Loading...
SS9901-CN041029T H E C I T Y O F CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS FOR DEFOREST ROAD LIFT STATION IMPROVEMENTS DEFOREST & SANDY LAKE WASTEWATER LIFT STATIONS PROJECT NO. SS 99 -01 ............ THE CITY OF COPPELL 3 K. COOPER ............. 90112 :'e JULY 2004 7— L9 —oy TABLE OF CONTENTS Section 1 - Bidding Documents Notice to BIDDERS Instructions to BIDDERS Proposal/Bid Schedule Prevailing Wage Rates Section 2 - Contract Documents Standard Form of Agreement (Contract) .. Certificate of Insurance Instructions for Bonds Performance Bond Payment Bond Maintenance Bond For this project, the Standard Specifications for Public Works Construction - North Central Texas, as prepared by the North Central Texas Council of Governments and — the City of Coppell Standard Construction Details shall govern all work to be done, together with any additional Supplementary Conditions, Specific Project Requirements, General Notes or Description of Pay Items included herein. Section 3 - City of Coppell's Supplementary Conditions to the NCTCOG General Provisions Section 4 - Specific Project Requirements 01600 — Material and Equipment 01700 — Project Closeout 01730 — Operation and Maintenance Data 02069 — Removing Old Structures 02161— Trench Excavation and Shoring Safety Plan 02210 — Site Grading 02223 — Removal of Existing Pavement and Curbs 02224 — Structural Excavation and Backfill 02225 — Pavement Excavation 02226 — Compacted Sand Fill Under Structures 02244 — Lime - Stabilized Subgrade Page # 1 -4 1 -5 1 -15 1 -25 2 -2 2 -8 2 -9 2 -10 2 -12 2 -14 3 -1 4 -1 02354 — Drilled Shafts and Foundations 02380 — Pier Accessories 03001 — Concrete 03112 — Concrete Structures 03210 — Reinforcing Steel 03346 — Concrete Floor Sealer 04810 — Unit Masonry Assemblies 05010 — Metals for Structures 05020 — Miscellaneous Metals 05100 — Metal Structures 05520 — Aluminum Handrails 05530 - Grating 06100 —Rough Carpentry 07115 — Bituminous Damproofing 07311— Asphalt Shingles 07620 — Sheet Metal Flashing and Trim 07710 — Manufactured Roof Specialties 07800 — Prefinished Metal Soffit and Fascia Panels 07920 — Joint Sealants 08110 —Steel Doors and Frames 08711— Door Hardware 09902 — Painting and Protective Coatings 10431 - Signs 10520 — Fire Protection Specialties 11310 — Pump, Submersible Non -Clog 11312 — Odor Control System 15052 — Jointing Cast Iron and Ductile Iron Piping 15053 — Installation of Cast Iron and Ductile Iron Piping Aboveground 15062 — Ductile Iron Pipe and Cast Iron and Ductile Iron Fittings 15106 — Plug Valves, Eccentric 15107 — Resilient Wedge Gate Valves 15114 — Air- Cushioned Swing Check Valve and Integral Surge Relief Valve 15115 — Check Valves, Ball 15956 — Field Instrument Devices 16050 — Electrical Construction 16410 — Automatic Transfer Switch 16480 — Motor Control Center, 600 Volts and Less Appendix A — Geotechnical Report Appendix B — ACI Committee 344 (Circular Wire and Strand Wrapped Prestressed Concrete Structures) Chapter 5 (Acceptance Criteria for Watertightness of Tanks) Appendix C — SCADA System (I & C Sales) Section 5 - Description of Pay Items 5 -1 SECTION 1 BIDDING DOCUMENTS NOTIC TO BIDDERS The City of Coppell is accepting bids for the construction of the Deforest Road Lift Station Improvements DeForest & Sandy Lake Wastewater Lift Stations Project No. SS 99 -01. Plans and specifications may be obtained for a non - refundable cost of $100.00 from the ENGINEER (Turner Collie & Braden, 17300 Dallas Parkway, Suite 1010, Dallas, Texas 75248, telephone 972- _ 735 -3000 for additional information). Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of the Deforest Road Lift Station Improvements DeForest & Sandy Lake Wastewater Lift Stations Project No. SS 99 -01 will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 10:00 a.m., September 2 2004, and then publicly opened and read aloud. Each BIDDER shall submit two identical copies of this bid with the City of Coppell Bid No. Q- 0804 -01 designated clearly on the exterior of the bid envelope. The Pre -Bid Conference has been scheduled for this project at the Coppell City Hall in the 2 "d Floor Conference Room Department (255 Parkway Blvd.), at 10:00 a.m. August 24, 2004. The conference is not mandatory, however, all interested BIDDERs are strongly encouraged to attend. The OWNER reserves the right to reject any or all bids and to waive formalities. Unreasonable or unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. The OWNER reserves the right to accept the alternate bid of a CONTRACTOR that did not submit the lowest base bid. NO BID TRANSNUTTED BY FAX WILL BE ACCEPTED. BIDDERS are expected to inspect the site of the work and to inform themselves regarding local conditions and conditions under which the work is to be done. Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A PART OF THE PROJECT. The BIDDER shall not include or provide for sales tax on tangible personal property to be incorporated into the project. (Note: This procedure may not be used, however, for materials which do not become a part of the finished product, such as, equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the CONTRACTOR with an exemption certificate for the materials. The CONTRACTOR is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The BIDDER shall show the cost of materials (tangible personal property) in the space provided on the bid form. The successful BIDDER's bid form will be used to develop a separated contract and determine the extent of the tax exemption. 1 -4 Bidding Documents BIDDING AND CONTRACT DOCUMENTS 1. Defined Terms. Terms used in these Instructions to BIDDERs, which are defined in the Standard Specifications for Public Works Construction - North Central Texas latest edition, as prepared by the NCTCOG and the Supplementary Conditions of Agreement have the meanings assigned to them in these General Conditions. The term "BIDDER" means one who submits a Bid directly to OWNER, as distinct from a sub - BIDDER, who submits a bid to a BIDDER. The term "Successful BIDDER" means the lowest, qualified, responsible _ BIDDER to whom the OWNER (on the basis of the OWNER's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Notice to BIDDERS, Instructions to BIDDERs, the Bid Form, and the proposed Contract Documents _ (including all Addenda issued prior to receipt of bids). Specific defined terms are: OWNER: Wherever the word "OWNER" is used in the specifications and Contract Documents, it shall be understood as referring to the City of Coppell, Texas. ENGINEER: Wherever the word "ENGINEER" is used in the Specifications and Contract –� Documents, it shall be understood as referring to Turner Collie & Braden Inc. (TCB), 17300 Dallas Parkway, Suite 1010, Dallas, Texas 75248. Inspector: The authorized representative of the City of Coppell assigned to observe and inspect any or all parts of the work and the materials to be used therein. 2. Scope of Work. This work shall consist of the demolition of the existing 11.2 million gallon per day (MGD) DeForest Wastewater Lift Station and construction of a new 14.4 MGD submersible lift station, and demolition of the equipment from the existing 9.9 MGD Sandy Lake Wastewater _ Lift Station and construction of a new 4.3 MGD lift station within the existing lift station structure. Work shall include all components necessary for the "turn key" construction of the Deforest Road Lift Station Improvements DeForest and Sandy Lake Wastewater Lift — Stations Project as shown in the PLANS. 1 -5 Bidding Documents 3. Copies of Bidding Documents. 3.1 Complete sets of the Bidding Documents may be obtained from the ENGINEER at 17300 Dallas Parkway, Suite 1010, Dallas, Texas for $100.00. The following general requirements pertain to the Bidding Documents: A) No bidding documents will be issued later than two (2) days prior to the bid opening date. B) After award of the Contract, the successful BIDDER will be furnished five (5) sets of Contract Documents at no charge. Additional sets over five (5) will be furnished for $90.00 per set. C) Bidding documents may be examined free of charge at the offices of the ENGINEER, 17300 Dallas Parkway, Suite 1010, Dallas, Texas. 3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be issued. 3.3 The OWNER, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant for any other use. 4. Qualifications of BIDDERS. The BIDDER shall submit within five (5) days of the OWNER's request such evidence as the OWNER may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience A list of all projects presently under construction by the BIDDER including approximate cost and completion date shall be submitted upon request. B. Past Project Experience. The BIDDER shall submit a list of comparable projects completed within the previous five years including approximate cost(s), quantities, and completion date(s). C. Equipment. The BIDDER shall provide a list of equipment that will be used on this project. 1 -6 Bidding Documents The BIDDER shall demonstrate that he has adequate equipment to complete this project properly and expeditiously, and shall state what additional equipment, if any, that he must rent/lease as maybe required to complete this project. D. Financial. Each BIDDER shall be prepared to submit upon request of the OWNER a balanced financial statement with no evidence of threatening losses as evidenced by an audited certified financial statement (current within the last six (6) months of bid date). This information will be used to confirm that the BIDDER has suitable financial status to meet obligations incidental to performing the work. E. Technical Experience. The BIDDER shall demonstrate to the satisfaction of the OWNER that he has the technical experience to properly complete this project. F. Proof that the BIDDER maintains a permanent place of business. 5. Conflict of Interest. City Charter states that no officer or employee of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock OWNERship amounts to less than one percent (1 %) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. The CONTRACTOR represents that no employee or officer of the City has an interest in the _ CONTRACTOR. 6. Examination of Contract Documents and Site. _ 6.1 Access to the site shall be from the street and right -of -way at the respective intersections. It shall be the BIDDER's responsibility before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or famishing of the Work, (d) study and carefully correlate BIDDER's observations with the Contract Documents, and (e) notify ENGINEER of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any 1 -7 Bidding Documents BIDDER from the responsibility of fulfilling all of the terms of the contract, without additional cost to the OWNER. 6.2 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data fumished to the OWNER by owners of such underground Facilities or others, and the OWNER does not assume responsibility for the accuracy or completeness thereof. All existing structures, improvements, and utilities shall be adequately protected, at the expense of the CONTRACTOR, from damage that might otherwise occur due to construction operations. Where construction comes in close proximity to existing structures or utilities, or if it becomes necessary to move services, poles, guy wires, pipe lines, or other obstructions, it shall be the CONTRACTOR's responsibility to notify and cooperate with the utility or structure OWNER. The utility lines and other existing structures shown on the plans are for information only and are not guaranteed by the City to be complete or accurate as to location and/or depth. It shall be the CONTRACTOR's responsibility to verify locations and depths _ sufficiently in advance of construction such that necessary adjustments may be made to allow for the proper installation. The CONTRACTOR shall be liable for damage to any utilities resulting from the construction of this project. 6.3 Before submitting a Bid, each BIDDER will, at BIDDER's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which BIDDER deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 6.4 On request in advance, OWNER will provide each BIDDER access to the site to conduct explorations and tests as each BIDDER deems necessary for submission of a Bid. BIDDER shall fill all holes, clean up and restore the site to its former conditions upon completion of such explorations. 6.5 The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by CONTRACTOR in performing the Work are identified in the Contract documents. 6.6 The submission of a Bid will constitute an incontrovertible representation by BIDDER that BIDDER has complied with every requirement of this Article 6, that without exception the Bid is premised upon performing and furnishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and famishing of the Work. 1-8 Bidding Documents 7. Interpretations and Addenda. 7.1 All questions about the meaning or intent of the Contract Documents are to be directed to the Purchasing Agent. Interpretations or clarifications considered necessary by the Purchasing Agent in response to such questions will be issued by Addenda mailed or delivered to all BIDDERs recorded as having received the Bidding Documents. Questions received less than two days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Each BIDDER shall acknowledge on the bid proposal that all Addenda issued have been received. 7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the OWNER. 8. Contract Time. 8.1 The time for completion in calendar days should be included on the Bid Form in the space provided. Completion time will be a strong factor in the award of this project. All work shall be complete within the calendar day count required by the CONTRACTOR's Proposal. _ The calendar day count shall commence ten (10) calendar days after the date of the Notice to Proceed. 8.2 Prior to the issuance of the Notice to Proceed by the OWNER, the CONTRACTOR shall submit a detailed Progress and Schedule chart to the OWNER for approval. 8.3 Extension of the contract time shall be based on a Change Order or written amendment as specified in Item 1.36 of the General Provisions. 9. Liquidated Damages. Provisions for liquidated damages are set forth in the Contract. Liquidated damages for this project are: Five Hundred Dollars ($500.00) per day. 10. Substitute or "Or- Equal" Items. The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or- equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or- equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the Effective Date of the Agreement. No substitutions should be considered during the bidding process. 1 -9 Bidding Documents _ 11. Subcontractors, Suppliers, and Others 11.1 If the OWNER requests the identity of any Subcontractors, Suppliers, or other persons or organizations to be submitted to the OWNER in advance of the specified date prior to the Effective Date of the Agreement, the apparent Successful BIDDER, and any other BIDDER so requested, shall within seven (7) days after the request submit to the OWNER a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is requested. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, supplier, person or organization if requested by the OWNER. If the OWNER, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, the OWNER may, before the Notice of Award is given, request the apparent Successful BIDDER to submit an acceptable substitute in which case the apparent Successful BIDDER shall submit an acceptable substitute. BIDDER's Bid price may be increased (or decreased) by the difference in cost occasioned by such substitution, and the OWNER may consider such price adjustment in evaluating Bids and making the contract award. _ If the apparent Successful BIDDER declines to make any such substitution, the OWNER may award the contract to the next lowest BIDDER that proposes to use acceptable Subcontractors, Suppliers, other persons and organizations. Declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any BIDDER. 11.2 No CONTRACTOR shall be required to employ any Subcontractor, Supplier, other person or organization against who CONTRACTOR has reasonable objection. 12. Bid Proposal. 12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a quantity is given and the BIDDER shall state the price for which he proposes to do each item of work. All blanks on the bid form must be completed in ink or typed. No substitutions, revisions, or omissions from the plans and/or specifications will be accepted unless authorized in writing by the OWNER. 12.2 The legal status of the BIDDER, that is, as a corporation, partnership, or individual, must be stated on the Bid Form. A corporation BIDDER must name the state in which the organization is chartered. Bids which are signed for a corporation shall have the correct corporate name thereof, its post office address, and the signature of the president or other authorized officer of the corporation, manually written below the corporate name in the following manner: "By " If the bid is made by an individual, his post office address shall be given. Bids which are not signed by the individuals making them shall have attached thereto a power of attorney evidencing authority to sign the bid in the name of the person for whom it is signed. 1 -10 Bidding Documents If the bid is made by a firm or partnership, the name and post office address of the managing member of the firm or partnership shall be given or the bid may be signed by an attomey -in- _ fact. If signed by an attomey -in -fact, there shall be attached to the bid a power of attorney evidencing authority to sign the bid, executed by the members of the firm or partners. 12.3 A cashiers check or bid bond in the amount of 5 percent of the total amount of the bid must be submitted with the bid proposal. Refer to Item 1.5 in the NCTCOG Standard Specifications for Public Works Construction. -� 13. Provision Concerning Escalator Clauses. Bids containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of materials, labor, or other items required for this project, _ maybe rejected and returned to the BIDDER without being considered. 14. Estimates of Quantities. The quantities listed in the Bid Form will be considered as approximate and will be used for the comparison of bids, unless otherwise noted. Payments will be made to the ., CONTRACTOR only for the actual quantities of work performed or materials furnished in accordance with the Contract. The quantity of work to be done and the materials may be increased or decreased as provided for in the Contract Documents. 15. Submission of Bids. Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019 until 10:00 a.m., September 2, 2004, and then publicly opened and _ read aloud. Two identical copies of the bid enclosed in an opaque sealed envelope and marked with the Project title, City of Coppell Bid No. Q- 0804 -01 and the name and address _ of the BIDDER shall be submitted. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation 'BID ENCLOSED Construction of. Deforest Road Lift Station Improvements DeForest & — Sandy Lake Wastewater Lift Stations Project No. SS 99 -01" on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas. 16. Modification and Withdrawal of Bids. 16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the — manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 16.2 If, within twenty-four hours after the Bids are opened, any BIDDER files a duly signed written notice with the OWNER and promptly thereafter demonstrates to the reasonable satisfaction of OWNER that there was a material and substantial mistake in the preparation 1 -11 Bidding Documents - _ of the Bid, that BIDDER may withdraw his bid. Thereafter, that BIDDER will be disqualified from further bidding on the work. 17. Rejection of Bids. Bids may be rejected if they show alterations of form, additions not called for, conditional bids, incomplete bids, erasures or irregularities of any kind. The OWNER reserves the right to waive any irregularities in the bids as received and to reject any and all bids without qualification(s). More than one bid from an individual, firm or partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that a BIDDER is interested in more than one such bid may cause the rejection of all bids in which said BIDDER is interested. Bids in which prices are obviously unbalanced may be rejected. 18. Bids to Remain Subject to Acceptance. All Bids will remain subject to acceptance for ninety (90) days after the day of the Bid opening, but the OWNER may, in its sole discretion, release any Bid prior to that date. 19. Award of Contract. 19.1 The OWNER reserves the right to reject any and all Bids, to waive any and all informalities except for the time of submission of the Bid and to negotiate contract terms with the Successful BIDDER. The OWNER also reserves the right to reject all nonconforming, non- responsive, unbalanced or conditional Bids. Also, the OWNER reserves the right to reject the Bid of any BIDDER if the OWNER believes that it would not be in the best interest of the Project to make an award to that BIDDER, whether because the Bid is not responsive or the BIDDER is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the OWNER. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 19.2 In evaluating Bids, the OWNER will consider the qualifications of the BIDDERs, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, completion time, and other data, as may be requested in the Bid form or prior to the Notice of Award. Time of completion will be a strong consideration in the award of the Bid. 19.3 The OWNER may consider the qualifications and experience of any Subcontractors, Suppliers, or other persons or organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as requested by the OWNER. The OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 1 -12 Bidding Documents 19.4 The OWNER may conduct such investigations as the OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial .� stability of BIDDERS, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to the OWNER's satisfaction within the prescribed time. 19.5 If the Contract is to be awarded, it will be awarded to the lowest and best qualified BIDDER whose evaluation by the OWNER indicates to the OWNER that the award will be in the best interests of the Project. 19.6 If the Contract is to be awarded, the OWNER will give the Successful BIDDER a Notice of Award within ninety (90) days after the date of the Bid opening. 20. Execution of Agreement. Within fifteen (15) days after written notification of award of the contract, the Successful BIDDER shall execute and fu to the OWNER three (3) original signed contracts and a Certificate of Insurance. 21. Affidavit of Bills Paid. Prior to final acceptance of this project by the OWNER, the CONTRACTOR shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the project construction have been paid in full, and that there are no claims pending. 22. Bid Compliance. Bid must comply with all Federal, State, county and local laws. CONTRACTOR shall not hire nor work any illegal alien. 23. Notice to Proceed. Upon execution of the Contract, the OWNER will issue a written Notice to Proceed to the _ CONTRACTOR requesting that he proceed with the construction. The CONTRACTOR shall commence work within ten (10) calendar days after the date of Notice to Proceed. 24. Sales Tax. The BIDDER shall not include or provide for sales tax on tangible personal property to be incorporated into the Project. In order to be exempt from the sales tax on such tangible personal property, the Contract shall separate and provide separate charges for materials to be incorporated into the Project from charges for labor. The City will provide the CONTRACTOR with an exemption certificate for the materials. The CONTRACTOR is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The BIDDER shall show the cost of materials to be incorporated into the Contract (tangible personal property) in the space provided on the bid form. The successful BIDDER's Bid 1 -13 Bidding Documents Form will be used to develop a separate Contract and will determine the extent of the tax exemption. Upon execution of the construction Contract, the Successful BIDDER shall provide a per item breakdown of 1) materials incorporated into the Project; and 2) labor, equipment, supervision and materials not incorporated into the Project. 25. Silence of Specification. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement by OWNER or their authorized representative. 26. Change Orders. No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting contract. All change orders to the contract — will be made in writing by the OWNER. 27. Assignment. The Successful BIDDER shall not sell, assign, transfer or convey this contract, in whole or in part, without the prior written consent of OWNER. 28. Venue. This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Dallas County, Texas. 29. Maintenance Bond. The CONTRACTOR shall provide a two year Maintenance Bond in the amount of 50% of the value of the work at the completion of the Project. The bond must be provided prior to final payment by the City. 1 -14 Bidding Documents r:3��»r��:r� — PROJECT IDENTIFICATION: Deforest Road Lift Station Improvements Project DeForest & Sandy Lake Wastewater Lift Stations - 99 in Coppell, Texas 11031 Odu m Lane N BID OF Was, Texas 75229 DATE `1- - 1 - - - - -- - (N o ft� Ffts (972) 4B4-4223 THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER) c /o Purchasing Agent 255 Parkway Boulevard P.O. Box 9478 Coppell, Texas 75019 CITY OF COPPELL BID NO: Q- 0804 -01 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to BIDDERS and Instructions to BIDDERS. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): No: 1 Z Date: 8 /�G /o $/3110 r L 1 -15 Bidding Documents (b) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has studied carefully all reports and drawings of subsurface conditions contained in the Contract Documents and which have been used in preparation of the Contract Documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. �- BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the Contract Documents and which have been utilized in preparation of the Contract Documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for — - Ed __ oses. xce t _as indica d_ir[ th imurediatet recedin - _ -urpo — --� — Tp--- g sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or famishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such purposes. (e) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities _ are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. (f) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 1 -16 Bidding Documents (g) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. (h) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER. (i) It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. (j) It is understood and agreed that the quantities of work to be done at unit prices and materials to be famished may be increased or diminished as may be considered eces54u thc opinionvfthe _E3)W Tltto complete: the -work - fuH s �ianned - and _ contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for in the Contract Documents. 4. It is understood and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. It is understood that time of completion will be a consideration in the award of the Bid. 5. BIDDER will complete the Work for the following price(s): l_ 1. 1 -17 Bidding Documents DEFOREST ROAD LIFT STATION IMPROVEMENTS DEFORESTS SANDY LAKE WASTEWATER LIFT STATIONS PROJECT #SS 99 -01 UNIT PRICE BID SCHEDULE LIFT STATION RTTI T'rT: N4Q Addendum No.l 1-18 Bidding Documents Quantity Unit Description and Price in Words Unit Total Price Price rF 1 LS De molition of the existing DeForest Wastewater Lift Station. Complete in Place Dollars ` loo 070 oa- /pv 00q and Z Q Cents per LS. Z 1 LS New DeForest Wastewater Lift Station and All Appurtenances, except as noted in other bid ite s�w C Complete in Place d���� \p � c �� ` Dollars and Cents per LS. 3 1 LS New DeForest Wastewater Lift Station SCADA System. Complete in Place thou . I Dollars 3SOU� 3,5r DOU and Z & b Cents ' per LS. 4 1 LS DeForest Wastewater Lift Station Yard Piping and All Fittings and Appurtenances. Complete in Place i-ventkF'ue 4% s. d Dollars 75 000 � s 00(1 and 2 cct r o Cents per LS. 5 1 LS DeForest Wastewater Lift Station Trench Safety System. Complete in Place Dollars yo(; 000 cob"' and Ze p(I Cents per LS. Addendum No.l 1-18 Bidding Documents DEFOREST ROAD LIFT STATION IMPROVEMENTS DEFOREST & SANDY LAKE WASTEWATER LII r STATIONS PROJECT #SS 99 -01 UNIT PRICE BID SCHEDULE Item Quantity Unit Description and Price in Words Unit Total No. Addendum No. I 1 -19 Bidding Documents Elicit; rnce 6 1 LS DeForest Wastewater Lift Station Storm Water Controls. Complete in Place f yP + Dollars 5 00() 5 000 and Z C ro Cents per LS. 7 1 LS Demolition of the existing Sandy Lake Wastewater Lift Station. 040 In PIASA -� e-- F - - - - -- d— Dollars • S� t9 -- 00 anG Cents per LS. 8 1 LS New Sandy Lake Wastewater Lift Station and All Appurtenances, except as noted in other bid items. Complete in Place I gO AH.n6 tr! 16a-aaA e( Dollars -200, 000 260 and Z C r O Cents per LS. 9 I LS New Sandy Lake Wastewater Lift Station SCADA System. Complete in Place III ' h + Dollars a 5 oou w �= and et b Cents �J oUV per LS. 10 1 LS Sandy Lake Wastewater Lift Station Yard Piping and All Fittings and Appurtenances. Complete in Place °^ o° F, 4 41 bu o 4v� tl Dollars 50, ov o 5 0, o cw and -�Z-e, (,0 Cents per LS. Addendum No. I 1 -19 Bidding Documents DEFOREST ROAD LIFT STATION IMPROVEMENTS DEFOREST & SANDY LAKE WASTEWATER LIFT STATIONS PROJECT #SS 99 -01 UNIT PRICE BID SCHEDULE Item Quantity Unit Description and Price in Words Unit Total No. Price Price 11 1 LS Sandy Lake Wastewater Lift Station Trench Safety System. Complete in Place f;me+y d Dollars ao 000 pp S U and Z e rn Cents per LS. 12 1 LS Sandy Lake Wastewater Lift Station Storm Water Controls. - - -- Twn tiv` r.. o d Dollars 000 and _Z ere) Cents 60 O� per LS. 13 1 EA Line A Force Main Connection. Complete in Place f:'vP, 4hM -tc• n Dollars and ?ern Cents '5000 S OoU per EA. 14 1 EA Line B Force Main Connection. Complete in Place Lu 41jgkjs ._1 Dollars 5 000 J 000 and 2 Cents er A. Addendum No. 1 1 -20 Bidding Documents DEFOREST ROAD LIFT STATION IMPROVEMENTS DEFOREST &c SANDY LAKE M'ASTEWATER LIFT STATION'S PROJECT #SS 99 -01 UNIT PRICE BID SCHEDULE SUPPLEMENTAL BID ITEMS Item Approx. Unit Description and Price in Words Unit Total No. Quantity Price Price 15 60 LF 20" Ductile Iron Pipe. Complete in Place F Dollars and 50 3, LbU �- er o Cents per LF. 16 60 LF 30" Ductile Iron Pipe. Complete in Place and Z E 0 Cents — �D� —. SyoU per LF. 17 25 LF 18 " RCP Storm Sewer. Complete in Place Th }� Dollars and 2 er o Cents 3p 750 °- er EA. 18 15 LF 16" Ductile Iron Pipe. Complete in Place r Dollars _ and c r Cents -- EA. 19 15 LF 30" SDR 26 PVC. Complete in Place E% Dollars Sp %° •� and - r o Cents I� 0 C) per LF. 20 15 LF 24" SDR 26 PVC. Complete in Place Dollars 00 anG e r o Cents H 5 6 7 5 per LF. TOTAL BID ITEMS 1 thru 20 $ TANGIBLE PERSONAL PROPERTY COST Addendum No. 1 1 -11 Bidding Documents BID SUMMARy CALENDAR TOTAL PRICE DAYS Alternative I TOTAL BID ITEMS 1 thru 20 $ �)�7'Le �L 30U In Words: LLw M'dloi - LL h jF 'Q }U 5tX-�{l�u�>11CV K-U� '-\Au) 7–L,vu c-L r .I 6. BIDDER agrees that all Work awarded will be completed within the number of Calendar Days specified above. Contract time will commence to run as provided in the Contract Documents. 7. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 8. BIDDER understands that the OWNER is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the Project. Said taxes are not included in -- —the Contract Price fsee tuiDIIE 9. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. The City of Coppell reserves the right to delete any portion of this Project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. SUBMITTED ON S Signature: 1 1-22 Bidding Documents BID AFFIDAVIT The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as correct and final. BIDDER fiuther certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety (90) calendar days from the date of the bid opening. STATE OF e,XG_S COUNTY OF — D r , I l o BEFORE ME, the undersigned authority, a Notary Public in and for the State of + s , on this day personally appeared G ho r I; P .4, Fe- P1 • r a who after being by me Name duly sworn, did depose and say: t• h e- 4 f ax •t. e e� am a duly authorized office /agent for Name Go n - re r Go r s +r wst' o n c ? sy �� and have been duly authorized to execute the _ Name of Frm foregoing on behalf of the said G4n - Fzr C o „5 +ruc +'o Name of Firm I hereby certify that the foregoing bid has not been prepared in collusion with any other BIDDER or individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I certify that the BIDDER is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof, to control the price of services/ commodities bid on, or to influence any individual(s) to bid or not to bid thereon.” Name and Address of BIDDER: c- a n - Fer 11031 Gr's one Larne- 04l1a s 'T'X 7513q Telephone: (9 ) 1 1 g4 43 +4' - 1 by: C-haP Title: V; c. a Pte 5'd,- n f Signature: -- SUBSCRIBED AND SWORN to before me by the above named G ha t 1 on this the 2 Ol day of se p+e rn /o _ 20 0 4 ,,,`"`o C ; ... H n% O. .. Oc`, ` 1 . . Pry Y..PG O b •. iF OF O •. FXPIRE`'..' b 1 -23 Bidding Documents I Notary Public in and for the State of ` i ,)'G e If BIDDER IS: An Individual By (Individual's Name) doing business as Business address A Partnership (Firm Name) (General Partner) V' GG PPC Sid ° h (Title) (Corporate Seal) Attest ` (Secretary) Business address tt p q 1 r • t. Business address A Corporation (Corporation Name) h 1 �XGS (State of Incorporation) BY �htlPl a 4 F t`(`uta (Name of person authorized to sien) No. M A Joint Venture I 7S y No. 9 72 B Y (Name) (Address) (Name) (Address) (Each joint venture must sign- The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) 1'14 Bidding Documents PREVAILING WAGE RATES Air Tool Operator . ............................... 9.00 Concrete Paving Saw . ............................... 10.39 Asphalt Raker ..... ............................... 9.55 Concrete Paving Spreader . ..........................10.50 Asphalt Shoveler .. ............................... 8.80 Slipform Machine Operator .......................... 9.92 �- Batching Plant Weigher ........................11.51 Crane, Clamshell, Backhoe, Carpenter .......... ............................... 10.30 Derrick, Dragline, Shovel ........................... 11.04 Concrete Finisher - Paving ...................... 10.50 Foundation Drill Operator Crawler Mounted..... 10.00 Concrete Finisher - Structures ................... ^ 9.83 Foundation Drill Operator Truck Mounted 11.83 Concrete Rubber .. ............................... 8.84 ....... Front End Loader ...... ............................... 9.96 Electrician .............. ..........................15.37 Milling Machine Operator ........................... 8.62 Flagger.................. ...........................7.55 Mixer ................................ ............... 10.30 ^ Form Builder - Structures ........................ 9.82 Motor Grader Operator Fine Grade 11.97 Form Liner - Paving and Curb .................. 9.00 ............... Motor Grade Operator ............................... 10.96 Form Setter - Paving and Curb .................. 9.24 Pavement Marking Machine ......................... 7.32 Form Setter - Structures ......................... 9.09 Roller, Steel Wheel Plant -Mix Pavements 9.06 Laborer- Common . ............................... 7.32 ......... Roller, Steel Wheel Other Flatwheel or Laborer - Utility .... ............................... 8.94 Tamping P g .......... ............................... 8.59 Mechanic .......... ............................... 12.68 Roller, Pneumatic, Self- Propelled 8.48 _ Oiler ............... ............................... 10.17 .................. Scraper ................... ............................... 9.63 Servicer ............ ............................... 9.41 Tractor- Crawler Type ............................... 10.58 Painter - Structures ............................... 11.00 Tractor - Pneumatic ..... ............................... 9.15 Pipe Layer ......... ............................... 8.98 Traveling Mixer ........ ............................... 8.83 ^ Blaster ............. ............................... 11.50 Wagon - Drill, Boring Machine ..................... 12.00 Asphalt Distributor Operator .................. 10.29 Reinforcing Steel Setter Paving .................... 13.21 Asphalt Paving Machine ..................... 10.30 Reinforcing Steel Setter Structures 13.31 ^ Broom or Sweeper Operator ............. I ...... 8.72 ................ Steel Worker- Structural ............................ 14.80 Bulldozer ........ ............................... 10.74 Spreader Box Operator .............................. 10.00 Concrete Curing Machine ...................... 9.25 Work Zone Barricade .. ............................... 7.32 Concrete Finishing Machine .................. 11.13 Truck Driver - Single Axle Light 8.965 Concrete Paving Joint Machine ...............10.42 ..................... Truck Driver - Single Axle Heavy 9.02 Concrete Paving Joint Sealer .................. 9.00 .................... Truck Driver - Tandem Axle Semi Trailer 8.77 Truck Driver Lowboy /Float ................... 10.44 ......... Truck Driver- Transit Mix ...................... 9.47 ^ Truck Driver- Winch ............................ 