Standard Tolerances for Concrete Construction and Materials.

2. 301: Standard Specification for Structural Concrete.

3. 304R: Guide for Measuring, Mixing, Transporting and Placing Concrete

4. 304.2R: Placing Concrete by Pumping Methods

5. 305R: Hot Weather Concreting

6. 306R: Cold Weather Concreting

7. 308: Standard Practice for Curing Concrete

8. 309.2R: Identification and Control of Visible Effects of Consolidation on Formed Concrete Surfaces.

9. 318/318R: Building Code Requirements for Structural Concrete and Commentary.

10. 347: Guide to Formwork for Concrete

11. SP-66: ACI Detailing Manual.

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

1. A615: Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement

2. A706: Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement.

3. C31: Standard Practice for Making and Curing Concrete Test Specimens in the Field

Page 163: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

General Concrete Construction REV. 05/01/17 Section No. 03 30 00-2

4. C33: Standard Specification for Concrete Aggregates

5. C39: Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens

6. C42: Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete

7. C94: Standard Specification for Ready-Mixed Concrete

8. C143: Standard Test Method for Slump of Hydraulic Cement Concrete

9. C150: Standard Specification for Portland Cement

10. C231: Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method

11. C309: Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete

12. C494: Standard Specification for Chemical Admixtures for Concrete

13. C1107: Standard Specification for Packaged Dry, Hydraulic-Cement Grout (Nonshrink)

14. D994: Standard Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type)

15. D1259: Standard Test Methods for Nonvolatile Content of Resin Solutions.

16. D1752: Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction.

17. D2240: Standard Test Method for Rubber Property – Durometer Hardness

1.03 SUBMITTALS

A. Submit the following in accordance with Section 01300.

1. Manufacturer's printed data and application instructions for specified materials and locations where materials are to be used.

2. Certification that materials used within the joint system are compatible with each other.

3. Bar lists and placing drawings for all reinforced concrete structures. Detail reinforcement in conformance with ACI SP-66. Clearly indicate bar sizes, spacing, locations and quantities of reinforcement steel and wire reinforcement, bending schedules, and supporting and spacing devices. Show joints, with applicable joint reinforcement.

Page 164: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

General Concrete Construction REV. 05/01/17 Section No. 03 30 00-3

B. Submit certified copies of mill test reports of reinforcement analysis dated within the last six months.

1. Prepare mix designs in accordance with ACI 318, except as modified herein.

a. Submit concrete designs, laboratory 7-day and 28-day compressive tests results for review and acceptance by the Engineer.

b. Alternatively, submit test reports of 7-day and 28-day compressive tests results of the proposed mix where that same mix has been used on two previous projects in the past twelve months.

2. Proposed special procedures for protection and curing of concrete under hot and cold weather conditions.

3. Provide delivery tickets for ready-mix concrete or weighmasters certificate per ASTM C94, including weights of cement and each size aggregate and amount of water added at the plant and record of placements. Record the amount of water added on the job on the delivery ticket. Water added at the plant shall account for moisture in both coarse and fine aggregate and liquid admixtures.

1.04 QUALITY ASSURANCE

A. Design formwork in conformance with methodology of ACI 347R for anticipated loads, lateral pressures, depth of concrete placement and rate of concrete placement. Design shall consider any special requirements due to the use of self consolidating, plasticized and/or retarded set concrete. All forms and shoring shall be designed at the contractor’s expense.

B. Formwork shall be constructed so that the concrete surfaces will conform to the tolerance limits as given in ACI 117.

C. Unless otherwise indicated, materials, workmanship, and practices shall conform to the following standards:

1. Florida Building Code.

2. ACI 301, "Structural Concrete for Buildings.”

3. ACI 318, "Building Code Requirements for Reinforced Concrete.”

D. 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.

E. The Contractor shall employ an independent testing laboratory, acceptable to the Engineer, to test conformity of materials to specifications. Concrete testing shall be performed by an ACI Concrete Field Technician, Grade I or equivalent. Allow free access to obtain test samples.

Page 165: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

General Concrete Construction REV. 05/01/17 Section No. 03 30 00-4

PART 2 - MATERIALS

2.01 CEMENT:

A. Portland Cement, ASTM C150, Type I/II; Use only one brand of cement from one source.

2.02 FLY ASH:

A. Class F fly ash conforming to ASTM C618

2.03 FINE AGGREGATES:

A. Clean, sharp, natural sand conforming to requirements of ASTM C33 with a fineness modulus between 2.50 and 3.0.

2.04 COARSE AGGREGATE:

A. Well graded crushed stone, natural rock conforming to requirements of ASTM C33.

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.

2.06 CONCRETE ADMIXTURES:

A. Water Reducing: Class A concrete; 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

B. High-Range Water-Reducing Admixture (Superplasticizer): Class A concrete; a High-Range water-reducing admixture conforming to ASTM C494, Type F or ASTM C1017, Type I.

2.07 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

2.08 FORMWORK:

A. Class I Forms: Use steel forms, ply form, or smooth-surface plywood 3/4-inch minimum thickness for straight surfaces and 1/2-inch minimum thickness for curved surfaces.

B. Class II Forms: Use plywood in good condition, metal, or smooth-planed boards free from large or loose knots with tongue and groove or ship lap joints.

Page 166: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

General Concrete Construction REV. 05/01/17 Section No. 03 30 00-5

C. Class II forms may be used for exterior concrete surfaces that are 1 foot or more below finished grade. Use Class I forms for all other surfaces.

D. Coat forms with form release agent.

2.09 BOND BREAKER

A. Bond breaker shall be a nonstaining type which will provide a positive bond prevention, such as Williams Tilt-Up Compound, as manufactured by Williams Distributors, Inc., Seattle, Washington; Silcoseal 77, as manufactured by SCA Construction Supply Division, Superior Concrete Accessories, Franklin Park, Illinois; or equal.

2.10 FORM RELEASE AGENT

A. Form release agent shall effectively prevent absorption of moisture and prevent bond with the concrete. Agent shall be nonstaining and nontoxic after 30 days.

B. For steel forms, release agent shall prevent discoloration of the concrete due to rust.

2.11 REINFORCING STEEL

A. Reinforcement shall conform to ASTM A615 or A706, 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.

2.12 WELDED WIRE REINFORCEMENT

A. Welded wire reinforcement shall conform to ASTM A185.

2.13 TIE WIRE

A. Tie wire shall be 16 gauge minimum, black, soft annealed.

2.14 BAR SUPPORTS

A. Bar supports in beams and slabs exposed to view after form stripping shall be galvanized and plastic coated. Use concrete supports for reinforcing in concrete placed on grade.

2.15 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.

Page 167: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

General Concrete Construction REV. 05/01/17 Section No. 03 30 00-6

2.16 GROUT

A. Non-shrink Class I grout shall meet the requirements of ASTM C1107, Grade B or C, when mixed to fluid, flowable and plastic consistencies.

B. Epoxy Grout: 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 C579 and have a maximum thermal expansion of 30 x 10-6 when tested in conformity with ASTM C531.

2.17 MIX DESIGN

A. Conform to ASTM C94, except as modified by these specifications.

B. Air content as determined by ASTM C231:

1. 2 +/- 1 percent for concrete all aggregate size.

C. Provide concrete with the following compressive strengths at 28 days and proportion it for strength and quality requirements in accordance with ACI 318. The resulting mix shall not conflict with limiting values specified in Table 03 05 00-1.

Table 03 05 00-1

Class Type of Work

28-Day Minimum Compressive Strength (psi)

Minimum Cementitous Content (lbs

per C.Y.)

Maximum Water/Cement

Ratio

A Concrete for all general concrete construction except precast structures.

4,000 560 0.44

D. Measure slump in accordance with ASTM C143:

1. Proportion and produce the concrete to have a slump of 3+/-1 inches.

2. Mixes containing water reducers shall have a maximum slump of 6 inches after the addition of a mid-range water reducer and maximum slump of 8 inches after the addition of a high range water reducer.

E. Aggregate Size:

1. 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 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 topping shall be maximum 3/8-inch.

Page 168: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

General Concrete Construction REV. 05/01/17 Section No. 03 30 00-7

2. Combined aggregate grading shall be as shown in the following table:

Table 03 05 00-2

Maximum Aggregate Size 1-1/2 inch 1 inch 3/4-inch 3/8-inch

Aggregate Grade per ASTM C33 467 57 67 8

PART 3 - EXECUTION

3.01 FORM TOLERANCES

A. 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.

B. The following table indicates tolerances or allowable variations from dimensions or positions of structural concrete work:

Maximum Tolerance (inch)

Sleeves and inserts +1/4 -1/4

Projected ends of anchors +1/4 -0.0

Anchor bolt setting +1/4 -1/4

Finished concrete, all locations +1/4 -1/4 in 10 feet

Max ±1-inch in total length

1. The planes or axes from which the above tolerances are to be measured shall be as follows:

Sleeves and inserts: Centerline of sleeve or insert.

Projected ends of anchors: Plane perpendicular to the end of the anchor as located in the drawings.

Anchor bolt setting: Centerline of anchor bolt.

Finish concrete: The concrete surface as defined in the drawings.

Page 169: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

General Concrete Construction REV. 05/01/17 Section No. 03 30 00-8

2. Where equipment is to be installed, comply with manufacturer's tolerances if more restrictive than above.

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

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.

3.04 REMOVAL OF FORMS

A. 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/column piers 24 hours

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 EMBEDDED ITEMS

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.

3.06 BEVELED EDGES (CHAMFER)

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.

Page 170: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

General Concrete Construction REV. 05/01/17 Section No. 03 30 00-9

3.07 INSTALLATION OF PREMOLDED JOINT FILLER

Install in joint accurately as shown. Attach to concrete with a bonding agent recommended by the joint sealant and joint filler manufacturer for compatibility.

3.08 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 2 inches clear from faces of concrete.

2. Splices may be used to provide continuity due to bar length limitations. 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. Do not use reinforcing with bends not shown in the drawings.

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 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.

I. Position dowels for masonry walls to occur at reinforced block cells.

3.09 SITE-MIXED CONCRETE

A. Conform to ACI 304.

Page 171: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

General Concrete Construction REV. 05/01/17 Section No. 03 30 00-10

3.10 READY-MIXED CONCRETE

A. Conform to ASTM C94.

3.11 PLACING CONCRETE

A. Conform to ACI 304.

3.12 PUMPING CONCRETE

A. Conform to ACI 304.2R-91.

3.13 WEATHER REQUIREMENTS

A. Conform to ACI 305 for placing during hot weather.

B. Conform to ACI 306 for placing during cold weather.

3.14 CONCRETE FINISHES

A. Complete concrete surfaces in accordance with the following schedule:

Finish Designation Area Applied

S-1 Equipment Pads

S-2 Slabs exposed to view

Finish S-1: Steel trowel without local depressions or high point.

Finish S-2: 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.

3.15 CURING CONCRETE

A. Conform to ACI 308.

B. Use curing compound.

C. 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.

3.16 REPAIR OF DEFECTS AND CRACKS

A. Do not repair defects until concrete has been evaluated by the Owner's Representative.

Page 172: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

General Concrete Construction REV. 05/01/17 Section No. 03 30 00-11

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.

2. Repair by removing the honeycombed and other defective concrete down to sound concrete, make edges of the repair area perpendicular to the surface, as required above, sandblast the sound concrete surface, coat the exposed surfaces with epoxy bonding compound, place nonshrink grout, match the finish on the adjacent concrete, and cure as specified.

D. Repair minor cracks in concrete structures that are wider than 1/10 inch by cutting out a square edged and uniformly aligned joint 3/8 inch wide by 3/4 inch deep, preparing exposed surfaces of the joint, priming the joint, and applying polyurethane joint sealant.

E. If the cracks are major or affect the hydraulic capacity or function of the element, the Owner's Representative may require the concrete to be repaired by epoxy injection.

F. Major Defects and Cracks: If the defects affect the structural integrity of the structure or if patching does not satisfactorily restore quality and appearance to the surface, the Owner’s Representative may require the concrete to be removed and replaced, complete.

3.17 CONCRETE TESTS

A. Concrete quality testing will be performed on the concrete by a testing agency retained by the contractor.

1. Frequency of Sampling: Cast six 4 x 8 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.

3. Determine concrete slump by ASTM C143 with each strength test sampling and as required to establish consistency.

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.

Page 173: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

This page intentionally left blank

Page 174: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Precast Concrete Structures REV. 06/05/17 Section No. 03 48 00-1

SECTION 03 48 00

PRECAST CONCRETE STRUCTURES

PART 1 - GENERAL

A. Description

This section includes design, materials, testing, and installation of precast concrete structures.

B. Submittals

1. Shop Drawings: Submit the following in accordance with Section 01 33 00

2. Completely detailed shop drawings for all precast concrete structures. Indicate all ASTM reference standards, dimensions, details, reinforcing steel, inserts, connections, openings and lifting devices. Mark each component for identification. Show mark on erection plan and place legibly on unit at time of manufacture.

3. Submit manufacturer's catalog data for frames, and covers. Show dimensions and materials of construction by ASTM reference and grade.