9.00 Vibrator Operator -Hand Type .................. 7.32 Welder ............ ............................... 11.57 1 -25 Bidding Documents SECTION 2 CONTRACT DOCUMENTS STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT is dated as of the KJ 2— C1 day of ��Y�jL� in the year 2004 by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER) and CANFER CONSTRUCTION COMPANY (hereinafter called) CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: This work shall consist of the demolition of the existing 11.2 million gallon per day (MGD) Deforest Wastewater Lift Station and construction of a new 14.4 MGD submersible lift station, and demolition of the equipment from the existing 9.9 MDG Sandy Lake Wastewater Lift Station and construction of a new 4.3 MGD lift station within the existing lift station structure. The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Construction of the DeForest Road Lift Station Improvements DeForest & Sandy Lake Wastewater Lift Stations Project No. SS 99 -01 Bid No. Q- 0804 -01 Article 2. ENGINEER The Project has been designed by the Turner Collie & Braden Inc. (TCB). Contract administration will be provided by TCB who is hereinafter called ENGINEER and who is to act as OWNER's — representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 2 -2 Contract Documents Article 3. CONTRACT TIME. 3.1. The Work will be completed within the number of calendar days specified in the Bid Summary from the date when the Contract time commences to run as provided in Item 1.13 of the General Provisions, and completed and ready for final payment in accordance with Item 1.51 of the General Provisions. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the .– essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the time specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with Item 1.36 of the General Provisions. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for daily (but not as a penalty) CONTRACTOR shall pay OWNER Five Hundred Dollars ($500.00) for each day that expires after the time specified in paragraph 3.1 for Completion until the Work is complete. Article 4. CONTRACT PRICE. 4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents in current funds subject to additions and deductions by Change Orders as provided in the contract documents in accordance with the unit prices listed in Section 1 - Proposal and Bid Schedule. The contract sum shall be the amount of $2.586,625.00. The total tangible personal property cost included in the contract sum is $1,500.000.00 Article 5. PAYMENT PROCEDURES. — CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in Item 1.51 of the General Provisions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Provisions. 2 -3 Contract Documents 5.1.1. Prior to Completion, progress payments will be made in an amount equal to the percentage indicated in Item 1.51.2 of the General Provisions, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Item 1.52 of the General Provisions. 5.2. Final Payment. Upon final completion and acceptance of the Work in accordance with Item 1.51.4 of the General Provisions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Item 1.51.4. Article 6. INTEREST. No interest shall ever be due on late payments. Article 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Item 1.3 of the General Provisions, and accepts the determination set forth in Item SC -1.20 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 7.1 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance, or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Item 1.3 of the General Provisions; and no additional examinations, investigations, explorations, tests, reports, studies, or similar information or data are or will be required by CONTRACTOR for such purposes. Z -Q Contract Documents 7.3. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies, or similar information or data in respect of said Underground Facilities are .. or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract time and in accordance with the other terns and conditions of the Contract Documents, including specifically the provisions of Items 1.3, 1.20 and 1.21 of the General Provisions. 7.4. CONTRACTOR has correlated the results of all such observations, examinations, �- investigations, explorations, tests, reports, and studies with the terms and conditions of the Contract Documents. 7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 8. CONTRACTOR DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 8.1. This Agreement (pages 2 -2 thru 2 -7, inclusive). 8.2. Exhibits to this agreement (immediately following this Agreement, inclusive). 8.3. Certificate of Insurance. 8.4. Notice of Award. 8.5. Part 1: General Provisions of the Standard Specifications for Public Works Construction, NCTCOG, latest edition. 8.6. Supplementary Conditions to the NCTCOG, Part 1: General Provisions (pages 3 -2 thru 3 -10). 8.7. Specifications bearing the title: "Construction Specifications and Contract Documents for the 'Deforest Road Lift Station Improvements DeForest & Sandy Lake Wastewater Lift Stations Project SS 99 -01 for the City of Coppell ". 2 -5 Contract Documents 8.8. Drawings entitled: "DeForest Road Lift Station Improvements DeForest & Sandy Lake Wastewater Lift Stations Project SS 99 -01 for the City of Coppell ' 8.9. The following listed and numbered addenda: 8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section I - Bidding Documents. 8.11. Documentation submitted by CONTRACTOR prior to Notice of Award 8.12. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to Items 1.37 and 1.38 of the General Provisions. 8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). The Contract Documents may only be amended, modified, or supplemented as provided in Items 1.37 and 1.38 of the General Provisions. Article 9. MISCELLANEOUS. 9.1. Terms used in this Agreement which are defined in Item 1.0 of the General Provisions will have the meanings indicated in the General Provisions. 9.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (expect to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 2 -6 Contract Documents Article 10. OTHER PROVISIONS. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. ] Ly This Agreement will be effective on 2004. OWNER: City of Coppell CONTRACTOR: Canfer Construction Company 255 Parkway Boulevard 11031 Grissom Lane Coppell, TX 75019 Dallas, TX 75229 I TITL�VCity Manager A EST Address for givin ices: P.O. Box 9478 Coppell, Texas 75019 Attn: Ken Griffin, P.E. Dir. of Engineering/Public Works (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) mm TITI ATTEST: Address for giving notices: (If CONTRACTOR is a corporation, attach evidence of authority to sign.) 2 -7 Contract Documents Certificate of Insurance After award of contract, Contractor will provide Owner with Certificate of Insurance which will be executed and bound here with final documents. 2 -8 Contract Documents General Instructions For Bonds A. The surety on each bond must be a responsible surety company which is qualified to do business in Texas and satisfactory to the Owner. B. The name, and residence of each individual party to the bond shall be inserted in the body thereof, and each such party shall sign the bond with his usual signature on the line opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal shall be affixed opposite the signature. C. If the principals are partners, their individual names will appear in the body of the bond, with the recital that they are partners composing a firm, naming it, and all the members of the firm shall execute the bond as individuals. D. The signature of a witness shall appear in the appropriate place, attesting the signature of each individual party to the bond. E. If the principal or surety is a corporation, the name of the State in which incorporated shall be inserted in the appropriate place in the body of the bond, and said instrument shall be executed and attested under the corporate seal, the fact shall be stated, in which case a scroll or adhesive seal shall appear following the corporate name. F. The official character and authority of the person or persons executing the bond for the principal, if a corporation, shall be certified by the secretary or assistant secretary according to the form attached hereto. In lieu of such certificate, records of the corporation as will show the official character and authority of the officer signing, duly certified by the secretary or assistant secretary, under the corporate seal, to be true copies. G. The date of this bond must not be prior to the date of the contract in connection with which it is given. 2 -9 Contract Documents Bond No. 2047971 PERFORMANCE BOND STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: That Can -Fer Construction Company whose address is 11031 Grissom Lane Dallas TX 75229 hereinafter called Principal, and North American Specialty Insurance Company a corporation organized and existing under the laws of the State of New Hampshire , and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called 'Beneficiary", in the penal sum of Two Million Five Hundred Eighty -Six Thousand, Six Hundred Twenty -Five and 00/100 ------------ DOLLARS ($ 2,586,625.00 ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, the Beneficiary, dated the 29th of O ctober _ , A.D. 20 04 , which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of the: DEFOREST ROAD LIFT STATION IMPROVEMENTS DeForest & Sandy Lake Wastewater Lift Stations _ PROJECT #SS 99 -01 Bid No. Q- 0804 -01 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance • �' with the plans, specifications and Contract documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary 2-10 Contract Documents all outlay and expense which the Beneficiary may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the specifications accompanying the same shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19 -1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in Four (4) copies, each one of which shall be deemed an original, this the 29th day of October , 20 04 . _. PRINCIPAL SURETY Can-Fe r j qonsALgion &npany North Amer4n Spe ' Ity 1 suran ompany. By: B Title: PSi Title: Carol Goodenough, Attorney -in -Fact —' AT ,T��T.� Kryistaireber Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: Ray Watson Mullis Newby Hurst, LP ADDRESS: 16600 Dallas Parkway, Ste 300 Dallas TX 75248 NOTE Date of Performance Bond must be date of Contract.. If Resident Agent is not corporation, give person's name, 2 -11 Contract Documents Bond No. 2047971 PAYMENT BOND STATE OF TEXAS COUNTY OF DALLAS KNOW ALL MEN BY THESE PRESENTS: That Can -Fer Construction Company -- whose address is 11031 Grissom Lane Dallas TX 75229 hereinafter called Principal, and North American Specialty Insurance Company a corporation organized and existing under the laws of the State of New Hampshire , and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called 'Beneficiary", in the penal sum of Two Million, Five Hundred Eighty-Six Thousand Six Hundred Twenty-Five and 00/100 - - - - - - - - - - DOLLARS ($ 2,586,625.00 ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severalty, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, dated the 29th of October , A.D. 20 , which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of the: _ DEFOREST ROAD LIFT STATION IMPROVEMENTS DeForest & Sandy Lake Wastewater Lift Stations PROJECT #SS 99 -01 Bid No. Q- 0804 -01 — NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to 2-12 Contract Documents the Work to be performed thereunder or the Plans, Specifications, Drawings, etc., accompanying the same, shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19 -1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in Four (4) copies, each _ one of which shall be deemed an original, this the 29th day of October ' 2004 . PRINCIPAL SURETY Can -Fer Construction C an North American S ecial Insuran a Compan By: B Title: )Gei Title: Carol Goodenough, Attorney -in -Fact ATTEST: ATTEST: L K to eber The Resident Agent of the Surety i allas or Denton County, Texas, for delivery of notice and service of the process is: NAME: Ray Watson Mullis Newby Hurst, LP ADDRESS: 16600 Dallas Parkw Ste 300 Dallas TX 75248 "ur c. ware at t- erjormance Uond must be date of Contract. If Resident Agent is not a corporation, give a person's name. 2-13 Contract Documents Bond No. 2047971 MAINTENANCE BOND STATE OF TEXAS } COUNTY OF DALLAS KNOW ALL MEN BY THESE PRESENTS: THAT Can -Fer Construction Compan 11031 Grissom Lane Dallas TX 75229 as Principal, and North American Specialty Insurance Company a corporation organized under the laws of New Hampshire as sureties, do hereby expressly acknowledge themselves to be held and bound to pay unto the City of Coppell I a Municipal Corporation, Texas, the sum of Two Million, Five Hundred Eighty Six Six Hundred Twenty -Five - - Dollars and 001100 Cents ($ 2,586,625.00 ) , for the payment of which sum will and truly be made unto said , and its successors, said principal and sureties do hereby bind themselves, their assigns and successors jointly and severally THIS obligation is conditioned; however, that whereas, the said Can -Fer Construction Company has this day entered into a written contract with the said City of Coppell to build and construct DeForest Road Lift Station Improvements DeForest & Sandy Lake Wastewater Lift Stations Project No. SS 99 -01, which the Contract and the Plans and Specifications therein mentioned, adopted by the City of Coppell are hereby expressly made a part thereof as through the same were written and embodied herein. WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair, the work herein contracted to be done and performed, for a period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs and /or reconstruction in whole or in part of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any part thereof or any of the accessories thereto constructed by the Contractor. It being understood that the purpose of this section is to cover all defective conditions arising by reason of defective material and charge the same against the said Contractor, and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said contract for each day's failure on its' part to comply with the terms of said provisions of said contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void, and have not further effect, but if default shall be made by the said Contractor in the performance of its' contract to so maintain and repair said work, then these presents shall have full force and effect, and said City of Coppell shall have and receive from the said Contractor and its' principal and sureties damages in the premises, as provided; and it is further agreed that this obligation shall be a continuing one against the principal and sureties, hereon, and that successive recoveries may be and had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, 2-14 Contract Documents and the same shall not be changed, diminished or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said Can -Fer Construction Company has caused these presents to be executed by and the said North American Specialty Insurance Company has caused these presents to be executed by its Attorney in fact and the said Attorney in fact Carol Goodenough has hereunto set herhand, the 29th day of October 20 04 PRINCIPAL SURETY Can -Fer Construction mpany North American Specialty Insurance Compan By: 1' By: P 1 D Title: V 14 ees 1 .0 Title: Carol Goodenough, Attorney -in -Fact -. WITNESS: ATTEST: � � >o��� K sta eber NOTE: Date of Maintenance Bond must no a prior to date of Contract. 2 -15 Contract Documents POLICYHOLDER DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE ENDORSEMENT Coverage for acts of terrorism as defined in § 102(1) of the Terrorism Risk Insurance Act of 2002 ("the Act") is already included in this surety bond. You should know that, effective November 26, 2002, under your existing coverage, any losses caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by federal law. Under this formula, the United States pays 90% ished deductible paid by the insurance company pro that is attributable to covers of your annual premium As your insurance /surety company we are sending you this notice to comply with the Terrorism Risk Insurance Act of 2002. For questions regarding this notice please visit our website www.nassurety.com or you may call our office at 630- 227- 4825. REV: 2103 agent notice exceeding the statutorily establ viding the coverage. The portion ge for acts of terrorism is NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: SAM J. MULLIS, JR., JOHN W. NEWBY, R. DON HURST. PATRICIA BARTLETT, JULIE STORM RAY WATSON, CAROL GOODENOUGH and KRYSTAL L. W EBER, joi ntly o se Its true and lawful Attomey(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety. on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TEN MILLION (10,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24' of March, 2000: "RESOLVED, that any two of the President, any Executive Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary b., and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached" a $ �wuwulnr U xx.e k , eoW! N ,irJ a, tIOaA( yA , A � By ._ ¢'e � Pool D. Amster, Prmident& Chief Executive Officer of Washington lnernatixnxt lmmma ComPaO m 4 i CORPOftA7E + .� N y ° X I973 p Vice PrnWent of North Americans specialty Insurance Company y �.°i SEAL s r 1 F. RarJM fie `.• y A'AK114 •SP 9i e 1� \J '�ri IMIDINa \Uh a By Sttvtx P. AMemon, Executive Vlu Prplatet or WashlnRmn Imernrtlonai Inxurmtt Comonm & Vice President or North American Speeltlty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 29 day of September, 20 03 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Du Page as: On this 29 day of September 20 03 , before me, a Notary Public personally appeared Paul D. Amstutz , President and CEO of Washington International Insurance Company and Vice President of North American Specialty Insurance Company and Steven P. Anderson , Executive Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. ttoaart� Awt�auww V V wOpp1m Yasmin A. Patel, Notary Public 1, James A. Carpenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 29 thday of October , 20 04 . James A. Camenreq Vice Resident & Assistant Secretary of Washington internalmal Inmrance Campany & Asxistmt Sammy of Nonh Amencm Specialty Ixuumnm Cnmpony EM"RTANT NOTICE In order to Obtain Information or Make a Complaint: You may call Washington International Insurance Company and/or North American Specialty Insurance Company at the following toll -free number: 800/338 -0753 or You may write to them at the following address: Washington International Insurance Company NAS Surety Group 1200 Arlington Heights Road #400 Itasca, IL 60143 You may also contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 800/252 -3439 You may write the Texas Department of Insurance at the following address: P O Boa 149104 Austin, TX 78714 -9104 ^ I 1U14014UUS 14;00 ran LMJUUC, VUc A OR V _ CERTIFICATE OF LIABILITY INSURANC�P!D A DATE(MWODIVY) B 1 10/28/04 PRODUCER THIS CERTIFICATE 14 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Independent Insurance Group HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 3010 LHJ Freeway Ste. 920 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Dallas TX -5234 -7004 A X COMMERCIAL GENERAL LIABILITY CPP132855700 12/31/03 12/31/04 Phone 1 972 - 231 - 8277 INSURERS AFFORDING COVERAGE INSURED C F C nstruction Co. ad - Gr ;soon er Mo Gr a Dm Holdings LP Charon Ferrara 11931 Grissom Lane Dallas TX 75229 INSURIERA: Ame risu rs Comp anies INSURER B: St. Paul Fire & M arine Ina Cc NsuRERC: WSURER D: INSURER E: S 1, 000, 000 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUEDTO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECTTO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BYTHE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, L TYPE OF INSURANCE POLICY NU DATE MOD DATE LABS GENERAL LIANLTTY EACHOCCURRENCE $1,000,000 A X COMMERCIAL GENERAL LIABILITY CPP132855700 12/31/03 12/31/04 FIFEOANAGE(Anyoneme) 3100,000 CLAIMS MADE FZ7 OCCUR MED EXP (My 1)m panm) E 5,000 PERSONAL $ADY MIJURY S 1, 000, 000 GENERAL AGGREGATE 52, 000, 000 GEML AGGREGATE LIMIT APPLIES PER PRODUCTS- COMPNPAGO 12,000,000 POLICY X I PRO- LGC AUTOMOBILE LIABILITY A ANYAV ro CA132855600 12/31/03 12/31/04 COMBINED 3RJGLE LIMIT (Ea c s 1, 000, 000 X ALL OWNED AUTOS BODILY I 41 SCHEDULED AUTOS (PIN personu) ) HIRED AUTOS X ND"WNEDAUTOS BODILY INJURY (Pwaotld"l) $ X Hired Car PD LIMIT $25,000 X PROPERTY DAMAGE 41 (Pwaoddwt) GARAGE UAEBUT Y AUTO ONLY -EAPCCIOENT S ANYAUTD OTHER THAN EA ACC S 5 AUTO ONLY: AGO E LIABILITY EACH OCCURRENCE 412 ,000,001) H X OCCUR OCLAIMSMADE QX09100054 12/31103 12/31/04 AGGREGATE $2,000,000 s DEDUCTIBLE 8 RETENTION E $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY X TORY LIMITS ER A WC132856000 12/31/03 12/31104 EL. EACH ACCIDENT $500,000 ELDIWABE -EA EMPLOYEE 5500,000 J_ EDISEASE -POLICY LIMIT $500,000 OTHER A Lease /Rented Equip IK1328559DO 12/31/03 12/31/04 ItemLim 500,000 $5000 Deductible Ma3LLimit 1 DESCRIPTION OF OPERA7MNMWATONBNEHN:LENEKCLUSMS ADDED BY ENDOgEMENTISPECIAL PROVISIONS REI Deforest Road Lift Station Improvements /Deforest & Sandy Lake Wastewater Lift Stations Project # 99 99 -01. The City of Coppell is listed as additional insured with respect to the General Liability. A waiver of subrogation in favor of The City of Coppell with respect to the General Liability and Workers' Compensation coverage. CERTIFICATE HOLDm City of Coppell 225 Parkway Blvd. Coppell TX 75019 INSURER LETTER: CANCELLATION CITYOC2 I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATID DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAN. —3-D_ DAVSWRTREN NOTICE TO THE CERRFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO So SWILL IMPOSE NO OBLIGATION OR WINERY OF ANY MMD UPON THE INSURER, ITS AGENTS OR 25S SECTION 3 STANDARD SPECIFICATIONS SUPPLEMENTARY CONDITIONS CITY OF COPPELL SUPPLEMENTARY CONDITIONS TO THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS GENERAL PROVISIONS THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD GENERAL PROVISIONS OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, NORTH CENTRAL TEXAS, LATEST ADDITION, PREPARED BY THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT AMENDED OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED. PART I: GENERAL PROVISIONS - DIVISION 1 PROPOSAL REQUIREMENTS ITEM 1.0 - SC -1.0 ENGINEER The word "ENGINEER" in these Contract Documents and Specifications shall be understood as referring to Turner Collie & Braden Inc., 17300 Dallas Parkway, Suite 1010, Dallas, Texas 75248, ENGINEER of the OWNER, or such other representatives as may be authorized by said OWNER to act in any particular position. OWNER The word "OWNER" in these contract documents and specifications refers to the CITY OF COPPELL acting through its authorized representatives. Calendar Day Add the following sentence to the end of the working days definitions: Hours worked before 8:00 a.m. after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy-two hours notice required. All overtime incurred by the City for inspection services shall be paid by the CONTRACTOR. If not paid, such cost may be deducted from partial payments. All other terms used in these Supplementary Conditions which are defined in the General Provisions shall have the same meanings used in the General Provisions. ITEM 1.15 - SURETY BONDS SC -1.15 Add following sentence to Item 1.15 (A): "Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements for a 2 year period." 3 -2 Standard Specifications Supplementary Conditions ITEM 1.16 - NOTICE TO PROCEED SC -1.16 Add following sentence to end of Item 1.16. _ Before CONTRACTOR starts the Work at the site, a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to discuss the schedules referred to in Items 1.22.5, 1.28 and 1.51.1, to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. ITEM 1.19 - PRIORITY OF CONTRACT DOCUMENTS SC -1.19 Add the following language at the end of the Item 1.19: "If there is any conflict between the provisions of the Contract Documents and any such referenced standard specifications, manuals or codes, the provisions of the Contract Documents shall take precedence over that of any standard _ specifications, manuals or codes." ITEM 1.20 - CORRELATION AND INTENT OF DOCUMENTS SC- 1.20.1 Amend the first sentence of Item 1.20.1 by changing "such copies" to be "five copies ". Add the following to the end of Item 1.20.1: "In the preparation of Drawings and Specifications, ENGINEER has established and relied upon the following reports of explorations and tests of subsurface conditions at the site of the work: _ Geotechnical Investigation, Wastewater Lift Station, DeForest Road and MacArthur Boulevard, Coppell, Texas (prepared by Terra -Mar, Inc., September 6, 2001)" The CONTRACTOR may take borings at the site to satisfy himself as to subsurface conditions." SC- 1.20.5 Add the following new Item 1.20.5 immediately after Item 1.20.4: 1.20.5 Existing Utilities and Sewer Lines The CONTRACTOR shall be responsible for the protection of all existing utilities or service lines crossed or exposed by the construction operations. Where existing utilities or service lines are cut, broken or damaged, the — CONTRACTOR shall replace the utilities or service lines with the same type of original construction, or better, at his own cost and expense. 3 -3 Standard Specifications Supplementary Conditions If it is necessary to change or move the property of any OWNER or of a public utility, such property shall not be moved or interfered with until authorized by the ENGINEER. The right is reserved to the OWNER of any public utility to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by the performance of this contract. ITEM 1.22 - CONTRACTORS RESPONSIBILITIES SC- 1.22.5 Amend the first sentence of Item 1.22.5 by adding the following at the beginning of the sentence: "If requested by OWNER, ENGINEER or CONTRACTOR ". ITEM 1.24 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY SC- 1.24.2.1 Add the following new Item 1.24.2.1 immediately after Item 1.24.2 1.24.2.1 Should CONTRACTOR cause damage to the work or property of any separate Contractor at the site, or should any claim arise out of CONTRACTOR, OWNER, ENGINEER, Consulting Engineer or any other person's action, CONTRACTOR shall promptly attempt to settle with such other Contractor by agreement, or to otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER, ENGINEER and Consulting Engineer harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any separate Contractor against OWNER, ENGINEER or Consulting Engineer to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. Should a separate Contractor cause damage to the work or property of CONTRACTOR or should the performance of work be any separate Contractor at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER, ENGINEER or Consulting Engineer or permit any action against any of them to be maintained and continued in its name or for its benefit in any court or before any arbiter which seeks to impose liability on or to recover damages from OWNER, ENGINEER or Consulting Engineer on account of any such damage or claim. If CONTRACTOR is delayed at any time in performing or furnishing Work by any act or neglect of a separate Contractor and OWNER and CONTRACTOR are unable to agree as to the extent of any adjustment in Contract Time attributable thereto, CONTRACTOR may make a claim for an extension of time in accordance with Item 1.36. An extension of the Contract Time shall be CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay, disruption, interference or hindrance caused by any separate Contractor. 3 -4 Standard Specifications Supplementary Conditions ITEM 1.26 - INSURANCE SC- 1.26.6 Add the following new item: 1.26.6 If OWNER requests in writing that other special insurance be included in the property insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost thereof will be charged to OWNER by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise OWNER whether or not such other insurance has been procured by CONTRACTOR. SC- 1.26.7 Add the following new item: 1.26.7 CONTRACTOR intends that any policies provided in response to Item 1.26 shall protect all of the parties' insured and provide coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the — effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insured or additional insured, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same. — ITEM 1.27 - MATERIALS AND WORKMANSHIP; WARRANTIES AND GUARANTEES SC- 1.27.4 Amend the first sentence of Item 1.27.4 to change the words "one year" to "two years ". _ ITEM 1.32 - WORKING AREA; COORDINATION WITH OTHER CONTRACTORS; FINAL CLEANUP SC- 1.32.1 Delete Item 1.32.1 in its entirety and insert the following in lieu thereof. "Construction stakes /surveying shall be provided by the CONTRACTOR. Vertical control has been established as shown on the construction plans. Horizontal control can be established from existing inlets, street intersections or other utilities indicated on the construction plans. The CONTRACTOR shall be responsible for establishing all lines and grades, and the precise location of all proposed facilities. The ENGINEER may make checks as the Work progresses to verify lines and grades established by the CONTRACTOR to determine the conformance of the completed Work as it progresses with the requirements of the construction documents. Such checking by the ENGINEER shall not relieve the CONTRACTOR of his responsibility to perform all Work in connection with Contract Drawings and Specifications and the lines and grades given therein." 3 -5 Standard Spectcations Supplementary Conditions ITEM 1.33 - OTHER CONTRACTORS; OBLIGATION TO COOPERATE SC -1.33 Delete the last sentence of the second paragraph and substitute the following in lieu thereof: "In such event, CONTRACTOR shall be entitled to an extension of working time only for unavoidable delays verified by the ENGINEERS, as provided in Item 1.36; however, no increase in the contract price shall be due the CONTRACTOR." Insert the following sentence at the end of the second paragraph of Item 1.33: _ "The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events to minimize delay caused to the CONTRACTOR. No additional time shall be given to the CONTRACTOR of such related work except as provided in Item 1.36." ITEM 1.36 - DELAYS; EXTENSION OF TIME; LIOUIDATED DAMAGES SC -1.36 Add the following at the end of the last paragraph in Item 1.36: "No extension of the contract time shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to the critical path and that loss of time can not be made up by revising the sequence of the work of the project." ITEM 1.37 - CHANGE OR MODIFICATION OF CONTRACT '- SC -1.37 1.37.1 Amend the last sentence in Paragraph two of Item 1.37.1 to delete the following "except as provided below." Add the following sentence to the end of paragraph two in Item 1.37.1. "The unit price of an item of Unit Price Work shall be subject to re- evaluation and adjustment under the following conditions: ITEM 1.49 - OWNER'S. EMPLOYEES OR AGENTS SC- 1.49 -2 Replace Item 1.49.2 with the following new paragraph: 3 -6 Standard Specifications Supplementary Conditions 1.49.2 Conflict of Interest City Charter states that no officer of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by OWNERship of stock in a corporation involved, provided such stock OWNERship amounts to less than one percent (1 %) of the corporation stock. Any violation of this prohibition will constitute malfeasance -, in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. The CONTRACTOR represents that no employee or officer of the City has an interest in the CONTRACTOR. ITEM 1.58 - STATE AND LOCAL SALES AND USE TAXES SC -1.58 Delete Item 1.58 and substitute the following in lieu thereof: 1.58 Recent legislation has removed the sales tax exemption previously provided by Section 151.311 of the Tax Code covering tangible personal property purchased by a CONTRACTOR for use in the performance of a contract for the improvement of City- owned realty. It is still possible, however, for a CONTRACTOR to make tax -free purchase of tangible personal property, which will be incorporated into and become part of a City construction project through the use of a "separated contract" with the City. A "separated contract" is one, which separates charges for materials from charges for labor. Under such a contract, the CONTRACTOR becomes a "seller" of those materials, which are incorporated into the project, such as bricks, lumber, concrete, paint, etc. The CONTRACTOR issues a resale certificate in lieu of paying the sales tax at the time such items are purchased. The CONTRACTOR then receives an exemption certificate from the city for those materials. (This procedure may not be used, however, for materials, which do not become a part of the finished product. For example, equipment rentals, form materials, etc. are not considered as becoming "incorporated" into the project). Utilization of this "separated contract" approach eliminates the need for bidders to figure in sales tax for materials, which are to be incorporated into the project. The successful bidder's bid form will be used to develop the "separated contract" and will determine the extent of the tax exemption. Upon execution of the construction contract, the CONTRACTOR shall furnish a breakdown (per item) of 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project. 3 -7 Standard Specifications Supplementary Conditions PART II: MATERIALS -DIVISION 2 MATERIALS ITEM 2.1.5 - TRENCH BACKFILL (c) Types "B" and "C" (4) Additional Requirements (B) Additional Requirements for Type "C" backfill when used in streets: Insert the following paragraph at the beginning of this subsection: "All trench backfill shall be '— compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D -698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods unless otherwise specified in the Plans. Water jetting may be used only with specific written permission of the ENGINEER." ITEM 2.1.6 - RIPRAP OR STONE MASONRY (b) Materials and Dimensions (4) Mortar Riprap. Add the sentence: Mortar or concrete type shall be approved by the ENGINEER and shall conform to ASTM C 387 -83. ITEM 2.1.7 - PIPE BEDDING MATERIAL FOR STORM SEWERS (a) General: Amend the first sentence, by striking the words "requirements for earth bedding" and replace with "recommendations of the pipe manufacturer, and shall be approved by the ENGINEER ". (b) Earth Bedding: Add the following sentence at the beginning of this paragraph: "Barth bedding will not be permitted without written approval of the ENGINEER." ITEM 2.2.2 - CHEMICAL ADMIXTURES (d) Mineral Admixtures. Delete paragraph (d) in its entirety. The use of Fly Ash as an admixture in any Class of concrete is specifically prohibited without written approval of the ENGINEER. 3 -8 Standard Specifications Supplementary Conditions ITEM 2.12.8 - DUCTILE -IRON PRESSURE PIPE AND FITTINGS (d) Coating and lining. Delete the paragraph and add the following: "All ductile iron pipe shall be encased with a minimum of 8 mil poly wrap per AWWA —. C 105. Pipe interior shall either be cement mortar lined or epoxy lined (refer to Plans). Pipe that is cement mortar lined inside shall have a seal coat in accordance with AWWA C104. Pipe to be epoxy lined shall have a minimum lining thickness of 40 mils that conforms to the manufacturer's recommendations. (e) Fittings. Delete the last paragraph and replace with the following: "Fittings shall be encased with a minimum of 8 mil poly wrap per AWWA C105. Interior of fittings shall be cement mortar lined or epoxy lined (refer to Plans). Refer to Paragraph (d) for lining requirements." PART III CONSTRUCTION METHODS DIVISION 3 - SITE PREPARATION ITEM 3.1.2 - CONSTRUCTION METHODS Add the following sentence after the second sentence: The method of protection shall be 2 inch by 4 inch wood railing unless otherwise shown on the Plans or directed by the ENGINEER. ITEM 3.7.3 - DENSITY Strike the first sentence and replace with the following: "Earth embedment and select material shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D -698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods, unless otherwise specified in the Plans or Specifications." PART IV DIVISION 4 - SUBBASE AND BASE COURSES ITEM 4.8.4 - CONSTRUCTION METHODS (b) Compaction Amend the last sentence of the first paragraph, by striking the words: "90 percent of the maximum dry density of such material." and replace with the words "95 percent of the maximum dry density of such material, or as directed by ENGINEER. 3 -9 Standard Specifications Supplementary Conditions — PART V DIVISION 5 - PAVEMENT /SURFACE COURSES ITEM 5.8.2 - CONSTRUCTION METHODS (e) Joints (1) Expansion Joints: Delete the first paragraph and replace with the following: "Expansion joints shall be installed perpendicularly to the surface and centerline of the pavement. Expansion Joint material shall be redwood boards, 3/4 -inch in width, and extended through curbs. Expansion joints are to be installed at each end of radius at street intersections. Expansion joints shall be equally spaced between intersections with not less than one every 200 linear feet of pavement, unless otherwise specified on the Plans or directed by the ENGINEER. (C) Proximity to Existing Structures: Add to end of sentence, "or as directed by the ENGINEER ". (2) Contraction Joints. Delete the first sentence of the first paragraph and insert the following: "Contraction or dummy joints shall be sawed to 1 -1/4 inches in depth, and 1/4 inch in width, and installed every 20 linear feet of pavement, and extend through curb, unless otherwise directed by the ENGINEER." (h) Finishing (1) Machine. Add the following paragraph at the end of this subsection: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." (2) Hand. Add a new paragraph after first paragraph which reads as follows: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." PART VI DIVISION 6 - UNDERGROUND CONDUIT CONSTRUCTION ITEM 6.2.9 - BACKFILL (b) Compaction (2) Densities - Areas Not Subjected to or Influenced by Vehicular Traffic. Amend the second sentence by striking the words "to a density comparable with adjacent undisturbed material' and replacing with "to a density between 95 percent and 100 percent Standard Proctor Density as determined by ASTM D -698 at, or up to five (5) percentage points above, optimum moisture content, unless otherwise specified in the Plans or directed by the ENGINEER." 3 -10 Standard Specifications Supplementary Conditions SECTION 4 SPECIFIC PROJECT REQUIREMENTS SPECIFIC PROJECT REQUIREMENTS The construction specifications which apply to this project are the Standard Specifications for Public Works Construction - North Central Texas prepared through the North Central Texas Council of Governments ( NCTCOG). The following Specific Project Requirements contain general and specific project requirements applicable to this project in the City of Coppell. These individual specifications control for this project. Additional amendments to the NCTCOG Standard Specifications are contained in Section 3 - Supplementary Conditions to the Standard — Specifications for Construction. In the event that an item is not covered in the Project Drawings and these Specifications, then the Standard Specifications for the City of Coppell, Texas shall apply. In addition, reference to the following shall be considered as referring to the specifications or Method of Test as set forth by these organizations and shall be considered as part of the — Specifications when referenced. — ASA American Standards Association ASTM American Society of Testing Materials — AASHTO American Association of State Highway & Transportation Officials ACI American Concrete Institute AWS American Welding Society — AWWA American Water Works Association SSPC Steel Structures Painting Council, Federal Specifications Treasury Department UL Underwriters Laboratories NEMA National Electrical Manufacturers Association WPCF Water Pollution Control Federation — TxDOT Texas Department of Transportation CDGS City of Dallas General Specifications — SSPWCNCT Standard Specifications for Public Works Construction North Central Texas 4 -2 Specific Project Requirements 1.1 OWNER: The "OWNER" as referred to in these Specifications is the City of Coppell, P.O. Box 9478, Coppell, Texas 57019. 1.2 ENGINEER: The "ENGINEER" as referred to in these Specifications is the City _ ENGINEER, City of Coppell, ENGINEER of the OWNER, or such other representatives as may be authorized by said OWNER to act in any particular position. 1.3 CITY OF COPPELL: All improvements described in this Proposal and Construction Drawings shall be done in accordance with the Project Drawings and Specifications. In the event that an item is not covered in the Project Drawings and Specifications, then the Standard Specifications for Construction for the City of Coppell, Texas shall apply. 1.4 SITE: The CONTRACTOR shall limit his work to the area shown on the Project —� Drawings as within the street right -of -way. Entrance onto private property shall be at the expressed approval of the ENGINEER, only. 1.5 PROJECT DESCRIPTION: This work shall consist of the demolition of the existing 11.2 million gallon per day (MGD) DeForest Wastewater Lift Station and construction of a new 14.4 MGD submersible lift station, and demolition of the equipment from the existing 9.9 MGD Sandy Lake Wastewater Lift Station and construction of a new 4.3 MGD lift station within the existing lift station structure. — 1.6 CALENDAR DAY COUNT: Calendar days shall be counted by the ENGINEER on the basis of the definition set out in the General Conditions of Agreement. — The calendar day count shall be suspended upon receipt by the ENGINEER of a written request for final inspection. The calendar day count shall resume upon receipt by the — CONTRACTOR of a written list of items necessary to satisfactorily complete the project. This process shall continue until such time as the project is accepted by the ENGINEER, and the OWNER. The calendar day count will not be suspended or otherwise affected by — use of completed portions or "substantial completion" of any of the project. 1.7 SAFETY PRECAUTIONS: The CONTRACTOR shall comply with all applicable laws including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations and order of any public authority have jurisdiction for the safety of persons or property to — protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating — safety regulations and notifying owners and users of adjacent utilities. 1.8 SOIL INVESTIGATION: A geotechnical investigation report has been prepared. This report is included in Appendix A to these Specifications. 4 -3 Specific Project Requirements 1.9 SURVEY AND FINISHED GRADES: The CONTRACTOR shall be responsible for installation of the force main lines to plus or minus 0.10 -foot of the elevations shown on the construction plans. Horizontal and vertical control is provided by the OWNER as shown on the Plans. The CONTRACTOR shall be responsible for layout and staking of all grades and lines for construction. The CONTRACTOR shall preserve all stakes or markings until authorized by the ENGINEER to remove same. The CONTRACTOR shall bear the cost of the re- establishing any control or construction stakes destroyed by either him or a third party and shall assume the entire expense of rectifying work improperly constructed due to failure to maintain established points and marks. No separate payment shall be made to the CONTRACTOR for construction staking which shall be considered incidental to the project and payments made under specific Pay Items shall be considered as full compensation for these requirements. 1.10 CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross - sections, and dimensions shown on the Drawings. Any deviation from the Drawings which may be required by the exigencies of construction will be determined by the ENGINEER and authorized by him in writing. 1.11 TESTING LABORATORY SERVICE: The OWNER shall make arrangements with an independent laboratory acceptable for all testing as required by the construction plans and standard specifications. The CONTRACTOR shall bear all related costs of retests, or reinspections. The CONTRACTOR shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the CONTRACTOR of all reports and laboratory test results. Testing by the OWNER does not alleviate the contractors' responsibility for his own quality assurance /quality control testing. CONTRACTOR shall replace any deficient construction items. 1.12 SUSPENSION OF WORK: If the work should be stopped or suspended under any order of the court, or other public authority, the OWNER may at any time during suspension upon seven days written notice to the CONTRACTOR, terminate the Contract. In such an event, the OWNER shall be liable only for payment for all work completed plus a reasonable cost for any expenses resulting from the termination of the Contract, but such expenses shall not exceed $5,000. "- 1.13 PRESERVATION OF TREES: Permission of the ENGINEER must be obtained for removal of trees on the property that obstruct the installation of the improvements as outlined in this project. Penalty for destruction of a tree without permission shall be $500.00 each payable to the OWNER. If damage is continuous, tree guards shall be erected when so directed by the ENGINEER at the CONTRACTOR's expense. 4 -4 Specific Project Requirements 1.14 COOPERATION OF CONTRACTOR: The CONTRACTOR shall have on the project at all times, as his agent, a competent Superintendent capable of reading the plans and specifications and thoroughly experienced in the type of work being performed. The Superintendent shall have full authority to execute orders or directions and to promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such superintendence shall be furnished irrespective of the amount of work contracted. The Superintendent and the CONTRACTOR shall be responsible for supervision of all work performed by the subcontractor at all times during construction. 1.15 WARNING DEVICES: The CONTRACTOR shall have the responsibility to provide and maintain all warning devices and take all precautionary measures required by law to protect persons and property while said persons or property are approaching, leaving or within the — work site or any area adjacent to said work site. No separate compensation will be paid to the CONTRACTOR for the installation or maintenance of any warning devices, barricades, lights, signs or any other precautionary measures required by law for the protection of persons or property. The CONTRACTOR shall assume all duties owned by the City of Coppell to the general public in connection with the general public's immediate approach to and travel through the work site and area adjacent to said work site. Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right -of- way or public place, the CONTRACTOR shall at his own cost and expense provide such — flagmen and watchmen and furnish, erect and maintain such warning devices, barricades, lights, signs and other precautionary measures for the protection of persons or property as are required by law. The CONTRACTOR shall submit a traffic control plan to be reviewed by the OWNER prior to the beginning of work. Traffic control must be in accordance with the Texas Manual on Uniform Traffic Control Devices (TMUTCD), as well as NCTCOG and City of Coppell Standards and Specifications. No lane shall be barricaded before 9:00 — a.m. or after 4:00 p.m. During the timeframe of 9:00 a.m. to 4:00 p.m., with appropriate barricading, the inside land of MacArthur may be closed for safety considerations associated with the installation of the force main in the median. No closure of the entire roadway will be allowed. At all times at least one lane in each direction must be allowed free passage across the roadway. The CONTRACTOR's responsibility for providing and — maintaining flagmen, watchmen, warning devices, barricades, signs, and lights, and other precautionary measures shall not cease until the project shall have been accepted. If the ENGINEER discovers that the CONTRACTOR has failed to comply with the applicable federal and state law (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs or other precautionary measures for the protection of persons or property), the ENGINEER may order such additional precautionary measures as required by law to be taken to protect persons and property, and to be reimbursed by the CONTRACTOR for any expense incurred in ordering such additional precautionary measures. 4 -5 Specific Project Requirements In addition, the CONTRACTOR will be held responsible for all damages to the work and other public or private property due to the failure of warning devices, barricades, signs, lights, or other precautionary measures in protecting said property, and whenever evidence is found of such damage, the ENGINEER may order the damaged portion immediately removed and replaced by and at the cost and expense of the CONTRACTOR. If the damages are not corrected in a timely fashion, then the OWNER shall have the right to repair the damage and charge the cost back to the CONTRACTOR. All of this work is considered incidental and shall not be separate pay item. 1.16 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY: a. Prior to any excavation, the CONTRACTOR shall determine the locations of all existing water, gas sewer, electric, telephone, telegraph, television, and other underground utilities and structures. This includes the water and sanitary sewer services. b. After commencing the work, use every precaution to avoid interferences with existing underground and surface utilities and structures, and protect them from damage. C. Where the locations of existing underground and surface utilities and structures are indicated, these locations are generally approximate, and all items which may be encountered during the work are not necessarily indicated. The CONTRACTOR shall determine the exact locations of all items indicated, and the existence and locations of all items not indicated. d. The CONTRACTOR shall repair or pay for all damage caused by his operations to all existing utilities, public property, and private property, whether it is below ground or above ground, and he shall settle in total cost of all damage suits which may arise as a result of this operations. e. To avoid unnecessary interferences or delays, the CONTRACTOR shall coordinate all utility removals, replacements and construction with the appropriate utility company. 1.17 DRAINAGE: The CONTRACTOR shall maintain adequate drainage at all times. 1.18 PROJECT MAINTENANCE: The CONTRACTOR shall maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of the contract. 4 -6 Specific Project Requirements 1.19 CLEANUP: During Construction The CONTRACTOR shall at all times keep the job site as free from all material, debris and rubbish as is practicable and shall remove same from any portion of the job site when it becomes objectionable or interferes with the progress of the project. Final. Upon completion of the work, the CONTRACTOR shall remove from the site all plant, materials, tools and equipment belonging to him and leave the site with an ,. appearance acceptable to the ENGINEER and the OWNER. The CONTRACTOR shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new - appearing condition. .. 1.20 INSPECTION: The word "Inspection" or other forms of the word, as used in the Contract Documents for this project shall be understood as meaning an OWNER's agent will observe — the construction on behalf of the OWNER. The agent will observe and check the construction in sufficient detail to satisfy himself that the work is proceeding in general accordance with the contract documents, but he will not be a guarantor of the CONTRACTOR's performance. 1.21 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashings, brush or other debris removed from the site as a preliminary to the construction shall be removed from the property. Any required burning and disposal permits shall be the _ sole responsibility of the CONTRACTOR. All excavated earth in excess of that required for backfilling shall be removed from the job _ site and disposed of in a satisfactory manner. 1.22 WATER FOR CONSTRUCTION: The CONTRACTOR shall make the necessary arrangement for securing and transporting all water required in the construction, including water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting. The CONTRACTOR shall provide water as required at his own expense. — 1.23 GUARANTEE: All work shall be guaranteed against defects resulting from the use of inferior materials, equipment or workmanship for a period of two (2) years from the date of final completion and acceptance of the project. 4 -7 Specific Project Requirements SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 1.1 GENERAL: A. CONTRACTOR to submit Shop Drawings, Product Data and Samples as required by the Contract Documents and as specified in other sections of the specifications. 1.2 SHOP DRAWINGS: A. As soon as practicable after contract award, submit to the ENGINEER, for review, the required number of bound copies of shop drawings of all items as specified in the various sections of these specifications, accompanied by letters of transmittal. B. Shop drawings shall include: Manufacturer's catalog sheets and/or descriptive data for materials and equipment; showing dimensions, performance characteristics, and capacities and other pertinent information as required to obtain approval of the items involved. C. No work requiring shop drawings will be executed until review and acceptance of such drawings has been obtained. 1.3 PRODUCT DATA: A. Preparation: 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. B. Manufacturers standard schematic drawing sand diagrams: 1. Modify drawings and diagrams to delete information which is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. 1.4 SAMPLES: Provide samples as indicated in other parts of these specifications. 1.5 CONTRACTOR RESPONSIBILITIES: A. Review Shop Drawings and Product Data prior to submission. B. Determine and verify: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4 -8 Specific Project Requirements 4. Conformance with specifications. C. Coordinate each submittal with requirements of the work and of the Contract Documents. — D. Begin no work which requires submittals until return of submittals with ENGINEER's review. E. Keep one (1) approved copy of shop drawings or product data at job site at all times. — 1.6 SUBMISSION REQUIREMENTS: A. Make submittals promptly and in such sequence as to cause no delay in the work or in the work of any other CONTRACTOR. B. Number of submittals required: 1. For shop drawings and product data: Submit the number of copies which _ the CONTRACTOR requires, plus four which will be retained by the ENGINEER. C. Submittals shall contain: — 1. The date of submission and the dates of any previous submissions. 2. The project title. — 3. The names o£ a. CONTRACTOR b. Supplier C. Manufacturer 4. Identification of the product. 5. Field dimensions, clearly identified as such. 6. Relation to adjacent or critical features of the work or materials. 7. Applicable standards, such as ASTM or Federal Specification numbers. 8. Identification of deviations from Contract Documents. 9. Identification of revisions on resubmittals. 10. CONTRACTOR's stamp, initialed or signed, certifying to review of _ submittal, verification of products, field measurements and field construction criteria, and a \coordination of the information within the submittal with requirements of the work and of Contract Documents. — 11. Fabrication and erection drawings lists and schedules. 12. Basis of design and design calculations signed and sealed by a registered professional ENGINEER. — 13. Seal and signature of a Texas registered ENGINEER on all structural submittals. 4 -9 Specific Project Requirements D. Review: 1. Shop drawing and product data information review will be general. Such review will not relieve the CONTRACTOR of any responsibility and work required by the Contract. 2. Satisfactory shop drawings will be so designated and all sets, except four (4), returned to the CONTRACTOR. Rejected shop drawings will be so designated and all sets except two (2) will be returned to the CONTRACTOR, with indications of the required corrections and changes. 3. Rejected shop drawings will be corrected and resubmitted to the ENGINEER for Acceptance. 1.7 RESUBMISSION REQUIREMENTS: A. Make any corrections or changes in the submittals required by the ENGINEER and resubmit until accepted. B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes which have been made other than those requested by the ENGINEER. 1.8 ENGINEER'S RESPONSIBILITIES: A. Review submittals with reasonable promptness. B. Affix stamp and initials or signature, and indicate requirements for resubmittal, or acceptance of submittal. C. Return submittals to CONTRACTOR for distribution, or for resubmission. 4 -1 0 Specific Project Requirements SECTION 01600 MATERIAL AND EQUIPMENT PART 1 GENERAL 1.01 SECTION INCLUDES Requirements for transportation, delivery, handling, and storage of materials and equipment. 1.02 PRODUCTS A. Products: Material, equipment, or systems forming the Work. Does not .– include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products also may include existing materials or components designated for reuse. B. Do not reuse materials and equipment, designated to be removed, except as specified by the Contract Documents. C. Provide equipment and components from the fewest number of manufacturers as is practical, in order to simplify spare parts inventory and to allow for maximum interchangeability of components. For multiple components of the same size, type or application, use the same make and model of component throughout the project. 1.03 TRANSPORTATION A. Make arrangements for transportation, delivery, and handling of equipment and materials required for timely completion of the Work. B. Transport and handle products in accordance with manufacturer's instructions. C. Consign and address shipping documents to the proper party, giving name of Project, street number, and OWNER. Shipments shall be delivered to the CONTRACTOR. 1.04 DELIVERY A. Arrange deliveries of products to accommodate the short -term site completion schedules and in ample time to facilitate inspection prior to installation. Avoid deliveries that cause lengthy storage or overburden of limited storage space. B. Coordinate deliveries to avoid conflict with Work and conditions at the site — and to accommodate the following: 1. Work of other contractors at the Project site 2. Limitations of storage space NON- STANDARD/ 11119/02 JOB NO. 052 131124.0001 01600 - Page i of 3 MATERIAL AND EQUIPMENT 3. Availability of equipment and personnel for handling products 4. OWNER's use of premises C. Have products delivered to the site in manufacturer's original, unopened, labeled containers. D. Immediately upon delivery, inspect shipment to assure: I. Product complies with requirements of Contract Documents 2. Quantities are correct 3. Containers and packages are intact; labels are legible 4. Products are properly protected and undamaged 1.05 PRODUCT HANDLING A. Coordinate the off - loading of materials and equipment delivered to the job site. If necessary to move stored materials and equipment during construction, CONTRACTOR shall relocate materials and equipment at no additional cost to the OWNER. B. Provide equipment and personnel necessary to handle products, including those provided by the OWNER, by methods to prevent damage to products or packaging. C. Provide additional protection during handling as necessary to prevent breaking, scraping, marring, or otherwise damaging products or surrounding areas. D. Handle products by appropriate methods to prevent overbending or overstressing. E. Lift heavy components only at designated lifting points. F. Handle materials and equipment in accordance with Manufacturer's _ recommendations. G. Do not drop, roll, or skid products off delivery vehicles. Hand carry or use suitable materials handling equipment. 1.06 STORAGE OF MATERIAL A. Store and protect materials in accordance with manufacturer's rec- ommendations and requirements of these Specifications. B. Make necessary provisions for safe storage of materials and equipment. Store loose soil materials, and materials to be incorporated into the Work in a manner that prevents damage to any part of the Work or existing facilities. Maintain free access at all times to all parts of the Work and to utility service company installations in the vicinity of the Work. Keep materials and NON - STANDARD/ 11/19/02 JOB NO. 052 131124.0001 01600 - Page 2 of 3 MATERIAL AND EQUIPMENT equipment neatly and compactly stored in locations that will cause a minimum of inconvenience to other contractors, public travel, adjoining owners, tenants, and occupants. Arrange storage in a manner to provide easy access for inspection. C. Restrict storage to areas available on the construction site for storage of material and equipment as shown on PLANS or approved by the OWNER (or ENGINEER). D. Provide off -site storage and protection when on -site storage is not adequate. E. Do not use lawns, grass plots, or other private property for storage purposes without written permission of the owner or person in possession or control of such premises. F. Protect stored materials and equipment against loss or damage. G. Store in manufacturers' unopened containers. H. Materials delivered and stored along the line of the Work to be neatly, safely, and compactly stacked along the work site in such manner as to cause the least inconvenience and damage to property owners and to the general public and shall be not closer than three (3) feet to any fire hydrant. Public and private drives and street crossings shall be kept open. I. Damage to lawns, sidewalks, streets, or other improvements to be repaired or replaced to the satisfaction of the OWNER (or ENGINEER). The total length which materials may be distributed along the route of construction at any one time is 1,000 linear feet, unless otherwise approved in writing by the OWNER (or ENGINEER). J. All materials which, in the opinion of the OWNER (or ENGINEER), have become damaged to the extent they are unfit for the intended use or specified use to be promptly removed from the site of the work or replaced, and the CONTRACTOR to receive no compensation for damaged materials or their removal and replacement. 1.07 PAYMENT No separate payment for the work specified in this Section. Such work to be considered incidental, and payment will be included as part of the appropriate lump sum and /or unit prices specified in the BID. PART 2 PRODUCTS - (NOT USED) PART 3 EXECUTION - (NOT USED) END OF SECTION NON- STANDARD / 11/19/02 JOE NO. 052 131124.0001 01600 - Page 3 of 3 MATERIAL AND EQUIPMENT SECTION 01700 CONTRACT CLOSEOUT PART 1 GENERAL 1.01 SECTION INCLUDES Closeout procedures, including final submittals such as Operation and Maintenance Data, warranties, and spare parts and maintenance materials. 1.02 CLOSEOUT PROCEDURES A. Comply with General Conditions regarding Final Completion and Final Payment when Work is complete and ready for OWNER'S final inspection. B. Provide Project Record Documents in accordance with Section 4 (Specific Project Requirements). C. Complete or correct items on punch list, with no new items added. Any new items will be addressed during warranty period. D. The OWNER will occupy portions of the Work as specified in other Sections. 1.03 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. For facilities, clean interior and exterior glass and surfaces exposed to view; remove temporary labels, stains, and foreign substances; polish transparent and glossy "— surfaces; vacuum carpeted and soft surfaces. C. Clean equipment and fixtures to a sanitary condition. D. Clean or replace filters of operating equipment. E. Clean debris from roofs, gutters, downspouts, and drainage systems. F. Clean site; sweep paved areas; rake clean, landscaped surfaces. G. Remove waste and surplus materials, rubbish, and temporary construction facilities from the site following the final test of utilities and completion of the work. 1.04 ADJUSTING Adjust operating equipment to ensure smooth and unhindered operation. 1.05 OPERATION AND MAINTENANCE DATA Submit operations and maintenance data as noted in Section 1730 (Operation and Maintenance Data). NON- STANDARD / 01/11/03 JOB NO. 052 131124.0001 01700 - Page i of 2 CONTRACT CLOSEOUT 1.06 WARRANTIES A. Provide one original of each warranty from Subcontractors, suppliers, and manufacturers. B. Provide Table of Contents and assemble warranties in three -ring/D binder with durable plastic cover. C. Submit warranties prior to final Application for Payment. D. Warranties shall commence in accordance with the requirements in the General Conditions, as modified by the Supplementary Conditions. 1.07 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, special accessories, spare parts, maintenance, and extra materials in quantities specified in individual Specification Sections. B. Deliver to location as directed by OWNER; obtain receipt prior to final Application for Payment. 1.08 GUARANTEES, BOND AND AFFIDAVITS No application for final payment will be accepted until all guarantees, bonds, certificates, licenses, and affidavits required for the work or equipment, as specified, are satisfactorily filed with the OWNER (or ENGINEER). 1.09 RELEASE OF LIENS OR CLAIMS No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the OWNER as required by the General Conditions. _ PART 2 PRODUCTS - (Not Used) _ PART 3 EXECUTION - (Not Used) END OF SECTION NON - STANDARD/ 01 111 /03 JOB NO 052 171124.0001 01700 - Page 2 of 2 CONTRACT CLOSEOUT SECTION 01730 OPERATION AND MAINTENANCE DATA PART 1GENERAL 1.01 DESCRIPTION OF REQUIREMENTS A. General If required as identified within individual Specification Sections, submit Operation and Maintenance (O &M) data which is specifically applicable to this CONTRACTOR's scope of work and a complete and concise depiction of the provided equipment or product. Data containing extraneous information that has to be sorted through to find applicable instructions will not be accepted. Present information in sufficient detail to clearly explain user O &M requirements at the system, equipment and component level. Include an index preceding each submittal. The actual number of copies to be submitted are indicated within the specific Specification Section requiring O &M data. B. Package Content For each product, system, or piece of equipment requiring submission of O &M data, submit the package required in the individual Specification Section. Package content shall be as required in Paragraph 1.03, of this Section "Schedule of Operations and Maintenance Data Packages." 1.02 TYPES OF INFORMATION REQUIRED IN O &M DATA PACKAGES A. Operating Instructions Include specific instructions, procedures, and illustrations for the following phases of operation. B. Safety Precautions List personnel hazards and equipment or product safety precautions for all operating conditions. C. Normal Operations Include control diagrams with data to explain operation and control of equipment. D. Service Requirements Include instructions for services to be performed such as adjustments and inspection. E. Environmental Conditions Include a list of environmental conditions (temperature, humidity, and other relevant data) for each product or piece of equipment under which it is best suited to operate. STANDARD / 7/1/99 01730 - Page 1 of 4 OPERATION AND MAINTENANCE DATA F. Preventive Maintenance Preventive Maintenance Plan and Schedule to include manufacturer's schedule for routine preventive maintenance and inspections required to ensure proper and economical operation and to minimize corrective maintenance and repair. Provide manufacturer's projection of preventive maintenance man -hours on an annual basis. G. Corrective Maintenance Troubleshooting Guides and Diagnostic Techniques Include step -by -step procedures to promptly isolate the cause of typical malfunctions. Describe clearly why the checkout is performed and what conditions are to be sought. Identify tests or inspections and test equipment required to determine whether parts and equipment may be reused or require replacement. 2. Wiring Diagrams and Control Diagrams Wiring diagrams and control diagrams shall be point -to -point drawings of wiring and control circuits including factory-field interfaces. Provide a complete and accurate depiction of the actual job specific wiring and control work. On diagrams number electrical and electronic wiring and the terminals for each type, identically to actual installation numbering. Furnish control schematics reproduced from control schematics shown on PLANS with modifications as required, but not redrawn or redesigned in another format. Maintenance and Repair Procedures Include instructions and list tools required to restore product or equipment to proper condition or operating standards. 4. Removal and Replacement Instructions Include step -by -step procedures and list required tools and supplies for removal and replacement of components, accessories, and attachments. Provide tolerances, dimensions, settings and adjustments required. Instructions shall include a combination of text and illustrations. 5. Spare Parts and Supply Lists Include lists of spare parts and supplies required for maintenance and repair to ensure continued service or operation without unreasonable delays. Corrective Maintenance Man -Hours Include manufacturer's projection of corrective maintenance man - hours. Corrective maintenance that requires participation of the equipment manufacturer shall be identified and tabulated separately. STANDARD / 711/99 01730 - Page 2 of 4 OPERATION AND MAINTENANCE DATA H. Appendices Provide information required below and information not specified in the preceding paragraphs but pertinent to the maintenance or operation of the product or equipment. Include the following: 1. Parts Identification Provide identification and coverage for all parts of each component and accessory of the end items subject to replacement. Include special hardware requirements, such as requirement to use high - strength bolts and nuts. Identify parts by make, model, serial number, and source of supply to allow reordering without any further identification required. Provide clear and legible illustrations, drawings, and exploded views to enable easy identification of the items. When illustrations are provided with a separate listing, the illustration shall show the index, reference, or key number which will cross - reference the illustrated part to the listed part. Parts shown in the listings shall be grouped by components. a. Manufacturer's Standard Commercial Practice (MSCP): The parts data may cover more than one model or series of equipment, components, attachments, or accessories, such as a master parts catalog, in accordance with the manufacturer's standard commercial practice. b. Other Than Manufacturer's Standard Commercial Practice (MSCP): Final assembly manufacturer may add a cross - reference to implement components' assemblies and parts requirements when implementation in manual form varies significantly from the style, format, and method of manufacturer's standard commercial practice. Use the format in the following example: Final Assembly Actual Actual Manufacturer's Manufacturer's Name Manufacturer Alphanumeric Sequence and MSCP Part N 100001 John Doe & Co. 00000 2000002 2. Warranty Information List and explain the various warranties and include the servicing and technical precautions prescribed by the manufacturers or Contract documents to keep warranties in force. Testing Equipment and Special Tool Information Include information on test equipment required to perform specified tests and on special tools needed for the operation, maintenance, and repair of components. STANDARD/ 7/1/99 01730 - Page 3 of 4 OPERATION AND MAINTENANCE DATA 1.03 SCHEDULE OF OPERATION AND MAINTENANCE DATA PACKAGES Furnish the O &M data packages specified in individual technical sections. The required information for each O &M data package is as follows: A. Safety precautions _ B. Assembly, installation, alignment, adjustment and checking instructions — C. Normal operations D. Environmental conditions E. Preventive maintenance plan and schedule F. Troubleshooting guides and diagnostic techniques G. Wiring diagrams and control diagrams H. Maintenance and repair procedures I. Removal and replacement instructions J. Spare parts and supply list with predicted life of parts subject to wear K. Parts identification L. Warranty information M. Testing equipment and special tool information PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION STANDARD / 7/1/99 01730 - Page 4 of 4 OPERATION AND MAINTENANCE DATA SECTION 02069 REMOVING OLD STRUCTURES PART IGENERAL 1.01 SUMMARY This Section includes the removal and disposal of old structures, or portions of old structures at location(s), as shown on PLANS. Also included is all excavation and backfill to complete the removal of these items hereinafter described. 1.02 - 1.10 (NOT USED) 1.11 SCHEDULING Coordinate activities with other work if being performed not to cause any interruption during work being completed under this Contract. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 - 3.02 (NOT USED) r. 3.03 ERECTION /INSTALLATION /APPLICATION AND /OR CONSTRUCTION A. Culverts or Sewers .. Unless otherwise shown on PLANS, remove pipe and appurtenances by careful excavation of all dirt on top and sides in such a manner that pipe will not be damaged. B. Concrete Structures Remove concrete structures or concrete portions of structures in sizes, not larger than 1 cubic foot. Concrete portions of structures below the permanent ground line which will not interfere in any manner with the proposed construction may be left in place, but removal to be below the permanent ground line and neatly squared off as shown on the PLANS. Cut off reinforcement flush to the concrete. C. Steel Structures Dismantle steel structures, or steel portions of structures, in sections as determined — by the ENGINEER. Sections to be of such weight and dimensions as to permit convenient handling, hauling, and storing if material is to be reused or salvaged. Remove rivets and bolts connecting steel railing members, steel beams of beam — spans, and steel stringers of truss spans by cutting the heads with a "cold cut' and punching or drilling from the hole or by such other method as will not injure members for reuse if material is to be reused or salvaged and will meet approval of NON - STANDARD/ 11/19/02 02069 - Page 1 of 3 REMOVING OLD STRUCTURES JOB NO, 052 131124.0001 the ENGINEER. Removal of rivets and bolts from connections of truss members, bracing members, and other similar members in the structure not required unless specifically called for on the PLANS. CONTRACTOR to have the option of dismantling these members by flame - cutting the members immediately adjacent to the connections. Flame- cutting is not permitted, however, when shown on PLANS calls for the structure unit to be salvaged in such manner as to permit re- erection. In such case, carefully matchmark all members with paint in accordance with diagram furnished by the ENGINEER prior to dismantling, and remove all rivets and bolts from the connections in the manner specified in the first portion of this paragraph. D. Timber Structures Remove timber structures, or timber portions of structures, in such a manner as to not damage the timber as little as possible for further use. Remove all bolts and nails from such lumber as deemed salvagable by the ENGINEER. Unless otherwise shown on PLANS, CONTRACTOR may remove entirely or cut off timber piles at a point below the ground line as shown on the Plans. E. Brick or Stone Structures Remove brick or stone structures, or stone portions of structures, in sizes not larger than 1 cubic foot. Portions of such structures below the permanent ground line which will not in any manner interfere with the proposed construction may be left in place, but removal to be below the permanent ground line and neatly squared off as shown on the PLANS. F. Material Salvage All material such as pipe, timbers, railings, etc., which the ENGINEER deems as salvagable for reuse, and all structural steel to be carefully placed in neat piles at convenient loading points which will not interfere with traffic or construction. Unless designated points shown on PLANS, all other materials deemed salvagable by the OWNER to be removed by the CONTRACTOR and neatly piled at convenient loading points on site at no cost to OWNER. All of these specified materials to be the property of OWNER. I- beams, stringers, etc., specified to be dismantled without damage for reuse, and all steel members matchmarked and dismantled for reuse, to be blocked off the ground in an upright position to protect the members against further damage. Materials, other than structural steel, deemed nonsalvagable become the property of the CONTRACTOR, to be moved off the site by CONTRACTOR and disposed of in a satisfactory manner. When temporary structure(s) are necessary for a detour adjacent to the present structure, CONTRACTOR will be permitted to use the material in the old structure for the detour structure, but he is to dismantle and stack or dispose of material as required above, as soon as new structure is complete. 3.04 REPAIR/RESTORATION Backfill all excavation made in connection with this Section and all openings below natural ground line caused by removal of old structures, or portions thereof, to the level or original ground line, unless otherwise shown on PLANS. Place that portion of the backfill which will support any portion of structure, roadbed, or embankment as required for placing structural NON - STANDARD/ 11/19/02 02069 - Page 2 of 3 REMO` TNG OLD STRUCTURES JOB NO. 052 131124.0001 backfill and embankment. In places inaccessible to blading and rolling equipment, use mechanical or hand tamps or rammers to obtain the required density comparable with adjacent undisturbed material. 3.05 - 3.11 (NOT USED) END OF SECTION NON - STANDARD/ 11/39/02 02069 - Page 3 of 3 REMOVING OLD STRUCTURES JOB NO. 052 131124.0001 SECTION 02161 TRENCH EXCAVATION AND SHORING SAFETY PLAN PART 1 GENERAL 1.01 SUMMARY A. This Section includes the furnishing of a Trench Excavation and Shoring Safety Plan, including detailed plans and specifications for a trench safety system and requirements for a safety program for the trench system (including a plan for ingress and egress of the trenches, manholes and structures), to be incorporated into the bid documents and the Construction Contract, and all labor and materials for installation, inspection, and maintenance of trench safety system. B. Application For any trench excavation at a depth of five (5) feet or greater or where shown on PLANS provide trench safety system. Trench safety system is not required when (a) CONTRACTOR's geotechnical engineer determines that the trench excavation is to be made in stable rock; or (b) excavations are less than five (5) feet in depth and examination of the ground by a competent person on behalf of the CONTRACTOR provides no indication that a cave -in should be expected. Trench safety system to be in accordance with details shown on CONTRACTOR's Trench Excavation and Shoring Safety Plan. C. Amendment to Contract All modifications to the CONTRACTOR's Trench Excavation and Shoring Safety Plan necessitated by the site conditions; CONTRACTOR's trench construction means, methods, techniques or procedures; and CONTRACTOR's equipment to be used in construction of project facilities that occur after acceptance and approval of the detailed plans and specifications are to be communicated to OWNER in writing. All such modifications are to be signed and sealed by a Registered Professional Engineer licensed in the State of Texas, and a statement shall be provided stating that the modified plan and/or the modified detailed plans and specifications for the trench safety system are designed in a good and workmanlike manner and are in conformance with appropriate Occupational Safety and Health Administration (OSHA) standards. Such modifications to CONTRACTOR's plan and/or the CONTRACTOR's detailed plans and specifications for the trench safety system are to thereafter be incorporated into the Construction Contract. 1.02 RELATED REQUIREMENTS (NOT USED) 1.03 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. NONSTANDARD/ 1 1/19/02 02161 - Page 1 of 5 TRENCH EXCAVATION AND JOB NO. 052 171124.0001 SHORING SAFETY PLAN AMERICAN SOCIETY OF TESTING AND MATERIALS (ASTM) ASTM A36/A36M 2001 Standard Specification for Carbon Structural Steel ASTM A307 2002 Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength _ ASTM A328/A328M 2000 Standard Specification for Steel Sheet Piling ASTM A572/A572M 2001 Standard Specification for High - Strength Low -Alloy Columbium- Vanadium Structural Steel ASTM A588/A588M 2001 Standard Specification for High- Strength Low -Alloy Structural Steel with 50 ksi (345 MPa) Minimum Yield Point to 4 -in. (100 -mm) Thick ASTM A690/A690M 2001 Standard Specification for High - Strength Low -Alloy Steel H- Piles and Sheet Piling for Use in Marine Environments AMERICAN WELDING SOCIETY, INC. (AWS) AWS 131.1 1998 Structural Welding Code - Steel OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION (OSHA) 29 CFR Part 1926 1993 (Revised as of July 1, 1996 or latest Edition or revision to) Subpart P Excavations and Applicable Subparts 1.04 - 1.05 (NOT USED) 1.06 SUBMITTALS The Successful Bidder to provide the OWNER with his Proposed Trench Excavation and Shoring Safety Plan prior to the Award of the Contract. The plan to incorporate detailed plans and specifications for a trench safety system conforming to OSHA standards that account for project site conditions; CONTRACTOR's trench construction means, methods, techniques or procedures; the relationship of spoil to edge of trench; and CONTRACTOR's equipment to be used in construction of project facilities requiring trench system(s). CONTRACTOR to provide a statement signed and sealed by a Registered Professional Engineer licensed in the State of Texas stating that the Trench Excavation and Shoring Safety Plan and the detailed plans and specifications for the trench safety system are designed in a good and workmanlike manner and are in conformance with appropriate OSHA standards. CONTRACTOR's plan and the detailed plans and specifications for the trench safety system are to be incorporated into the bid documents and the Construction Contract. 1.07 QUALITY ASSURANCE Trench safety systems to be accomplished in accordance with the detailed Specifications set out in the provisions 29 CFR, Part 1926, Subpart P. Legislation that has been enacted by the Texas Legislature (H.B. No. 1569) with regard to Trench Safety Systems is also hereby incorporated, by reference, into these Specifications. NONSTANDARD/ 11/19/02 02161 - Page 2 of 5 TRENCH EXCAVATION AND JOB NO. 052 131124.0001 SHORING SAFETY PLAN 1.08 -1.11 (NOT USED) PART2PRODUCTS 2.01 MANUFACTURER(S) (NOT USED) 2.02 MATERIALS AND /OR EQUIPMENT A. Materials 1. Timber Trench sheeting materials to be full size, a minimum of two (2) inches in thickness, solid and sound, free from weakening defects such as loose knots �- and splits. 2. Sheet Piling Steel sheet piling to conform to one or more of ASTM A328/328M, ASTM A572/A572M, and ASTM A690/690M material requirements. 3. Steel for stringers (wales) and cross braces to conform to ASTM A588. 4. Steel trench boxes to be constructed of steel conforming to ASTM A36/A36M. Connecting bolts used to conform to ASTM A307. Welds to conform with the requirements of AWS D 1.1. 5. Miscellaneous Materials: Miscellaneous materials to be utilized shall conform with applicable ASTM standards. 2.03 - 2.04 (NOT USED) PART 3 EXECUTION 3.01 GENERAL Trench safety system to be constructed, installed, and maintained in accordance with the Trench Excavation and Shoring Safety Plan as outlined in Paragraph 1.06 of this Section. 3.02 PREPARATION (NOT USED) 3.03 ERECTION /LNSTALLATION /APPLICATION AND /OR CONSTRUCTION A. Timber Sheeting Timber sheeting and size of uprights, stringers (wales), and cross bracing to be installed in accordance with the CONTRACTOR'S plan. Place cross braces in true horizontal position, spaced vertically, and secured to prevent sliding, falling, or kickouts. Cross braces to be placed at each end of stringers (wales), in addition to NONSTANDARD/ 11/1R02 02161 - Page 3 of 5 TRENCH EXCAVATION AND JOB NO. 052 131126.0001 SHORING SAFETY PLAN other locations required. Cross braces and stringers (wales) to be placed at splices of uprights, in addition to other locations required. B. Steel Sheet Piling Steel sheet piling of equal or greater strength may be used in lieu of timber trench .. shoring shown in the OSHA tables (proposed standards). Drive steel sheet piling to at least minimum depth below trench bottom as recommended by CONTRACTOR'S Registered Professional Engineer providing design. Place cross braces in true horizontal position, spaced vertically and secured to prevent sliding, falling, or kickouts. Cross braces to be placed at each end of stringers (wales), in addition to other locations required. C. Trench Boxes Portable trench box may be used in lieu of timber trench shoring shown in the OSHA ^ tables and to be designed to provide equal or greater protection than timber trench shoring shown in the OSHA tables. In cases where the top of the portable trench box will be below the top of the trench, the trench must be sloped to the maximum allowable slope for the soil conditions existing on the Project. In areas where a sloped trench will affect the integrity of existing structures, CONTRACTOR to protect structures prior to sloping trench. D. Trench Jacks When trench jacks are used for cross bracing and/or stringers (wales), the trench jacks to provide protection greater than or equal to the timber cross bracing shown in the OSHA tables (proposed standards). Trench jacks to be placed at each end of stringers (wales) in addition to other locations required. 3.04 REPAIR/RESTORATION Bed and backfill pipe to a point at least one (1) foot above top of pipe or other embedded items prior to removal of any portion of trench safety system. Bedding and backfill to be in accordance with other applicable Specification Sections. Backfilling and removal of trench supports to be in accordance with CONTRACTOR's Trench Excavation and Shoring Safety Plan. Removal of trench safety system to be accomplished in such a manner to cause no damage to pipe or other embedded items. Remove no braces or trench supports until all personnel have evacuated the trench. Backfill trench to within five (5) feet of natural ground prior to removal of entire trench safety system. 3.05 FIELD QUALITY CONTROL A. Supervision Provide competent supervisory personnel at each trench while work is in progress to ensure CONTRACTOR's methods, procedures, equipment, and materials pertaining to the safety systems in this Section are sufficient to meet requirements of OSHA Standards. NONSTANDARD/ 11 /19/02 02161 - Page 4 of 5 TRENCH EXCAVATION AND JOB NO. 052 131124,0001 SHORING SAFETY PLAN B. Inspection CONTRACTOR to make daily inspection of trench safety system to ensure that the system meets OSHA requirements. Daily inspection to be made by competent personnel. If evidence of possible cave -ins or slides is apparent, all work in the trench is to cease until necessary precautions have been taken to safeguard personnel entering trench. CONTRACTOR to maintain permanent record of daily inspections. 3.06 - 3.08 (NOT USED) 3.09 PROTECTION A. Maintenance of Safety System The safety system to be maintained in the condition as shown on the Trench Excavation and Shoring Safety Plan as designed by the CONTRACTOR's Registered Professional Engineer. The CONTRACTOR to take all necessary precautions to ensure the safety systems are not damaged during their use. If at any time during its use a safety system is damaged, personnel are to be immediately removed from the trench excavation area and the safety system repaired. The CONTRACTOR is to take all necessary precautions to ensure no loads, except those provided for in the plan, are imposed upon the trench safety system. 3.10 — 3.11 (NOT USED) END OF SECTION NONSTANDARD/ 11/19/02 02161 - Page 5 of 5 TRENCH EXCAVATION AND JOB NO. 052 731120.0001 SHORING SAFETY PLAN SECTION 02210 SITE GRADING PART IGENERAL 1.01 SUMMARY Within limits shown on PLANS, or in areas where existing grade is altered, strip existing topsoil to a depth of 6- inches and stockpile in approved areas for subsequent replacement. CONTRACTOR is to remove and dispose of all excess materials. �- 1.02 RELATED REQUIREMENTS Division 3 (Site Preparation) in the North Central Texas Council of Governments (NCTCOG) Standard Specifications for Public Works Construction. 1.03 REFERENCES The publications listed below form a part of this Specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY OF TESTING AND MATERIALS ASTM D698 2000 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort 12,400 ft -lb /ft 1.04 -1.11 (NOT USED) PART2PRODUCTS 2.01 MANUFACTURER(S) (NOT USED) 2.02 MATERIALS AND /OR EQUIPMENT A. Fill Use excess excavation or borrow material with prior approval of the ENGINEER. Borrow material to be from the approved source and excavation. On completion of work borrow area to be cleaned and dressed. Reuse of material stripped from borrow site is not allowed unless specifically shown on PLANS. B. Topsoil Topsoil shall be free from rock and foreign material and shall be obtained from borrow sources to supplement material obtained during site grading. All excavated material which is suitable for topsoil shall be used before any topsoil is obtained from a borrow source. 2.03 - 2.04 (NOT USED) NON - STANDARD/ 11/19 /02 02210 - Page 1 of 2 SITE GRADING JOB NO. 052 131124.0001 PART 3 EXECUTION 3.01 - 3.02 (NOT USED) 3.03 ERECTION/INSTALLATION /APPLICATION AND /OR CONSTRUCTION A. Fill Under Structures and Roads Place dirt fill in 8 -inch maximum layers (loose measured) and compact at or near optimum moisture to at least 95 percent as specified within ASTM D698. Place fill to subgrade elevation without any additional topsoil. Where fill to subgrade elevation is less than 6- inches, scarify existing ground to a depth of 6 inches and compact as specified herein. B. Site Fill Place approved fill within 4 inches of finish grade shown on all areas not covered by structures or roads. Fill in 10 -inch maximum layers (loose measured) and compact at _ or near optimum moisture to at least 90 percent as specified within ASTM D698, unless otherwise shown on PLANS. C. Topsoil Place topsoil over areas within limits and to the lines and grades shown on PLANS. D. Waste Disposal Waste material to be spread over an area as designated by the ENGINEER or OWNER, dress by blading and slope to provide drainage. Any excess material that cannot be disposed of by the above - mentioned methods is to be disposed of offsite at no additional cost to the OWNER. 3.04 REPAIRIRESTORATION During final cleanup, level washes, ruts, depressions, and mounds to give areas smooth finish. 3.05 - 3.11 (NOT USED) END OF SECTION NON - STANDARD/ 11/19/02 02210 - Page 2 of 2 SITE GRADING JOB NO. 052 131124.0001 SECTION 02223 REMOVAL OF EXISTING PAVEMENTS AND CURBS PART IGENERAL 1.01 SUMMARY This Section includes the removal of existing concrete and/or asphaltic pavement and curbs at locations(s) shown on the PLANS. 1.02 - 1.11 (NOT USED) PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 - 3.02 (NOT USED) 3.03 ERECTION /INSTALLATION /APPLICATION AND /OR CONSTRUCTION A. Method of Removal 1. Remove pavements and curbs by methods that will not damage existing underground utilities or existing surface facilities that will remain in service '- adjacent to work area. In areas where only a portion of existing concrete is to be removed, special care is to be exercised to avoid damage to portions of concrete remaining in place. 2. Existing concrete to be cut to the neat lines as shown on PLANS. 3. Provide clean break from existing pavement that will remain in place with a sawed joint. Saw joint along break line with a power driven concrete pavement saw. Cut groove to a minimum depth of 2- inches on concrete pavement or' /4 -inch on asphalt surfaces. Break and remove all unwanted pavement and curb. Cut exposed pavement reinforcement to remain in place, as necessary, to provide sufficient length as dowel bars. 4. Unless shown on PLANS, excavations for the removal of pavement or curbs to be backfilled to grade with excavated material compacted to a density equal to density of material inside of trench. 5. Unless shown on PLANS, all materials removed except inlet frames and — grates, manhole frames and covers, and salvageable utility pipe and fittings to become property of CONTRACTOR. Remove and dispose material at locations off jobsite in such a manner so as not to cause damage to OWNER or any individual. NON- STANDARD/ 11/19/02 02223 - Page 1 of 2 REMOVAL OF EXISTING JOB NO, 052 131124.0001 PAVEMENTS AND CURBS 3.04 REPAIR AND RESTORATION Existing concrete beyond the established neat lines which is damaged or destroyed by these _ removal operations to be replaced at CONTRACTOR'S expense. 3.05 - 3.11 (NOT USED) END OF SECTION NON - STANDARD/ 11 /19/02 02223 - Page 2 of 2 REMOVAL OF EXISTING JOB NO, 052 131124.0001 PAVEMENTS AND CURBS SECTION 02224 STRUCTURAL EXCAVATION AND BACKFILL PART IGENERAL 1.01 SUMMARY This Section includes providing the following structural excavation and backfill requirements: A. Excavation for structures, except pipe sewers, including disposal offsite of excavated material, and backfilling around completed structures to the level of original ground or finished grade. B. Necessary pumping or bailing, sheeting, drainage, construction, and installation and removal of any required cofferdam(s). C. Unless otherwise shown on PLANS, work includes removal of old structures (or portions thereof), trees, and all other obstructions necessary to complete construction. 1.02 RELATED REQUIREMENTS Structural excavation and backfill shall conform to the requirements outlined in Item 7.1 (Structural Excavation) in the North Central Texas Council of Government (NCTCOG) Standard Specifications for Public Works Construction, except as modified herein. 1.03 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY OF TESTING AND MATERIALS (ASTM) ASTM C136 2001 Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates ASTM D698 2000 Standard Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft -lb /ft) ASTM D1556 2000 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand -Cone Method ASTM D1557 2000 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort ASTM D2487 1993 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) NON - STANDARD/ 10/25/02 02224 - Page 1 of 5 STRUCTURAL EXCAVATION JOB NO. 052 131124.0001 AND BACKFILL 1.04 DEFINITIONS A. Cofferdam(s) is a temporary or removable structure to keep surrounding earth, water, .. or both, out of the excavation and may be constructed of earth, timber, steel, concrete, or a combination thereof. B. Caisson(s) is a permanent part of the substructure which sinks gradually into place as material is excavated within the area protected by its sidewalls. It may be either open well type or pneumatic type caisson(s). C. Width and Length From vertical plane outside structure line equal to thickness of footing or slab. D. Depth From bottom of footing or slab to finished ground line or natural ground line, whichever is lower in elevation. 1.05 - 1.07 (NOT USED) 1.08 DELIVERY, STORAGE, AND HANDLING Store excavated materials used for future backfill in piles at locations convenient for rehandling, and locate so as not to interfere with other work. Locate edge of stockpile no closer to excavation than 1 -1/2 times the excavation depth. 1.09 PROJECT SITE CONDITIONS Provide site drainage and/or groundwater control to protect excavations. Use site grading, cofferdam(s), ditches, and/or other means to prevent surface water from flowing into excavations or ponding on areas where foundations or pavement will be located. Maintain continuous ground water and surface water control until structure is complete and ground surface has been brought to final grade. 1.10 - 1.11 (NOT USED) PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 GENERAL The work as hereinafter specified is incidental to other work being performed under this Contract and no separate payment is provided for work performed. 3.02 PREPARATION (NOT USED) NON - STANDARD/ 10/25/02 02224 - Page 2 of 5 STRUCTURAL EXCAVATION JOB NO 052 131124.0001 AND BACKFILL 3.03 ERECTION / INSTALLATION /APPLICATION AND /OR CONSTRUCTION A. General Excavation 1. Excavate to the lines and depths shown on PLANS, or as designated by the ENGINEER. Excavate below bottom of structural slab elevation as indicated for seal slab when required. 2. Place seal slab as soon as the bearing surface is exposed (same day as excavated). Extend the seal slab to edge of vertical surface or minimum distance shown on PLANS. Apply gunite or shotcrete to vertical surfaces as soon as possible. 3. Furnish supports for piping and structures within excavated area at no additional cost to OWNER. 4. When requested, sample soil in accordance with ASTM D2487 to determine classification and strength of subgrade material. All sampling and testing to be completed by an ENGINEER- approved testing laboratory. Notify ENGINEER of test results immediately. Maximum depth of soundings not to exceed 5 feet below proposed footing grade and to be made when foundation — excavation is substantially complete. If additional testing is required or recommended by the testing laboratory, the applicable ASTM testing methods are to be used. 5. Where necessary to increase or decrease footing depths, obtain prior approval by the ENGINEER providing information in the form of drawings or details of the proposed changes prior to initiating. 6. Do not disturb excavation bottom if structure rests on excavated surface other than rock. Remove foundation material to final grade just before placement of structure or seal slab. 7. When excavating rock or other hard material, cut to level, stepped, or serrated surface and remove loose material from excavation. Clean out seams and fill with concrete or approved structural fill prior to time of footing placement. B. Cofferdam(s) and Caisson(s) When caisson(s) are provided, excavation is not permitted outside outer faces of caisson(s). L Cofferdam(s) to be complete with bracing and necessary pumps, well points, or other procedures to control groundwater and surface water intrusion and shall meet the requirements of Item 7.1.2 in the North Central Texas Council of Governments (NCTCOG) Standard Specifications for Public Works Construction, Third Edition. Place caisson(s) by one or more of the following methods: a. Interior dredging. NON- STANDARD/ 10/25/02 02224 - Page 3 of 5 STRUCTURAL EXCAVATION JOB NO. 052 131124.0001 AND BACKFILL Addition of weight by increasing wall thickness, when permitted by ENGINEER. C. Addition of removable loads. d. Use of water or air jets. e. Use of pile driving equipment for steel shell caisson(s) with suitable driving rig. Provide cofferdam(s), when required, to allow for construction, removal of forms, and observation. 4. Types and clearances of cofferdam(s) or caisson(s) which affect character of finished work to be submitted to the ENGINEER for approval. All other details and design are responsibility of CONTRACTOR. When required, submit drawings showing proposed method of ground and surface water control and cofferdam(s) or caisson(s) construction. 6. Extend sheet pile cofferdam(s) and caisson(s) below bottom of footings sufficiently to prevent "blow outs," and provide adequate bracing and make as watertight as practicable. When foundation pilings are driven inside cofferdam(s) or caisson(s), excavate below footing grade to allow for swell of ground during driving operations. Dewater excavation and remove foundation material to exact footing grade after driving piles, before placing seal slab. Backfilling to compensate for excavation below grade is not permitted. Fill such areas with concrete, at time seal slabs are placed. 8. Adjust cofferdam(s) or caisson(s) which tilt or move laterally. Report such movement to ENGINEER immediately. 9. Unless otherwise provided, remove cofferdam(s) after completion of construction so as not to disturb or mar structure. 10. Cofferdam(s) or caisson(s) shall be the responsibility of the CONTRACTOR and shall be designed by the CONTRACTOR's Engineer. The CONTRACTOR's Engineer must be registered in the State of Texas. All drawings shall be sealed by the CONTRACTOR's Engineer. C. Pumping or Bailing 1. Pump or bail from interior of cofferdam(s) or caisson(s), outside of forms. Avoid movement of water through or along concrete being placed. 2. Do not pump or bail during concrete placement, or for a minimum of 24 hours thereafter, unless from suitable sump separated from concrete by watertight wall. NONSTANDARD/ 10/25/02 02224 - Page 4 of 5 STRUCTURAL EXCAVATION JOB NO. 052 131124.0001 AND BACKFILL Do not pump or bail to dewater cofferdam(s) or caisson(s) for minimum of 36 hours after seal slab has set. D. Structural Backfilling Backfill excavated areas as soon as such backfill will not interfere with the progress of work. 2. Do not begin backfilling until the OWNER has inspected the structure footings or other portions of the structure or facility 3. Unless otherwise indicated, compact backfill mechanically in loose lifts not exceeding 8 inches. 4. Unless otherwise indicated, backfill to be clean sand or clean bank sand free from clay and clay lumps, shale, loam, organic matter, salts, and other deleterious materials and having a plasticity index between 4 and 18. Compact to 95 percent standard Proctor density per ASTM D698 at or near optimum moisture. 5. Do not place backfill against walls for minimum of 7 days after structure has been in place. 6. Place backfill against walls of partially completed structure only after observation by the ENGINEER. 7. Prevent wedge action of backfill against structure and step or senate slopes bounding excavation. Do not use heavy or intense compaction against structure. Backfill within 5 feet of structure to be subjected to light, but full compaction. 3.04 REPAIRIRESTORATION (NOT USED) 3.05 FIELD QUALITY CONTROL Unless otherwise authorized, perform all backfill requirements in the presence of the ENGINEER or OWNER's REPRESENTATIVE. 3.06 - 3.08 (NOT USED) 3.09 PROTECTION Protect excavations from rainfall and surface water. If supporting soil is exposed to adverse wet or dry conditions, excavate deeper and/or wider to sound materials at no additional cost to OWNER. Prior to such activity, notify OWNER and ENGINEER. 3.10 — 3.11 (NOT USED) END OF SECTION NON- STANDARD/ 10/25/02 02224 - Page 5 of 5 STRUCTURAL, EXCAVATION JOB NO. 052 131124.0001 AND BACKFILL SECTION 02225 PAVEMENT EXCAVATION PART IGENERAL 1.01 SUMMARY This section consists of the required excavation of material, (except excavation otherwise classified), within limits of paving. It also includes the stripping removal, haul, filling, compaction, disposal, and satisfactory manipulation of excavated materials to the required lines, grades, and cross - sections as shown on PLANS. 1.02 (NOT USED) 1.03 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM D698 1991 Test Method For Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft -lb /ft [600 kN- m/m]). 1.04 -1.11 (NOT USED) PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 - 3.02 (NOT USED) 3.03 ERECTION INSTALLATION APPLICATION CONSTRUCTION A. Excavate and grade project in accordance with the lines, grades, and limits shown on the PLANS. Unless otherwise shown on the plans or established by the OWNER, the pavement excavation shall be made to the subgrade of the pavement. B. Suitable excavated materials to be utilized in constructing the required roadway sections. Remove unsuitable soil and replace with satisfactory select material. Dispose of unsuitable or excess material as required with no additional cost to the OWNER. C. Use care in excavation to finish grade. Areas cut below designated grade to be filled and compacted, with approval by the ENGINEER, with select material, at the CONTRACTOR'S expense. Salvage and stockpile select topsoil as directed by the ENGINEER. NON - STANDARD/ 11/19/02 02225 - Page 1 of 2 PAVEMENT EXCAVATION JOB NO, 052 131124.0001 D. Where excavation would terminate in unstable soil, the CONTRACTOR shall remove the unstable soil and backfill to the required grade. E. Where excavation would terminate in loose or solid rock, the CONTRACTOR may be required to extend the depth of the excavation 6 inches and to backfill with select material compacted as required. F. Shape and compact subgrade at optimum moisture content to at least 95 percent ASTM D698 density, using approved equipment, before placing base or pavement thereon. G. Keep areas within limits of project properly drained. _ 3.04-3.11 (NOT USED) END OF SECTION — NON- STANDARD/ IUlW2 02225 - Page 2 of 2 PAVEMENT EXCAVATION JOB NO. 052 131124.0001 SECTION 02226 COMPACTED SAND FILL UNDER STRUCTURES PART IGENERAL 1.01 SUMMARY This Section includes the furnishing, placing and compaction of sand fill under structures within the lines and limits as shown on PLANS. 1.02 RELATED REQUIREMENTS (NOT USED) 1.03 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation study. AMERICAN SOCIETY OF TESTING AND MATERIALS (ASTM) ASTM D698 1991 Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft -lb /ft [600 kN -m/ml) _. ASTM D4318 1995 (Rev. A) Standard Test Method for Liquid Limit, and Plasticity of Soils 1.04 - 1.11 (NOT USED) PART 2 PRODUCTS 2.01 MANUFACTURER(S) (NOT USED) 2.02 MATERIALS AND /OR EQUIPMENT Sand to be clean sand or clean bank sand free from clay and clay lumps, shale, loam, organic matter, excessive amounts of salt, and other deleterious materials. Sand with a maximum plasticity index of 7 per ASTM D4318 and with no more than 40 percent passing a No. 200 sieve will be acceptable. Water, if used to aid in compaction, to be clean and fresh. 2.03 - 2.04 (NOT USED) PART 3 EXECUTION 3.01 - 3.02 (NOT USED) NON - STANDARD/ 11/19/02 02226 - Page 1 of 2 COMPACTED SAND Flu, JOB NO. 052 131124.0001 UNDER STRUCTURES 3.03 ERECTION /INSTALLATION /APPLICATION AND /OR CONSTRUCTION A. Excavation Requirements Excavate or strip to depth(s) as indicated on PLANS or as directed by ENGINEER. Compact subgrade to minimum dry density of 95 percent of maximum in accordance with ASTM D698. Accomplish by making several passes with flat - wheeled or vibratory roller to uniformly dense soils and to ensure that localized weak and compressible zones are not present. Shape surface to receive sand fill as shown on _ PLANS. B. Do not begin backfilling until the OWNER has inspected the structure footings or other portions of the structure or facility. C. Placement Place in 8 -inch maximum lifts, measured loose, and compact with pneumatic -tired or vibratory roller. In confined areas, compact with mechanical tamps. Compact soils _ at or near optimum moisture content to a minimum dry density of 95 percent of maximum in accordance with ASTM D698. "Waterflooding" to obtain required compaction is not permitted. After compacting, shape surface area to grade _ indicated. Make at least one density test per lift. 3.04 - 3.11 (NOT USED) END OF SECTION NON - STANDARD/ 11/19/02 02226 - Page 2 of 2 COMPACTED SAND FILL JOB NO. 052 131124.0001 UNDER STRUCTURES SECTION 02244 LIME- STABILIZED SUBGRADE PART 1 GENERAL 1.01 SUMMARY This Section includes the preparation and treatment of subgrade by addition of hydrated lime or lime slurry; mixing and compacting to required lines, grades, and typical sections as shown on PLANS. Treatment applies to natural ground, cut sections, embankments, or existing subgrade. When approved by OWNER, subgrade is to be stabilized with lime when Plasticity Index (PI) exceeds 20. The OWNER will establish area of subgrade to be lime - stabilized with 3 to 5 percent lime (by weight) or as established by laboratory testing of subgrade material at OWNER'S expense after the CONTRACTOR has excavated roadway to grade. 1.02 RELATED REQUIREMENTS (NOT USED) 1.03 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY OF TESTING AND MATERIALS (ASTM) ASTM D698 1991 Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft -lb /ft [600 kN -m/m]) TEXAS DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAYS STREETS AND BRIDGES (TxDOT) TxDOT Item 264 1995 Lime and Lime Slurry 1.04 -1.07 (NOT USED) 1.08 DELIVERY, STORAGE, AND HANDLING A. Weigh lime furnished in trucks on OWNER approved scales. B. Store and handle lime in weatherproof containers, bins, or buildings. Protect lime from any dampness or moisture until distribution on subgrade. C. Lime furnished in bags to bear manufacturer's certified weight. Bags varying more than plus or minus 5 percent from average bag weight may be rejected. The average weight of the bags in any shipment, as shown by weighing 50 bags taken at random, shall not be less than the manufacturer's certified weight. 1.09 PROJECT /SITE CONDITIONS Lime stabilized sub -grade is not to be applied during windy or adverse weather conditions. NON - STANDARD/ 11/19/02 02244 - Page 1 of 4 LIME - STABILIZED SUBGRADE JOB NO. 052 131124.0001 1.10 - 1.11 (NOT USED) PART 2 PRODUCTS 2.01 MANUFACTURER(S) (NOT USED) 2.02 MATERIALS AND /OR EQUIPMENT A. Hydrated Lime (Dry) Conforming to the requirements of Item 2.5.2 in the North Central Texas Council of _ Governments ( NCTCOG) Standard Specifications for Public Works Construction. B. Hydrated Lime (Slurry) Conforming to the requirements of Item 2.5.3 in the NCTCOG Standard Specifications for Public Works Construction. 2.03 - 2.04 (NOT USED) PART 3 EXECUTION 3.01- 3.02 (NOT USED) 3.03 ERECTION /INSTALLATION /APPLICATION AND /OR CONSTRUCTION A. Preparation Prior to placing lime treatment, shape subgrade to elevations indicated on PLANS by _ scarifying or excavating soil with proper machinery. Correct unstable or loose material at given cross section depths by removal of such material. Backfill voids with approved select material and compact to indicated grades. Roll subgrade prior _ to placing lime and correct any soft areas this rolling may reveal. B. Placing Place lime only on areas where mixing operations can be completed in the same work day. Spread lime uniformly over subgrade by "dry placing" or "slurry placing" methods described herein. 1. Dry Placing Spread lime with approved screw -type spreader box or by bag distribution. Do not spread with maintainer or motor grader. Do not spread lime during windy or other adverse weather conditions. The material shall be sprinkled until the proper moisture content has been obtained. NON - STANDARD/ 11/19/02 02244 - Page 2 of 4 LIME- STABILIZED SUBGRADE JOB NO. 052 131124.0001 2. Slurry Placing Mix lime with water in trucks and place mixture or slurry using approved distributor. Make successive passes over measured section of roadway until proper lime content has been secured. Furnish truck with approved agitator which will keep lime and water uniformly mixed. Do not change grade of slurry without prior approval. C. Mixing Mixing procedure to be same for either "dry placing" or "slurry placing." Obtain uniform mixture and moisture content. 1. First Mixing Thoroughly mix soil and lime to required depth, using approved pulver -type road mixer. Mixer used shall insure that the material is cut uniformly to the proper depth and shall have cutters that shall place the secondary grade to a smooth surface over the entire width of the cut. The mixer shall be of such a design that a visible indication is given at all times that the machine is cutting to the proper depth. Mix until homogeneous, friable mixture of lime and soil is obtained, free of clods or lumps. Add water by sprinkling until proper moisture content is obtained, then cure from I to 4 days as required. Keep moist during curing period prior to final mix. 2. Final Mixing Uniformly mix, after test results indicate proper curing, using approved pulver -type road mixer. Reduce all clods and lumps by pulverization methods such that, when all nonslaking aggregates (sound or firm particles) retained on No. 4 sieve are removed, remainder of material meets following requirements when tested dry by laboratory sieves: Percent Minimum Passing 1- Sieve 100 Minimum Passing No. 4 Sieve 60 Hydrated lime exposed to open air for period of 6 hours or more, or to excessive loss due to washing or blowing between time of application and mixing, will not be accepted for payment. 