4. Submit manufacturer’s design calculation and certification signed and sealed by a registered professional engineer in the State of Florida that the precast structure design and construction comply with design criteria specified herein.

5. Do not fabricate precast concrete structures before shop drawings are accepted by engineer.

C. Delivery, Storage, and Handling

1. Coordinate the delivery, storage, handling and installation of the concrete structures.

2. Store structures on clean blocking, off the ground and protected from rain and ground splatter.

PART 2 - PRODUCTS

A. Manufacturers:

1. Oldcastle Precast, Inc.

2. U.S. Precast Corp.

3. Or equal.

Page 175: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Precast Concrete Structures REV. 06/05/17 Section No. 03 48 00-2

B. Materials:

1. Concrete shall have a minimum concrete compressive strength of 5000 psi at 28 days and shall conform to Section 033000.

2. Steel reinforcement shall conform to ASTM A615, Grade 60.

3. Welded wire reinforcement ASTM A185.

4. Portland cement shall be ASTM C150, Type II.

5. Admixtures causing accelerated setting of cement in concrete shall not be used.

6. Coarse Aggregate and sand conforming to Section 03300.

7. Joint sealant shall be butyl rubber sealant per ASTM C990

8. Non-Shrink Grout:

a. Masterflow 713 Grout by Master Builders, Cleveland, OH.

b. Fire Star Grout by U.S. Grout Corp., Old Greenwich, CT.

c. Upcon by Upcon Co., Cleveland, OH.

d. Or equal.

C. Circular Precast Pump Station

1. Precast circular concrete pump station shall comply with ASTM C478 and ASTM C497. Pump station diameter and depth shall be as shown on contract drawings. Assume a soil density of 130 pounds per cubic foot with ground water elevation at grade.

2. Precast top sections shall be flat slab. Provide openings in the top section, oriented as shown in the drawings. Design top section for H20 traffic loads.

D. Rectangular Precast Utility Vaults

1. Rectangular precast utility vaults shall comply with ASTM C857 and ASTM C858. Structures size shall be as shown on contract drawings. Design structure for depths shown in the drawings, assuming a soil density of 130 pounds per cubic foot with ground water elevation at grade.

2. Precast top sections shall be flat slab. Provide openings in the top section, oriented as shown in the drawings. Design top section for H20 traffic loads.

Page 176: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Precast Concrete Structures REV. 06/05/17 Section No. 03 48 00-3

E. Additional criteria for precast structures

1. Design and install structures to withstand hydrostatic uplift caused by a groundwater elevation at grade level or equal to the top of the structure, whichever produces the most severe condition.

2. Walls, floor slab, and top slab shall be of minimum thickness as shown on drawings. Cast lower wall section and floor slab together in one placement.

3. Structure shall be a complete watertight enclosure.

4. Fabricate precast reinforced concrete structure in sections as required for ease of installation and shipment.

5. Provide pipe sleeves with water stops, rubber pipe boots or other devices at pipe penetrations as indicated.

F. Access Hatches

1. Manufacturers:

a. Halliday Products Inc.

b. Bilco Co.

c. Or equal.

2. Provide aluminum hatches of the type and size indicated and as follows:

a. Fabricate hatch and frame with ¼ inch extruded aluminum frame and ¼ inch diamond checkered aluminum plate covers.

b. Reinforce cover, with aluminum bars and angles welded to underside of covers, to withstand 300-lbs per square foot, unless H20 wheel loading is indicated on drawings.

c. Provide hatch with hinges, hold-open safety-lock bars and flush lift handles, factory assembled, and shipped complete for installation.

d. Provide stainless steel hardware throughout. Hinge covers to frames with heavy duty stainless steel concealed hinges and stainless steel pins. Attach hinges to covers and frames with countersunk/flathead stainless steel machine screws. Covers shall fit flush to frame.

e. Provide slam latch, flush mounted grip handle, and removable plug and key wrench.

Page 177: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Precast Concrete Structures REV. 06/05/17 Section No. 03 48 00-4

G. Pipe Connections for Inlet Piping

1. Provide resilient watertight connectors between the precast structural and inlet piping in accordance with ASTM C923. Connections shall consist of a chemically resistant neoprene EPDM flexible boot, locking ring, and pipe clamp(s). The locking ring shall be stainless steel and shall lock the boot into the preformed opening in the manhole. The pipe clamp shall be stainless steel. Alternatively, cast the flexible boot in the wet well and eliminate the locking ring. Pipe connections shall be Kor-N-Seal (Dukor Corporation), Z-Lok-XP (A-Lok Products, Inc.), or equal.

H. Exterior Waterproofing

1. Exterior waterproofing shall be bituminous waterproofing material:

a. Tnemec Company, Inc.; Series 46-465 H.B. Tnemecol

b. Amercoat 78HB by Ameron International

c. Carboline; Bitumastic 300M

d. Or acceptable equivalent product.

I. Interior Lining

a. Interior lining shall be as specified on contract drawings.

PART 3 - EXECUTION

J. Installation

a. Install precast reinforced concrete structure, and related appurtenances in accordance with manufacturer's instructions.

b. Place precast reinforced concrete structure onto level prepared bedding as indicated. Provide uniform bearing over entire base of structure.

c. Seal all joints inside and out with specified sealant to ensure joints are waterproof.

d. Repair or replace damaged waterproofing.

e. Protect aluminum from contact with dissimilar metals, concrete, masonry or mortar.

f. Perform leak testing on pump station before backfilling. Plug the pipes connected to the pump station. Fill the pump station with water to a point 1 foot below the top slab soffit or a maximum water depth of 30 feet. Allow the structure to absorb water for four hours, then refill to the original water level. Allowable leakage shall be zero, except that moisture or beads of water

Page 178: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Precast Concrete Structures REV. 06/05/17 Section No. 03 48 00-5

appearing on the surface of the joint will not be considered leakage. Duration of leakage test shall be four hours. If the allowable leakage rate is exceeded, repair or replace the wet well and retest.

g. Backfill structure excavation in such a manner so as not to damage the waterproofing.

END OF SECTION

Page 179: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

This page intentionally left blank

Page 180: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Painting and Coating

REV. 06/15/17 Section No. 09 90 00-1

SECTION 09 90 00

PAINTING AND COATING

PART 1 - GENERAL

A. Description

This section includes materials and application of painting and coating systems for the following surfaces:

1. Submerged metal.

2. Exposed metal.

3. Buried metal.

4. Concrete and masonry.

5. Metal in contact with concrete.

6. Wood and masonry.

7. Exposed plastic piping

It does not include coating steel water tanks and reservoirs.

B. Submittals

1. Submit shop drawings in accordance with the General Conditions, Section 013300 and the following.

2. Submit manufacturer’s data sheets showing the following information:

a. Percent solids by volume.

b. Minimum and maximum recommended dry-film thickness per coat for prime, intermediate, and finish coats.

c. Recommended surface preparation.

d. Recommended thinners.

e. Statement verifying that the specified prime coat is recommended by the manufacturer for use with the specified intermediate and finish coats.

Page 181: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Painting and Coating

REV. 06/15/17 Section No. 09 90 00-2

f. Application instructions including recommended equipment and temperature limitations.

g. Curing requirements and instructions.

3. Submit color swatches.

4. Submit certificate identifying the type and gradation of abrasives used for surface preparation.

5. Submit material safety data sheets for each coating.

PART 2 - MATERIALS

A. 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 Raw Sewage

Epoxy

7. Submerged Metal, Potable or Nonpotable Clean Water

Epoxy certified to ANSI/NSF 61

Exposed Metal Coating Systems

10. Exposed Metal, Corrosive Environment Epoxy/Zinc/Polyurethane

Buried Metal Coating Systems

21. Buried Metal Epoxy

24. Buried Metal Corrosion-resisting grease

Concrete and Masonry Coating Systems

31. Exposed Concrete and Masonry, Atmospheric Weathering Environment

Acrylic Emulsion

Page 182: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Painting and Coating

REV. 06/15/17 Section No. 09 90 00-3

33. Submerged Concrete, Raw Water or Raw Sewage

Epoxy/Polyurethane

PVC, CPVC, and FRP Coating Systems

41. PVC, CPVC, and FRP, Ultraviolet Exposure Polyamidoamine Epoxy/Aliphatic Acrylic Polyurethane

Coating Systems for Nonferrous Metals

51. Aluminum Insulation from Concrete and Carbon Steel

Bituminous

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.

B. Submerged Metal Coating Systems

1. System No. 1--Submerged Metal—Raw Water (Nonpotable) or Raw Sewage:

Type: Polyamidoamine Epoxy (Epoxy/Epoxy/Epoxy).

Service Conditions: For use with metal pipes, valves, supports and fabricated metal submerged in raw sewage or raw water(nonpotable) and exposed to a moist saturated hydrogen sulfide atmosphere, as in raw sewage wet wells.

Surface Preparation: SSPC SP-10/NACE 2 (near white metal sandblast).

Prime Coat: Tnemec Series N69 Hi- Build Epoxoline, DFT 3.0 to 5.0 mils.

Intermediate Coat: Tnemec Series 104H.S. Expoxy, DFT 4.0 to 10.0 mils.

Finish Coat: Tnemec Series N69 Hi-Build Epoxloline II, DFT 4.0 to 6.0 mils; or Series 104 H.S. Epoxy, DFT 4.0 to 10.0 mils.

Total Dry Film Thickness 11.0 to 25.0 mils.

Equivalent painting systems by Devoe, Ameron, and Carboline are acceptable, subject to MIU approval.

Page 183: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Painting and Coating

REV. 06/15/17 Section No. 09 90 00-4

2. System No. 7--Submerged Metal, Potable or Nonpotable Water:

Type: Polyamidoamine Epoxy system certified in accordance with ANSI/NSF 61 for contact with potable water.

Service Condition: For use with metal pipes, valves, supports, steel tanks, and fabricated metal submerged in potable or non-potable clean water.

Surface Preparation: SSPC SP-10/NACE 2 (near white metal sandblast).

Prime Coat: Tnemec Series N140 Pota-Pox Plus Hi-Build Epoxoline, DFT 4.0 to 6.0 mils.

Finish Coat: Tnemec Series N140 Pota-Pox Plus Hi-Build Epoxoline, DFT 4.0 to 6.0 mils.

Total Dry Film Thickness 10.0 to 12.0 mils.

Equivalent painting systems by Devoe, Ameron, and Carboline are acceptable subject to MIU approval.

C. Epoxy/Zinc/Polyurethane

1. System No. 10 – Exposed Metal, Corrosive Environment

Type: Epoxy/Zinc/Polyurethane

Service Condition: For use with above grade and non-submerged metal structures, tanks, piping systems, and equipment.

Surface Preparation: SSPC SP-6/NACE 3 (commercial sandblast).

Prime Coat: Tnemec Series N69 Hi-Build Epoxoline, DFT 3.0 to 5.0 Mils; or Series 90-97 Tneme-Zinc, DFT 2.5 to 3.0 mils.

Intermediate Coat: Tnemec-Series N69 Hi-Build Epoxoline or Series 27 Typoxy, DFT 2.5 to 3.0 mils.

Finish Coat: Tnemec Series 73, 1074, or 1075 Endura-Shield, DFT 2.0 to 5.0 mils.

Total Dry Film Thickness 7.0 to 13.0 mils for Epoxy/Polyurethane or 6.5 to 11.5 mils for Epoxy/Zinc/Polyurethane.

Equivalent painting systems by Devoe, Ameron, and Carboline are acceptable subject to MIU approval.

Page 184: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Painting and Coating

REV. 06/15/17 Section No. 09 90 00-5

D. Buried Metal Coating Systems

1. System No. 21--Buried Metal:

Type: Polyamide Epoxy Coal-Tar.

Service Conditions: Buried metal, such as valves, flanges, bolts, nuts, structural steel, and fittings.

Surface Preparation: SSPC SP-10/NACE 2 (Near White Metal Sandblast).

Prime Coat: Tnemec Series N69 Hi-Build Epoxoline, DFT 3.0 to 5.0 mils.

Finish Coat: Tnemec Series 46H-413 Hi-Build Tneme-Tar, DFT 14.0 to 20.0 mils.

Total Dry Film Thickness 17.0 to 25.0 mils

Equivalent painting systems by Devoe, Ameron, and Carboline are acceptable subject to MIU approval. Fittings for buried water mains shall have factory applied fusion bonded epoxy coatings.

2. System No. 24--Buried Metal:

Type: Corrosion-resisting grease.

Service Conditions: Buried metal, such as bolts, bolt threads, tie rods, and nuts (including stainless steel unless furnished Teflon coated).

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.

E. Concrete and Masonry Coating Systems

1. System No. 31--Exposed Concrete and Masonry, Corrosive Environment:

Type: Hi-build, water based, Acrylic Emulsion

Service Conditions: Exposed concrete and masonry.

Surface Preparation: SSPC SP 13/NACE 6 clean and dry.

Prime Coat: Tnemec Series 180 or 181 (sand texture) Tneme-Crete, DFT 4.0 to 8.0 mils.

Page 185: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Painting and Coating

REV. 06/15/17 Section No. 09 90 00-6

Finish Coat: Tnemec Series 180 or 181 (sand texture) Tneme-Crete, DFT 4.0 to 8.0 mils.

Total Dry Film Thickness 8.0 to 16.0 mils.

Equivalent painting systems by Devoe, Ameron, and Carboline are acceptable subject to MIU approval.

2. System No. 33-Submerged Concrete, Raw Sewage or Raw Water:

Type: Solvent free 100% solids ultra high build epoxy or 100% VOC-free polyurethane. Approved systems are Raven Lining Systems 405, Sprayroq SprayWall® or equivalent product approved by MIU.

Service Conditions: Concrete wetted or submerged in raw water or raw sewage and structures exposed to moist hydrogen sulfide such as interiors of manholes and sewage pumping station wet wells. Also used for concrete repairs, rehabilitation, and structural restoration.

Surface Preparation: Provide a uniform, clean, neutralized surface as directed by the manufacturer’s instructions. Concrete and masonry surfaces must have a surface profile equivalent to CSP3 to CSP5 in accordance with ICRI. Use abrasive blasting, low-pressure water cleaning may be used for debris removal but applied at a rate of no more than 2.5 gpm at a pressure of 3,000 psi.

Installation shall be by a certified installed authorized by the manufacturer. Installer shall follow the manufacturers’ explicit recommendations for application.

Total minimum applied coating thickness will be 125 mils for new structures and 200 mils for rehabilitated structures.

F. PVC, CPVC, and FRP Coating System

1. System No. 41--PVC, CPVC, and FRP, Ultraviolet Exposure or Color Coding:

Type: Polyamidoamine Expoxy/Aliphatic Acrylic Polyurethane.

Service Conditions: Color coding of PVC or CPVC or FRP exposed to sunlight.

Surface Preparation: SSPC SP-1. Then lightly abrade the surface with medium-grain sandpaper.

Prime Coat: One coat of Tnemec Series N69 Epoxoline, International 7510, Ameron 385, ICI Devoe Devran 224 HS, Sherwin-Williams Macropoxy 646 B58 series,

Page 186: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Painting and Coating

REV. 06/15/17 Section No. 09 90 00-7

Carboline 888 or 890, PPG PITT-GUARD® Direct-to-Rust Epoxy Mastic Coating 97-145 Series, or equal. Apply to a minimum dry-film thickness of 2 mils.

Finish Coat: One coat of Tnemec Series 1075, International Interthane 990HS, Ameron 450 HS, ICI Devoe Devran 379, Carboline 134 HG, Sherwin-Williams Hi-Solids Polyurethane B65-300 series, PPG PITTHANE® Ultra Gloss Urethane Enamel 95-812 Series, or equal. Apply to a minimum dry-film thickness of 2 mils.

G. Coating Systems for Nonferrous Metals

1. System No. 51--Aluminum Insulation from Concrete and Carbon Steel:

Type: Bituminous paint having a minimum volume solids of 68% coal-tar pitch based.

Service Conditions: Coat areas of aluminum grating, stairs, structural members or aluminum fabrications, in contact with concrete or carbon steel with this system.

Surface Preparation: Solvent or steam cleaning per SSPC SP-1; do not use alkali cleaning. Then dust blast.

Prime Coat: Apply synthetic resin or epoxy primer to metal surface before finish coats. Products: International Intervinux VTA528/529, or equal. No primer required for Carboline or Tnemec.

Finish Coat: Carboline Super Service Black, Tnemec 46-465, International Intertuf 100, or equal. Apply two coats to a minimum dry-film thickness of 12 mils each.

H. Abrasives for Surface Preparation

1. Abrasives used for preparation of ferrous (excluding stainless steel) surfaces shall be one of the following:

16 to 30 or 16 to 40 mesh silica sand or mineral grit.

20 to 40 mesh garnet.

Crushed iron slag, 100% retained on No. 80 mesh.

SAE Grade G-40 or G-50 iron or steel grit.

2. Abrasives used for preparation of concrete and masonry surfaces shall be 16 to 30 or 16 to 40 mesh silica sand.

3. 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.

Page 187: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Painting and Coating

REV. 06/15/17 Section No. 09 90 00-8

PART 3 EXECUTION

A. Weather Conditions

1. 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.

2. Do not apply paint when the relative humidity is above 85%. For Systems Nos. 3 and 14, the relative humidity shall not exceed 95%.

3. Do not paint when temperature of metal to be painted is above 120°F.

4. 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.

5. 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.

B. Surface Preparation Procedures

1. 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.

2. 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.

3. 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.

4. Do not abrasive blast epoxy- or enamel-coated pipe that has already been factory coated, except to repair scratched or damaged coatings.

5. 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.

6. Surface preparation shall conform with the SSPC specifications as follows:

Page 188: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Painting and Coating

REV. 06/15/17 Section No. 09 90 00-9

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

(a) Near-White Blast Cleaning SP-10 Power Tool Cleaning to Bare Metal SP-11 Surface Preparation and Cleaning of Steel and Other Hard Materials by High- and Ultrahigh-Pressure Water Jetting Prior to Recoating

SP-12

Surface Preparation of Concrete SP-13

7. 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 specifications, they shall be understood to refer to the applicable SSPC (Steel Structure Painting Council), surface preparation specifications listed above.

8. 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.

9. For carbon steel surfaces, after abrasive blast cleaning, the height of the surface profile shall be 2 to 3 mils. If this cannot be achieved with the surface preparation named in the painting system, SSPC SP-5 may be required. 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.

10. 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.

C. Abrasive Blast Cleaning

1. 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.

Page 189: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Painting and Coating

REV. 06/15/17 Section No. 09 90 00-10

2. After 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.

3. Keep the area of the work in a clean condition and do not permit blasting particles to accumulate and constitute a nuisance or hazard.

4. During sandblast 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.

D. Preparation of Concrete and Masonry Surfaces To Be Coated

1. Surface preparation of concrete and masonry surfaces shall be in accordance with SSPC SP-13 and the following.

2. Do not apply coating until concrete has cured at least 30 days. Finish concrete surfaces per Section 030500. Do not use curing compound on surfaces that are to be coated.

3. 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.

4. Detergent clean the concrete or masonry surface with trisodium phosphate per ASTM D 4258. Then sandblast surfaces (brush-off blast). Floor slabs may be acid etched per ASTM D 4260 in lieu of sandblasting. After sandblasting, wash surfaces with water to remove dust and salts, per ASTM D 4258 or D 4261. The grain of the concrete surface to touch shall not be rougher than that of No. 10 mesh sand.

5. Prior to coating concrete, plaster, and masonry with System No. 31, 33, or 34, determine the presence of capillary moisture per ASTM D 4263, 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.

6. Acceptance criteria for concrete surfaces shall be in accordance with SSPC SP-13, Table 1, “Severe Service.”

Page 190: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Painting and Coating

REV. 06/15/17 Section No. 09 90 00-11

7. Do not apply coatings to concrete when the concrete is outgassing. Apply coatings only when the concrete surface temperature is stable, not rising.

E. Procedures for Items Having Shop-Applied Prime Coats

1. After application of primer to surfaces, allow coating to cure for a minimum of two hours before handling to minimize damage.

2. 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.

3. Cover shop-primed items 100% with protective coverings or tarpaulins to prevent deposition of road salts, fuel residue, and other contaminants in transit.

4. 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.

F. Field Touch-Up of Shop-Applied Prime Coats

1. 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.

2. 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.

3. 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.

4. 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.

Page 191: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Painting and Coating

REV. 06/15/17 Section No. 09 90 00-12

5. 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.

6. 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.

7. 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.

8. Surfaces that are shop primed shall receive a field touch-up of the same primer used in the original prime coat.

G. Painting Systems

1. 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.

2. Deliver paints to the jobsite in the original, unopened containers.

H. Paint Storage and Mixing

1. 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.

2. 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.

I. Procedures for the Application of Coatings

1. 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.

Page 192: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Painting and Coating

REV. 06/15/17 Section No. 09 90 00-13

2. 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.

3. 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.

4. 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 working area prior to coating applications. Remove dust from coated surfaces by dusting, sweeping, and vacuuming prior to applying succeeding coats.

5. Apply coating systems to the specified minimum dry-film thicknesses as measured from above the peaks of the surface profile.

6. 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.

7. 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.

8. 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.

9. Application procedures for System No.33 shall follow manufacturer’s instructions.

10. 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.

11. 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.

12. Assembled parts shall be disassembled sufficiently before painting or coating to ensure complete coverage by the required coating.

Page 193: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Painting and Coating

REV. 06/15/17 Section No. 09 90 00-14

3.1 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:

• Concrete walkways.

• Mortar-coated pipe and fittings.

• Metal letters.

• Glass.

• Roofings.

• Fencing.

• Electrical fixtures except for factory coatings.

• Nameplates.

• Grease fittings.

• Brass and copper, submerged.

• Buried pipe, unless specifically required in the piping specifications.

• Fiberglass items, unless specifically required in the FRP specifications.

• Aluminum handrail, stairs, and grating.

• Insulated pipe.

J. 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.

Page 194: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Painting and Coating

REV. 06/15/17 Section No. 09 90 00-15

K. 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:

• Coat mechanical equipment, such as pumps, as described in the various mechanical equipment specifications. Color of finish coat shall match the color of the connecting piping.

• Coat aboveground and exposed piping or piping in vaults and structures as described on the drawings and in the various piping specifications.

• Coat submerged steel and ductile iron piping in wet wells per System No.1.

• Coat valves as described in the various valve specifications the same as the adjacent piping. Aboveground valves, or valves in vaults and structures, shall match the color of the connecting piping.

• Coat concrete surfaces where shown in the drawings.

• Coat masonry surfaces where shown in the drawings.

• Coat aluminum surfaces in contact with concrete per System No. 51.

• Coat buried flanges, nuts and bolts, valves, flexible pipe couplings, exposed rebar in thrust blocks, and valve boxes as specified in the particular specifications for the above items.

• Coat aboveground structural steel or structural steel located in vaults and structures as described in Section 05121.

• Coating Schedule:

Page 195: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Painting and Coating

REV. 06/15/17 Section No. 09 90 00-16

Surface or Item

Coating System No.

Pumps (exposed components) 10 Pumps (submerged components) 1 Exposed ferrous piping 10 Submerged ferrous piping 1 Exposed ferrous valves 10 Buried valves 21 Submerged valves 1 Standard Concrete Manholes - Exterior surfaces 31 Standard Concrete Manholes - Interior surfaces 33 Bypass Vault Adjacent to Wet Well - Exterior surfaces 31 Bypass Vault Adjacent to Wet Well - Interior surfaces 33 Concrete Wet Well - Interior surfaces/Exterior 33/31 Concrete Valve Vault - Interior surfaces/Exterior 33/31 Aluminum in Contact with Concrete 51

L. Dry-Film Thickness Testing

1. Measure coating thickness specified for metal surfaces with a magnetic-type dry-film thickness gauge. 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.

2. 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.

3. Measure coating thickness specified for concrete or masonry surfaces in accordance with ASTM D 4138. Test the finish coat of concrete and masonry surfaces in accordance with NACE RP-0188-90 or ASTM D 4787. Patch coatings at the points of thickness measurement or holiday detection.

4. Check each coat for the correct dry-film thickness. Do not measure within eight hours after application of the coating.

5. 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.

Page 196: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Painting and Coating

REV. 06/15/17 Section No. 09 90 00-17

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.

6. 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.

7. Perform tests in the presence of the Owner’s Representative.

M. 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.

N. Cleaning

1. During the progress of the work, remove discarded materials, rubbish, cans, and rags at the end of each day’s work.

2. Thoroughly clean brushes and other application equipment at the end of each period of use and when changing to another paint or color.

3. Upon completion of painting work, remove masking tape, tarps, and other protective materials, using care not to damage finished surfaces.

END OF SECTION

Page 197: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

This page intentionally left blank

Page 198: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Fusion-Bonded Epoxy Linings & Coatings REV. 06/14/17 Section No. 09 97 61-1

SECTION 09 97 61

FUSION-BONDED EPOXY LININGS AND COATINGS

PART 1 - GENERAL

A. Description

This section includes materials, application, and testing of one-part, fusion-bonded, heat-cured, thermosetting, 100% solids epoxy linings and coatings on all ductile iron pipes interior; mechanical joint, push-on, factory restrained and flange; and ductile-iron equipments, such as valves, flexible pipe couplings and fittings.

B. Submittals

1. Submit shop drawings in accordance with the General Provisions Conditions and Section 013300.

2. Submit manufacturer's catalog literature and product data sheets, describing the physical and chemical properties of the epoxy coating. Describe application and curing procedure.

3. Submit coating application test records for measuring coating thickness and holiday detection for each item or pipe section and fitting. Describe repair procedures used.

PART 2 - MATERIALS

A. Piping and Equipment Surfaces

1. The Contractor shall require the equipment suppliers to provide equipment that is free of salts, oil, and grease to the coating applicator.

2. The Contractor shall require pipe suppliers to provide bare pipe that is free of salts, oil, and grease to the coating applicator.