3. Required amount of water necessary to provide optimum moisture to be added uniformly and mixed thoroughly with lime and soil. D. Compaction Begin compaction immediately after final mixing. Maintain moisture content within minus 2 to plus 4 percent of the optimum moisture content as determined in accordance with ASTM D698. Where total compacted thickness is to be greater than NON - STANDARD/ 1 1/19/02 02244 - Page 3 of 4 LIME - STABILIZED SUBGRADE JOB NO. 052 131124.0001 8 inches, spread and compact material in two or more approximately equal layers. Uniformly compact each layer to a density of at least 95 percent, as determined by the Standard Proctor compaction test. Compact treated material in such manner that it will not be mixed with underlying subgrade material. Correct all irregularities or weak spots immediately by replacing material and recompacting. The moisture content shall be maintained within this tolerance prior to placement of concrete pavement or base course. Maintain surface in smooth condition until concrete pavement or base course is placed. Use pneumatic -type roller for final surface rolling. Moist -cure completed subgrade section for minimum of 4 days before placing pavement. Should pavement not be placed within 14 days of the final mixing, the OWNER reserves the right to retest to verify the moisture content of the lime- stabilized subgrade prior to pavement placement. Should it be determined that the moisture content is not within minus 2 to plus 4 of optimum moisture based on the retest, the CONTRACTOR shall scarify and moisture condition the lime - stabilized subgrade to the specified moisture content. Retest of density and Proctor shall be at CONTRACTOR's expense. There will be no separate payment for scarifying and moisture conditioning the lime - stabilized subgrade. Subgrade to be recompacted to a minimum of 95 percent of standard Proctor density per ASTM D698. 3.04 - 3.11 (NOT USED) END OF SECTION NON - STANDARD/ 11/19/02 02244 - Page 4 of 4 LN4E- STABILIZED SUBGRADE JOB NO. 052 131124.0001 SECTION 02354 DRILLED SHAFTS AND FOUNDATIONS PART 1 GENERAL 1.01 SUMMARY This Section includes the installation of straight drilled shafts or drilled shafts with casings including excavation, placing and curing of concrete, backfilling, materials, and related equipment. 1.02 RELATED REQUIREMENTS A. Specification Section 03001 — Concrete. B. Specification Section 03112 — Concrete Structures. C. Specification Section 03210 — Reinforcing Steel. 1.03 - 1.11 (NOT USED) PART 2 PRODUCTS 2.01 MANUFACTURER(S) (NOT USED) 2.02 MATERIALS AND /OR EQUIPMENT A. Concrete to be Class "K" in accordance with Specification Section 03001 (Concrete). B. Reinforcing steel to be in accordance with Specification Section 03210 (Reinforcing) Steel. 2.03-2.04 (NOT USED) PART 3 EXECUTION 3.01 GENERAL Provide suitable access and lighting for observation of completed foundation excavation. When necessary, provide electric lighting and pump fresh air into excavation. Operate mechanical equipment in the excavation by air or electricity. If requested, make sounding to determine character of subgrade materials below footing grade, depth not to exceed five (5) feet. 3.02 PREPARATION (NOT USED) NON - STANDARD / 01/15/03 02354 - Page 1 of 4 DRILLED SHAFTS AND FOUNDATIONS JOB NO. 052 131124.0001 3.03 ERECTION /INSTALLATION /APPLICATION AND /OR CONSTRUCTION A. Excavation General Excavate shafts as shown on PLANS. Bore shafts plumb, within a tolerance of no greater than one (1) inch for depth of 10 feet or less, plus additional tolerance of no greater than 0.05 inch per foot for depths in excess of 10 feet. Excavate shafts and bells either by hand or by mechanical methods. 2. Field Changes in Size and Depths _ PLAN depths are based on anticipated satisfactory soil bearings. When required, modify PLAN depth or bell size to comply with design _ requirements. Casing Use casings for shaft excavations when necessary to prevent caving of material or when necessary to shut off seepage water. Use watertight metal casings of adequate strength to withstand handling stresses, pressure of _ concrete and of surrounding earth or backfill materials. Use casing having an inside diameter not less than nominal size of shaft. No extra compensation to _ be allowed for overdigging or for concrete required to fill an oversize casing or oversize excavation. If casings are removed, withdraw them as the shaft is being filled with concrete or immediately following concreteing operation. If casing is removed as concrete placement progresses, keep a concrete head of at least six (6) vertical feet above bottom of casing. Pull casing at slow uniform rate and in vertical direction in order to prevent distortion of shaft. _ Movement of casing is permitted for shot pulls of a few inches, rotating, exerting downward pressure, and tapping to facilitate extraction. 4. Slurry Displacement Method Defined as a construction procedure whereby the sides of the excavation are supported, all or in part, by a mud slurry displaced by concrete to form a continuous shaft. Overdigging Where casings are not required, fill any excavation for shafts beyond lines indicated with Class "K" concrete. 6. Disposal of Excavated Material In accordance with Contract Documents. NON - STANDARD/ 01/15103 02354 - Page 2 of 4 DRILLED SHAFTS AND FOUNDATIONS JOB NO. 052 131124.0001 B. Placement of Materials I. Condition Before Concrete Placement: Remove accumulated seepage water and loose materials from base area before placing concrete. 2. Shaft excavation, during and after drilling operations, to be completely filled with slurry. When a surface casing is used, slurry to fill the excavation to at least two (2) feet above the bottom of casing. Casing not to be extracted until after concrete placing operations have been completed. A good grade commercial bentonite of the type commonly used in the drilling of oil wells to be mixed with water and excavation cuttings to produce viscous slurry capable of supporting sides of excavation and to hold excavation cuttings in suspension. A minimum of 30 pounds of bentonite per cubic yard of slurry required. If sufficient groundwater is not available to produce required slurry, additional water to be supplied by CONTRACTOR. Just prior to placement of concrete, drilling auger and/or other acceptable tools to be passed down and up the excavation to free it of any large obstruction that may have fallen from its sides between cessation of drilling operations and ._ placing of concrete. If the mud slurry "sets up" or forms a gel prior to concrete placement, the gelled slurry to be agitated to liquification just prior to concrete placement and at other times when directed by ENGINEER. A sump pit adjacent to and connected with the shaft excavation, or a pump and portable container may be used to collect slurry displaced by concrete. Displaced slurry, if not contaminated, may be reused in subsequent drilling operations. 3. Reinforcing Steel Assemble reinforcing steel cage for the shaft and place into position as a unit. Tie longitudinal bars to spiral hoping or lateral ties adequate to provide a rigid cage support. Support lower end of each vertical bar on suitable concrete block. Place side spacers as shown on PLANS or at suitable intervals to ensure accurate location of cage for entire length of shaft. Position reinforcing cage prior to concrete placement. Control rate of concrete placement so as not to cause uplift of the reinforcing cage. Suitable guides required at the lower end of reinforcing cage to assist in centering it in excavation. For cased shafts, use only metal "chair" type spacers or bent pieces of steel bars for spacers. 4. Concrete a. Place Class "K" concrete by tremie method in accordance with the requirements of Specification Section 03112 (Concrete Structures) and Section 03001 (Concrete). b. Place concrete as continuously as practicable, allowing time intervals for consolidation of concrete and for other necessary operations. Use suitable tremie made in sections to permit discharge end to be raised as placement progresses. If it appears that continuity of concreting NON - STANDARD /01/15/03 02354 - Page 3 of 4 DRILLED SHAFTS AND FOUNDATIONS JOB NO. 052 131124.0001 has been compromised due to withdrawal of the submerged end of the tremie tube prior to completion of concrete placement, remove tremie, reseal at the bottom, force well into the concrete already placed, and recharge prior to progressing further. CONTRACTOR to core entire length of completed shaft or otherwise prove that shaft is free from inclusions or contamination unless this requirement is specifically waived in writing by ENGINEER. Where cap block or groundline strut is placed monolithically with drilled shaft, allow at least one hour for concrete in shaft to settle before pouring cap or strut. C. For ease of placement of concrete and extraction of casing, a maximum of 6 -inch slump (t 1 -inch) maybe used. d. Cure exposed surfaces in accordance with Specification Section 03112 (Concrete Structures). 3.04 - 3.11 (NOT USED) END OF SECTION NON- STANDARD /01/15/03 02354 - Page 4 of 4 DRILLED SHAFTS AND FOUNDATIONS JOB NO. 052 131124.0001 SECTION 02380 PIER ACCESSORIES PART 1 GENERAL 1.01 SUMMARY A. Work includes: _. 1. Furnish all labor, materials, tools, equipment, and services for all pier accessories as indicated, in accordance with provisions of Contract Documents. 2. Completely coordinate with work of all other trades. 3. Although such work is not specifically indicated, furnish and install all supplementary or miscellaneous items, appurtenances and devices incidental to, or necessary for sound, secure and complete installation. 1.02 RELATED REQUIREMENTS A. The condition of the contract and applicable requirements of Division 1 govern this Section. B. Related Sections: 1. Section 02354 — Drilled Piers and Foundations. 2. Section 03001 — Concrete. 3. Section 03210 — Steel Reinforcing. 4. Section 03112 — Concrete Structures. 1.03 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY OF TESTING AND MATERIALS (ASTM) ASTM C 109 2002 Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2 in. or Cube Specimens) ASTM C 1090 2001 Standard Test Method for Measuring Changes in Height of Cylindrical Specimens from Hydraulic- Cement Grout NON - STANDARD /01/15/03 02380 - Page 1 of 4 PIER ACCESSORIES JOB NO, 052 131124.0001 UNITED STATES CORPS OF ENGINEERS CRD C 621 Corps of Engineers Specification for non - shrink grout. ., 1.04 DEFINITIONS (NOT USED) 1.05 GENERAL REQUIREMENTS A. Support and alignment accessories to facilitate alignment of steel reinforcing in pre- -. drilled pier foundations and protect steel from contact with earth. B. Design Criteria: Manufactured units have a minimum compressive strength of 8000 psi. 1.06 SUBMITTALS -. Submit the following in accordance with the requirements outlined in Section 4 (Specific Project Requirements). A. Shop Drawings: Submit descriptions and catalog information including sizes, spacing, etc., and materials to be furnished. - B. Samples: Provide 1 sample of each unit proposed for use if units are not by specified manufacturer. C. Project Information: Certificates indicating furnished units meet specified strength. 1.07 QUALITY ASSURANCE (NOT USED) 1.08 DELIVERY STORAGE AND HANDLING A. Deliver to site by manufacturer's normal means. B. Store and handle to preclude damage. PART 2PRODUCTS 2.01 REINFORCING CAGE SUPPORT AND ALIGNMENT SYSTEM _ A. Acceptable Manufacturer: PIERESEARCH, 1602 Industrial Court, Arlington, Texas 75011. 1- 800 - 342 - 24409; FAX 1- 817 - 274 -2972. _ 1. Products: a. Pier Bolster: Unit consisting of a fabricated concrete support, with minimum compressive strength of 8000 psi with integral tie wires. (1) Nominal 4 -inch (100mm) diameter, nominal 3 -inch (75mm) high with two 9 gage wires for attachment to bottom of NON - STANDARD /01/15/03 02380 - Page 2 of 4 PIER ACCESSORIES JOB NO. 052 131124.0001 reinforcing cage to support bottom of cage free of earth. (2) Use minimum bolsters per cage, spaced to support steel free of earth as follows: Hole diameter in inches: under 30 30 -48 Number of bolsters 2 4 Use 3 -inch unit for uncased and 4 -inch for cased piers. b. Centering Device: Patented unit consisting of fabricated concrete support, with minimum compressive strength of 8000 psi with integral tie wires. (1) Nominal 8 x 3 x 1 -1/4 -inch (200 x 75 x 30 mm) for uncased pier. (2) Nominal 8 x 4 x 1 -1/4 -inch (200 x 100 x 30 mm) for cased pier with 8 16 -gage wires for attachments to vertical and horizontal reinforcing bars of cage to align cage in shaft free of earth. (3) Provide minimum sleds per cage, space uniformly to properly align cage in shaft as follows: Shaft Depth Diameter: Under 30 in. 30 -48 in. 10 -14 6 8 15 -24 9 12 25 -34 12 15 35 -44 15 20 45 -44 18 24 PART 3 EXECUTION 3.01 INSTALLATION A. Install bolsters in minimum numbers indicated to support cage in shaft. B. Install alignment sleds in minimum numbers indicated to provide alignment of cage in shaft. C. Assure that the wires are properly installed so that they do not become displaced during placement of cage in shaft. D. Reposition units which are not in proper locations. '- NON-STANDARD/ 01/1 L03 02380 - Page 3 of 4 PIER ACCESSORIES JOB NO. 052 131124.0001 3.02-3.11 (NOT USED) END OF SECTION NON - STANDARD/ 01 /15/03 02380 - Page 4 of 4 PIER ACCESSORIES JOB NO. 052 131124A001 SECTION 03001 CONCRETE PART 1 GENERAL 1.01 SUMMARY This Section includes the furnishing of materials, storing, mixing, handling and the placement of concrete for concrete pavement, precast concrete, cast -in -place structures or as identified for placement within other Specification Sections or as shown on PLANS. 1.02 RELATED REQUIREMENTS A. Section 01312 — Concrete Structures. B. Section 03210 — Reinforcing Steel. 1.03 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN CONCRETE INSTITUTE (ACI) ACI 301 1999 Structural Concrete for Building ACI 304R 2000 Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete ACI 304.2R 1996 Placing Concrete by Pumping ACI 3.04AR 1995 Placing Concrete With Belt Conveyors ACI 3.04.6R 1991 Guide for the Use of Volumetric Measuring and Continuous- Mixing Concrete Equipment ACI 318/318R 1999 Building Code Requirements for Structural Concrete AMERICAN SOCIETY OF TESTING AND MATERIALS (ASTM) ASTM C31 /C31M 1996 Standard Practice for Making and Curing Concrete Test Specimens in the Field ASTM C33 ASTM C39 ASTM C42 NON - STANDARD/ 01/15/03 JOB NO. 052 131124.0001 1999 Standard Specification for Concrete Aggregates 1996 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens 1994 Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete 03001 - Page 1 of 12 CONCRETE ASTM C94 1999 Standard Specification for Ready -Mixed Concrete ASTM C 13 8 1992 Standard Test Method for Unit Weight, Yield, and Air Content (Gravimetric) of Concrete ASTM C 143/C 143A 1999 Standard Test Method for Slump of Hydraulic Cement Concrete ASTM C150 1999 Standard Specification for Portland Cement ASTM C173 1994 (Rev. A) Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C231 1997 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. ASTM C232 1992 Standard Test Methods for Bleeding of Concrete ASTM C260 1998 Standard Specification for Air - Entraining Admixtures for Concrete ASTM C293 1994 Standard Test Method For Flexural Strength of Concrete (Using Simple Beam With Center - Point Loading) ASTM C494 1999 Standard Specification for Chemical Admixtures for Concrete ASTM C 1107 1997 Standard Specification for Packaged Dry, Hydraulic- Cement Grout(Nonshrink) ASTM E329 1998 Standard Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction 1.04 DEFINITIONS HRWR - High Range Water Reducing Admixture PPM - Parts per Million 1.05 SYSTEM DESCRIPTION (NOT USED) 1.06 SUBMITTALS Furnish the following in accordance with the requirements outlined in Section 4 (Specific Project Requirements). A. Furnish laboratory reports showing proportions and materials selected will produce laboratory-mixed concrete of specified quality and having strengths 20 percent higher than 28 -day strength specified, at maximum slump and maximum air content specified. B. Samples NON - STANDARD/ 01/15/03 03001 - Page 2 of 12 CONCRETE JOB NO. 052 131124.0001 Fumish material samples to approved testing laboratory for review and testing. 2. Provide sufficient material quantities for testing and determining mixes to produce concrete classes specified. C. Mix Designs Submit mix designs for each different concrete strength and for each different aggregate. 2. Secure confirmation of laboratory tests on proposed mix designs prior to submittal. 3. Use only approved mix designs. 4. Make required tests of mix as called for elsewhere in this Specification Section under paragraph 1.06.E. D. Reports Provide certified mill test reports on cement and sieve analysis on aggregates. E. Tests 1. Make moisture tests of aggregate to ensure proper batching and proportioning. 2. Provide and maintain curing facilities conforming to ASTM C31. 3. For Structural Concrete a. Perform sufficient number of tests to maintain check on quality. b. Conduct tests as per test procedures ASTM C31 and C39 for Compression Test. C. When portland cement concrete (other than high- early- strength concrete) is used, test minimum of two standard 6 -inch by 12 -inch cylinders at 7 days and minimum of two 6 -inch by 12 -inch cylinders at 28 days for each 50 yards of concrete placed or each structure, whichever is less. For pumped concrete take test cylinder from the discharge end of the hose. d. When high - early - strength concrete is used, test a minimum of two standard 6 -inch by 12 -inch cylinders at 3 days and minimum of two 6 -inch by 12 -inch cylinders at 7 days for each 50 cubic yards of concrete placed or for each structure, whichever is less. Minimum strengths normally required at 7 and 28 days will be required at 3 and 7 days, respectively. NON - STANDARD / 01 115/03 03001 - Page 3 of 12 CONCRETE JOB NO 052 131124.0001 4. For paving concrete, test pavement work as required by PLANS and/or as follows: a. Make one beam for each 1,000 square yards of pavement, or part thereof, for each day's pour and/or one beam on each street. b. Size of beams as required by ASTM C31 /C3IM. C. Core sampling in accordance with requirements as indicated on PLANS. If the requirements are not shown on PLANS, make one core for each 1,000 square yards of pavement or at least one core for each street, whichever is least in area. Core samples to be in accordance with ASTM C42. d. Fill core hole with nonshrinking grout per ASTM C 1107 at no ., additional cost to OWNER. e. Test core for compressive strength and for thickness in accordance with ASTM C42. f Test for flexural strength in accordance with ASTM C293, "Flexural Strength of Concrete (using simple beam with center -point loading)." 5. For air entrainment, make two tests, in accordance with ASTM C231 or C 173, for each day's placing. 6. Measure slump, in accordance with ASTM C 143, periodically, but not less than one measurement for each batch of concrete from which specimens are made. F. Specimen Handling — Mark test specimens clearly in a definite sequence. 2. Transport and store specimens to prevent damage. 3. Provide insulated shed for storage of cylinders and beams. 4. Provide records identifying each cylinder with locations from which specimens are taken. — 5. Cure specimens under laboratory conditions, except for a possibility of surrounding air temperature falling below 40 °F; additional specimens to be cured under job conditions may be required. G. Failure to Meet Specifications 1. Concrete failing to meet specifications will be rejected. NON- STANDARD /01/ 15/03 03001 - Page 4 of 12 CONCRETE Job NO. 052 131124.0001 2. Should a 3 -day (high -early cement) or 7 -day (normal cement) test fail to meet established strength requirements, extended curing or resumed curing may be ., required. 3. CONTRACTOR to strengthen structures, or replace portions thereof, which fail to meet established strength requirements, at CONTRACTOR's expense. 4. Test cores, when required, to be in accordance with procedures of ASTM C42, at no additional cost to OWNER. 1.07 QUALITY ASSURANCE The OWNER is to select a testing laboratory, conforming to ASTM E329, to make tests throughout the concrete operations. When requested by the OWNER, ENGINEER will monitor tests and review results. 1.08 DELIVERY, STORAGE, AND HANDLING A. Cement 1. Store in weathertight enclosures and protect against dampness, contamination, and warehouse set. 2. Store off ground in a well - ventilated building. B. Aggregates 1. Stockpile to prevent excessive segregation or contamination with other materials or other sizes of aggregates. 2. Use only one supply source for each aggregate stockpile. C. Admixtures 1. Store to prevent contamination, evaporation, or damage. 2. Protect liquid admixtures from freezing or harmful temperature ranges. 3. Agitate emulsions prior to use. 1.09 -1.11 (NOT USED) PART 2 PRODUCTS 2.01 MANUFACTURER(S) (NOT USED) NON - STANDARD / 01115103 03001 - Page 5 of 12 CONCRETE JOB NO. 052 131124.0001 2.02 MATERIALS AND /OR EQUIPMENT A. Concrete Ready -mixed concrete conforming to ASTM C94. 1. Cement a. ASTM C150, Type II. b. Allowable weight variations and length of storage to be in accordance with ASTM C 150. C. Use no caked cement. d. Deliver in bags for site -mixed concrete. -� e. Use only one brand of cement in any one structure. f. Cement for Class "P" concrete may be delivered in bulk if method of handling is approved. 2. Admixtures a. Air - entraining admixtures in accordance with ASTM C260. .. b. Water- reducing and retarding admixtures in accordance with ASTM C494, Type A or Type D admixture, modified as follows: _ 1) Bleeding water no greater than bleeding water of ASTM C494 reference concrete when tested as per ASTM C232. _ 2) Increase durability, decrease permeability, and increase resistance to surface scaling, when compared to ASTM C494 ^ reference concrete. 3) No chlorides or alkalies added during manufacture of _ admixture. C. High -range water - reducing admixture (superplasticizer) in accordance with ASTM C494, Type F or Type G, modified as follows: 1) Superplasticized concrete to be nonsegregating, have little — bleeding, and have physical properties similar to low water - cement ratio concrete. 2) Admixture composed of a synthesized sulfonated polymer to be added to the concrete mixer with gauge water at the central batch plant. NON - STANDARD/ 01/15/03 03001 - Page 6 of 12 CONCRETE JOB NO. 052 131124.0001 3) Use only one liquid admixture to achieve the superplasticized concrete, except where air entrainment is desired, in which case, air entraining admixture to be compatible with superplasticizer admixture. 4) Treated concrete must be capable of maintaining superplastic state in excess of 2 hours. 5) Dosage as recommended by the manufacturer. d. Additional Requirements 1) Manufacturer to provide proof of successful field use of water - reducing and retarding admixture from recognized laboratories and other authorities. 2) Manufacturer to provide local representative and warehouse facilities, when requested by OWNER. 3) Provide qualified concrete technician to assist in concrete mix design, if required. 4) If required, CONTRACTOR to acquire approved commercial laboratory testing, at no cost to OWNER, to fumish certification of compliance with this specification. 5) Water- reducing and retarding admixtures used in Class A and Class K concrete only, unless otherwise specified. 6) Use manufacturer's published recommended dosage for optimum results as minimum requirements. Dosage may be varied by Engineer after analysis of results of local commercial laboratory tests using materials from sources assigned by CONTRACTOR. 7) Dispensing and mixing equipment and procedures at batch plant are subject to approval. 3. Coarse Aggregate a. Durable particles of gravel, crushed gravel, crushed blast furnace slag, crushed stone, or combination thereof, conforming to ASTM C33. b. Use clean, durable particles, free from frozen materials, clay, salt, alkali, vegetable matter, or other coating which would adversely affect strength of concrete or bonding of aggregate to cement paste. 1) Nonprestressed concrete aggregate size from No. 4 to 1 -'/2 inches. NON - STANDARD/ 01/15/03 JOB NO. 052 131124.0001 03001 - Page 7 of 12 CONCRETE 2) Prestressed concrete aggregate size from No. 4 to 1 inch. ^ C. The maximum size coarse aggregate to be as indicated above or no greater than three- fourths of the minimum clear spacing between parallel reinforcing bars or prestressing tendons, whichever is smaller. .. 4. Fine Aggregate a. Natural sand as per ASTM C33. b. Fineness modulus between 2.4 and 2.9. 5. Water a. Free from oils, acids, alkalis, organic matter, or other deleterious substances and not containing more than 1,000 parts per million of sulphates. b. Testing not required from municipal supplies approved by Texas Department of Health, but from other sources water will be sampled and tested, at no additional cost to OWNER, before use. _ 6. Slump a. Test method as per ASTM C 143. b. As indicated in Classification Table. 7. Mix Proportioning a. As per Classification Table, based on maximum water - cement ratio and minimum strength requirements, with limits set on minimum cement content. b. Increase cement content above minimum or use approved admixtures, without additional cost to OWNER, if type, gradation, or sizes of aggregate being supplied gives concrete mixture not meeting strength and workability requirements. C. Maximum chloride ion content for corrosion protection shall meet Table 4.4.1 listed in ACI 318/318R (1999). Testing for chloride ion content shall conform to AASHTO T260. _ 8. Coring Materials Per Section 03112 (Concrete Structures). B. Nonshrink Grout: Grout to have moderate fluidity and to conform to CRD -C621. _ 2.03 FABRICATION (NOT USED) NON-STANDARD/ 01/15/03 03001 - Page 8 of 12 CONCRETE JOB NO. 052 131124.0001 NON- STANDARD/ 01/15/03 03001 — Page 9 of 12 CONCRETE JOB NO. 052 131124.0001 p s.. ¢ C Y e 4 N b h b b V vi V 7 V C O O O O p U N M N M C m C N C N n m L C U p C • N U U •O Q\ N O 00 r i0 M h r t\ .-- N o F U G vi in r G\ x d C O O O O O O O O O O O O O E CG C m ? w U — a N � p � (n w¢ a g w F Z a oa n N ncn c aco .. ... .. .. m 0 w > '> > Ps ;; m NON- STANDARD/ 01/15/03 03001 — Page 9 of 12 CONCRETE JOB NO. 052 131124.0001 2.04 SOURCE QUALITY CONTROL To be in accordance with those requirements as specified within Paragraphs 1.08 and 2.02 of this Specification Section. PART 3 EXECUTION 3.01- 3.02 (NOT USED) 3.03 ERECTION /INSTALLATION APPLICATION AND /OR CONSTRUCTION A. Mixing Concrete 1. Ready -mixed and in accordance within the requirements of ACI 304, 304.4, 304.5, and 304.6 measuring, mixing, and transporting of concrete as applicable to type methods used. 2. Postpone or delay work during adverse weather conditions. 3. Protect dry batch material so it reaches mixer in a dry condition. 4. Use batch mixer having approved and positive water control and measuring device for all materials. 5. Continue mixing to ensure uniform distribution of materials, but not less than 1 - minutes after all materials have been introduced into mixer drum. 6. Rotate drum at peripheral speed recommended by mixer manufacturer. 7. Mix and deliver as per ASTM C94. a. Add mixing water at plant. b. Mix concrete in quantities required for immediate use, and discharge at jobsite within 1 hour after introduction of cement to aggregate. If CONTRACTOR can prove that concrete consistency measured by _ slump will not be reduced by more than 2 inches when superplasticized concrete is used, time interval between mixing and placing may be extended to a maximum of 90 minutes or to a period in which slump loss will not exceed 2 inches. C. Begin mixing operation within 30 minutes after cement and aggregates intermingle. d. Ready -mixed concrete producer to furnish delivery tickets indicating 1) Delivery date and time dispatched. 2) Name and location of project. NON- STANDARD/ 01/15/03 03001 - Page 10 of 12 CONCRETE JOB NO. 052 131124.0001 3) Name of CONTRACTOR. 4) Name of ready -mixed concrete producer. 5) Truck number. 6) Number of cubic yards of concrete in load. 7) Class of concrete. 8) Cement content in bags per cubic yard of concrete. 9) Amount of admixture in concrete, if any. 10) Number of gallons of water in mixture. 11) Air content. e. Maintain w/c ratio when adding water by adding cement. 8. Job mix concrete in approved type mixer and do not load beyond manufacturer's rated capacity. a. Normal Weight Concrete 1) Mix batches of 1 cubic yard or less for minimum of 1- minutes after materials are placed in mixer. 2) Increase mixing time 15 seconds for each cubic yard increase over one cubic yard batch. b. Maintain positive batch control equipment to within 1 percent accuracy. C. Clean, maintain, and operate equipment so as to thoroughly mix material as required. d. Hand - mixing permitted for small placements only as authorized. e. Hand -mixed batches not to exceed a two -bag batch in volume. 9. Do not mix when air temperature is at or below 407 (taken in the shade away from artificial heat) and falling, or if likely to fall below 407 in next 24 hours. 10. To produce concrete with minimum temperature of 50 °F, heat aggregate and/or water uniformly as follows: a. Water temperature not to exceed 180 °F and/or aggregate temperature not to exceed 150 °F. NON - STANDARD/ 01!15/07 JOB NO. 052 131124.0001 03001- Page 11 of 12 CONCRETE b. Heat mass of aggregate uniformly. ^ C. Temperature of aggregates and water to be between 50 °F and 85 °F before introduction of cement. B. Installation In accordance with other Specification Sections which are included within these Contract Documents. 3.04 REPAIRIRESTORATION (NOT USED) 3.05 FIELD QUALITY CONTROL As specified under Paragraphs 2.02 and 3.03 of this Specification Section. 3.06 - 3.11 (NOT USED) END OF SECTION NON - STANDARD / 01/15/03 03001 - Page 12 of 12 CONCRETE JOB NO. 052 131124.0001 SECTION 03112 PART 1 GENERAL 1.01 SUMMARY CONCRETESTRUCTURES This Section includes the construction procedures for all concrete structures which includes the methods required for the forming, placing, and curing of concrete as shown on PLANS and as specified elsewhere within the Contract Documents. 1.02 RELATED REQUIREMENTS A. Section 03001 — Concrete. B. Section 03210 — Steel Reinforcing. C. Section 03346 — Concrete Floor Sealer. D. Section 09902 — Painting and Protective Coatings. 1.03 REFERENCES The publications listed below form a part of this Specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY OF TESTING AND MATERIALS (ASTM) ASTM C309 1997 Standard Specification for Liquid Membrane - Forming Compounds for Curing Concrete ASTM C 1107 1997 Standard Specification for Packaged Dry, Hydraulic - Cement Grout (Nonshrink) ASTM D412 1998 Standard Test Methods for Vulcanized Rubber and Thermoplastic Rubbers and Thermoplastic Elastometers- Tension ASTM D 1752 1984 Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction (R1992) ASTM D2628 ASTM E488 1991 Standard Specification for Preformed Polychloropreme Elastomeric Joint Seals for Concrete Pavements 1996 Standard Test Methods for Strength of Anchors in Concrete and Masonry NON- STANDARD/ 10125/03 03112 - Page 1 of 17 CONCRETE STRUCTURES JOB NO. 052 131124.0001 FEDERAL SPECIFICATIONS Commercial Item Description ^ A -A -1556 06/96 Sealing Compound: Elastomeric Type, Multi - Component (For Caulking, Sealing and Glazing in Building and other Structures) Amendment 3 " 1.04 DEFINITIONS Curing Day In accordance with descriptive data as specified under paragraph 3.03, J of this Specification Section. 1.05 SYSTEM DESCRIPTION (NOT USED) 1.06 SUBMITTALS Submit the following in accordance with the requirements of Specification Section and with specific requirements as specified hereinafter. A. Concrete mix designs, samples and test reports in accordance with the requirements of the Concrete Specification Section included within these Contract Documents. B. Prior to any construction activities, submit the following information in full or part as directed by the Engineer. Methods of Construction and safety requirements for type of construction being performed. 2. Plans for forms and falsework proposed. 3. The amount and type of equipment to be used. 4. Concrete placement schedule with facilities for handling concrete shrinkage. 5. Tabulation of concrete surfaces indicating types of finish to be provided on — each surface. 6. When applicable, proposed plans for hot and cold weather concreting. — Review and acceptance of the proposed procedure does not relieve Contractor of responsibility of the finished product. 1.07 - 1.10 (NOT USED) 1.11 SCHEDULING Time sequence requirements for construction operations are as specified under paragraph 3.01 of this Specification Section. NON - STANDARD/ 10/25/03 03112 - Page 2 of 17 CONCRETE STRUCTURES JOB NO. 052 131124.0001 PART 2 PRODUCTS 2.01 MANUFACTURER(S) (NOT USED) 2.02 MATERIALS AND /OR EQUIPMENT A. Concrete Concrete to be per Section 03001 (Concrete) and as shown on PLANS. B. Expansion Joint Filler Material In accordance with ASTM D1752. C. Waterstop Manufactured from virgin polyvinyl chloride plastic compound and containing no scrap or reclaimed material. Unless otherwise indicated, furnish WIRESTOP .— waterstops as manufactured by Paul Murphy Plastics, Roseville, Michigan or equal of the following types. 1. Expansion Joints Center -bulb, ribbed, minimum of 0.375" thick, 6 -inch width (unless otherwise shown on PLANS) with integral wire loops for attachment to reinforcing steel. "Wirestop" model CR -6380 or equal. 2. Construction Joints Flat, ribbed, minimum of 0.375" thick, 6 -inch width (unless otherwise shown on PLANS) with integral wire loops for attachment to reinforcing steel. "Wirestop" model FR -6380 or equal. .. 3. When called for on the PLANS furnish flat, dumbbell type, a minimum of 0.375' thick, 6 -inch width (unless otherwise shown on PLANS) with integral wire loops for attachment to reinforcing steel. "Wirestop" model FD -6380 or equal. D. Curing Materials 1. Potable Water 2. Liquid Membrane - Forming Compounds in Accordance with ASTM C309 E. Forms and Falsework 1. Timber a. Seasoned, good quality timber free from loose or unsound knots, knot holes, twists, shakes, decay, and other imperfections which would affect its strength or impair finished surface of concrete. NON- STANDARD/ 10/25/03 03112 - Page 3 of 17 CONCRETE STRUCTURES JOB NO. 052 131124.0001 b. Wedges, when required, to be hardwood. 2. Metal _ a. Thickness of metal forms as required to maintain true shape without warping or bulging. b. Keep metal forms free from rust, grease, or other foreign materials, and use only those which present a smooth surface and form to alignment. C. Aluminum is not permitted. F. Form Ties 1. Factory fabricated, adjustable length, removable or snap -off metal ties, designed to prevent form deflection and to prevent spalling concrete surfaces upon removal. Provide ties so that the portion remaining within concrete is at least 1 -Y� inches from the outer surface. Provide a water seal feature for walls that have soil or water on one side. 2. At wastewater or water treatment facilities the liquid containing structures shall utilize fiberglass ties with water seal feature. Acceptable system is the Fiberglass Form Tie System by RJD Industries. G. Grout 1. Nonshrinking Grout Premixed grout which is nonmetallic, noncorrosive, and nonstaining; containing specially selected silicon sands, cement, shrinkage compensating — agents, plasticizing and water reducing agents. a. Conform to requirements ofASTM C1107. b. Minimum 28 -day compressive strength of 5,000 psi. C. Maintain grout temperature during placement between 70 °F and 75 per the requirements of ASTM C 1107. d. Prepare and place grout according to grout manufacturer's specifications and the requirements of paragraph 3.03 of this Specification Section. 2. Nonshrink Epoxy Grout Five Star epoxy grout as manufactured by Five Star Products or equal. NON - STANDARD/ 10/25/03 03112 - Page 4 of 17 CONCRETE STRUCTURES JOB NO. 052 131124.0001 H. Permanent Moisture Barrier Polyethylene film minimum thickness of .006 inch (6 mils) with high- impact strength rating. I. Concrete Bonding Agent Acceptable manufacturers: 1. "Daraweld -C" as manufactured by W. R. Grace and Company. 2. "Acrylic Bond Crete" as manufactured by Burke Concrete Accessories. J. Waterproofing Self- adhering polyethylene with a rubberized asphalt mastic material. 1. Minimum 4 mil thickness polyethylene coated on one side with a layer of adhesive rubberized asphalt with protective membrane. 2. Designed for tensile strength of 250 psi when tested in accordance with ASTM D412. 3. Thickness to be 60 mils excluding the protective release membrane. 4. Furnish in rolls 36 inches minimal width and 50 feet minimal length. K. Expansion Bolts and/or Anchors Expansion bolts and/or anchors are to be of the type, sizes, shapes, dimensions and/or manufacturer as shown on PLANS. L. Concrete Coatings Refer to Section 03346 (Concrete Floor Sealer) for sealing concrete floors. Refer to Section 09902 (Painting and Protective Coatings) for lift station interior liner system. M. Joint Sealant Unless otherwise shown on PLANS, liquid joint sealant to be in accordance with A- A -1556 and preformed compression seals to be in accordance with ASTM D2628. 2.03 - 2.04 (NOT USED) NON - STANDARD/ 1025/03 03112 - Page 5 of 17 CONCRETE STRUCTURES JOB NO, 052 131124.0001 PART 3 EXECUTION 3.01 GENERAL REQUIREMENTS A. Time Sequence of Construction Operations 1. Do not place superstructure members, forms, falsework, or erection equipment on substructure before concrete has cured for minimum 4 days and attained 70 percent of its design strength. 2. Erect forms on footings supported by piling or drilled shafts after concrete has cured for minimum 4 days and attained 60 percent of its design strength. Work may begin on spread footings after concrete has aged at least 2 curing days. 3. Support of tie beam and/or cap forms by falsework placed on previously placed tie beams is permissible, provided curing requirements are completed and tie beams are properly supported to eliminate stresses not provided for in design. 4. Sequence of Pouring Operations When construction requires the placement of concrete in successive pours, Contractor is to submit sketch and schedule for pouring sequence. Schedule _ and sequence is to allow a minimum of two (2) days curing of adjacent concrete on all sides prior to placing new concrete in contact with previously placed concrete. Schedule to be submitted in accordance with the requirements as specified within Section 4 (Specific Project Requirements). 3.02 PREPARATION (NOT USED) 3.03 ERECTION /INSTALLATION /APPLICATION AND /OR CONSTRUCTION A. General Design Requirements - Falsework and Forms Design and construct to carry maximum anticipated loads including wind load, and provide rigidity to prevent settlement or deformation. 2. Use 150 pounds per cubic foot for concrete and minimum live load of 50 pounds per square foot of horizontal surface of form work. The maximum — unit stresses not to exceed 125 percent of allowable stresses used for design of structures. B. Falsework Make timber sills and grillages large enough to support superimposed load without settlement. Place falsework which cannot be founded on a satisfactory spread footing on piling or drilled shafts. NON - STANDARD/ 10/25/03 03112 - Page 6 of 17 CONCRETE STRUCTURES JOB NO. 052 131124.0001 3. Cap each falsework bent transversely by a member of proper size, and fasten caps securely to each pile or column in bent and set at proper elevation, allowing for a construction camber. 4. Use wedges, if required, in pairs and arrange so as to ensure uniform bearing. 5. Use of wedges to compensate for incorrectly cut bearing surfaces are not permitted. C. Form General Requirements 1. Provide mortar -tight forms sufficient in strength to prevent bulging or sagging. 2. Maintain to proper line and grade, and prevent warping and shrinkage. 3. Clean areas of extraneous material before concrete placement. 4. If bulging or sagging occurs, remove concrete causing such condition and reset forms. 5. Construct forms to permit their removal without damage to concrete. 6. Use form ties of a type that permits their easy removal and which will not require removal of excessive concrete. 7. Remove metal alignment appliances from forms to a depth of at least V2 -inch from concrete surface without undue chipping or spalling, leaving a smooth opening in the concrete surface. 8. Burning off of rods, bolts, or ties not permitted. 9. Cut wire ties back at least % -inch from face of concrete. Fiberglass ties shall be ground off at the surface. 10. Metal tie - holding devices to develop strength of ties and to be adjustable for alignment. 11. Remove spreaders, which are separate from the forms, as concrete is placed. 12. Provide clean -out openings for walls and other locations where access to bottom of forms is not readily attainable. 13. Prior to erection, treat facing of forms with oil or other bond - breaking coating which will not discolor or otherwise injuriously affect concrete surface. 14. Wet surface of forms to be in contact with concrete immediately before placing concrete. 15. Before concrete placement, align edges and faces of form panels and tape or fill joints with patching plaster or cold -water putty to prevent leakage; sand lightly with No. 0 sandpaper to make joints smooth. NON - STANDARD/ 10/25/03 03112 - Page 7 of 17 CONCRETE STRUCTURES JOB NO, 052 131124.0001 16. Forms of any kind are not permitted under permanent structures. D. Timber Forms Timber for facing or sheathing surfaced on at least one side and two edges. 2. Use nominal 2 -inch lumber minimum thickness for forms for bottoms of beams. Use lumber of nominal 1 -inch minimum thickness elsewhere, generally, and back by sufficient number of studs and wales. Provide form linings free of irregularities for concrete surfaces to be given rubbed finish. 5. Lining not required with plywood forms. 6. Plywood form lining made with waterproof adhesive to be '/4 -inch minimum thickness, oiled at mill, and re -oiled or lacquered on job before using. 7. Use tempered Masonite Concrete Form Board, 3/16 -inch minimum thickness, as alternate form lining. Keep moist at least 12 hours before applying to -' sheathing by moistening screen side of board and stacking boards screen side to screen side. Use smooth, hard face as concrete contact surface of form. 8. Plywood forms to be minimum' /4 -inch thickness and made with waterproof adhesive backed by adequate studs and wales, with form lining not required. 9. Molding for chamfer strips, to be Redwood, cypress, or pine. Material is not split when nailed and will hold true lines. All faces to be mill cut and dressed. Fillet sharp comers and edges with triangular chamfer strips,' /4 -inch — on sides. E. Metal Forms Linings are not required. Countersink bolt and rivet heads on facing sides of metal forms. Design clamps, pins, or other connecting devices to hold forms — rigidly together and to allow removal without injury to the concrete. Straight metal panel forms may be used for all structures with straight walls and for those structures with curved walls only below ground level. Curved metal — panels may be used for all structures with curved walls. F. Expansion Joints Remove form from formed joints as soon as possible to permit free expansion of concrete. Anchor expansion joint fillers to concrete on side of joint by means of — copper wire not lighter than No. 12 B &S gage or copper nails of approved size. Ensure complete separation of concrete sections by joint material. NON - STANDARD/ 10/25/03 03112 - Page 8 of 17 CONCRETE STRUCTURES JOB NO, 052 131124.0001 G. Construction Joints Other than those indicated, joints are not permitted without written authorization by the ENGINEER. Roughen previously placed concrete surface so as to expose aggregate particles. Remove all loose materials, and wash and scrub surface clean with stiff brooms. Keep all concrete surfaces moist for 12 hours prior to placing adjacent concrete. Immediately prior to placing concrete, wet surface of joint with clean water. H. Placing Reinforcement _ Concrete reinforcement to be placed as shown on PLANS. Materials to be in accordance with Specification Section 03210 Reinforcing Steel and/or as shown on PLANS. I. Concrete Placement 1. Seal Slabs Use in all excavations for structures requiring reinforcing steel in base slab. For retaining wall footings and bridge footings, use seal slab only if shown on PLANS. Excavate 3 inches minimum or to the depth as shown on PLANS below bottom of structural slab and pour seal slab concrete to structural slab bottom elevation. Surfaces to have a rough float finish. Concrete for seal slabs to be Class D per applicable Concrete Specification Section unless otherwise noted. No cylinders or testing is required for seal slab concrete. No direct payment will be made for seal slab concrete. 2. General Requirements ENGINEER and OWNER are to be given 48 hours advanced notice before placing concrete. Place concrete only after forms and reinforcing placement have been checked. Pile driving and other causes of vibration are to be _ discontinued until concrete has attained an age of at least 18 hours. Mix, place, and finish concrete in daylight hours. If necessary to continue after daylight hours, light entire working area. Do not place concrete when impending weather conditions, such as rain, sleet, or snow, threaten to impair quality of finished work. If rainfall occurs during concrete placement, provide covering to protect work. Place concrete in forms or excavations with no apparent moisture therein. Standing water is not permitted in forms or excavations during concrete placement. NONSTANDARJJ/ 10/25/03 03112 - Page 9 of 17 CONCRETE STRUCTURES JOB NO. 052 131124.0001 Handling and Transporting of Concrete Use method and equipment to maintain rate of placement as required to prevent cold joints. Place concrete by buckets, chutes, buggies, pipes, or troughs, which prevent separation of concrete ingredients. With prior written approval by the ENGINEER, use belt conveyors or pumps, and test samples at discharge end. Protect concrete transported by conveyors from sun and wind to prevent loss of slump and workability. Pipes used to -. pump concrete to be shaded and/or wrapped with wet burlap to prevent loss of slump and workability. Do not transport concrete through aluminum pipes, tubes, or other aluminum equipment. Use of chutes in excess of 35 feet total length prohibited. 4. Concrete Placement The Contractor is to provide thermometer to measure temperature of concrete during placement for the ENGINEER's usage. Equip chutes with baffles for depositing concrete on steep slopes, or make chutes in short lengths that reverse lateral direction of movement. Provide downpipe at the end of chute. Use no slope steeper than one vertical to two horizontal. Discharge concrete from chutes and troughs either vertically down the inside of forms or into pockets outside of forms from which it may flow through holes left in forms. Keep chutes, troughs, and pipes clean and free from _ coatings of hardened concrete. Deposit concrete in continuous horizontal layers maximum 12 inches in thickness. Depositing large quantities at one point and running or working of the concrete along forms not permitted. , Limit free -fall of concrete to 4 feet, except in walls 10 inches or less in thickness, if segregation can be prevented. Use tremies for placing concrete in walls over 10 inches thick. Remove hardened concrete spatter ahead of plastic concrete. Do not jar forms after concrete has taken initial set or place any strain on projecting reinforcement. _ Make tremies in sections, or provide in several lengths, so outlet may be adjusted to proper heights during placing operations. Place each layer while preceding layer is still plastic, but do not allow more than one hour to elapse _ between placement of successive layers. Apply vibrators to concrete immediately after depositing and move throughout mass, through layer of concrete just placed, and several inches into plastic layer below. Consolidate concrete and flush mortar to form surfaces by continuous working with immersion -type vibrators. Do not attach vibrators to forms or reinforcement. Provide one standby vibrator for emergency use. If excessive bleeding causes water to form on surface of concrete in tall forms, use stiffer mix. In walls and deep beams, place concrete to a point approximately 1 foot below finished elevation of bottom of slab or beam to NON. STANDARD/ 10/25/03 03112 - Page 10 of 17 CONCRETE STRUCTURES JOB NO. 052 131124.0001 be poured monolithically with wall, and allow to settle; but to avoid a cold joint, resume placement of concrete before initial set occurs. Overfill forms and screed off excess concrete after partial stiffening. 5. Concrete Placement in Cold Weather Conditions. The minimum temperature of all concrete at time of placement to be not less than 50 °F. Maintain temperatures of above grade slabs at 50 °F or above for period of 72 hours from time of placement and above 40 °F for additional 72 hours. Maintain temperature of all other structural elements at 40 °F or above for period of 72 hours from time of placement. Maintain temperature of concrete placed on or in the ground above 40 °F for period of 72 hours from time of placement. Protect concrete against freezing during curing period in accordance with Portland Cement Association "Design and Control of Concrete Mixtures." Protect concrete from temperatures below 40 °F until it has cured for a minimum of 3 days at 70 °F or 5 days at 50 °F. Remove and replace, at Contractor's expense, all concrete deemed unsatisfactory by Engineer. Protection may consist of additional covering, insulated forms, artificial beatings, or other means approved by ENGINEER. 6. Concrete Placement in Hot Weather Conditions When air temperature is above 90 °F use approved retarding agent in all exposed concrete and in all cased drilled shafts regardless of temperature. Reinforcing steel, steel beam flanges, and other surfaces in contact with concrete to be cooled to below 90 °F by means of water spray or other approved methods. Concrete temperature prior to placement not to exceed 90 °F. Reduce concrete temperature at time of placement to satisfy maximum allowable temperature by one or more of the following: a. Addition of cold water with a subsequent addition of cement to maintain proper water - cement ratio. Tanks or trucks used for storing or transporting water to be insulated or painted white. Mechanical refrigeration may be used to reduce water temperatures. b. Addition of crushed, shaved, or chipped ice directly into the mixer with a subsequent addition of cement to maintain proper water - cement ratio. Continue mixing until ice is completely melted. C. Any other methods that may be incorporated into the work to be approved in writing by the ENGINEER. NON - STANDARD/ 10/25/03 03112 - Page 11 of 17 CONCRETE STRUCTURES JOB NO. 052 131124.0001 Concrete Placement in Water Conditions Only when approved by the ENGINEER, use concrete mix with minimum .� 6.5 sacks cement per cubic yard of concrete. Forms, cofferdams, or caissons to be sufficiently tight to prevent water current passing through space in which concrete is being deposited. Pumping water not permitted during placing, nor until concrete has set for at least 36 hours. Place concrete with tremie, closed bottom -dump bucket, or other approved method to avoid free -fall through water. Do not disturb concrete after depositing, and maintain horizontal layers at all times. Use watertight tube 10 inches or less in diameter for tremie and constructed so that bottom can be _ sealed and opened after it is in place and fully charged with concrete. Support tremie to allow easy movement horizontally to cover work area and vertically to control concrete flow. Stop flow by lowering the tremie. Capacity of bottom -dump buckets to be not less than Yz -cubic yard. Lower _ bucket or tremie gradually and carefully to rest upon concrete already placed and raise very slowly during upward travel, intent being to maintain still water at point of discharge and to avoid agitating mixture. Pour concrete _ continuously until work is completed. Concrete Placement on Ground or Seal Slabs Place concrete in footings after depth and character of foundation is observed. Place footing concrete upon seal slabs after caissons, cofferdams, _ excavations, forms, etc. are free from water and seal surface cleaned. Locate pumps or bailing equipment in sump outside of forms. Immediately before placing concrete, moisten subgrade to decrease absorption of moisture, if seal slab or waterproofing not required. With ENGINEER's approval, side forms in dry excavation may be omitted. Place column concrete monolithically unless otherwise provided. J. Curing Concrete — Keep forms tight against concrete, or remove with the approval of the ENGINEER and start curing operations. 1. Length of Curing Cure concrete for 6 consecutive curing days. Cure high - early - strength concrete for 3 consecutive curing days. Cure bridge slabs and top slabs of direct traffic culverts for 10 consecutive curing days. Definition of Curing Day "Curing Day" is any calendar day during which the temperature, taken in the shade away from artificial heat, is above 50 °F for at least 19 hours (on colder NON - STANDARD/ 10125/03 03112 - Page 12 of 17 CONCRETE STRUCTURES JOB NO. 052 131124.0001 days, if satisfactory provisions are made, maintain the temperature at all surfaces of the concrete above 40 °F for the entire 24 -hour day). Required curing period begins when all concrete therein has attained initial set. Curing Methods Flat Concrete Apply curing material as specified at the rate of coverage recommended by the manufacturer but not greater than 200 square feet per gallon using a pump type spray. Apply after concrete is set sufficient to bear full weight of applicator. Formed Concrete Apply curing material as specified as soon as practical after removing forms, at the rate of coverage recommended by the manufacturer but not greater than 200 square feet per gallon. Formed concrete that is to be rub- finished, apply curing material as specified as soon as rubbing is finished. Formed or flat concrete that is to be painted or waterproofed should be treated with curing material as specified as soon as possible after finishing and prior to application of paint or waterproofing material. Grout and Grouted Areas Prior to grout application remove curing material from concrete surface to assure bonding of grout to concrete. Apply curing material as specified to the grout after application. K. Removal of Forms and Falsework Remove forms from surface to receive rubbed finish when concrete has attained adequate strength to prevent damage, and remove only as rapidly as rubbing operation progresses. Re -wet wood forms or form lining left in place longer than 24 hours as required to keep them moist. Remove forms and falsework from portions of structures that do not require rubbed finish, after the following number of curing days. Forms for falsework under slabs, beams, or girders - 7 days. 2. Forms for walls, columns and piers - 2 days. If cold weather continues below 40 °F, form and falsework may be removed at the end of a period of calendar days equal to twice the number of curing days specified. NON - STANDARD/ 10125/03 03112 - Page 13 of 17 CONCRETE STRUCTURES JOB NO. 052 131124.0001 L. Defective Work Any defective work discovered after form removal to be repaired or replaced immediately at CONTRACTOR's expense. M. Concrete Surface Finish For concrete having no special finish indicated, remove ties, fill holes, and remove fins and rough edges. Exposed concrete surfaces, other than floors, to have a rubbed finish except where noted on PLANS. Monolithic Finish Finish slabs, platforms, and steps monolithically between joints. Set screeds prior to concrete placement, and make sufficiently rigid to withstand impact of concrete being placed. Tamp concrete thoroughly to force coarse aggregate away from surface of slab, then float to secure hard surface. Provide wood float finish, except use steel - trowel finish for building and pump station floor slabs, and elsewhere as indicated on PLANS, unless otherwise directed by the Engineer. "Dusting" floor surfaces with dry material not permitted. Round edges at all expansion joints with suitable jointing or edging tools. N. Exposed Aggregate Panels Forms for raised panels to be sandblasted may be removed on the day following concrete placement (about 18 hours). Continue curing after sandblasting. Immediately after form removal, sandblast to a depth of from 3/8 inch to 5/8 inch. Protect smooth surfaces adjacent to sandblasted panels during sandblasting. Coarse aggregate for raised panels range from Standard No. 4 to 1 -%2 -inch gradation. Exposed aggregate sandblasted surfaces are to receive a coat of curing material as specified. Preparatory work, application, and precautions in strict compliance with manufacturer's recommendations. O. Rub - Finished Surfaces General Requirements Rub - finish exposed vertical and battered surfaces from 6 inches below ground surface or from 6 inches below normal water level to top, except for small plinths and similar structures which extend less than 12 inches above finished grade. NON - STANDARD/ 10/25/03 03112 - Page 14 of 17 CONCRETE STRUCTURES JOB NO, 052 131124.0001 Procedure Start rubbing operations when concrete has attained adequate strength for form removal (about 18 hours after concrete placement). Continue curing afterwards. Do necessary pointing as forms are removed. Remove forms only as rubbing Progresses in order to prevent rapid hardening of surface to be rubbed. After pointing has set, wet surface with brush and give first surface rubbing with No. 16 carborundum stone or equal. Rub sufficiently to bring surface to _ paste and to produce smooth dense surface without irregularities. Add no cement to form surface paste. Spread or brush material, which has been ground to paste, uniformly over surfaces and allow to take reset. Do not rub chamfered comers in first rubbing. Complete first rubbing within 36 hours after completion of concrete placement. For final acceptance, clean surfaces of structure and give final finish rubbing with No. 30 carborundum stone or equal. After rubbing, strip surfaces with brush and allow mortar on surface to take reset; then wash surface with clean water. Leave structure with clean, neat, and uniform appearing finish. Apply a coat of curing material as specified. Preparatory work, application, and precautions in strict compliance with manufacturer's recommendations. P. Patching and Filling Holes 1. Tie and Bolt Holes Fill holes with cement mortar to which has been added white cement so that patches will not appear darker than adjacent concrete surface. Use mortar as dry as possible and pack into holes. Fill holes, entirely through concrete, with nonshrinking grout from inside structure with a pressure gun or other device that will force mortar through to outside face. Strike off excess mortar flush and finish surface to make filled holes as inconspicuous as possible. 2. Honeycomb and Minor Defects Patch slight honeycomb and minor defects in concrete with cement mortar mixed one part cement to two parts fine aggregate. Match color of adjacent concrete. Repair area by cutting out unsatisfactory material by chipping or other approved methods and replace with new concrete, securely keyed and bonded to old concrete, and finish so as to make joints as inconspicuous as possible. Use stiff mixture and thoroughly tamp into place. NON - STANDARD/ 10/25/03 03112 - Page 15 of 17 CONCRETE STRUCTURES JOB NO. 052 131124.0001 Use nonshrinking grout for large honeycomb and for hydraulic structures with honeycomb sufficient to cause leakage through concrete. Q. Waterstops and Waterproofing Waterstops Secure each edge of waterstop by tying with clean steel wire to reinforcing steel at intervals not to exceed one foot. Make waterstops continuous by heat sealing at splices as recommended by manufacturer. Minimum requirements are 1) only splicing of straight runs allowed in forms. Butt weld straight splices; 2) fabricate all other waterstop joints at central location on jobsite or by waterstop manufacturer; 3) miter and weld splices in expansion joint waterstops at directional changes bulb to bulb. Puncturing waterstops not allowed. 2. Waterproofing Apply approved primer, as recommended by manufacturer of membrane, to clean, dry surface at rate of not more than 250 square feet per gallon, and _ allow to dry to tack -free condition before applying membrane. Apply membrane within 12 hours of priming, or re -prime surface. Apply membrane vertically or horizontally, wrinkle free, with a minimum of 2 -Y�- _ inch overlaps and staggered. For horizontal application, upper course to lap over lower course. Repair accidental damage to membrane by spot application of material to damaged areas with minimum of 6 -inch overlap in all directions. Exercise special care to ensure protection of waterproofing membrane from damage — during backfill operations. R. Grouting For Setting New Equipment Use nonshrink epoxy grout as specified in paragraph 2.02 B of this Specification Section. Clean surface to receive grout of laitance, grease, oil, organic matter, curing compound, and loose particles. Blow out bolt holes. Chip concrete to obtain a firm bond. Set grout forms true, level, tight, and well braced. Assemble equipment to be grouted — before grouting. Clean baseplates and all items to be embedded and set in final position. Shim equipment bases for easy removal of shims. Moisten area to receive grout. Do not mix more grout than can be placed in 20 minutes. — Place grout from one end or side only to avoid excessive air entrapment and to ensure good compaction. Work and rod grout continuously while it is being placed. NONSTANDARD/ 10 /25/03 03112 - Page 16 of 17 CONCRETE STRUCTURES JOB NO. 052 131124.0001 After grout has attained full strength, remove shims. Replace grout damaged by shim removal with like material. Steel trowel exposed grout, and protect exposed area from drying out rapidly. Do not stress items embedded in grout, and do not operate equipment for 36 hours after grout is placed. S. Grouting General For general purposes, use mixture of one part portland cement and two parts sand by weight. If space to be grouted is 1 inch or less in thickness and cannot be tamp grouted, use a mixture of one part portland cement and one part sand by weight. If space to be grouted is large, use original concrete mixture. For grout to be tamped, use stiff mixture produced by prolonged mixing. To obtain stiff grout, mix mortar using amount of water required to thoroughly mix ingredients, then continue mixing without additional water until grout is stiff enough to be compacted by tamping when placed. For grouting blockouts for embedded pipes and similar items, use nonshrinking grout as per paragraph 2.02 B. of this Specification Section. 3.04 REPAIR/RESTORATION (NOT USED) 3.05 FIELD QUALITY CONTROL Test the DeForest Lift Station wet well for watertightness in accordance with the procedures outlined in Chapter 5, ACI Committee 344 (Circular Wire and Strand Wrapped Prestressed Concrete Structures). Refer to Appendix B for a copy of this document. 3.06 ADJUSTING (NOT USED) 3.07 CLEANING Clean up area and remove excess material, dismantled forms and falsework, and debris during construction, and clean area completely and thoroughly after completion of the work herein described. 3.08 —3.11 (NOT USED) END OF SECTION NON - STANDARD/ 10/25/03 03112 - Page 17 of 17 CONCRETE STRUCTURES JOB NO. 052 131124.0001 SECTION 03210 REINFORCING STEEL PART 1 GENERAL 1.01 SUMMARY This Section includes the furnishing and subsequent placing of reinforcing steel, deformed and smooth, chairs, ties, splicing devices, and other reinforcing accessory items required to complete work as shown on PLANS and specified in other Specification Sections. 1.02 RELATED REQUIREMENTS A. Section 03001 — Concrete. B. Section 03112 — Concrete Structures. 1.03 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN CONCRETE INSTITUTE (ACI) ACI 315 1994 ACI Detailing Manual (SP -66) AMERICAN SOCIETY OF TESTING AND MATERIALS (ASTM) ASTM A82 1997 Standard Specification for Steel Wire, Plain for Concrete Reinforcement ASTM A185 1997 Standard Specification for Steel Welded Wire Fabric, "— Plain for Concrete Reinforcement ASTM A615/A615M 1996 Standard Specification for Deformed and Plain Billet - Steel Bar S for Concrete Reinforcement AMERICAN WELDING SOCIETY (AWS) AWS D1.4 1998 Structural Welding Code Reinforcing Steel 1.04 -1.05 (NOT USED) 1.06 SUBMITTALS Submit the following in accordance with Specification Section 4 (Specific Project Requirements): A. Product data for all materials used. NON - STANDARD/ 10/25/03 03210 - Page 1 of 6 REINFORCING STEEL JOB NO. 052 131124.0001 B. Shop drawings indicating location, placement, sizes, and bending. C. When welding is required, furnish report of chemical analysis, showing percentages of carbon, manganese, phosphorus, and sulphur. D. Certificate of Compliance Submit certified copy of mill certificates of compliance with requirements herein specified. E. Special Equipment Submit information on mechanical splicing devices, couplers, and all other reinforcing accessories. 1.07 QUALITY ASSURANCE Reinforcement and placement to be in accordance with the requirements and guidelines as specified within ACI 315. 1.08 DELIVERY, STORAGE, AND HANDLING A. Deliver to jobsite free from dirt, loose scale and rust, paint, oil, or other foreign material. B. Store above surface of ground upon platforms, skids, or other supports, and protect from mechanical injury and surface deterioration caused by exposure to conditions producing rust or other damage. C. Handle so as not to sustain crimping, bending, or warping before and during placement. 1.09 - 1.11 (NOT USED) PART2- PRODUCTS 2.01 MANUFACTURER(S) (NOT USED) 2.02 MATERIALS AND /OR EQUIPMENT A. General Requirements 1. 2. Nominal size, area, and theoretical weight in accordance with ASTM A615/A615M Table(s) la/lb. Bending Bends to be completed in shop, cold, true to shapes shown on PLANS. Any irregularities in bending are cause for rejection. Bars to be detailed in accordance with ACI 315. The inside diameter of bar bends, in terms of NON - STANDARD/ 10;25/03 03210 - Page 2 of 6 REMORCEVG STEEL JOB NO. 052 131124.0001 nominal bar diameter (d) of bar which is bent, to be in accordance with ACI 315. 3. Fabrication tolerances in accordance with ACI 315 except as necessary to satisfy clearance requirements indicated within paragraph 3.03 A.2. of this Specification Section. 4. Splices a. Except where otherwise shown on PLANS are not permitted without ENGINEER'S prior written approval. b. Not permitted in main reinforcement at points of maximum stress, unless shown otherwise on PLANS. C. When not indicated on PLANS, but permitted with prior ENGINEER's written approval, subject to the following: 1) Not larger than No. 8 bars. 2) Not permitted in bars 30 feet or less in length, except vertical. 3) Splices center to center not less than 30 feet, and no individual bar length less than 10 feet. 4) Maintain specified concrete cover and tie bars together securely. 5) Stagger main bar splices in adjacent bars a minimum of two splice lengths. d. Lap Splices 1) Lap bars in accordance with table shown on PLANS. 2) Lap bars so that both bars will be in the same plane parallel with the nearest concrete surface. 3) All splices to be full contact lap splices and securely tied together. e. Welded Splices 1) Procedures and electrodes as specified in AWS DIA. 2) For bars No. 6 and smaller, use lap weld splices with fillet weld equal to one -half bar diameter on each side for 4 inches in length. 3) For bars No. 7 and larger, use butt weld splices in accordance with AWS D1.4. NON - STANDARD/ 10/25/03 03210 - Page 3 Of 6 REINFORCING STEEL JOB NO. 052 131124.0001 4) Prepare ends for butt welding in the field, and deliver bars of sufficient length to permit this practice. f All splices, whether lap weld, mechanical, or coupler, to develop full strength of bar. B. Reinforcing Steel Deformed, conforming to ASTM A615/A615M Grade 40 and Grade 60, as shown on PLANS. 2. Welded wire fabric conforming to ASTM A185. 3. Cold drawn steel wire conforming to ASTM A82. 4. Spiral reinforcement to be deformed bars conforming to ASTM A615/A615M, or smooth bars or wire conforming to ASTM A82. 5. Smooth dowels for expansion joints, conforming to ASTM A615/A615M Grade 60. C. Epoxy Unless otherwise specified or shown, the epoxy for grouting reinforcement into existing concrete to conform to the materials as specified in Section 03001 (Concrete) within these Contract Documents or as shown on PLANS. PART 3 EXECUTION 3.01 - 3.02 (NOT USED) 3.03 ERECTION /INSTALLATION /APPLICATION AND /OR CONSTRUCTION A. Place reinforcing steel in positions indicated on PLANS and approved shop drawings. 1. Dimensions shown on PLANS are to centers of bars, unless otherwise noted. 2. Hold bars securely in place with tie wires and other approved means during _ placement of concrete. a. In plane of steel parallel to nearest surface of concrete, bars not to _ vary from placement shown on PLANS, by more than one - twelfth of spacing between bars. b. In plane of steel perpendicular to nearest surface of concrete, bars not , to vary from placement shown on PLANS, by more than' /4 -inch. 3. Looped wire bar ties ( "pig tails ") will be permitted for concrete pavement only. Do not use looped wire bar ties ( "pig tails ") for structural concrete. NON - STANDARD/ 10/25/03 03210 - Page 4 of 6 REINFORCING STEEL JOB NO. 052 131124.0001 4. Do not tack weld reinforcing. _ 5. Space steel required distance from forms or earth by galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or precast mortar or concrete blocks. Prior to installation receive _ approval from the ENGINEER of spacers or precast mortar concrete blocks. a. For approval of plastic spacers, provide samples of plastic which show no indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. b. Cast precast block, maximum 2 -%2 inches square, to thickness required for proper reinforcement clearance from forms, or seal slabs. 6. Use galvanized metal chairs to support all reinforcing steel. For pavement use plastic chairs as manufactured by Sheplers (or approved equal) or metal chairs to support all reinforcing steel. Metal chairs for pavement need not be galvanized. Spacing for plastic or metal chairs to be 24 -inch, center to center each way to support reinforcing in concrete pavement. Metal chairs to be secured with wire to the reinforcing steel. 7. Use heavy bolster to support bottom layer of reinforcing in abutment caps, bent caps, and other beams. 8. In bridge deck slab, use two rows of supports for bottom layer of reinforcing parallel to beams for each bay between beams. Use high chairs to support top layer. 9. Clean all mortar, mud, dirt, etc. from reinforcement before placing concrete. .. 10. Protect exposed steel from corrosion or other damage. 11. Correct placement of steel to be verified by CONTRACTOR before concrete is placed. 12. Provide adequate support for reinforcement extending out of formwork to _ ensure proper alignment. 13. Tie reinforcing steel for all structural slabs at all intersections, except where spacing is less than one foot in each direction, alternate intersections only need to be tied. Tie reinforcing steel in concrete pavement at a minimum of alternate intersections. 14. For reinforcing steel cages for other structural members, tie steel at enough intersections to provide a rigid cage of steel. B. Grout reinforcing steel into existing concrete when shown on PLANS. 1. Holes to receive reinforcement may be wet or dry drilled using rotating machines only. NON - STANDARD/ 10/25/03 03210 - Page 5 of 6 REINFORCING STEEL JOB NO. 052 131124.0001 2. Drill holes within 1 /4 -inch of the location shown on PLANS. 3. Flush wet drilled holes with clean water to remove residue and blow out using oil -free compressed air. 4. Blow out dry drilled holes with oil -free compressed air. 5. Clean oil- contaminated hole using appropriate solvents and bottle brush. Solvents to be flushed and hole blown out with oil -free compressed air. _. 6. Backfill over - drilled holes with epoxy grout. 7. Reinforcement grouted in place to be free of contaminants. Use the appropriate solvents and wire brushing to remove contaminants. 8. Provide adequate support for reinforcement to ensure alignment and maintain reinforcement in the center of the drilled hole. 3.04 - 3.11 (NOT USED) END OF SECTION NON - STANDARD/ 10/25/03 03210 - Page 6 of 6 REINFORCING STEEL JOB NO. 052 131124.0001 SECTION 03346 CONCRETE FLOOR SEALER _ PART] GENERAL 1.01 RELATED DOCUMENTS A. Provisions established within the General and Supplementary General Conditions of the Contract, Division 1 - General Requirements, and the Drawings are collectively applicable to this Section. 1.02 SECTION INCLUDES ^ A. Concrete floor sealer. 1.03 RELATED SECTIONS A. Section 01600 — Material and Equipment. B. Section 03001 — Concrete. ^, C. Section 03112 — Concrete Structures. 1.04 QUALITY ASSURANCE A. Applicator: Company specializing in concrete floor surface finishing with 5 years experience. B. Furnish sealer in manufacturer's packaging with application instructions. C. Conform to ACI 301. 1.05 PRODUCT DATA �. A. Submit product data for specified products under provisions of Section 4 (Specific Project Requirements). B. Submit manufacturers' written installation instructions under provisions of Section 4 (Specific Project Requirements), 1.06 ENVIRONMENTAL REQUIREMENTS A. Maintain ambient temperature during curing period above 70 degrees F for 3 days or above 50 degrees F for 5 days. _ B. Protect from rain or running water. NON - STANDARD/ 2/7/2004 03346 - Page 1 of 2 CONCRETE FLOOR SEALER JOB NO, 052 131124.0001 GSRA 1 #1542 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products under provisions of Section 01600 (Material and Equipment). B. Deliver materials in manufacturer's packaging including application instructions. PART 2 PRODUCTS 2.01 MATERIALS A. Sealer: Dress and Seal as made by L & M Construction Chemicals, Inc., or Day -Chem Cure and Seal (26 %). B. Substitutions in accordance with the requirements outlined in Section 1 (Bidding Documents). PART 3 EXECUTION 3.01 INSPECTION A. Verify floor surfaces are acceptable for application of this work. B. Remove all stains and dirt from surfaces to be sealed. C. Beginning of installation means acceptance of surfaces. 