Page 199: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Fusion-Bonded Epoxy Linings & Coatings REV. 06/14/17 Section No. 09 97 61-2

B. Shop-Applied Epoxy Lining and Coating

Lining and coating shall be Induron Protecto 401 Ceramic Epoxy, or equal. Epoxy lining and coating shall meet or exceed the following requirements:

Hardness (minimum) Barcol 17 (ASTM D 2583) Rockwell 50 ("M" scale)

Abrasion resistance (maximum value)

1,000 cycles: 0.05 gram removed 5,000 cycles: 0.115 gram removed ASTM D 1044, Tabor CS 17 wheel, 1,000-gram weight

Adhesion (minimum) 3,000 psi (Elcometer) Tensile strength 7,300 psi (ASTM D 2370) Penetration 0 mil (ASTM G 17) Adhesion overlap shear, 1/8-inch steel panel, 0.010 glue line

4,300 psi, ASTM D 1002

Impact (minimum value) 100 inch-pounds (Gardner 5/8-inch diameter tup)

C. Field-Applied Epoxy Coating for Patching

Use a two-component, 80% solids liquid resin, such as Scotchkote 306.

D. Painting and Coating of Grooved-End and Flexible Pipe Couplings

Line and coat couplings the same as the pipe. Color shall match the color of the pipe fusion epoxy coating.

PART 3 - EXECUTION

A. Shop Application of Fusion-Bonded Epoxy Lining and Coating--General

1. Grind surface irregularities, welds, and weld spatter smooth before applying the epoxy. The allowable grind area shall not exceed 0.25 square foot per location, and the maximum total grind area shall not exceed 1 square foot per item or piece of equipment. Do not use any item, pipe, or piece of equipment in which these requirements cannot be met.

2. Remove surface imperfections, such as slivers, scales, burrs, weld spatter, and gouges. Grind outside sharp corners, such as the outside edges of flanges, to a minimum radius of 1/4 inch.

3. Uniformly preheat the pipe, item, or piece of equipment prior to blast cleaning to remove moisture from the surface. The preheat shall be sufficient to ensure that the surface temperature is at least 5°F above the dew point temperature during blast cleaning and inspection.

Page 200: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Fusion-Bonded Epoxy Linings & Coatings REV. 06/14/17 Section No. 09 97 61-3

4. Sandblast surfaces per SSPC SP-5. Protect beveled pipe ends from the abrasive blast cleaning.

5. After cleaning and surface preparation, test the surface for residual chloride concentration. If the residual chloride concentration exceeds 5 µg/cm2, then apply a phosphoric acid wash to the surface after sandblasting. Apply a phosphoric acid wash to the pipe, item, or piece of equipment after sandblasting. The average temperature, measured in three different locations, shall be 80°F to 130°F during the acid wash procedure. The acid wash shall be a 5% by weight phosphoric acid solution. The duration in which the acid is in contact with the surface shall be determined by using the average temperature as tabulated below:

Surface Temperature

(°F) Contact Time

(seconds) 80 52 85 45 90 36 95 33

100 28 105 24 110 21 130 10

After the acid wash has been completed, remove the acid with demineralized water having a maximum conductivity of 5 micromhos/cm at a minimum nozzle pressure of 2,500 psi.

6. Apply lining and coating by the electrostatic spray or fluidized bed process. Minimum thickness of lining or coating shall be 15 mils. Heat and cure per the epoxy manufacturer's recommendations. The heat source shall not leave a residue or contaminant on the metal surface. Do not allow oxidation of surfaces to occur prior to coating. Do not permit surfaces to flash rust before coating.

B. Shop Application of Fusion-Bonded Epoxy Lining and Coating to Pipe--Additional Requirements

1. Apply lining and coating per AWWA C213 except as modified herein.

2. Grind 0.020 inch (minimum) off the weld caps on the pipe weld seams before beginning the surface preparation and heating of the pipe.

C. Quality of Lining and Coating Applications

The cured lining or coating shall be smooth and glossy, with no graininess or roughness. The lining or coating shall have no blisters, cracks, bubbles, underfilm voids, mechanical damage, discontinuities, or holidays.

Page 201: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Fusion-Bonded Epoxy Linings & Coatings REV. 06/14/17 Section No. 09 97 61-4

D. Factory Testing of Coating--General

1. Test linings and coatings with a low-voltage wet sponge holiday detector. Test pipe linings and coatings per AWWA C213, Section 5.3.3. If the number of holidays or pinholes is fewer than one per 20 square feet of coating surface, repair the holidays and pinholes by applying the coating manufacturer's recommended patching compound to each holiday or pinhole and retest. If the number of pinholes and holidays exceeds one per 20 square feet of coating surface, remove the entire lining or coating and recoat the item or pipe.

2. Measure the coating thickness at three locations on each item or piece of equipment or pipe section using a coating thickness gauge calibrated at least once per eight-hour shift. Record each measured thickness value. Where individual measured thickness values are less than the specified minimum thickness, measure the coating thickness at three additional points around the defective area. The average of these measurements shall exceed the specified minimum thickness value, and no individual thickness value shall be more than 2 mils below or 3 mils above the specified minimum value. If a section of the pipe, item, or piece of equipment does not meet these criteria, remove the entire lining or coating and recoat the entire item or piece of equipment.

E. Factory Testing of Lining and Coating of Pipe--Additional Requirements

Check for coating defects on the weld seam centerlines. There shall be no porous blisters, craters, or pimples lying along the peak of the weld crown.

F. Field Repairs

Patch scratches and damaged areas incurred while installing fusion-bonded epoxy coated items with a two-component, 80% solids (minimum), liquid epoxy resin. Wire brush or sandblast the damaged areas per SSPC SP-10. Lightly abrade or sandblast the coating or lining on the sides of the damaged area before applying the liquid epoxy coating. Apply a two-part epoxy coating to defective linings and coatings to areas smaller than 20 square inches. Patched areas shall overlap the parent or base coating a minimum of 0.5 inch. If a defective area exceeds 20 square inches, remove the entire lining and coating and recoat the entire item or piece of equipment. Apply the liquid epoxy coating to a minimum dry-film thickness of 15 mils.

END OF SECTION

Page 202: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Electrical Work - General Section No. 26 05 10-1 1/15/2018

SECTION 26 05 10

ELECTRICAL WORK – GENERAL

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide complete and operational systems for both normal and standby electric power systems, normal lighting systems, grounding systems and other specified systems, including the installation and wiring of miscellaneous equipment and devices. Perform all work and testing as indicated and specified.

1. Provide conduit, wiring and connections for power, control, lighting, instrumentation and alarms for equipment furnished by others unless otherwise specified and indicated.

2. Provide temporary circuits, overcurrent devices, conduit and wiring, and other equipment required during construction of proposed electric system. Perform work at the convenience of the Owner.

3. Provide electrical system studies including a short circuit and protective device coordination study and an arc-flash study for the electrical distribution system constructed under this contract.

4. Disconnecting, removing, and relocating existing electrical equipment is a part of this Contract and is specified under Section 02 41 00 and this Section. Make equipment scheduled for removal free of shock hazard.

5. The equipment enclosure classification of the facility areas are indicated on the drawings. Provide all equipment, devices and material meeting the requirements for these area classifications unless otherwise noted or specified.

6. Review the electrical underground system and the civil yard piping. Install the electrical underground system in a manner that avoids conflicts with manholes, catch basins, etc. provided under other Divisions of the specifications

1.02 REFERENCES:

A. National Fire Protection Association (NFPA):

1. 70: National Electrical Code (NEC).

1.03 SEQUENCING AND SCHEDULING:

A. Coordinate electrical equipment installation with other facility components.

B. Coordinate installing required supporting devices and set sleeves in poured-in-place concrete and other structural components as they are constructed.

Page 203: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Electrical Work - General Section No. 26 05 10-2 1/15/2018

C. Sequence, coordinate and integrate the installation of electrical materials and equipment for efficient flow of the work.

D. Sequencing and scheduling work at existing facilities:

1. Remove and demolish equipment and materials in such a sequence that the existing and proposed facilities 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.

2. 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.

1.04 QUALITY ASSURANCE:

A. Provide in accordance with Section 01 45 00 and as specified.

B. Install electrical work in conformance with latest rules and requirements of National Fire Protection Association Standard No. 70 (National Electrical Code) and in accordance with requirements of State and Local Codes.

1.05 QUALIFICATIONS OF ELECTRICAL SUBCONTRACTOR

A. The Electrical Subcontractor shall have been engaged in work of a similar nature to this contract for the past 5 years.

B. The Electrical Subcontractor shall have a minimum of five projects of equal or greater size with the type of equipment specified under this project.

1.06 SUBMITTALS:

A. Submit the following in accordance with Section 01 33 00:

1. The following defines a minimum for all Division 26 shop drawing and data submittals:

a. Submit shop drawings delineated by specification number with all information for one piece of equipment provided as one package.

b. Partial submittals will be returned without action.

c. Submit bills of material: Include a numbered list of all components, with manufacturer's name, catalog number, rating, and other identification. Place

Page 204: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Electrical Work - General Section No. 26 05 10-3 1/15/2018

item number or similar identification on all other drawings where item appears.

d. Submittal shall include:

(1) Manufacturer’s drawings

(2) Panel layout

(3) Equipment layout

(4) Schematic diagram

(5) One line diagram

(6) Control sequence diagrams

(7) Interconnection diagrams

(8) Wiring diagrams

(9) Catalog data

e. Submit only completed drawings showing all local and remote devices associated with each item.

f. Mark shop drawings and data submitted showing only items applicable to specific contract.

g. Submit time-current characteristic curves for all submitted protection devices such as circuit breakers and fuses.

h. Submit other documentary or descriptive information as required for each assembly to demonstrate compliance with the applicable contract documents.

2. Shop drawings and data are required for the following list:

a. Short Circuit and Coordination Studies Arc-Flash Studies

b. Conduit and Fittings

c. Wire and Cable

d. Wiring Devices

e. Transformers

f. Grounding Equipment and Devices

g. Lighting Fixtures and Accessories

Page 205: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Electrical Work - General Section No. 26 05 10-4 1/15/2018

h. Lightning Protection System

i. Control Stations

j. Enclosures

k. Control Panels

l. Safety Switches

m. Generator Receptacle

n. U Channel Supports

o. Engine Generator and Enclosure

p. Automatic Transfer Switch

q. Field Acceptance Test Reports

r. Record Drawings

3. Submit instruction manuals for installation, operation, and maintenance of equipment, and parts list for equipment listed below. Specifically 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 shall be rejected.

a. Control Panel

b. Engine Generator and Enclosure

1.07 NAMEPLATES AND LABELING:

A. Provide nameplates and labels as specified in Section 26 05 53.

1.08 INTERFERENCE AND ERRONEOUS LOCATIONS:

A. Locations of electrical equipment, devices, outlets, and similar items, as indicated, are approximate only. Exact locations shall be determined during construction.

B. Verify in field, all data and final locations of work installed under other sections of specifications, required for placing of electrical work.

C. In case of interference with other work or erroneous locations with respect to equipment or structures, furnish all labor and materials to complete the work.

1.09 APPROVAL AND MARKING EQUIPMENT:

A. Insure that devices and materials are listed and/or labeled by UL, wherever standards have been established by that organization. Where a UL listing is not available for equipment, submit certified test reports of a Nationally Recognized Testing Laboratory

Page 206: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Electrical Work - General Section No. 26 05 10-5 1/15/2018

(NRTL), approved by the local inspecting authority, indicating that equipment is in conformance with local code requirements or any other applicable requirements. Tests and inspections for approval of equipment shall be performed at no additional cost to Owner.

B. Clearly mark equipment, devices and material with name or trademark of manufacturer and rating in volts and amperes and other pertinent information on a nameplate.

1.10 ELECTRIC SERVICE:

A. Electrical power system for the facility operates at 480/277 volt, 3-phase, 4 wire, 60 Hertz.

1. Provide electrical low voltage distribution system that operates on 120/240 volt, single-phase 60 Hertz obtained from the power system by dry-type transformer(s).

1.11 EQUIPMENT SPECIFIED ELSEWHERE:

A. Certain items of control equipment and other equipment are indicated on electrical drawings for connection, but are specified in other sections pertaining to plumbing, heating, ventilating and air conditioning, mechanical process, instrumentation, etc. Such items are not furnished as part of electrical work.

1.12 INCOMING SERVICE:

A. Contact the following organization for coordinating the incoming power requirements for the project:

Florida Power and Light Golden Gate Service Center 4105 15th Avenue SW Naples, FL 34116 Gretchen Myers - [email protected] - (239) 353-6025 Philip Davis - [email protected] - (239) 353-6070

B. The organization identified above will furnish and install:

1. Pad-mounted transformer.

2. Primary cable.

3. Connection of all primary and secondary cables.

a. Metering equipment as described below.

C. The Contractor shall install the following equipment provided by FP & L:

1. Concrete pad for transformer

2. Primary ductlines from transformer to pole

Page 207: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Electrical Work - General Section No. 26 05 10-6 1/15/2018

D. The Contractor shall furnish and install the following in accordance with the contract documents:

(1) Metering enclosure acceptable to FP&L

(2) Secondary ductlines.