3.02 FLOOR FINISHING A. Apply sealer in accordance with manufacturer's instructions on scheduled floor surfaces. 3.03 CONCRETE CURING AND PROTECTION A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. In hot, dry, and windy weather, protect concrete from rapid moisture loss before and during finishing operations with an evaporation - control material. Apply in accordance with manufacturer's instructions after screeding and bull floating, but before power floating and troweling. B. Protect floors from damage due to construction following application of sealer. 3.04 — 3.11 (NOT USED) END OF SECTION NON- STANDARD/ 2/7/2004 03346 - Page 2 of 2 CONCRETE FLOOR SEALER JOB NO, 052 131124.0001 GSRA / 91542 SECTION 04810 UNIT MASONRY ASSEMBLIES PART1 GENERAL 1.01 SUMMARY This Section includes unit masonry assemblies consisting of the following: A. Concrete masonry units. B. Face brick. C. Mortar and grout. ^ D. Reinforcing steel. E. Masonry joint reinforcement. F. Ties and anchors. _ G. Embedded flashing. H. Miscellaneous masonry accessories. I. Cavity -wall ins ation. y 1.02 RELATED REQUIREMENTS A. PLANS and general provisions of the Contract, including General and Supplementary _ Conditions and Division 1 Specification Sections, apply to this Section. B. Related Sections include the following: 1. Section 07115 — Bituminous Dampproofing (for dampproofing applied to cavity face of backup wythes of cavity walls). 2. Section 07620 — Sheet Metal Flashing and Trim (for exposed sheet metal flashing). C. Products installed, but not furnished, under this Section include the following: 1. Steel lintels and shelf angles for unit masonry, furnished under Section 05010 (Metals for Structures). 2. Hollow -metal frames in unit masonry openings, furnished under Section 08110 (Steel Doors and Frames). NON - STANDARD/ 1129/2004 04810 - Page 1 of 19 UNIT MASONRY ASSEMBLIES JOB NO. 052 131124.0001 GSRA / #1542 1.03 DEFINITIONS A. Reinforced Masonry: Masonry containing reinforcing steel in grouted cells. — 1.04 PERFORMANCE REQUIREMENTS A. Provide unit masonry that develops the following net -area compressive strengths (fm) at 28 days. Determine compressive strength of masonry by testing masonry prisms according to ASTM C 1314. 1. For Concrete Unit Masonry: fm = 2500 psi . 2. For Brick Unit Masonry: fm = 2500 psi. 1.05 SUBMITTALS A. Product Data: For each different masonry unit, accessory, and other manufactured product specified. B. Shop Drawings: Show fabrication and installation details for the following: 1. Reinforcing Steel: Detail bending and placement of unit masonry reinforcing bars. Comply with ACI 315, "Details and Detailing of Concrete Reinforce- ment." Show elevations of reinforced walls. —. C. Samples for Initial Selection: 1. Brick unit masonry Samples in small -scale form showing the full range of colors and textures available for each different exposed face brick masonry unit required. D. Material Test Reports: From a qualified testing agency indicating and interpreting test results of the following for compliance with requirements indicated: — 1. Each type of masonry unit required. a. Include size - variation data for brick, verifying that actual range of sizes falls within specified tolerances. 2. Mortar complying with property requirements of ASTM C 270. 3. Grout mixes complying with compressive strength requirements of _ ASTM C 476. Include description of type and proportions of grout ingredi- ents. NON - STANDARD/ 1/29/2004 04810 - Page 2 of 19 UNIT MASONRY ASSEMBLIES JOB NO. 052131124.0001 OSRA/ #1542 -- E. Material Certificates: Signed by manufacturers certifying that each of the following items complies with requirements: 1. Each type of masonry unit required. a. Include size- variation data for brick, verifying that actual range of sizes falls within specified tolerances. _ 2. Each cement product required for mortar and grout, including name of manu- facturer, brand, type, and weight slips at time of delivery. 3. Each material and grade indicated for reinforcing bars. 1.06 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent testing agency, acceptable to authori- ties having jurisdiction, qualified according to ASTM C 1093 to conduct the testing indicated, as documented according to ASTM E 548. B. Source Limitations for Masonry Units: Obtain exposed masonry units of a uniform texture and color, or a uniform blend within the ranges accepted for these characteris- tics, through one source from a single manufacturer for each product required. C. Source Limitations for Mortar Materials: Obtain mortar ingredients of a uniform quality, including color for exposed masonry, from one manufacturer for each cemen- titious component and from one source or producer for each aggregate. D. Mockups: Before installing unit masonry, build mockup to verify selections made under sample Submittals and to demonstrate aesthetic effects and qualities of materi- als and execution. Build mockups to comply with the following requirements, using materials indicated for the completed Work: 1. Locate mockup in the locations indicated or, if not indicated, as directed by ENGINEER. 2. Build mockups for the following types of masonry in sizes approximately 80 inches long by 48 inches high by full thickness, including face and backup wythes and accessories. Include a sealant - filled joint at least 24 inches long in each mockup. a. Typical exterior wall with through -wall flashing installed for a 24- inch length in corner of mockup approximately 16 inches down from top of mockup, with a 12 -inch length of flashing left exposed to view (omit masonry above half of flashing). 3. Clean exposed faces of mockups with masonry cleaner as indicated. 4. Notify ENGINEER seven days in advance of dates and times when mockups — will be constructed. NON - STANDARD/ 1/29/2004 04810 - Page 3 of 19 UNIT MASONRY ASSEMBLIES JOB NO. 052 131124.0001 GSRA 1 #1542 5. Maintain mockups during construction in an undisturbed condition as a Stan- dard for judging the completed Work. 6. Approval of mockups is for color, texture, and blending of masonry units; re- lationship of mortar and sealant colors to masonry unit colors; tooling of joints; and aesthetic qualities of workmanship. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. E. Preconstruction Testing Service: OWNER will engage a qualified independent test- ing agency to perform preconstruction testing indicated below. Payment for these services will be made by OWNER. Retesting of materials failing to meet specified requirements shall be done at CONTRACTOR'S expense. Clay Masonry Unit Test: For each clay masonry unit indicated, per ASTM C 67. 2. Concrete Masonry Unit Test: For each concrete masonry unit indicated, per ASTM C 140. Prism Test: For each type of wall construction indicated, per ASTM C 1314. 4. Grout Test: For compressive strength per ASTM C 1019. Fire - Resistance Ratings: Where indicated, provide materials and construction identical to those of assemblies with fire- resistance ratings determined per ASTM E 119 by a testing and inspecting agency, by equivalent concrete masonry thickness, or by another means, as acceptable to authorities having jurisdiction. 1.07 DELIVERY, STORAGE, AND HANDLING A. Store masonry units on elevated platforms in a dry location. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof sheeting, se- curely tied. If units become wet, do not install until they are dry. Protect Type I concrete masonry units from moisture absorption so that, at the time of installation, the moisture content is not more than the maximum al- lowed at the time of delivery. B. Store cementitious materials on elevated platforms, under cover, and in a dry loca- tion. Do not use cementitious materials that have become damp. C. Store aggregates where grading and other required characteristics can be maintained and contamination avoided. D. Deliver preblended, dry mortar mix in moisture- resistant containers designed for lift- ing and emptying into dispensing silo. Store preblended, dry mortar mix in delivery NON - STANDARD/ 1/29/2004 04810 - Page 4 of 19 UNIT MASONRY ASSEMBLIES JOB NO, 052 131124.0001 GSRA / #1542 containers on elevated platforms, under cover, and in a dry location or in a metal dis- pensing silo with weatherproof cover. E. Store masonry accessories, including metal items, to prevent corrosion and accumula- tion of dirt and oil. 1.08 PROJECT CONDITIONS A. Protection of Masonry: During construction, cover tops of walls, projections, and sills with waterproof sheeting at end of each day's work. Cover partially completed masonry when construction is not in progress. 1. Extend cover a minimum of 24 inches down both sides and hold cover se- curely in place. B. Do not apply uniform floor or roof loads for at least 12 hours and concentrated loads for at least 3 days after building masonry walls or columns. C. Stain Prevention: Prevent grout, mortar, and soil from staining the face of masonry to be left exposed or painted. Immediately remove grout, mortar, and soil that come in contact with such masonry. 1. Protect base of walls from rain - splashed mud and from mortar splatter by coverings spread on ground and over wall surface. 2. Protect sills, ledges, and projections from mortar droppings. 3. Protect surfaces of window and door frames, as well as similar products with painted and integral finishes, from mortar droppings. 4. Turn scaffold boards near the wall on edge at the end of each day to prevent rain from splashing mortar and dirt onto completed masonry. D. Cold- Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen substrates. Remove and replace unit masonry damaged by frost or by freezing conditions. Comply with cold - weather construction re- quirements contained in ACI 530.1 /ASCE 6 /TMS 602. 1. Cold- Weather Cleaning: Use liquid cleaning methods only when air tempera- - ture is 40 deg F and above and will remain so until masonry has dried, but not less than 7 days after completing cleaning. E. Hot - Weather Requirements: Protect unit masonry work when temperature and humidity conditions produce excessive evaporation of water from mortar and grout. Provide artifi- cial shade and wind breaks and use cooled materials as required. 1. When ambient temperature exceeds 100 deg F, or 90 deg F with a wind ve- locity greater than 8 mph, do not spread mortar beds more than 48 inches ahead of masonry. Set masonry units within one minute of spreading mortar. NON - STANDARD/ 1/29/2004 04810 - Page 5 of 19 UNIT MASONRY ASSEMBLIES SOB NO. 052 131124.0001 GSRA / #1542 PART 2 PRODUCTS 2.01 CONCRETE MASONRY UNITS A. General: Provide shapes indicated and as follows: 1. Provide special shapes for lintels, comers, jambs, control joints, headers, bonding, and other special conditions. B. Concrete Masonry Units: ASTM C 90 and as follows: 1. Weight Classification: Normal weight. 2. Provide Type I, moisture - controlled units. 3. Size (Width): Manufactured to the following dimensions: a. 8 inches nominal; 7 -5/8 inches actual. b. 6 inches nominal; 5 -5/8 inches actual. 2.02 BRICK A. General: Provide shapes indicated and as follows for each form of brick required: 1. Provide units without cores or frogs and with exposed surfaces finished for ends of sills and caps and for similar applications that would otherwise ex- pose unfinished brick surfaces. B. Provide special shapes for applications requiring brick of size, form, color, and tex- ture on exposed surfaces that cannot be produced by sawing. 1. Provide special shapes for applications where stretcher units cannot accom- modate special conditions, including those at corners, movement joints, bond beams, sashes, and lintels. C. Face Brick: ASTM C 216, Grade MW or SW, Type FBS, and as follows: 1. Initial Rate of Absorption: Less than 20 g/30 sq. in. per minute when tested _ per ASTM C 67. 2. Efflorescence: Provide brick that has been tested according to ASTM C 67 and is rated "not effloresced." 3. Surface Coloring: Brick with surface coloring, other than flashed or sand- _ finished brick, shall withstand 50 cycles of freezing and thawing per ASTM C 67 with no observable difference in the applied finish when viewed from 10 feet. _ NON- STANDARD/ 1/29/2004 04810 - Page 6 of 19 UNIT MASONRY ASSEMBLIES JOB NO. 052 131124.0001 GSRA / # 1542 4. Size: Manufactured to the following actual dimensions: a. Modular: 3 -1/2 to 3 -5/8 inches wide by 2 -1/4 inches high by 7 -1/2 to 7 -5/8 inches long. 5. Color and Texture: As scheduled on Plans. 2.03 MORTAR AND GROUT MATERIALS A. Portland Cement: ASTM C 150, Type I or II, except Type III may be used for cold - weather construction. Provide natural color or white cement as required to produce mortar color indicated. B. Mortar Classification: ASTM C 207, Type M. C. Aggregate for Mortar: ASTM C 144; except for joints less than 1/4 inch thick, use aggregate graded with 100 percent passing the No. 16 sieve. D. Aggregate for Grout: ASTM C 404. E. Water: Potable. 2.04 REINFORCING STEEL A. Uncoated Steel Reinforcing Bars: ASTM A 615/A; ASTM A 616/A, including Supplement 1; or ASTM A 617/A, Grade 60. 2.05 MASONRY JOINT REINFORCEMENT A. General: ASTM A 951 and as follows: 1. Hot -dip galvanized, carbon -steel wire for both interior and exterior walls. 2. Wire Size for Side Rods: W1.7 or 0.148 -inch for 8 inch concrete masonry construction, or W2.8 or 0.188 -inch diameter for 12 inch masonry construc- tion. 3. Wire Size for Cross Rods: W 1.7 or 0.148 -inch for 8 inch concrete masonry construction, or W2.8 or 0.188 -inch diameter for 12 inch masonry construc- t tion. 4. Provide in lengths of not less than 10 feet, with prefabricated comer and tee units where indicated. 2.06 TIES AND ANCHORS, GENERAL A. General: Provide ties and anchors, specified in subsequent articles, made from mate- rials that comply with this Article, unless otherwise indicated. NON - STANDARD/ 1/29/2004 04810 - Page 7 of 19 U JOB NO. 052 131124.0001 NIT MASONRY ASSEMBLIES GSRA / # 1 542 B. Hot -Dip Galvanized Carbon -Steel Wire: ASTM A 82; with ASTM A 153, Class B -2 coating. C. Galvanized Steel Sheet: ASTM A 653/A 653M, G60 (Z180), commercial - quality, steel sheet zinc coated by hot -dip process on continuous lines before fabrication. D. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. 2.07 RIGID ANCHORS A. General: Fabricate from steel bars as follows: 1 -1/2 inches wide by 1/4 inch thick by 24 inches long, with ends turned up 2 inches or with cross pins. 2. As indicated. 3. Finish: Hot -dip galvanized to comply with ASTM A 153. 2.08 BENT WIRE TIES A. General: Rectangular units with closed ends and not less than 4 inches wide. Z- shaped ties with ends bent 90 degrees to provide hooks not less than 2 inches long may be used for masonry constructed from solid units or hollow units laid with cells horizontal. 1. Where coursing between wythes does not align, use adjustable ties composed of 2 parts; 1 with pintles, the other with eyes; with maximum misalignment of 1 -1/4 inches. 2. Where wythes are of different materials, use adjustable ties composed of 2 parts; 1 with pintles, the other with eyes; with maximum misalignment of 1- 1/4 inches. 2.09 EMBEDDED FLASHING MATERIALS A. General: Install sheet metal wall flashing to intercept and exclude penetrating mois- ture according to SMACNA recommendations and as indicated. Coordinate installa- tion of wall flashing with installation of wall - opening components such as louvers and doors. B. Metal Flashing: Fabricate from the following metal complying with requirements be- low: 1 Stainless Steel: Meeting requirements of ASTM Al 67; 26 ga., soft annealed, Type 304. NON- STANDARD/ 1/292004 04810 - Page 8 of 19 UNIT MASONRY ASSEMBLIES 108 NO. 052 U 1 124.0001 GSRA / #1542 2. Fabricate through -wall metal flashing embedded in masonry from sheet metal indicated above and with ribs at 3 -inch intervals along length of flashing to provide an integral mortar bond. 3. Fabricate metal expansion joint strips from sheet metal indicated above, formed to shape indicated. 4. Fabricate metal drip edges from sheet metal indicated above. Extend at least 3 inches into wall and 1/2 inch out from wall, with a hemmed outer edge bent down 30 degrees. 5. Fabricate metal flashing terminations from sheet metal indicated above. Ex- tend at least 3 inches into wall and out to exterior face of wall. At exterior face of wall, bend metal back on itself for 3/4 inch and then down into joint 3/8 inch to form a stop for retaining sealant backer rod. C. Solder and Sealants for Sheet Metal Flashings: As specified in Section 07620 (Sheet Metal Flashing and Trim). D. Adhesives, Primers, and Seam Tapes for Flashings: Flashing manufacturer's standard products or products recommended by the flashing manufacturer for bonding flashing sheets to each other and to substrates. E. Products: Subject to compliance with requirements, provide one of the following: Metal Flashing: a. Cheney Flashing (Dovetail Interlocking); Cheney Flashing Company, Inc. b. Keystone 3 -Way Interlocking Thruwall Flashing; Keystone Flashing Co. 2.10 MISCELLANEOUS MASONRY ACCESSORIES A. Compressible Filler: Premolded filler strips complying with ASTM D 1056, Grade 2A1; compressible up to 35 percent; of width and thickness indicated; formulated from neo- prene. �- B. Round Plastic WeepNent Tubing: Medium - density polyethylene, 3/8 -inch OD by 4 inches long. C. Cavity Drainage Material: 2 -inch- thick, free - draining mesh; made from polyethylene strands and shaped to avoid being clogged by mortar droppings. D. Reinforcing Bar Positioners: Wire units designed to fit into mortar bed joints span- ning masonry unit cells with loops for holding reinforcing bars in center of cells. Units are formed from 0.142 -inch steel wire, hot -dip galvanized after fabrication. NON - STANDARD/ 1/29/2004 04810 - Page 9 of 19 UNIT MASONRY ASSEMBLIES JOB NO. 052 131 124.0001 GSRA / #1542 I . Provide units with either two loops or four loops as needed for number of ^ bars indicated. E. Products: Subject to compliance with requirements, provide one of the following: I. Cavity Drainage Material: a. CavClear Masonry Mat; CavClear. b. Mortar Net; Mortar Net USA, Ltd. 2. Reinforcing Bar Positioners: a. D/A 811; Dur- O -Wal, Inc. b. No. 376 Rebar Positioner; Heckman Building Products, Inc. C. #RB Rebar Positioner; Hohmann & Barnard, Inc. F. Substitutions in accordance with the requirements outlined in Section 1 (Bidding Documents). 2.11 CAVITY -WALL INSULATION A. Extruded - Polystyrene Board Insulation with Increased R- Value: Rigid, cellular, poly- styrene thermal insulation with closed cells and integral high - density skin; formed by the expansion of polystyrene base resin with a carbon -black filler in an extrusion process to comply with ASTM C 578, Type IV, but with an aged thermal resistance (R- value) for 1 -inch thickness of 5.6 deg F x h x sq. ft. /Btu at 75 deg F at 5 years. B. Adhesive: Type recommended by insulation board manufacturer for application indi- cated. 2.12 MASONRY CLEANERS A. Job -Mixed Detergent Solution: Solution of 1/2 -cup dry measure tetrasodium poly- _ phosphate and 1/2 -cup dry measure laundry detergent dissolved in 1 gal. of water. 2.13 MORTAR AND GROUT MIXES A. General: Do not use admixtures, including pigments, air - entraining agents, accelera- tors, retarders, water - repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. 1. Do not use calcium chloride in mortar or grout. NON - STANDARD/ 1/29/2004 04810 - Page 10 of 19 UNIT MASONRY ASSEMBLIES JOB NO, 052 131124.0001 GSRA / #1542 B. Mortar for Unit Masonry: Comply with ASTM C 270, Property Specification. I. Extended -Life Mortar for Unit Masonry: Mortar complying with ASTM C 1142 maybe used instead of mortar specified above, at CONTRACTOR's op- tion. 2. Limit cementitious materials in mortar to portland cement, mortar cement, and lime. 3. For masonry below grade, in contact with earth, and where indicated, use Type S. C. Grout for Unit Masonry: Comply with ASTM C 476. 1. Use grout of type indicated or, if not otherwise indicated, of type (fine or coarse) that will comply with Table 5 of ACI 530.1 /ASCE 6 /TMS 602 for dimensions of grout spaces and pour height. 2. Provide grout with a slump of 8 to 11 inches as measured according to ASTM C 143. PART 3 EXECUTION 3.01 EXAMINATION A. Examine conditions, with Installer present, for compliance with requirements for in- stallation tolerances and other conditions affecting performance. 1. Verify that foundations are within tolerances specified. 2. Verify that reinforcing dowels are properly placed. 3. Proceed with installation only after unsatisfactory conditions have been cor- rected. B. Before installation, examine rough -in and built -in construction to verify actual loca- tions of piping connections. 3.02 INSTALLATION, GENERAL A. Thickness: Build cavity and composite walls and other masonry construction to the full thickness shown. Build single -wythe walls to the actual widths of masonry units, using units of widths indicated. B. Build chases and recesses to accommodate items specified in this Section and in other Sections of the Specifications. NON - STANDARD/ 1/29/2004 JOB NO, 052 131124.0001 04810 - Page 11 of 19 UNIT MASONRY ASSEMBLIES GSRA 1 #1542 C. Leave openings for equipment to be installed before completing masonry. After in- stalling equipment, complete masonry to match the construction immediately adja- cent to the opening. —. D. Cut masonry units with motor - driven saws to provide clean, sharp, unchipped edges. Cut units as required to provide a continuous pattern and to fit adjoining construction. Where possible, use full -size units without cutting. Allow units cut with water - cooled saws to dry before placing, unless wetting of units is specified. Install cut units with cut surfaces and, where possible, cut edges concealed. E. Select and arrange units for exposed unit masonry to produce a uniform blend of col- ors and textures. Mix units from several pallets or cubes as they are placed. F. Wetting of Brick: Wet brick before laying if the initial rate of absorption exceeds 30 g/30 sq. in. per minute when tested per ASTM C 67. Allow units to absorb water so they are damp but not wet at the time of laying. 3.03 CONSTRUCTION TOLERANCES A. Comply with tolerances in ACI 530.1 /ASCE 6 /TMS 602 and the following: B. For conspicuous vertical lines, such as external corners, door jambs, reveals, and ex- pansion and control joints, do not vary from plumb by more than 1/4 inch in 20 feet, nor 1/2 inch maximum. C. For vertical alignment of exposed head joints, do not vary from plumb by more than 1/4 inch in 10 feet, nor 1/2 inch maximum. D For conspicuous horizontal lines, such as exposed lintels, sills, parapets, and reveals, do not vary from level by more than 1/4 inch in 20 feet, with a maximum thickness limited to 1/2 inch. E. For exposed bed joints, do not vary from thickness indicated by more than plus or minus 1/8 inch, with a maximum thickness limited to 1/2 inch. Do not vary from bed -joint thickness of adjacent courses by more than 1/8 inch. F. For exposed head joints, do not vary from thickness indicated by more than plus or minus 1/8 inch. Do not vary from adjacent bed joint and head -joint thickness by more than 1/8 inch. 3.04 LAYING MASONRY WALLS A. Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint thickness and for accurate location of openings, movement -type joints, returns, and offsets. Avoid using less- than - half -size units, particularly at corners, jambs, and, where possible, at other locations. NON - STANDARD/ 1/29/2004 04810 - Page 12 of 19 UNIT MASONRY ASSEMBLIES JOB NO. 052 131124.0001 GSRA / #1542 B. Bond Pattern for Exposed Masonry: Lay exposed masonry in the following bond pat - tem; do not use units with less than nominal 4 -inch horizontal face dimensions at corners or jambs. I . One -third running bond. C. Lay concealed masonry with all units in a wythe in running bond or bonded by lap- ping not less than 2 inches. Bond and interlock each course of each wythe at comers. Do not use units with less than nominal 4 -inch horizontal face dimensions at corners or jambs. D. Stopping and Resuming Work: In each course, rack back one - third -unit length; do not tooth. Clean exposed surfaces of set masonry, wet clay masonry units lightly if required, and remove loose masonry units and mortar before laying fresh masonry. E. Built -in Work: As construction progresses, build in items specified under this and other Sections of the Specifications. Fill in solidly with masonry around built -in items. F. Fill space between hollow -metal frames and masonry solidly with mortar, unless oth- erwise indicated. G. Where built -in items are to be embedded in cores of hollow masonry units, place a .. layer of metal lath in the joint below and rod mortar or grout into core. H. Fill cores in hollow concrete masonry units with grout 24 inches under bearing plates, beams, lintels, posts, and similar items, unless otherwise indicated. I. Build non -load bearing interior partitions full height of story to underside of solid floor or roof structure above, unless indicated otherwise. 1. Install compressible filler in joint between top of partition and underside of .. structure above. 2. Wedge non -load bearing partitions against structure above with small pieces .. of tile, slate, or metal. Fill joint with mortar after dead load deflection of structure above approaches final position. 3.05 MORTAR BEDDING AND JOINTING A. Lay hollow masonry units as follows: 1. With full mortar coverage on horizontal and vertical face shells. 2. Bed webs in mortar in starting course on footings and in all courses of piers, columns, and pilasters, and where adjacent to cells or cavities to be filled with grout. NON- STANDARD/ 1/29/2004 04810 - Page 13 of 19 UNIT MASONRY ASSEMBLIES JOB NO. 052 131124.0001 GSRA / #1542 For starting course on footings where cells are not grouted, spread out full mortar bed, including areas under cells. B. Lay solid brick -size masonry units with completely filled bed and head joints; butter ends with sufficient mortar to fill head joints and shove into place. Do not deeply furrow bed joints or slush head joints. At cavity walls, bevel beds away from cavity, to minimize mortar protrusions into cavity. As work progresses, trowel mortar fins protruding into cavity flat against the cavity face of the brick. C. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than the joint thickness, unless otherwise indicated. D. Cut joints flush for masonry walls to receive plaster or other direct - applied finishes (other than paint), unless otherwise indicated. 3.06 CAVITIES A. Keep cavities clean of mortar droppings and other materials during construction. Strike joints facing cavities flush. Use wood strips temporarily placed in cavity to collect mortar droppings. As work progresses, remove strips, clean off mortar droppings, and replace in cavity. B. Coat cavity face of backup wythe to comply with Section 07115 (Bituminous Damp - proofing). C. Installing Cavity -Wall Insulation: Place small dabs of adhesive, spaced approxi- mately 12 inches on centers both ways, on inside face of insulation boards, or attach with plastic fasteners designed for this purpose. Fit courses of insulation between wall ties and other confining obstructions in cavity, with edges butted tightly both ways. Press units firmly against inside wythe of masonry or other construction as shown. 1. Fill cracks and open gaps in insulation with crack sealer compatible with in- sulation and masonry. 3.07 MASONRY JOINT REINFORCEMENT A. General: Provide continuous masonry joint reinforcement as indicated. Install entire length of longitudinal side rods in mortar with a minimum cover of 5/8 inch on exte- rior side of walls, 1/2 inch elsewhere. Lap reinforcement a minimum of 6 inches. Space reinforcement not more than 16 inches on centers. NON - STANDARD / 1/29/2004 04810 - Page 14 of 19 UMT MASONRY ASSEMBLIES JOB NO. 052 131124.0001 GSRA / N1542 2. Provide reinforcement not more than 8 inches above and below wall openings and extending 12 inches beyond openings. a. Reinforcement above is in addition to continuous reinforcement. B. Cut or interrupt joint reinforcement at control and expansion joints, unless otherwise indicated. C. Provide continuity at corners and wall intersections by using prefabricated "L" and "T" sections. Cut and bend reinforcing units as directed by manufacturer for continu- ity at returns, offsets, column fireproofing, pipe enclosures, and other special condi- tions. 3.08 ANCHORING MASONRY VENEERS A. Anchor masonry veneers to concrete and masonry backup with masonry- veneer an- chors to comply with the following requirements: 1. Embed connector sections and continuous wire in masonry joints. _ 2. Locate anchor sections to allow maximum vertical differential movement of ties up and down. 3. Space anchors as indicated, but not more than 18 inches on centers vertically and 24 inches on centers horizontally, with not less than 1 anchor for each 2 sq. ft of wall area. Install additional anchors within 12 inches of openings and at intervals, not exceeding 8 inches, around the perimeter. 4. Install additional anchors within 12 inches of openings and at intervals, not .. exceeding 36 inches, around perimeter. 3.09 CONTROL AND EXPANSION JOINTS A. General: Install control and expansion joints in unit masonry where indicated. Build -in related items as masonry progresses. Do not form a continuous span through movement joints unless provisions are made to prevent in -plane restraint of wall or partition movement. B. Form control joints in concrete masonry as follows: 1. Install interlocking units designed for control joints. Install bond - breaker strips at joint. Keep head joints free and clear of mortar or rake joint. C. Form expansion joints in brick made from clay or shale as follows: 1. Form open joint of width indicated, but not less than 3/8 inch for installation of sealant and backer rod specified in Section 07920 (Joint Sealants). Keep joint free and clear of mortar. NON- STANDARD/ 1/29/2004 04810 - Page 15 of 19 UNIT MASONRY ASSEMBLIES JOB NO, 052 131124.0001 OSRA 1 #1542 D. Build in horizontal, pressure - relieving joints where indicated; construct joints by ei- ther leaving an air space or inserting a compressible filler of width required for in- stalling sealant and backer rod specified in Section 07920 (Joint Sealants). Locate horizontal, pressure - relieving joints beneath shelf angles supporting masonry veneer and attached to structure behind masonry veneer. 3.10 LINTELS A. Provide masonry lintels where shown and where openings of more than 12 inches for brick -size units and 24 inches for block -size units are shown without structural steel or other supporting lintels. Provide prefabricated or built -in -place masonry lintels. Use specially formed bond beam units with reinforcing bars placed as indicated and filled with .� coarse grout. Cure precast lintels before handling and installing. Temporar- ily support built -in -place lintels until cured. 3.11 FLASHING, WEEP HOLES, AND VENTS A. General: Install embedded flashing and weep holes in masonry at shelf angles, lin- tels, ledges, other obstructions to downward flow of water in wall, and where indi- cated. B. Prepare masonry surfaces so they are smooth and free from projections that could puncture flashing. Unless otherwise indicated, place through -wall flashing on slop- ing bed of mortar and cover with mortar. Before covering with mortar, seal penetra- tions in flashing with adhesive, sealant, or tape as recommended by flashing manu- facturer. C. Install flashing as follows: At masonry- veneer walls, extend flashing from exterior face of veneer, _ through veneer, up face of back up wall at least 8 inches. 2. At lintels and shelf angles, extend flashing a minimum of 4 inches into ma- sonry at each end. 3. At heads and sills, extend flashing 4 inches at ends and turn flashing up not _ less than 2 inches to form a pan. 4. Interlock end joints of ribbed sheet metal flashing by overlapping ribs not less _ than 1 -1/2 inches or as recommended by flashing manufacturer, and seal lap with elastomeric sealant complying with requirements in Section 07920 (Joint Sealants) for application indicated. _ 5. Install metal flashing termination beneath flashing at exterior face of wall. Stop flashing 1/2 inch back from outside face of wall and adhere flashing to _ top of metal flashing termination. NON - STANDARD/ 1/29/2004 04810 - Page 16 of 19 UNIT MASONRY ASSEMBLIES JOB NO. 052131124.0001 GSRA /x1542 _ I 6. Cut flashing off flush with face of wall after masonry wall construction is completed. D. Install weep holes in the head joints in exterior wythes of the first course of masonry immediately above embedded flashing and as follows: Use round plastic tubing or open head joints to form weep holes. 2. Space weep holes 24 inches on centers. 3. In cavities, place pea gravel to a height equal to height of first course, but not less than 2 inches, immediately above top of flashing embedded in the wall, as masonry construction progresses, to splatter mortar droppings and to main- tain drainage. 4. Place cavity drainage material immediately above flashing in cavities. E. Install vents in vertical head joints at the top of each continuous cavity at spacing in- dicated. Use round plastic tubing or open head joints to form vents. 1. Close cavities off vertically and horizontally with blocking in manner indi- cated. Install through -wall flashing and weep holes above horizontal block- ing. F. Install reglets and nailers for flashing and other related construction where they are shown to be built into masonry. 3.12 REINFORCED UNIT MASONRY INSTALLATION A. Temporary Formwork and Shores: Construct formwork and shores to support rein- forced masonry elements during construction. 1. Construct formwork to conform to shape, line, and dimensions shown. Make it sufficiently tight to prevent leakage of mortar and grout. Brace, tie, and support forms to maintain position and shape during construction and curing of reinforced masonry. 2. Do not remove forms and shores until reinforced masonry members have hardened sufficiently to carry their own weight and other temporary loads that may be placed on them during construction. B. Placing Reinforcement: Comply with requirements ofACI 530.1 /ASCE 6 /TMS 602. C. Grouting: Do not place grout until entire height of masonry to be grouted has at- tained sufficient strength to resist grout pressure. NON - STANDARD/ 1/29/2004 04810 - Page 17 of 19 UNIT MASONRY ASSEMBLIES JOB NO. 052 131124.0001 GSRA / #1542 Comply with requirements of ACI 530.1/ASCE 6 /TMS 602 for cleanouts and for grout placement, including minimum grout space and maximum pour height. 3.13 FIELD QUALITY CONTROL A. OWNER will engage a qualified independent testing agency to perform field quality - control testing indicated below. Payment for these services will be made by OWNER. 2. Retesting of materials failing to meet specified requirements shall be done at CONTRACTOR'S expense. B. Testing Frequency: Tests and Evaluations listed in this Article will be performed during construction for each 5000 sq. ft of wall area or portion thereof. C. Prism -Test Method: For each type of wall construction indicated, masonry prisms will be tested per ASTM C 1314, and as follows: 1. Prepare 1 set of prisms for testing at 7 days and 1 set for testing at 28 days. 3.14 REPAIRING, POINTING, AND CLEANING A. Remove and replace masonry units that are loose, chipped, broken, stained, or other- wise damaged or that do not match adjoining units. Install new units to match adjoin- ing units; install in fresh mortar, pointed to eliminate evidence of replacement. B. Pointing: During the tooling of joints, enlarge voids and holes, except weep holes, and completely fill with mortar. Point up joints, including comers, openings, and ad- jacent construction, to provide a neat, uniform appearance. Prepare joints for sealant application. C. In- Progress Cleaning: Clean unit masonry as work progresses by dry brushing to re- move mortar fins and smears before tooling joints. D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed masonry as follows: Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Test cleaning methods on sample wall panel; leave one -half of panel un- cleaned for comparison purposes. Obtain ENGINEER's approval of sample cleaning before proceeding with cleaning of masonry. 3. Clean brick by the bucket - and -brush hand - cleaning method described in BIA Technical Notes No. 20, using job -mixed detergent solution. NON - STANDARD/ 1/29/2004 04810 - Page 18 of 19 UNIT MASONRY ASSEMBLIES JOB NO. 052 131124.0001 GSRA / #1542 4. Clean concrete masonry by cleaning method indicated in NCMA TEK 8 -2 applicable to type of stain on exposed surfaces. 3.15 MASONRY WASTE DISPOSAL A. Excess Masonry Waste: Remove excess and other masonry waste, and legally dis- pose of off OWNER'S property. END OF SECTION NON - STANDARD/ 1/292004 04810 - Page 19 of 19 UNIT MASONRY ASSEMBLIES JOB NO. 052 131124.0001 GSRA / #1542 ^ SECTION 05010 PART 1 GENERAL 1.01 SUMMARY METALS FOR STRUCTURES This Section includes the furnishing and fabrication of various metals for various types of structures shown on PLANS. 1.02 RELATED REQUIREMENTS Specification Section 05100 — Metal Structures. 