(3) Secondary cables of sufficient length for termination at the transformer.

(4) Grounding at pad and service pole.

2. Perform all work in accordance with power company's requirements and in manner approved by power company.

3. Notify power company, in writing, within two weeks after the contract award date concerning incoming service requirements.

E. The final, complete installation shall comply with all state and local statutory requirements having jurisdiction. The Contractor shall arrange for all necessary permits, pay all fees and arrange for all required inspections by local authorities. In general, all work shall comply with the requirements of the National Electrical Code, all state codes and the codes and ordinances of the city or town in which the work is to be done.

PART 2 - PRODUCTS

2.01 METERING EQUIPMENT:

A. Power Company: Secondary metering equipment furnished by power company as follows:

1. Utility Meter

B. Electrical Contractor: Furnish secondary metering equipment as follows:

1. Meter enclosure

PART 3 - EXECUTION

3.01 METERING EQUIPMENT:

A. Install metering equipment as follows:

1. Ensure that metering equipment installation shall be in accordance with requirements of power company by submitting drawings, sketches, catalog information and other appropriate material for power company approval.

Page 208: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Electrical Work - General Section No. 26 05 10-7 1/15/2018

3.02 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 not indicated for reuse.

3.03 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 buildings throughout the project and all “down-time” shall be scheduled at least two weeks in advance with the permission of the Engineer and such scheduling shall be rigidly adhered to.

3.04 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 a piece of 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 all electrical power, communications, alarm and signal system.

D. 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.

E. Remove electrical work associated with equipment scheduled for demolition except those portions to remain or be reused.

Page 209: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Electrical Work - General Section No. 26 05 10-8 1/15/2018

F. 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).

G. Disconnect abandoned outlets and removed devices. Removed abandoned outlets if conduit services them is abandoned or being removed. Provide blank covers for abandoned outlets which are not removed.

H. Disconnect and remove abandoned electrical equipment unless otherwise indicated or specified.

I. Disconnect and remove abandoned luminaries. Remove brackets, stems, hangers and other accessories.

J. Repair adjacent construction and finishes damaged during demolition and extension work.

K. 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.

L. The electrical and process equipment to be removed or relocated under this contract has been identified on the Drawings.

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.

3.05 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.

Page 210: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Electrical Work - General Section No. 26 05 10-9 1/15/2018

3.06 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 to the Owner.

B. All equipment showing signs of water 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.

3.07 DRAWINGS AND SPECIFICATIONS:

A. Drawings and specifications are typical of work to be done and of the arrangement desired. Provide accessories and appurtenances which the Engineer deems functionally necessary for a complete installation, whether or not explicitly indicated or described.

3.08 AS-BUILT DRAWINGS:

A. The Contractor shall maintain a master set of as-built drawings showing the changes and deviations from the contract drawings.

B. A minimum of 30 days prior to application for Final Payment, submit two sets of drawings for approval that are marked to show the as-installed equipment, devices, raceway locations and wiring. The markings on the drawings are to be neat, clean and legible.

3.09 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01 70 00.

END OF SECTION

Page 211: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

This page intentionally left blank

Page 212: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Electric Wires and Cables Section No. 26 05 20-1 6/15/2017

SECTION 26 05 20

ELECTRIC WIRES AND CABLES

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide wires and cables for complete electrical systems as indicated and specified.

1.02 REFERENCES:

A. ASTM International (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. Insulated Cables Engineers Association, Inc. (ICEA)/National Electrical Mfg's Association (NEMA):

1. S-61-4021/WC 5: Thermoplastic Insulated Wire & Cable.

2. S-66-524/NEMA WC 7; Cross-Linked-Thermosetting-Polyethylene Insulated Wire and Cable.

3. S-68-516/WC 8: Ethylene-Propylene-Rubber-Insulated Wire & Cable.

C. National Fire Protection Association (NFPA):

1. 70: National Electrical Code (NEC).

D. Underwriters Laboratories, Inc. (UL):

1. 44: Thermoset-Insulated Wires and Cables.

2. 83: Thermoplastic-Insulated Wires and Cables.

3. 854: Service Entrance Cables.

1.03 SUBMITTALS:

A. Submit the following shop drawings in accordance with Section 01 33 00:

B. Submit shop drawings and manufacturer's product data in accordance with the requirements of Section 26 05 10.

Page 213: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Electric Wires and Cables Section No. 26 05 20-2 6/15/2017

1.04 DELIVERY STORAGE AND HANDLING:

A. Comply with the requirements specified in Section 01 66 10.

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.

1.05 DESIGN CRITERIA:

A. Wire for lighting, single phase circuits shall be Type XHHW or THWN-THHN.

B. Wire for three phase circuits shall be Type XHHW.

C. Service conductors shall be 600V rated type XHHW-2.

D. Single conductor wire for control, indication and metering shall be Type THWN-THHN No. 12 or 14 AWG, stranded.

E. Wire for process instrumentation shall be twisted shielded pairs No. 16 AWG, stranded with overall jacket.

F. Ground wires shall be Type THW, green. Bare ground wires shall be soft drawn copper, 98 percent conductivity.

G. Wire for power circuits installed in duct banks shall be type XHHW-2.

PART 2 - PRODUCTS

2.01 MANUFACTURERS:

A. 600V Cable:

1. Okonite.

2. Southwire.

3. American Insulated Wire.

B. Control and Metering Wire:

1. Belden Wire and Cable.

2. Alpha Wire.

Page 214: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Electric Wires and Cables Section No. 26 05 20-3 6/15/2017

3. Coleman Cable.

C. Cable Fireproofing Tape:

1. MAC Products, Inc.

2. 3M Electrical Products.

2.02 MATERIALS AND COMPONENTS:

A. Furnish copper conductors. Material and stranding of conductors to conform to ASTM B3, ASTM B33, and to ASTM B8, for the appropriate class.

B. Uncoated, soft or annealed copper wire conforming to ASTM B3.

C. Wires and Cables for Maximum 600-Volt Power Circuits: For No. 8 AWG gauge and smaller provide type THWN/THHN or XHHW. Where used in lighting or receptacle branch circuits provide No. 12 AWG gauge and No. 10 AWG gauge as solid conductor. Provide other wire with Class C stranding. Provide No. 6 AWG gauge and larger as XHHW-2 with Class B stranding. Provide wires and cable conforming to UL 83.

D. Wires and Cables for Control, Indicating, Metering, or Alarm Circuits: Single and multi-conductor control cable, copper conductors, Class B or C stranding. Insulation; 600-volt polyethylene, polyvinylchloride, or EPR. Continuous rating of 90C dry and 75C wet. Shielded Cable for Instrumentation Wiring: 7-strand copper conductors, size No. 16 AWG. Insulate conductors individually with color coded polyethylene or polyvinylchloride. Twist pairs 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: polyvinylchloride. Cables: rated 600 volts and 90 degrees C.

E. Category 6e Cable: Category 6e cable shall consist of 4 twisted pairs of different lay and ground wires, enclosed by an overall conductive mylar backed aluminum foil shield. This shall be enclosed by an overall thermoplastic jacket. The cable shall meet the applicable requirements of ANSI/TIA/IEA-568-B.

PART 3 - EXECUTION

3.01 GENERAL:

A. Perform work in accordance with the National Electrical Code.

B. Provide power cable identification as follows:

System Voltage Neutral Phase A Phase B Phase C

120/240V White - Grey Stripe

Black – Blue Stripe

Red – Blue Stripe

None

480/277V Gray Brown Orange Yellow

C. Use green to identify insulated ground conductors.

Page 215: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Electric Wires and Cables Section No. 26 05 20-4 6/15/2017

NOTE: Colored insulation, tapes or sleeves may be used to provide color coding. Insulated ground conductors must have green covering.

D. Permanently post means of identification of grounded and ungrounded conductors for each nominal voltage system at each panelboard and control panel.

E. In power and multiconductor cables manufactured without a grounding conductor identify one of the multiconductors as the equipment grounding conductor at each cable end and at every point where the conductors are accessible.

3.02 INSTALLATION OF WIRING:

A. 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.

B. Install conductors continuous from outlet to outlet and make no splices except within outlet or junction boxes.

C. Install cable in underground raceway system without splices. There shall be no splices between connection points unless otherwise indicated.

D. Draw all conductors contained within a single conduit at the same time.

E. Apply wire pulling compound to conductors being drawn through conduits. Use pulling compound, Minerallac No. 100, Y-er-Eas, Yellow 77, High Performance Polywater Cable Lubricant or acceptable equivalent.

F. Use no cable bend with radius of less than eight times its diameter.

G. Wires and cables installed without prior submittal review are subject to removal at no additional expense.

3.03 CONDUCTOR IDENTIFICATION:

A. Label each wire at both termination points. Carry individual conductor or circuit identification throughout, with circuit numbers or other identification clearly stamped on terminal boards and printed on directory cards in distribution cabinets and panelboards.

B. Identify each wire in junction boxes, cabinets, and terminal boxes where total number of control, indicating, and metering wires is three or more and no terminal board is provided, including all power wire. Where no termination is made use a plastic-coated, self-adhesive, wire marker and where termination is made use a, plastic, pre-printed sleeve wire marker.

C. In cases similar to above 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 handholes, identify each power wire by laminated plastic tag located so it is easily seen. Control wires to be bundled and marked as listed in conduit and wire schedule.

Page 216: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Electric Wires and Cables Section No. 26 05 20-5 6/15/2017

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, use self-insulated pressure type connectors for all splices or joints.

B. Terminate all wires connected to terminal boards, terminal blocks, or to other similar terminals by means of ring and tongue, nylon self-insulated, tin-plated copper pressure terminals.

C. Terminal boards shall be 600 volts and rated for 125 percent of the ampacity of the connected circuit. They shall have screw terminals, with white marking strips for wire identification, of the 4-, 6-, 8-, or 12-pole type, as necessary.

D. 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 or non-insulated mechanical compression, mechanical type with set screw or follower bearing directly on the wire. Split bolt connectors are not acceptable.

E. Clearly and permanently 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 wherever possible.

3.05 FIELD TESTING:

A. Submit results of all cable tests on forms indicating cable size, voltage, and date with name of tester and witness.

3.06 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01 70 00.

END OF SECTION

Page 217: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

This page intentionally left blank

Page 218: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Ground and Bonding for Electrical Systems Section No. 26 05 26-1 6/15/2017

SECTION 26 05 26

GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide a single, complete, integrated grounding system, including conductors, raceways, and connections, indicated and specified, and in accordance with the National Electrical Code Article 250 and the National Electrical Safety Code.Include grounding of control panel, transformers, switch structures, light pole, etc.; ground grid systems with ground rod and water pipe connections; structural steel, and lightning protection system.

B. Include grounding conductors completely inter-connecting water supply pipe, ground rods, ground grid, control panel ground, other distribution equipment, and other groundable equipment.

1.02 REFERENCES:

A. American National Standards Institute (ANSI)/Institute of Electrical and Electronics Engineers (IEEE):

1. ANSI/IEEE C2: National Electrical Safety Code.

B. ASTM International (ASTM):

1. B3: Standard Specification for Soft or Annealed Copper Wire.

2. B8: Standard Specification for Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft.

3. B33: Standard Specification for Tinned Soft or Annealed Copper Wire for Electrical Purposes.

C. Institute of Electrical and Electronics Engineers (IEEE):

1. Standard 81: Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potential of a Ground System.

D. National Fire Protection Association (NFPA):

1. 70: National Electrical Code.

2. 780: Lightning Protection Code.

E. Underwriters Laboratories (UL):

1. 467: Standard for Grounding and Bonding Equipment.

Page 219: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Ground and Bonding for Electrical Systems Section No. 26 05 26-2 6/15/2017

1.03 SUBMITTALS:

A. Submit shop drawings and manufacturers' product data in accordance with requirements of Section 26 05 10.

B. Submit catalog and dimensional data for the following:

1. Ground rods

2. Exothermic welding

3. Connecting hardware

C. Submit grounding system test results.

PART 2 - PRODUCTS

2.01 MANUFACTURER'S COMPLIANCE:

A. Manufacturer's acceptance contingent upon products' compliance with the specifications.

2.02 MANUFACTURERS:

A. Ground Rods:

1. ERICO Products Inc.

2. Galvan Electrical Products.

3. Nehring Electrical Works.

B. Exothermic Welding:

1. ERICO Products, Inc.

2. American Brass Mfg. Co.

3. Orgo-Thermit, Inc.

C. Connecting Hardware:

1. American Brass Mfg. Co.

2. Thomas and Betts

3. Anderson Electric Corp.

2.03 MATERIALS AND COMPONENTS:

A. Conductors:

Page 220: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Ground and Bonding for Electrical Systems Section No. 26 05 26-3 6/15/2017

1. Provide copper grounding conductors bare or insulated, sized as indicated. When not indicated on the drawing provide in accordance with the NEC. Provide protection of conductors in locations where physical damage would result from direct exposure.

2. Ground and bond wires for substations, main panels and distribution points, and ground rod connections shall be annealed bare copper conforming to ASTM B3, stranded, with 98 percent conductivity.

3. Equipment ground conductors run with circuit conductors and grounding electrode conductor shall be 600 volt with green insulation, unless noted otherwise on the Contract documents.

4. Unless noted otherwise, all conductors No. 8 AWG and larger shall be stranded, Class B in accordance with ASTM B8.

a. Uninsulated conductors shall be bare copper in accordance with ASTM B3, tinned in accordance with ASTM B33.

b. Use tinned-coated in corrosive environments including when buried in earth or embedded in concrete.

B. Connectors and Fasteners:

1. Provide ground clamps which are UL listed for use on copper or brass pipes.

2. Provide ground clamps, for use on iron pipes, of galvanized or malleable iron, or of standard noncorrosive material for use on iron pipes.

3. Provide ground clamps, for use on pipes, with rigid metal base providing good contact by proper seating on the pipe. Do not use strap type clamps.

C. Ground Rods:

1. Ground rods shall conform to the requirements of NFPA 70 and UL Standard 467.

2. Ground rods shall be copper-clad steel rods not less than 3/4 inch (19 mm) in diameter and not less than 10 feet (3 m) long per section.

3. Ground rods shall be clean and smooth with the following characteristics:

a. Cone-shaped point on the first section.

b. Die-stamped near the top with the name or trademark of the manufacturer and the length of the rod in millimeters or feet.

PART 3 - EXECUTION

3.01 EXOTHERMIC WELDING:

A. Welding shall be by the exothermic process.

Page 221: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Ground and Bonding for Electrical Systems Section No. 26 05 26-4 6/15/2017

B. Within the welding procedure, include the proper mold and powder charge and conform to the manufacturer’s recommendations.

C. Welding processes shall be the exothermic fusion type that will make a connection without corroding or loosening.

D. The welding process shall join all strands and not cause the parts to be damaged or weakened.

E. Completed connection or joint shall be equal or larger in size than the conductors joined and have the same current-carrying capacity as the largest conductor.

F. Paint buried ground connection with a bitumastic paint.

3.02 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 26 05 33 and 26 05 43.

D. Where bare grounding conductors are contained within metallic raceways, bond ends of raceways to conductors.

E. Install loop type, low impedance, grounding system interconnecting all components so at least two grounding connections are provided for each major item of electrical equipment. Ensure that severing of any single grounding conductor in this system does not remove grounding protection on any major item.

F. Buried and concealed ground connections shall use exothermic welding.

G. Make accessible connections to channel support members by exothermic welding process. Connections to equipment or ground bus by bolted connectors.

3.03 INSTALLATION OF GROUND RODS:

A. Install ground rods where indicated. Install the top of the rod 12 inch (300 mm) below the ground surface.

B. Make connection to overall grounding system as indicated.

C. Ensure that final resistance of interconnected ground system is 5 ohms, or less. Measure ground resistance in normally dry conditions, and not less than 48 hours after rainfall.

Page 222: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Ground and Bonding for Electrical Systems Section No. 26 05 26-5 6/15/2017

3.04 EQUIPMENT GROUNDING:

A. Ground each piece of electrical equipment by means of a grounding conductor installed in raceway feeding that piece of equipment. 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 power transformer cases and neutrals to grounding system. Connect neutral ground connection at transformer terminal. Provide two separate, independent, diagonally opposite, connections for power transformers so removal of one connection will not impair continuity of other.

C. Connect a grounding conductor between panelboard and grounding system. Where a grounding bar is furnished with panelboard, connect grounding conductor to bar.

D. Conduits entering metal enclosures shall utilize bonding type locknuts and grounding bushings. Locknuts that gouge into the metal enclosures are not acceptable.

E. Where conduits are not effectively grounded by firm contact with a grounded enclosure, apply grounding bushings on at least one end of conduit run. Conduit connections shall be wrench tight.

F. Connect lightning arresters to ground system by suitable conductors. Where lightning arresters are furnished with electrical equipment and grounding connections are not inherently provided, ensure that suitable separate grounding conductor connects lightning arresters with system ground.

G. Ground each street lighting standard by ground rod driven near base of standard, in accordance with requirements of National Electric Safety Code. Connect ground rods to grounding conductor brought with street lighting feeder cable.

H. 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.

I. Connect individual ground rods to the grounding loop using the direct burial grounding cable.

3.05 SIGNAL GROUNDING:

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:

Page 223: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Ground and Bonding for Electrical Systems Section No. 26 05 26-6 6/15/2017

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.

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 600 volt insulators. Attach each conductor to the bus using an insulated ring tongue lug and screw terminal.

3.06 FIELD TESTING:

A. Test grounding systems for ground resistance. Total resistance from any point on the ground network to the building counterpoise must not exceed 50 milliohms.

B. Ground resistance and counterpoise tests must be made during dry weather and no sooner than 48 hours after rainfall. Conditions of soil and weather shall be documented on test forms.

C. Conduct tests using the ratio method that measures the ratio of the resistance to earth of an auxiliary test electrode to the series resistance of the electrode under test and a second auxiliary electrode. Perform measurements in accordance with IEEE Standard 81.

D. Indicating instrument must be self-contained and include a direct-current generator, synchronized current and potential reversers, crossed-current and potential coils, direct-reading ohmmeter, series resistors, and range-selector switch. Calibrate direct-reading ohmmeter for ranges of 0 to 20 ohms and 0 to 200 ohms.

1. Place auxiliary grounding electrodes in accordance with instrument manufacturer’s recommendations but not less than 50 feet (15 m) apart, in accordance with IEEE Standard 81.

E. Perform continuity test on all power receptacles to ensure that the ground terminals are properly grounded to the facility ground system.

F. Furnish copies of test reports on ground system.

3.07 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01 70 00.

END OF SECTION

Page 224: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Hangers and Supports for Electrical Systems Section No. 26 05 29-1 6/13/2017

SECTION 26 05 29

HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide supports from building structure for electrical items by means of hangers, supports, anchors, sleeves, inserts, seals, and associated fastenings.

1.02 REFERENCES:

A. ASTM International (ASTM):

1. A123/A123M: Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products.

2. A653/A653M: Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process.

3. A924/A924M: Standard Specification for General Requirements for Steel Sheet, Metallic-Coated by the Hot-Dip Process.

4. E84: Standard Test Method for Surface Burning Characteristics of Building Materials.

5. E119: Standard Method for Fire Tests of Building Construction and Materials.

6. E814: Standard Test Method of Fire Tests of Through Penetration Firestops.

B. FM Global (FM):

1. Approval Guide, A Guide to Equipment, Materials & Services Approved By Factory Mutual Research For Property Conservation.

C. National Fire Protection Association (NFPA):

1. 70: National Electrical Code (NEC).

D. Underwriters Laboratories, (UL): Applicable listings.

1. FRD: Fire Resistance Directory.

2. 263: Fire Tests of Building Construction and Materials.

3. 723: Test for Surface Burning Characteristics of Building Materials.

4. 1479: Fire Tests of Through-Penetration Firestops.

Page 225: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Hangers and Supports for Electrical Systems Section No. 26 05 29-2 6/13/2017

1.03 SUBMITTALS:

A. Submit the following shop drawings in accordance with Section 01 33 00.

B. Submit shop drawings and manufacturers' product data in accordance with the requirements of Section 26 05 10.

PART 2 - PRODUCTS

2.01 MATERIALS:

A. Stainless steel

2.02 COATINGS:

A. Provide products for use outdoors.

B. Use PVC coating where indicated on Drawings.

2.03 MANUFACTURED SUPPORTING DEVICES:

A. Raceway Supports: Clevis hangers, riser clamps, conduit straps, threaded C-clamps with retainers, ceiling trapeze hangers, wall brackets, and spring steel clamps.

B. Fasteners: Types, materials, and construction features as follows:

1. Expansion Anchors: Carbon steel wedge or sleeve type.

2. Toggle Bolts: All steel springhead type.

3. Powder-Driven Threaded Studs: Heat-treated steel, designed specifically for intended service.

4. Nuts, Washers, and Bolts: Stainless steel.

C. Conduit Sealing Bushings: Factory-fabricated watertight conduit sealing bushing assemblies suitable for sealing around conduit passing through concrete floors and walls. Construct seals with steel sleeve, malleable iron body, neoprene sealing grommets or rings, metal pressure rings, pressure clamps, and cap screws.

D. U-Channel Systems: Channels, with 9/16 inch (14 mm) diameter holes, at minimum of 8 inch (200 mm) on center, in top surface. Provide fittings and accessories that mate and match with U-channel and are of same manufacture.

2.04 U-CHANNEL SYSTEMS:

A. Manufacturers, Stainless Steel

1. Unistrut Corp.

2. Power-Strut.

Page 226: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Hangers and Supports for Electrical Systems Section No. 26 05 29-3 6/13/2017

3. B-Line Systems, Inc.

B. Provide Type 316 stainless steel channel with corresponding accessories.

C. Channels, with 9/16 inch (14 mm) diameter holes, at minimum of 8 inch (200 mm) on center, in top surface.

D. Provide fittings and accessories that mate and match with U-channel and are of same manufacture.

E. Provide channel of the proper material to match equipment classifications.

2.05 FABRICATED SUPPORTING DEVICES:

A. Shop or field fabricate supports or manufacture supports assembled from U-channel components.

B. Pipe Sleeves: Provide pipe sleeves using one of the following:

1. Sheet Metal: Fabricate from galvanized sheet metal; round tube closed with snaplock joint, welded spiral seams, or welded longitudinal joint. Fabricate sleeves from following gage metal for sleeve diameter noted:

a. 3 inch (75 mm) and smaller: 20 gage (0.9 mm).

b. 4 inch (100 mm) to 6 inch (150 mm): 16 gage (1.5 mm).

c. Over 6 inch (150 mm): 14 gage (1.9 mm).

2. Steel Pipe: Fabricate from Schedule 40 galvanized steel pipe.

3. Plastic Pipe: Fabricate from Schedule 80 PVC plastic pipe.

PART 3 - EXECUTION

3.01 INSTALLATION:

A. Install supporting devices to fasten electrical components securely and permanently in accordance with NEC requirements.

B. Coordinate with structural system and with other electrical installation.

C. Raceway Supports: Comply with NEC and following requirements:

1. Conform to manufacturer’s recommendations for selection and installation of supports.

2. Strength of each support shall be adequate to carry present and future load multiplied by safety factor of at least 4. Where this determination results in safety allowance of less than 200 lbs (890 N), provide additional strength until there is minimum of 200 lbs (890 N) safety allowance in strength of each support.

Page 227: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Hangers and Supports for Electrical Systems Section No. 26 05 29-4 6/13/2017

3.02 CHANNELS:

A. Support electrical components as required to produce same structural safety factors as specified for raceway supports.

B. Install metal U-channel racks for mounting cabinets, panelboards, disconnects, control enclosures, pull boxes, junction boxes, transformers, and other devices.

C. Install Type 316 stainless steel for mounting of electrical equipment in outdoor areas and on below grade, outside building and structure walls.

3.03 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01 70 00.

END OF SECTION

Page 228: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Raceway and Boxes for Electrical Systems Section No. 26 05 33-1 3/15/2018

SECTION 26 05 33

RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide complete raceway systems, with matching accessories, fittings, boxes, and other hardware, as indicated and specified. Provide green insulated grounding conductor sized per National Electrical Code (NEC) requirements.

B. All raceway runs are indicated diagrammatically to outline general routing of raceway. . Avoid interfering with pipes, ducts, structural members, or other equipment. Any installation deviations from the contract requirements shall be corrected at no cost to Owner.

C. Provide raceway systems in accordance with the following:

1. In exterior building applications, use rigid aluminum for aboveground, PVC Schedule 80 for underground locations.

2. In classified hazardous areas and areas designated NEMA 7, use PVC Schedule 80 encased in concrete as required by the NEC for hazardous applications.

D. All raceway systems shall be installed in accordance with the criteria described in this section. Any proposed deviations from these requirements shall be submitted to the Engineer in writing for review and disposition.

1. Use Type 316 stainless steel support systems for exterior application and in NEMA 4 and NEMA 4X areas.

2. All NEMA 1 and NEMA 12 areas shall use 316 stainless steel support systems.

1.02 REFERENCES:

A. 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)

B. National Fire Protection Association (NFPA):

1. 70: National Electrical Code (NEC).

C. Occupational Safety & Health Act (OSHA).

1. Regulation 1910.7

Page 229: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Raceway and Boxes for Electrical Systems Section No. 26 05 33-2 3/15/2018

D. Underwriter's Laboratories, Inc. (UL):

1. 1: Electrical Flexible Metal Conduit

2. 6: Rigid Aluminum Conduit

3. 94: UL Standard for Safety Tests for Flammability of Plastic Materials for Parts in Devices and Appliances

4. 360: Electrical Liquid-Tight Flexible Steel

5. 651: Schedule 80 PVC Conduit

6. 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

7. 1242: Intermediate Metal Conduit

8. 1684: UL Standard for Safety Reinforced Thermosetting Resin Conduit (RTRC) and Fittings

1.03 SUBMITTALS:

A. Submit the following shop drawings in accordance with Section 01 33 00:

B. Submit shop drawings and manufacturers' product data in accordance with the requirements of Section 26 05 10.

1.04 QUALITY ASSURANCE:

A. Provide in accordance with Section 01 45 00 and as specified.

B. Items provided under this section shall be listed and labeled by UL or other Nationally Recognized Testing laboratory (NRTL).

1. Term “NRTL” shall be as defined in OSHA Regulation 1910.7.

2. Terms “listed” and “labeled” shall be as defined in NFPA 70, National Electrical Code, Article 100.

C. Regulatory requirements:

1. National Electrical Code (NEC): Components and installation shall comply with National Fire Protection Association (NFPA) 70.

PART 2 - PRODUCTS

2.01 MANUFACTURERS:

A. Polyvinylchloride (PVC) Conduit:

Page 230: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Raceway and Boxes for Electrical Systems Section No. 26 05 33-3 3/15/2018

1. Triangle/PWC, Inc.

2. Robroy Industries.

3. Carlon Electrical Sciences, Inc.

B. Rigid Non-Metallic (RNC) Conduit:

1. Champion Fiberglass, Inc.

2. FRE Composites Inc.

C. Flexible Non-Metallic Conduit:

1. American Flexible Conduit Company.

2. Anamet, Inc.

3. Electri-Flex Company.

4. International Metal Hose Company.

D. Boxes and Fittings:

1. Crouse-Hinds Electrical Construction Materials.

2. Appleton Electric Company.

E. Support Systems:

1. Michigan Hanger Co., (O-Strut).

2. Thomas & Betts (Superstrut).

3. Unistrut Corp.

2.02 MATERIALS AND COMPONENTS:

A. Flexible Non-Metal Conduit:

1. Provide flexible non-metal conduit for use in dry areas and match fittings, size, and material to rigid conduit to which it is connected. Flexible non-metal conduit shall conform to UL 1.

2. Provide liquid-tight flexible non-metal conduit for use in damp areas consisting of flexible non-metal conduit, with liquid-tight, sunlight-resistant jacket extruded over the conduit. Provide stainless steel, braided flexible conduit in NEMA 4X, corrosive areas. On larger than 1-1/4 inch (30 mm), furnish separate external ground wire. Liquid-Tight flexible non-metal conduit shall conform to UL 360.

B. Polyvinylchloride (PVC) Conduit:

Page 231: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Raceway and Boxes for Electrical Systems Section No. 26 05 33-4 3/15/2018

1. Provide PVC conduit, Schedule 80 conforming to NEMA Standard TC-2 and UL-651.

2. Fittings and Conduit Bodies: NEMA TC 3 as recommended by the conduit manufacturer.

C. RIGID ALUMINUM CONDUIT AND FITTINGS

1. Conduit:

a. Extruded from 6063 alloy in Temper Designation T-1 with maximum 0.1% copper content and conforming to ASME C80.5 and UL 6.

b. PVC Externally Coated Rigid Aluminum Conduit and Fittings: ASME C80.5.

2. Fittings:

a. Locknuts: Copper-free (less than 0.5% copper) aluminum.

b. Bushings: Threaded type, of copper-free (less than 0.5% copper) aluminum, with 105°C rated plastic insulated throat. Plastic bushings with a temperature rating of 105°C may be used for conduits 1 inch and smaller.

c. Box Connectors for Damp and Wet Locations: Provide a watertight cast aluminum threaded hub on enclosure consisting of sealing fitting with tapered conduit thread, neoprene O-ring, and 105°C rated insulating throat with grounding and bonding lug.

d. Couplings: Threaded, made of conduit material.

e. Conduit Bodies: Use copper-free (0.4% maximum) cast aluminum conduit bodies equipped with threaded covers or gasketed covers secured with at least two captive screws.

f. Long-Radius Elbows (90 Degrees):

Conduit Size (inches)

Minimum Radius (inches)

3/4 through 1 1/4 12 2 and 2 1/2 15 3 and 3 1/2 18 4 30 5 36 6 42

Page 232: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Raceway and Boxes for Electrical Systems Section No. 26 05 33-5 3/15/2018

D. Boxes:

1. In NEMA and NEMA 12 areas, provide standard outlet and junction boxes constructed of code-gauge, PVC or SS. Size each box as required by the NEC.

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.

3. Provide outlet boxes and fittings for hazardous locations conforming to UL 886 for class, group, and division indicated.

4. Provide boxes and covers for aluminum or PVC conduit made of PVC. Boxes shall have hubs with extruded sleeves extending beyond the hub in the same manner as specified for conduit couplings. Provide cover screws of stainless steel.

5. Provide cast boxes with covers or device plates suitable for the area classification. Use cover screws of stainless steel.

6. Provide polyvinylchloride boxes for use as junction boxes and for use as device boxes, pull boxes, and terminal boxes for use with polyvinylchloride conduit. Size each box as required by the NEC.

7. Provide pull boxes below motor control center installations (20 inches (500 mm) by 20 inches (500 mm) by 12 inches (300 mm) deep minimum.) Boxes of dimensions 10 inches (250 mm) by 10 inches (250 mm) by 6 inches (150 mm) deep and larger shall be hung from ceilings constructed of angle or channel frames, and shall be made of sheet metal with welded joints. All welds shall be ground smooth. Provide neoprene gaskets for complete sealing. Sectionalize covers longer than 36 inch (900 mm) to facilitate handling and gasket sectionalized covers where covers meet, using angle iron or channel cross members at the joint. Provide each box with a grounding lug for connection to the nearest ground bus. Current capacity of ground lug shall be at least that required by the NEC for the largest feeder entering the equipment.

E. Fittings:

1. Provide cast-aluminum fittings or PVC fittings.

2. Provide suitable expansion fittings where conduits cross expansion joints. Equip these fittings with grounding straps, clamps, and copper bonding jumpers.

PART 3 - EXECUTION

3.01 INSTALLATION:

A. Perform all work in accordance with the NEC.

B. Use no conduit less than 3/4-inch (20 mm) in diameter, unless otherwise indicated.

Page 233: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Raceway and Boxes for Electrical Systems Section No. 26 05 33-6 3/15/2018

C. Install raceways, boxes, enclosures, and cabinets as indicated, according to manufacturer’s printed instructions.

3.02 INSTALLATION OF FITTINGS:

A. Install expansion fittings 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, unless space or other problems make use of fittings necessary. Use oversize fittings whenever large cable is installed, in order to maintain proper 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.

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 acceptable 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 AWG when required by NEC. Where conduits terminate in unprotected areas or where bonding is required over expansion joint, flexible conduit or equivalent; use ground wires 6 AWG. copper or larger.

E. Terminate conduits entering gasketed PVC or SS boxes or gasketed PVC or SS equipment enclosures with gasketed hubs.

F. Terminate conduits entering nongasketed PVC or SS boxes or enclosures with double locknuts and insulated bushings.

G. Join raceways with fittings listed for the purpose. Make joints tight. Use raceway fittings compatible with raceway and suitable for use and location. For aluminum conduit, use threaded rigid aluminum conduit fittings, except as otherwise indicated.

1. Make raceway terminations tight. Use bonding bushings or wedges at connections subject to vibration. Use bonding jumpers where joints cannot be made tight.

2. Use insulating bushings to protect conductors.

3. Tighten set screws of threadless fittings with suitable tool.

3.03 INSTALLATION OF RACEWAYS:

A. Make all changes in directions with listed bends, elbows, and pull boxes. Space parallel runs uniformly throughout. Secure in place by hangers and fasteners. Ground raceways by connection to properly grounded enclosures, bonding, or other means, to obtain permanent low resistance path to ground throughout installation. Ensure that raceway sections in single run and in parallel runs are of same type and finish.

Page 234: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Raceway and Boxes for Electrical Systems Section No. 26 05 33-7 3/15/2018

1. Run parallel or banked raceways together, on common supports where practical.

2. Install raceways level and square and at proper elevations. Provide minimum 7 feet (2 m) headroom.

B. Support raceways concealed above suspended ceilings from slab above ceiling in same manner as exposed raceways. Do not support raceways from ceiling supports.

C. 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 nut, bolts, and washers, for use with concrete anchors.

D. Support conduits by hangers or pipe straps spaced according to NEC, but in no case more than 10 feet (3 m) on centers.

E. Provide SS supports for all conduit.

F. When specified on the Contract Drawings, install conduits in slabs as close to middle of concrete slabs as practicable without disturbing reinforcement. Do not use conduit with outside diameter exceeding one-third of slab thickness. Do not place conduits closer than three diameters on centers, except at cabinet locations where slab thickness is increased as permitted by Engineer.

G. Where conduits are concealed in bottom floor slab, place in concrete slab and not in fill below slab. Install in middle third of the slab thickness where practical, and leave at least 4 inches (100 mm) of concrete cover.

1. Conduits embedded in concrete shall be PVC coated aluminum.

2. Secure raceways to reinforcing rods and to prevent sagging or shifting during concrete placement.

3. Space raceways laterally to prevent voids in the concrete.

4. Run conduit larger than 1-inch (25 mm) trade size parallel to or at right angles to main reinforcement. When at right angles to reinforcement, place conduit close to slab support.

H. Stub-Up Connections: Extend conduits through concrete floor for connection to freestanding equipment with an adjustable top or coupling threaded inside for plugs, and set flush with the finished floor. Extend conductors to equipment with aluminum conduit. Flexible non-metal conduit may be used 6 inches (150 mm) above the floor. Where equipment connections are not made under this Contract, terminate ends of floor conduits installed for future use with couplings and readily removable plugs 8 inch (250 mm) above finished floor surface. Cap spare wall conduits at wall entrance to building.

I. Provide sleeves passing through exterior walls and slabs which are wall entrance seals of watertight construction. For new construction, furnish watertight seal between slab and sleeve, and between sleeve and conduit or cable similar to O.Z./Gedney Type

Page 235: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Raceway and Boxes for Electrical Systems Section No. 26 05 33-8 3/15/2018

"FSK". For existing construction, furnish watertight seal for use in core bit drilled holes that provides seal between concrete and conduit or cable similar to O.Z./Gedney Type "CSM1". Use wall-entrance seals of malleable iron with watertight sealing gland which may be tightened any time after installation.

J. Do not use dissimilar metals in conjunction with each other. Use an 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, or other acceptable materials as insulation.

K. Install fittings to match raceway being used.

L. Install expansion fittings wherever conduits cross structural expansion joints at connections between buildings. Keep fittings in line with conduit, and install with regard to temperature so that full working range of expansion is available.

M. Provide separate raceways for all low voltage instrumentation raceways (50 volts and below) from control and power raceways.

N. 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.

O. 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.

P. Install pull wires in all empty raceways. Use 14 AWG zinc-coated steel or monofilament plastic line having not less than 200 lb (890 N) tensile strength. Leave not less than 12 inches (300 mm) of slack at each end of the pull wire.

Q. Keep raceways at least 6 inches (150 mm) away from parallel runs of flues and steam or hot water pipes. Install horizontal raceway runs above water and steam piping.

R. Complete raceway installation before beginning conductor installation.

S. Use temporary closures to prevent foreign matter from entering raceway.

T. Protect stub-ups from damage where conduits rise through floor slabs. Arrange so curved portion of bends is not visible above the finished slab.

U. Where metal conduits rise through floor slabs in wet areas, provide PVC coated aluminum conduits for a distance of 6 inches (150 mm) above and below slab grade.

3.04 BENDS:

A. Make all bends carefully to prevent distortion of circular cross section. Field bend conduit shall have an inside radius of not less than nine diameters.

Page 236: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Raceway and Boxes for Electrical Systems Section No. 26 05 33-9 3/15/2018

B. Where bends of less than nine diameters are necessary, use standard factory elbows. Size conduit to permit cable-bending radius within the factory elbow of at least eight times cable diameter.

C. Allow no conduit greater than 50 feet (15.2 meters) to have more than two 90 degree bends or equivalent thereof between pulling points. For conduits less than 50 feet (15.2 meters) in length, allow only three 90 degree bends between pulling points.

3.05 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 NEC. No running thread permitted. Make all connections mechanically strong and tight, and with acceptable connectors. Where conduit surface coating is damaged or removed in the cutting, threading or reaming process, restore the surface to its original condition.

3.06 CONDUIT CLEANING:

A. Clean all conduit carefully before and after installation, ream ends free of burrs, and free inside surfaces from all imperfections likely to injure cable.

B. After installation of each complete new conduit run, snake the run with band to which is attached a tube cleaner with cylindrical mandrel of a diameter not less than 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.

3.07 CONDUIT DRAINAGE:

A. Where practicable, pitch conduit to drain to outlet boxes, or install so as to avoid trapping moisture. Where dips are unavoidable in exposed conduits, install fitting with drain hole at low point.

3.08 INSTALLATION OF BOXES:

A. Unless otherwise indicated, install PVC or SS boxes only in dry, accessible locations. Install PVC or SS boxes in exterior concrete or masonry walls, in floor slabs, in basements, all other below grade locations and elsewhere as indicated. Cast metal boxes shall be used (unless otherwise indicated) where vapor-tight fixtures are required, for all surface mounting of wall switches and receptacles and for all outdoor use.

B. Install boxes in conformance with all the requirements of NEC. Install boxes designed for type of construction involved. Support boxes in same manner as required for conduit. Size boxes to provide bending radius for wire or cable of at least eight times diameter or in accordance with NEC, whichever is larger.

Page 237: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Raceway and Boxes for Electrical Systems Section No. 26 05 33-10 3/15/2018

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 suitable for the area classification. Install screws of stainless steel or high brass for iron boxes.

3.09 FLEXIBLE CONNECTIONS TO MOTORS AND EQUIPMENT:

A. At all motors and electrically operated equipment to which conduit connections are made, install with a complete 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 at least one quarter bend so that no vibration can be transmitted beyond flexible connection.

D. Install flexible metal conduit, fittings, and accessories in dry areas in accordance with requirements of NEC.

E. Install liquid-tight flexible metal conduit in damp and corrosive areas. Locate conduit to reduce the possibility of damage to the exterior coating. Use fittings that screw into flexible conduit and provide gaskets.

F. Use maximum of 6 feet (2 m) 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 non-metal conduit in areas subject to wetting due to 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.

3.10 HAZARDOUS AREAS:

A. Install all conduits, fittings, equipment and devices within areas to comply with requirements of NEC for Hazardous Locations, Class, Division, and Group as indicated on the drawings.

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 at least five threads tightly engaged, and made up with suitable thread compound.

Page 238: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Raceway and Boxes for Electrical Systems Section No. 26 05 33-11 3/15/2018

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 ensure that the compound chamber is properly filled. The installation shall enable the drain/breather fitting and filler plug to be installed right after the compound is poured.

F. Use maximum of 6 feet (2 m) 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 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 PROTECTION:

A. Provide protection and install in accordance with manufacturer printed instructions. The conduit and raceway equipment manufacturers, to ensure that coatings, finishes, and enclosures are without damage or deterioration at completion of project.

1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer.

2. Repair damage to PVC or paint finishes with matching touch-up coating recommended by the manufacturer.

3.12 FINAL SYSTEM ACCEPTANCE:

A. Upon completion of installation of system, including outlet fittings and devices, inspect exposed finish. Remove burrs, dirt, and construction debris and repair damaged finish, including chips, scratches, and abrasions and at no additional cost to the Owner.

B. Label all raceways and boxes in accordance with the requirements of Section 26 05 10.

3.13 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01 77 00.

END OF SECTION

Page 239: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

This page intentionally left blank

Page 240: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Underground Ducts and Raceways for Electrical Systems Section No. 26 05 43-1 6/13/2017

SECTION 26 05 43

UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.01 DESCRIPTION:

A. Provide complete underground distribution system as indicated and specified.

B. Conform to lines, grades, elevations, and dimensions. Resolve interferences with other underground conduit, piping or equipment, either new or existing with the Engineer. Match components suitable for proper installation.

C. Provide concrete encasement of duct system where indicated. Include forms and reinforcing in installation. Perform work in accordance with Section 26 05 10.

D. Provide manholes and handholes complete with ground rods, windows, ladders, frames, covers, cable racks, supports, pulling irons, and other inserts. Use reinforced concrete. Perform work in accordance with Section 26 05 10.

E. Provide Schedule 80 polyvinylchloride (PVC) conduit for power and control circuits and furnish and install rigid aluminum conduits for instrumentation circuits.

1.02 REFERENCES:

A. National Fire Protection Association (NFPA):

1. 70: National Electrical Code (NEC).

1.03 SUBMITTALS:

A. Submit the following shop drawings in accordance with Section 01 33 00:

B. Submit shop drawings and manufacturers' product data in accordance with requirements of Section 26 05 10.

C. Provide "Record" drawings.

PART 2 - PRODUCTS

2.01 MANUFACTURER'S COMPLIANCE:

A. Manufacturer's acceptance contingent upon products' compliance with specifications.

2.02 MANUFACTURERS:

A. Polyvinylchloride (PVC) Conduit:

1. Specified in Section 26 05 33.

Page 241: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Underground Ducts and Raceways for Electrical Systems Section No. 26 05 43-2 6/13/2017

B. Rigid Aluminum Conduit:

1. Specified in Section 26 05 33.

2.03 MATERIALS AND COMPONENTS:

A. Conduit Spacers: Furnish conduit spacers made of plastic to maintain spacing between conduits.

B. Schedule 80 PVC conduit to be used underground.

PART 3 - EXECUTION

3.01 INSTALLATION OF CONDUITS:

A. Lay conduits, indicated to be direct buried in the ground, in trench on 3 inch (75 mm) bed of sand and cover with an equivalent 3 inch (75 mm) bed of sand. Ensure that no rocks come in contact with conduit during backfilling. Dig trenches to depth and location indicated.

B. Provide minimum separation of power and control conduits of 6 inch (150 mm) both vertically and horizontally. Build ductbank layer by layer, backfill and compact each layer to provide support for next layer.

C. Separate power and control ducts from instrument ducts by a minimum of 12 inches (300 mm).

D. Backfill ductbank in layers and tamp or "puddle" as directed by the Engineer. Provide yellow ductbank marker tapes, reading "Caution - Electrical Lines Below", over entire length of ductline. Locate tapes 12 inches (300 mm) below grade. Provide a tape for every 12 inches (300 mm) of width of ductline.

E. Install conduit, indicated to be encased in concrete with spacers and reinforcing, as specified and as indicated.

F. Install conduit runs following routing on drawing and running in straight lines. Where deviation from a straight line becomes necessary, install bends of radius which allow for rodding and installation of cable.

G. Accomplish changes in direction of runs exceeding total of 10 degrees, either vertical or horizontal, by long sweep bends having minimum radius of curvature of 25 feet (8 m) Manufactured bends can be used at ends of short runs of 100 feet (30 m) or less, and then only at or close to the end of run. Provide long sweep bends made up of one or more curved or straight sections and/or combinations thereof. Install manufactured bends with minimum radius of 36 inch (1,000 mm) where larger radius cannot be used.

H. Install spacers at intervals of approximately 4 feet (1200 mm) and stagger between tiers of ducts to provide not less than 12 inches (300 mm) of longitudinal separation. Install base spacers to provide at least 3 inches (75 mm) between bottom of trench and

Page 242: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Underground Ducts and Raceways for Electrical Systems Section No. 26 05 43-3 6/13/2017

underside of bottom conduits. Completely fill space with concrete. Firmly wire conduits and spacers together before concrete is placed.

I. Ductbanks are to be formed, unless trench conditions allow for neat placement of concrete with specified clearances.

J. Prior to placing of concrete, remove all dirt, sand, and any other debris from between conduits and from trench bottoms. Hold conduits in place to prevent floating or accidental movement.

K. Stagger joints in conduits at least 12 inches (300 mm). Do not allow couplings to rest on bottom of trench. Install couplings for plastic conduit in accordance with manufacturer's recommendations.

L. Install concrete encasements so minimum clearance of 12 inches (300 mm) from concrete to parallel pipes, lines, structures, etc., is maintained. Where ducts cross, minimum clearance of 6 inches (150 mm) is required. Do not allow the top of concrete to be less than 30 inches (750 mm) below finished grade or paving. Submit special conditions which may require lesser clearances or special conditions which may require greater than 30 inches (750 mm) depth to Engineer for acceptance.

M. Do not use power-driven vibrators for spading of concrete around ducts.

N. Roll and grade backfill, and restore surface to condition equal to the site finish grade, or as otherwise indicated.

O. Keep conduits clean of concrete, dirt, and other substances during the course of construction. After the ductlines have been completed, pull a standard flexible mandrel not less than 12 inches (300 mm) long, having a diameter approximately 1/4-inch (6 mm) less than the inside diameter of the conduit, through each conduit, after which pull a brush with stiff bristles through each conduit to make certain that no particles of earth, sand, or gravel have been left in the line. Replace conduit runs that do not allow the passage of the mandrel at no additional cost to the Owner. Pneumatic rodding may be used to draw in the lead wire. Install in spare conduits a pull wire or rope, and plug and seal spare conduits after cleaning.

3.02 RECORD DRAWINGS OF UNDERGROUND WORK:

A. Furnish one set of marked copies of contract drawings, showing exact routing and depths of all underground conduit, duct handholes and manholes. Furnish scaled plot plans, showing principal outline of buildings and structures. Reference conduits, ducts, and manholes, and all bends deviating from straight line, dimensionally from fixed objects or structures.

3.03 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01 70 00.

END OF SECTION

Page 243: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

This page intentionally left blank

Page 244: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Electrical System Studies Section No. 26 05 70-1 6/13/2017

SECTION 26 05 70

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 constructed under this contract. The study shall consider the electrical utility system upstream protective devices down to the 120/240V transformer secondary. The study shall include calculations used 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 coordination study including: one-line of system, relay and breaker setting tabulation, relay, circuit breaker, and fuse protective device coordination and short circuit calculation, all prepared by an independent specialty firm. Device calibration and settings are to be based on the results of this coordination study.

B. The Contractor shall employ the services of a specialty firm, subject to review, with the specified demonstrated capability for calibrating and setting protective devices as specified herein.

C. 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.

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. 1584: IEEE Guide for Performing Arc-Flash Hazard Calculations

Page 245: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Electrical System Studies Section No. 26 05 70-2 6/13/2017

1.03 SUBMITTALS:

A. Submit the following in accordance with Section 01 33 00.

1. Short circuit and protective device coordination study for review and acceptance, concurrent with the preliminary shop drawing submission for the main electrical distribution system equipment and overcurrent protective devices. Submit an initial study for comment 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 program.

(1) EDSA Paladin

(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.

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. 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. Label each device uniquely.

g. Identify recommended settings for all devices.

h. Devices which do not provide full selectivity and coordination are not to be used as a recommended device in the study.

i. Submittals of electrical distribution equipment affected by the study are not to be submitted until successful review of this study.

2. Voltage drop motor starting study to determine system voltage dip or power in rush limitations at all locations of the distribution system due to the starting of the following motors:

a. First 70HP submersible pump motor

b. Second 70HP submersible pump motor

Page 246: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Electrical System Studies Section No. 26 05 70-3 6/13/2017

c. Third 70HP submersible pump motor

3. This study shall consider starting when the system is powered from the utility.

4. After review of coordination study, the Contractor shall set all devices based on the study.

5. Qualifications of specialty testing and/or study firm, as specified.

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.

(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 supervise all work and seal all reports.

PART 2 - PRODUCTS (Not Used)

Page 247: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Electrical System Studies Section No. 26 05 70-4 6/13/2017

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. Minimum and maximum possible fault conditions shall be covered in the study.

C. Include the fault contribution of all motors. Horsepower shown in the Contract Documents may be used to calculate fault contribution of 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.

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. 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.

C. 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.

Page 248: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Electrical System Studies Section No. 26 05 70-5 6/13/2017

D. 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.

E. The thermal limit of all feeder cables to each bus and large motors, where applicable in the study, shall be shown.

F. 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.

G. 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.

H. 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. Control panels with voltage over 50 Volts

2. Transformers that have auxiliary electrical devices operating at over 50 Volts

B. Methods of performing analysis:

1. Use NFPA 70E article 130 tables if the short circuit study shows that the condition for those tables are met.

2. Otherwise 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.

Page 249: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Electrical System Studies Section No. 26 05 70-6 6/13/2017

b. If the conditions do not fall within the 1584 parameters, use the Lee method.

C. Label each item for which the calculations were performed with the following information:

1. Limited approach boundary

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 26 05 10.

3.05 CONTRACT CLOSEOUT:

A. Provide in accordance with Section 01 70 00.

END OF SECTION

Page 250: CITY OF MARCO ISLAND MARCO SHORES ALTERNATIVE WATER …

Electrical Controls and Miscellaneous Electrical Equipment Section No. 26 05 90-1 3/13/2018 Rev.

SECTION 26 05 90

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 as indicated and specified.

B. Control panel enclosures and devices specified herein are provided under those specification sections which invoke this section for control panel requirements or as indicated on electrical drawings.

1.02 REFERENCES:

A. National Electrical Manufacturers Association (NEMA):

1. 250: Enclosures for Electrical Equipment (1000 volts maximum).

2. ICS 1: Industrial Control and Systems General Requirements

3. ICS 2: Industrial Controls and Systems Controllers, Contactors, and Overload Relays Rated 600 Volts.

4. ICS 4: Terminal Blocks for Industrial Use.

B. National Fire Protection Association (NFPA):

1. 70: National Electrical Code (NEC).

C. Underwriter's Laboratories, Inc. (UL):

1. 467: Standard for Grounding and Bonding Equipment.

2. 486A: UL Standard for Safety Wire Connectors and Soldering Lugs for Use with Copper Conductors.

3. 486B: UL Standard for Safety Wire Connectors for Use with Aluminum Conductors.

4. 489: Standard for Molded-Case Circuit Breakers, Molded-Case Switches and Circuit-Breaker Enclosures.

1.03 SUBMITTALS:

A. Submit the following shop drawings in accordance with Section 01 33 00.