1.03 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM A27/A27M 1995 Standard Specifications for Steel Bars, Carbon and Alloy, Hot - Wrought and Cold- Finished. ASTM A36/A36M 1997 Standard Specification for Structural Steel. ASTM Al23/Al23M 1997 Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. ASTM A153/AI53M 1998 Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. ASTM A167 ASTM A193/A193M ASTM A307 ^ ASTM A325 ASTM A384 ASTM A653/A653M 1996 Standard Specification for Stainless and Heat - Resisting Chromium - Nickel Steel Plate, Sheet and Strip. 1997 Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for High - Temperature Service. 1997 Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. 1997 Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 1976 Standard Practice for Safeguarding Against Warpage and Distortion During Hot -Dip Galvanizing or Steel Assemblies. 1998 Standard Specification for Steel Sheet Zinc - Coated (Galvinized) by the Hot Dip Process. NON-STANDARD/ 10/25103 05010 - Page 1 of 3 METALS FOR STRUCTURES lOB NO. 052 131124.0001 ASTM A924/A924M - 1997 Standard Specification for General Requirements for Steel Sheet, Metallic Coated by the Hot Dip Process. ASTM B29 1992 Standard Specification for Refined Lead. ASTM B 152/B 152M 1997 Standard Specification for Copper Sheet, Strip, Plate, and Rolled Bar. ASTM B 187 1997 Standard Specification for Copper Bar, Bus Bar Rod and Shapes. ^ ASTM B221B221M 1996 Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes, and �- Tubes. ASTM B308/B308M 1996 Standard Specification for Aluminum -Alloy 6061 -T6 �. Standard Structural Shapes. 1.04 - 1.11 (NOT USED) PART 2 PRODUCTS 2.01 MANUFACTURER(S) (NOT USED) 2.02 MATERIALS AND /OR EQUIPMENT - A. Structural Steel: Per ASTM A36/A36M, unless otherwise noted. B. Carbon Steel Castings: Per ASTM A27/A27M, Grade 60 -30M (Minimum). C. Galvanized Sheet Metal: Per ASTM A924/A924M, for zinc - coated (galvanized) iron or steel sheets. _ D. Threaded Fasteners 1. Standard Bolts: Per ASTM A307. 2. High - Strength Bolts: Per ASTM A325/A325M. E. Corrosion- Resisting (Stainless) Steel 1. Plate, Sheet, Strip, Fasteners Where No Welding Required: Per ASTM A167, Type 316 or 304. 2. Plate, Sheet, Strip, Fasteners Where Welding Required: Per ASTM A167, Type 316L or 304L. NON - STANDARD/ 10/25/03 05010 - Page 2 of 3 METALS FOR STRUCTURES SOB NO. 052 131124.0001 3. Bolts: Type 316 conforming to ASTM A193/A193M, with suitable stainless steel nuts and washers. F. Copper 1. Sheet, Strip, Plate: Per ASTM B 152B 152M, No. 110. 2. Rod, Bar, Shapes: Per ASTM B 187/13 187M, No. 110. G. Lead: Pig lead per ASTM B29. H. Aluminum 1. Structural Shapes, Extrusions, Bars, Grating, Stair Treads: Per ASTM 13221/1322 IM and ASTM 13308/13308M, Alloy 6061 -T6. 2. Gravel Stops: Per ASTM B221, Alloy 6063 -T42. 3. Other Items: Per recognized standards. 1. Galvanizing: Per ASTM Al23/Al23M, ASTM A153/A153M, and ASTM A384 as applicable. 2.03 - 2.04 (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION r. NON - STANDARD/ 10/25/03 05010 - Page 3 of 3 METALS FOR STRUCTURES JOB NO. 052 131124.0001 SECTION 05020 PART IGENERAL 1.01 SUMMARY MISCELLANEOUS METALS This Section includes the furnishing, fabricating, and erection of structural steel and miscellaneous metals at location(s) shown on PLANS. 1.02 RELATED REQUIREMENTS Shop painting in accordance with Specification Section 09902 "Painting and Protective Coatings." 1.03 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN INSTITUTE OF STEEL CONSTRUCTION (AISC) Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildings - Allowable Stress Design and Plastic Design. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM A36/A36M 1997 Standard Specification for Structural Steel. ASTM A48/A48M 1994 Standard Specification for Gray Iron Castings. ASTM Al23/Al23M 1997 Standard Specification for Zinc (Hot -Dip Galvanized) Coatings for Iron and Steel Products. ASTM A153/A153M 1998 Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. ASTM A384 1976 Standard Practice for Safeguarding Against Warpage and Distortion During Hot -Dip Galvanizing of Steel Assemblies. (R1996) ASTM A385 1998 Standard Practice for Providing High Quality Zinc Coatings. ASTM A653/A653M 1998 Standard Specification for Steel Sheet Zinc - Coated (Galvanized)or Zinc -Iron Alloy Coated (Galvannealed) by the Hot - Dip Process. ASTM A924/A924M NON - STANDARD/ 10/25/03 JOB NO. 052 131124.0001 1997 Standard Specification for General Requirements for Steel Sheet, Metallic- Coated by the Hot -Dip Process. 05020 - Page 1 of 4 MISCELLANEOUS METALS ASTM B29 1992 Standard Specification for Refined Lead. ASTM B 152/B 152M 1997 Standard Specification for Copper Sheet, Strip, Plate, and ^ Rolled Bar. ASTM B 187B 187M 1997 Standard Specification for Copper Bar, Bus Bar, Rod and Shapes. ASTM B221/B221 M 1996 Standard Specification for Aluminum and Aluminum -Alloy Extended Bars, Rods, Wire, Shapes, and Tubes. ASTM B308B308M 1996 Standard Specification for Aluminum -Alloy 6061 -T6 Standard Structural Shapes. 1.04 - 1.07 (NOT USED) 1.08 DELIVERY, STORAGE, AND HANDLING A. Deliver metals to the jobsite free from dirt, scale and rust, oil, or other foreign material. B. Store materials above the surface of ground on platforms, skids, or other supports to prevent sagging, and protect from mechanical injury and surface deterioration caused by exposure to conditions producing rust and corrosion. C. Handle metals to not allow sustain bending or warping before and during placement. 1.09 - 1.11 (NOT USED) _ PART 2 PRODUCTS _ 2.01 MANUFACTURER(S) (NOT USED) 2.02 MATERIALS AND /OR EQUIPMENT A. Structural Steel Per ASTM A36/A36M, unless otherwise noted. B. Steel Grating As shown on PLANS. C. Cast Iron Per ASTM A48/A48M gray iron, Class 20. — NON - STANDARD/ 10/25/03 05020 - Page 2 of 4 MISCELLANEOUS METALS JOB NO. 052 131124.0001 D. Copper 1. Soft Copper Sheets Per ASTM B 152/13 152M, No. 110. 2. Rod, Bar, and Shapes Per ASTM B 187, No. 110. _ E. Lead Lead sheets of uniform thickness, free from surface imperfections, and manufactured from pig lead per ASTM B29. F. Galvanized Sheet Metal Per ASTM A653/A653M and ASTM A924/A924M coating G90. G. Aluminum 1. Structural Shapes, Extrusions, Bars, Grating, Stair Treads Per ASTM B221/13221M and ASTM B308/B308M, Alloy 6061 -T6. 2. Gravel Stop Per ASTM B221/13221M, Alloy 6063 -T42. 3. Other Items Per recognized standards. H. Other Metals Per applicable ASTM specification or recognized standard, as approved. 2.03 FABRICATION Shop Painting A. In accordance with Specification Section 09902 (Painting and Protective Coatings). B. Do not paint metal surfaces which will be in contact with concrete, or on which will '— have plates welded in the field, or within 2 inches of field welds. 2.04 SOURCE QUALITY CONTROL (NOT USED) PART 3 EXECUTION 3.01 - 3.02 (NOT USED) NON- STANDARD/ 10/25/03 05020 - Page 3 of 4 MISCELLANEOUS METALS JOB NO. 052 131124.0001 3.03 ERECTION/INSTALLATION /APPLICATION AND /OR CONSTRUCTION A. Structural and Miscellaneous Steel Per AISC "Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildings, Alloyable Stress Design and Plastic Design." B. Aluminum Weld structural frames in accordance with current recommended practice. C. Grating Fabricate required openings in gratings and band openings of 5 -inch- diameter and larger with %2 -inch clearance. Furnish all clips. D. Galvanizing 1. Hot -dip galvanize structural and miscellaneous steel after fabrication, as specified. 2. Galvanize anchor bolts. _ 3. Galvanize per ASTM Al 23, ASTM Al53/AI53M, ASTM A384 and A385 as applicable. _ E. Regalvanizing Repair chipped or otherwise damaged galvanized areas by application of galvanizing repair compounds meeting Federal Specification O -G -93 (stick only) in accordance with manufacturer's recommendations. 3.04 - 3.11 (NOT USED) END OF SECTION NON - STANDARD/ 10/25/03 05020 - Page 4 of 4 MISCELLANEOUS METALS JOB NO. 052 131124.0001 SECTION 05100 METALSTRUCTURES PART 1GENERAL 1.01 SUMMARY This Section includes the fabrication and erection of structural steel and other metals structures as shown on PLANS. 1.02 RELATED REQUIREMENTS Related work as called for on PLANS or specified elsewhere in this or other Technical Specifications Sections. A. Section 05010 — Metals for Structures. B. Section 09902 — Painting and Protective Coatings. 1.03 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM A153/A153M 1995 Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. ASTM C 1107 1997 Standard Specification for Packaged Dry, Hydraulic- Cement Grout (Non- Shrink). AMERICAN WELDING SOCIETY (AWS) AWS A5.1 1991 Specification for Carbon Steel Electrodes for Shielded Metal Arc Welding. AWS A5.5 1996 Specification for Low Alloy Steel Covered Arc Welding Electrodes. AWS A5.18 1993 Specification for Carbon Steel Electrodes and Rods for Gas Shielded Arc Welding. AWS A5.20 1995 Specification for Carbon Steel Electrodes for Flux Cored Arc Welding. STEEL STRUCTURES PAINTING COUNCIL (SSPC) SSPC -SP3 1995 No. 3 Power Tool Cleaning. 1.04 - 1.05 (NOT USED) NONSTANDARD/NOVEMBER 1, 2000 05100 - Page 1 of 6 METAL STRUCTURES JOB NO. 48- 04520 -020 #1 1.06 SUBMITTALS Submit the following in accordance with Specification Section 4 (Specific Project Requirements). A. Shop Drawings 1. Required for structural steel, forging, wrought iron, castings, or bearings. 2. Required for camber and erection diagrams. 3. Shop drawings to reflect use of submerged arc welding, gas metal are welding, or cored arc welding. 4. Submit preliminary erection drawings showing sequence of erection, location of falsework, and location of ground and air splices. 5. Provide the following information for members fabricated by welding or bolting. a. Fabricating procedures. b. Calculated stresses. C. List of equipment used for fabrication. d. Sequence of assembly. e. Details of connections. f. Special processes such as planing, facing, etc. B. Certificates 1. Submit certified copy of mill certificates of compliance with requirements herein specified for structural steel and other metals. 2. Submit certified copy of shop welding tests in compliance with requirements herein specified. 3. Welder certifications for all Field Welders when requested. 4. Mill tests not required for miscellaneous hardware, bolts, nuts, washers, screws, etc. C. Welding: Equipment, procedures, operations, workmanship, qualification of welders, and inspection to conform with AISC and AWS. 1. Shop welding to be at no additional cost to OWNER. NONSTANDARD/NOVEMBER 1, 2000 05100 - Page 2 of 6 METAL STRUCTURES JOB NO. 48 -04520 -020 #1 a. Make random radiographic inspections of 35 percent of primary welds. b. Welds requiring repairs to be retested by radiography after repairs are made. C. If defective work is found, make additional radiographs on sections welded by same equipment and/or operator just prior to and just after the section containing the defect. d. Radiography required because of unacceptable welding to be performed by approved commercial laboratory at no additional cost to OWNER. 2. Field Welding a. Make random radiographic inspections of all full penetration welds of beam flanges. b. Ultrasonic testing of all other full penetration welds. C. Visual inspection of all welds not specified to receive radiographic or Ultrasonic Testing. d. Radiograph defective weld repairs. e. Radiography required because of unacceptable welding to be performed by approved commercial laboratory at no additional cost to OWNER. 1.07 QUALITY ASSURANCE (NOT USED) 1.08 DELIVERY, STORAGE, AND RANDLING A. Handle material so as to prevent damage. B. Store material on skids above ground and keep clean, properly drained, and protected from elements which cause corrosion or damage. C. Store girders and beams upright and prevent excessive deflection. 1.09-1.11 (NOT USED) PART 2 PRODUCTS 2.01 MANUFACTURER(S) (NOT USED) NONSTANDARD/NOVEMBER I, 2000 05100 - Page 3 of 6 METAL STRUCTURES JOB NO, 48- 04520 -020 NI 2.02 MATERIALS AND /OR EQUIPMENT A. Structural Steel and Other Metals: Per Specification Section 05010, "Metals for Structures." B. Electrodes for welding to conform to the following. 1. For Manual Shielded Metal -Arc Welding: Per AWS A5.1 or AWS A5.5. 2. For Gas Metal -Arc Welding: Per AWS A5.18 or AWS A5.20. 3. For stainless steel use 309 -CB stabilized welding rods. 2.03 - 2.04 (NOT USED) PART 3 EXECUTION 3.01 - 3.02 (NOT USED) 3.03 ERECTION /INSTALLATION /APPLICATION AND /OR CONSTRUCTION A. Methods and Equipment 1. Spot welding to eliminate erection bolts not permitted. _ 2. Securely tie and/or brace beams or girders over roadway or railroad. Protect traffic below from falling objects during construction. _ B. Falsework: Properly designed, constructed, and maintained. C. Straightening Bent Material 1. Straighten plates, angles, built -up members, and other shapes by methods that will not produce fracture or other injury to material. 2. Straighten individual pieces before assembly. 3. Straighten distorted built -up members by mechanical means, or by carefully supervised application of localized heat in limited amounts. a. Do not apply heat directly on weld metal. b. Temperature of heated area not to exceed 1,200 °F (dull red). 4. After straightening bend or buckle, inspect surface of metal for evidence of fracture. 5. Replace materials damaged by straightening at no additional cost to OWNER. — NONSTANDARD/NOVEMBER 1, 2000 05100 - Page 4 of 6 METAL STRUCTURES JOB NO 48 -04520 -020 41 D. Galvanizing r. I. Galvanize rolled, pressed, or forged steel shapes, plates, pipe, and bars as per ASTM A153/A153M. 2. Galvanize steel or iron castings as per ASTM A153/A153M, Class A. 3. Galvanize bolts, nuts, screws, washers, and other miscellaneous hardware as per ASTM A 153/A 153M, Class C or D. 4. As specified on PLANS. E. Paint and Painting 1. Shop Painting a. Conform to requirements of SSPC -SP3 except clean steel by buffing. b. Primer: Per Specification Section 09902 (Painting and Protective Coatings). C. Apply paint at minimum rate of one gallon to 450 square feet. d. Do not paint metal surfaces in contact with concrete or on which plates will be applied in field or within 2 inches of field welds or surfaces to be galvanized. e. Thoroughly clean surfaces of non - ferrous metals of dirt, grease, oil, and other foreign matter before transporting to jobsite, and shop paint only if specified on PLANS or by Technical Specifications Sections. 2. Field Painting: Per Specification Section 09902 (Painting and Protective Coatings). F. Bearing and Anchorage 1. Place castings, bearing plates, or shoes on full and even bearing on concrete. 2. Place castings, bearing plates, or shoes on preformed fabric pads as specified. 3. Adjust grade with non -shrink grout conforming to ASTM C 1107, Grade C. a. Minimum thickness of mortar bed 1/8 inch. b. Maximum thickness of mortar bed 3/8 inch. C. Provide adequate curing 4. Use approved latex -based grout and galvanized steel shims for grade adjustments over 3/8 inch. NONSTANDARD/NOVEMBER I, 2000 05100 - Page 5 of 6 METAL STRUCTURES JOB NO. 48- 04520 -020 #1 5. Use graphite spring lubricant for sliding movement surfaces. — 6. Paint rolling surface of rocker shoes. 7. Anchor Bolt Setting a. Cast in Place. Clean holes before grout placement. b. With written approval, by drilling and grouting with non - shrinking grout. C. With written approval, by formed holes and grouted with non - shrinking grout. 3.04 REPAIR/RESTORATION Regalvanizing: Repair chipped or otherwise damaged galvanized areas by application of zinc dust -zinc oxide paint conforming to requirements of Federal Specification TT- P -641b or by application of repair compounds conforming to requirements of Federal Specification O -G- 93 (stick only) in accordance with manufacturer's recommendations. 3.05 FIELD QUALITY CONTROL — Misfits A. Correct minor misfits by reasonable amount of reaming and cutting. B. Report any error in shop work. — C. Correct misfits in presence of ENGINEER. D. Burning bolt holes not permitted. 3.06 ADJUSTING (NOT USED) 3.07 CLEANING Cleanup: Clean up area and remove excess material, dismantled forms and falsework, and _ debris during construction, and clean up area completely and thoroughly after completion of the work herein described. 3.08 - 3.11 (NOT USED) END OF SECTION NONSTANDARDMOVEMBER t, 2000 05100 - Page 6 of 6 METAL STRUCTURES JOB NO, 48- 04520 -020 NI PART 1 GENERAL 1.01 SUMMARY This Section includes the fabrication, furnishing, and installation of aluminum handrails, complete in place, at locations shown on PLANS. 1.02 RELATED REQUIREMENTS (NOT USED) 1.03 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. ALUMINUM ASSOCIATION (AA) AA1 1997 Aluminum Standards and Data. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM A193/A193M ASTM B429 1.04 -1.05 (NOT USED) 1.06 SUBMITTALS SECTION 05520 ALUMINUM HANDRAILS 1997 Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for High Temperature Service. 1995 Standard Specification for Aluminum Alloy Extruded Structural Pipe and Tube. Submit the following in accordance with Section 4 (Specific Project Requirements): A. Product data for materials used. B. Complete shop drawings showing locations, connection, anchorage, splice, expansion joint, gate details, and other pertinent data. C. Field layout of fabricated sections to ensure proper fit during erection, after fabrication and finishing, and prior to shipment. 1.07 QUALITY ASSURANCE (NOT USED) 1.08 DELIVERY, STORAGE, AND HANDLING A. Deliver handrail to jobsite with sufficient protection to ensure arrival in acceptable and undamaged condition. STANDARD /11/11/99 05520 - Page 1 of 4 ALUMNUM HANDRAILS B. Store handrail on level supports above ground, not in contact with dissimilar metals. Protect to prevent damage and exposure from elements until erected. Replace or repair damaged sections at no additional cost to OWNER. .. 1.09 - 1.11 (NOT USED) PART 2 PRODUCTS 2.01 MANUFACTURER(S) (NOT USED) ' 2.02 MATERIALS AND /OR EQUIPMENT A. GENERAL Handrail and posts to be fabricated from 1 -Y: -inch nominal diameter 6063 -T6 or 6061 -T6 aluminum pipe, Schedule 40 minimum conforming to ASTM B429. Exposed aluminum surface to be 0.7 -mil -thick clear anodized finish, per A50 -97, M43C22A41. 2. Handrail to be 42 inches high; stair handrail to be 34 inches high, unless otherwise noted on PLANS. Centerlines of posts and handrails to be in same plane. Locate intermediate rails as shown on PLANS. 3. Unless shown otherwise in PLANS, post spacing not to exceed 5 feet for horizontal handrail and 4 feet for stair handrail (measured horizontally). 4. Provide' /4 -inch by 4 -inch aluminum toe plate with horizontally slotted holes to allow for expansion and contraction. Toe plate attached to the posts with stainless steel self - tapping screws. Toe plate to have not more than' /4 -inch clearance above floor level, and provided on all walkways and stair landings. Handrail system, which consists of horizontal rail members, posts, connections, and anchorages, to withstand a 200 -pound concentrated load at any point on railing acting in any direction. Maximum permanent deflection to be 0.10 inch at point of load. The anchorage to have a minimum load capacity of 400 pounds at failure. For railing post the load to be applied at the top rail. Provide expansion joint splices in handrail and toe board at not greater than 20 feet and at expansion joints in concrete structure. Provide' /4 -inch weep holes at low points in all handrails and posts to prevent trapping of moisture. 8. Removable handrail to have vertical pipe supports fastened as shown on PLANS. Unless otherwise indicated, fabricate removable handrail in unit sections not over 10 feet long with at least three vertical supports, including one at each end. sTANDARD/I vi IJ99 05520 - Page 2 of 4 ALUMINUM HANDRAILS 9. Handrails attached to load- bearing walls to be mounted with aluminum or stainless steel brackets. Fasten each bracket with a minimum 3/8 -inch diameter stainless steel expansion bolt set into the wall and tapped into bracket. Bracket to have a 3 -inch projection from wall and be uniformly spaced approximately 4 feet with the end brackets not more than 12 inches from the ends of the handrails. 10. Posts and rails to be continuous throughout their sectional lengths. Curved members to be formed to true radii, free from dye marks or surface abrasions. Furnish handrail in shop fabricated sections, complete with accessories, including gates, hardware, closure caps for rail terminations, base trim, and anchorages. B. Nonwelded Aluminum Handrails 1. Fittings to be extruded or cast aluminum, 6063 Aluminum Alloy with a minimum 0.4 -mil -thick clear anodized finish per AA I. 2. Join handrail and posts by either mechanically fastened slip -type fittings or an inner -wedge type system. All fittings, elbows, wall returns, and caps to be flush -type. Exposed fasteners to be set flush or recessed. All fasteners to be Type 316 Stainless Steel, bolts to conform to ASTM A193/A193M. 3. Unless otherwise noted on PLANS, all handrails to be nonwelded aluminum. C. Welded Aluminum Handrail 1. Handrail and posts to be joined by welding only if indicated on PLANS. Welding to consist of flush -type weld fittings or coping of pipe ends to conform with adjoining pipe and welding. Welds to be ground smooth and flush. 2. Elbows, capped terminations, and wall returns to be formed by flush fittings. Secure rails terminating against masonry or concrete with flanged fittings and anchor bolts. 2.03 FABRICATION Furnish railings in shop- fabricated sections, complete with accessories, including gates, plated hardware, closure caps for rail termination, base trim, and anchorages. 2.04 SOURCE QUALITY CONTROL (NOT USED) STANDARD /I 1/11/99 05520 - Page 3 of 4 ALUMINUM HANDRAILS PART 3 EXECUTION 3.01 - 3.02 (NOT USED) 3.03 ERECTION /INSTALLATION /APPLICATION AND /OR CONSTRUCTION A. Handrail to be installed by fabricator or in strict compliance with fabricator's instructions. Install handrail plumb and within a tolerance of Ya -inch maximum deviation either side of the longitudinal centerline. Cuts to be clean and straight, free from burrs and nicks. B. Posts embedded in concrete to be set in sleeves with quick- setting non -shrink grout. C. Install removable handrail units freestanding in close - fitting pipe sleeves of same material as handrail. Do not attach removable handrail to walls or other handrails unless otherwise indicated. D. Use of shims, washers, wedges, or similar devices are not allowed when plumbing or aligning handrail. 3.04-3.11 (NOT USED) 3.11 MEASUREMENT AND PAYMENT END OF SECTION STANDARD/] 1/11/99 05520 - Page 4 of 4 ALUMMUM wliwa.vrs SECTION 06100 ROUGH CARPENTRY PART 1GENERAL 1.01 RELATED DOCUMENTS A. PLANS and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section. 1.02 SECTION INCLUDES _ A Wood blocking and nailers. 1.03 RELATED SECTIONS A. Section 07311 — Asphalt Shingle Roofing B. Section 07620 — Sheet Metal Flashing and Trim C. Section 07710 — Manufactured Roof Specialties r. 1.04 DEFINITIONS A. Rough Carpentry: Carpentry work not specified in other Sections and not exposed, unless otherwise indicated. B. Lumber grading agencies, and the abbreviations used to reference them, include the following: 1. NELMA - Northeastern Lumber Manufacturers Association. 2. NLGA - National Lumber Grades Authority. 3. WCLIB - West Coast Lumber Inspection Bureau. 4. WWPA - Western Wood Products Association. 1.05 SUBMITTALS A. Product Data: Submit in accordance with the requirements outlined in Section 4 (Specific Project Requirements) for each type of process and factory- fabricated product. Indicate component materials and dimensions and include construction and application details. 1. Include data for wood - preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Indicate type of preservative used, net amount of NON - STANDARD/ 2/7/2004 06100 - Page 1 of 5 ROUGH CARPENTRY JOB NO 052 131124.0001 GSRA / #1542 preservative retained, and chemical treatment manufacturer's written instructions for handling, storing, installing, and finishing treated material. 2. For products receiving a waterborne treatment, include statement that moisture content of treated materials was reduced to levels specified before shipment to Project site. Include copies of warranties from chemical treatment manufacturers for each type of treatment. 1.06 DELIVERY, STORAGE, AND HANDLING A. Stack lumber, plywood, and other panels; place spacers between each bundle to provide air circulation. Provide for air circulation around stacks and under coverings. PART 2 PRODUCTS 2.01 WOOD PRODUCTS, GENERAL A. Lumber: DOC PS 20 and applicable rules of lumber grading agencies certified by the American Lumber Standards Committee Board of Review. Factory-mark each piece of lumber with grade stamp of grading agency. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry lumber. 3. Provide dressed lumber, S4S, unless otherwise indicated. 4. Provide dry lumber with 19 percent maximum moisture content at time of dressing for 2 -inch nominal thickness or less, unless otherwise indicated. 2.02 WOOD - PRESERVATIVE - TREATED MATERIALS A. Preservative Treatment by Pressure Process: AWPA C2 (lumber), except that lumber that is not in contact with the ground and is continuously protected from liquid water may be treated according to AWPA C31 with inorganic boron (SBX). Preservative Chemicals: Acceptable to authorities having jurisdiction and one of the following: a. Chromated copper arsenate (CCA). b. Ammoniacal copper zinc arsenate (ACZA). C. Copper his (dimethyldithiocarbamate) (CDDC). d. Ammoniacal copper citrate (CC). NON - STANDARD / 2n12004 06100 - Page 2 of 5 ROUGH CARPENTRY JOB NO 052 131124.0001 GSRA / #1542 e. Copper azole, Type A (CBA -A) B. Kiln -dry material after treatment to a maximum moisture content of 19 percent for lumber. Do not use material that is warped or does not comply with requirements for .. untreated material. C. Mark each treated item with the treatment quality mark of an inspection agency approved by the American Lumber Standards Committee Board of Review. D. Application: Treat items indicated on PLANS, and the following: 1. Wood cants, nailers, curbs, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers, and waterproofing. 2. Wood sills, sleepers, blocking, furring, stripping, and similar concealed members in contact with masonry or concrete. 2.03 MISCELLANEOUS LUMBER _ A. General: Provide lumber for support or attachment of other construction, including the following: 1. Blocking. 2. Nailers. B. For items of dimension lumber size, provide Construction, Stud, or No. 2 grade lumber with 19 percent maximum moisture content and the following species: 1. Spruce- pine -fir (south) or Spruce- pine -fir; NELMA, NLGA, WCLIB, or WWPA. 2.04 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this Article for material and manufacture. 1. Where rough carpentry is exposed to weather, in ground contact, or in area of high relative humidity, provide fasteners with hot -dip zinc coating complying with ASTM A 153/A 153M. B. Nails, Brads, and Staples: ASTM F 1667. C. Power -Driven Fasteners: CABO NER -272. D. Wood Screws: ASME B18.6.1. E. Lag Bolts: ASME B 18.2.1. NON- STANDARD/ 2/7/2004 06100 - Page 3 of 5 ROUGH CARPENTRY JOB NO, 052 131124.0001 GSRA / # 1542 F. Bolts: Steel bolts complying with ASTM A 307, Grade A; with ASTM A 563 hex nuts and, where indicated, flat washers. G. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with capability to sustain, without failure, a load equal to 6 times the load imposed when installed in unit masonry assemblies and equal to 4 times the load imposed when installed in concrete as determined by testing per ASTM E 488 conducted by a qualified independent testing and inspecting agency. Material: Stainless steel with bolts and nuts complying with AS FM F 593 and ASTM F 594, Alloy Group t or 2. 2.05 MISCELLANEOUS MATERIALS A. Sill - Sealer Gaskets: Closed -cell neoprene foam, 11-1 inch thick, selected from manufacturer's standard widths to suit width of sill members indicated. B. Water - Repellent Preservative: NWWDA- tested and - accepted formulation containing 3- iodo- 2- propynyl butyl carbamate, combined with an insecticide containing chloropyrifos as its active ingredient. PART 3 EXECUTION 3.01 INSTALLATION A. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit. Locate nailers, blocking, and similar supports to comply with requirements for attaching other construction. B. Do not use materials with defects that impair quality of rough carpentry or pieces that are too small to use with minimum number of joints or optimum joint arrangement. C. Apply field treatment complying with AWPA M4 to cut surfaces of preservative - treated lumber and plywood. D. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: Per the Local Building Code for type of fastener required. E. Use common wire nails, unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting wood; pre -drill as required. F. Use finishing nails for exposed work, unless otherwise indicated. Countersink nail heads and fill holes with wood filler. NON - STANDARD /2/7/2004 06100 - Page 4 of 5 ROUGH CARPENTRY JOB NO. 052 131124.0001 GSRA / #1542 r. 3.02 WOOD BLOCKING AND NAILER INSTALLATION A. Install where indicated and where required for attaching other work. Form to shapes indicated and cut as required for true line and level of attached work. Coordinate locations with other work involved. B. Attach items to substrates to support applied loading. Recess bolts and nuts flush with surfaces, unless otherwise indicated. Build anchor bolts into masonry during installation of masonry work. Where possible, secure anchor bolts to formwork before concrete placement. .- 3.03 - 3.11 (NOT USED) END OF SECTION NON - STANDARD/ 2/7/2004 06100 - Page 5 of 5 ROUGH CARPENTRY JOB NO. 052 131124.0001 GSRA / #1542 Copyright 2000, The American Institute of Architects (ALA) SECTION 07115 BITUMINOUS DAMPPROOFING PART 1 GENERAL 1.01 SUMMARY A. Perform all work required to complete the Bituminous Dampproofing indicated by the Contract Documents and famish all supplementary items necessary for its proper installation. 1.02 RELATED SECTIONS A. 1.03 SU A. B. C. Section 04810 — Unit Masonry Assemblies. BMITTALS Submit in exact accordance with Section 4 (Specific Project Requirements). Product Data: For each type of product indicated. Include recommendations for method of application, primer, number of coats, coverage or thickness, and protection course. Material Certificates: For each product, signed by manufacturers. 1.04 QUALITY ASSURANCE A. Source Limitations: Obtain primary dampproofing materials and primers through one source from a single manufacturer. Provide secondary materials recommended by manufacturer of primary materials. 1.05 PROJECT CONDITIONS B. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit asphalt dampproofing to be performed according to manufacturers' written instructions. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Cold- Applied, Emulsified- Asphalt Dampproofing: NON- STANDARD/ 1/29/2004 07115 — Page 1 of 3 BITUMINOUS DAMPPROOFMG JOB NO, 052 131124,0001 GSR.4 / #1542 a. Euclid Chemical Company (The). b. Koppers Industries, Inc. C. Meadows, W. R., Inc. d. Sonneborn, Div. of ChemRex, Inc. 2.02 BITUMINOUS DAMPPROOFING A. Odor Elimination: For interior and concealed -in -wall uses other than exterior face of inner wythe of cavity walls, provide dampproofing material warranted by manufacturer to be substantially odor free after drying for 24 hours under normal conditions. Product in paragraph below is water based and generally contains little or no VOCs but may re- emulsify if any significant ground water is present. C. Cold- Applied, Emulsified - Asphalt Dampproofing: 1. Brush and Spray Coats: ASTM D 1227, Type III, Class 1. 2.03 MISCELLANEOUS MATERIALS Product in paragraph below is water based and generally contains little or no VOCs. Product can be used with either cut -back or emulsion topcoats and is generally more tolerant of damp substrates than product above. B. Emulsified - Asphalt Primer: ASTM D 1227, Type III, Class 1, except diluted with water as recommended by manufacturer. PART 3 EXECUTION 3.01 EXAMINATION A. Examine substrates, with Applicator present, for compliance with requirements for — surface smoothness and other conditions affecting performance of work. B. Begin dampproofing application only after substrate construction and penetrating _ work have been completed and unsatisfactory conditions have been corrected. "ulI IW.T01nM:1011CI A. Protection of Other Work: Mask or otherwise protect adjoining exposed surfaces from being stained, spotted, or coated with dampproofing. Prevent dampproofing materials from entering and clogging weep holes and drains. B. Clean substrates of projections and substances detrimental to work; fill voids, seal _ joints, and apply bond breakers if any, as recommended by prime material manufacturer. NON - STANDARD/ 1/29/2004 07115 – Page 2 of 3 BITUMINOUS DAMPPROOFNG JOB NO 052 131124.0001 GSRA / X1542 3.03 APPLICATION, GENERAL A. Comply with manufacturer's written recommendations unless more stringent requirements are indicated or required by Project conditions to ensure satisfactory performance of dampproofing. 1. Apply additional coats if recommended by manufacturer or required to achieve coverages indicated. '— 2. Allow each coat of dampproofing to cure 24 hours before applying subsequent coats. B. Apply dampproofing to provide continuous plane of protection on exterior face of inner wythe of exterior masonry cavity walls. Two subparagraphs below include some general requirements for providing continuity of plane of protection; for best results, supplement with details on Drawings. 2. Lap dampproofing at least 1/4 inch onto flashing, masonry reinforcement, veneer ties, and other items that penetrate inner wythe. 3. Extend dampproofing over outer face of structural members and concrete slabs that interrupt inner wythe, and lap dampproofing at least 1/4 inch onto shelf angles supporting veneer. 3.04 COLD - APPLIED, EMULSIFIED - ASPHALT DAMPPROOFING A. On Exterior Face of Inner Wythe of Cavity Walls: Apply primer and one brush or spray coat at not less than 1 gal./ 100 sq. ft. 3.05 CLEANING A. Remove dampproofing materials from surfaces not intended to receive dampproofing. END OF SECTION NON - STANDARD/ 1/29/2004 JOB NO. 052 131124.0001 07115 — Page 3 of 3 BITUMINOUS DAMPPROOFING GSRA/ #1542 SECTION 07311 ASPHALT SHINGLES PART 1GENERAL 1.01 SUMMARY A. Provisions established within General and Supplementary Conditions of the Contract, General Requirements, and the PLANS are collectively applicable to this Section. 1.02 SECTION INCLUDES A. Section Includes: Granule- surfaced asphalt roofing shingles. 1.03 SUBMITTALS Submit the following in accordance with the requirements outlined in Section 4 (Specific Project Requirements): B. Product Data: Indicate material characteristics, performance criteria, general construction, dimensions of individual components, profiles, fastening methods and locations, and installation details. C. Submit manufacturer's installation instructions. D. Samples: Submit 2 samples of each shingle color indicating color range and finish texture /pattem, for color selection. E. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.04 QUALITY ASSURANCE A. Installer Qualifications: Minimum of 5 years documented experience in similar sized roofing installations. B. Industry Standards: 1. Work of this section to conform to Asphalt Roofing Manufacturers Association (ARMA) Residential Asphalt Roofing Manual. C. Regulatory Requirements 1. Fire Hazard Classification of Top Surface: UL Class A. 2. Conform to building code for minimum wind uplift resistance. NON- STANDARD/ 2/7/2004 07311 - Page 1 of 6 ASPHALT SHINGLES JOB NO. 052 131124.0001 GSRA / #1542 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, handle, and protect products in accordance with Section 01600 (Material and Equipment). B. Packaging: Clearly mark manufacturer's name, style, type, and color of product and area of roof surface covered by package. Include manufacturer's installation instructions. C. Deliver products in manufacturer's original containers, dry, undamaged, with seals and labels intact. ^ D. Store products in weather protected environment, clear of ground and moisture. Do not double stack. Do not store near sources of heat or in direct sunlight. Systematically rotate stock so that the material that has been stored the longest will be used first. E. Stand roll materials on end. 1.06 PROJECT CONDITIONS A. Proceed with shingle installation only when existing and forecasted weather will allow work to be performed according to manufacturer's recommendations and warranty requirements, and when deck is completely dry. —' WITlAMM1 % \:7:7_ \►Y 11.1 A. Submit in accordance with Section 01700 (Contract Closeout). B. Submit a 30 year written limited warranty signed or printed by manufacturer agreeing to refund or replace, on a prorated basis that includes materials and application labor, asphalt shingles that fail in materials or manufacturing workmanship within the specified warranty period and 10 year non - prorated Umbrella Coverage. C. Submit a 5 year written limited warranty signed or printed by manufacturer agreeing _ to replace or, if applicable, hand seal asphalt shingles that fail due to wind blow -offs for winds up to a maximum of 60 miles per hour. All reasonable costs for labor and material will be covered during this period without proration. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Elk Corporation of Texas, Post Office Box 500, Ennis, Texas 75120; 800 - 288 - 6789. B. Owens Coming Roofing, Toledo, Ohio; 800 - 438 -7465. NON - STANDARD/ 2/7/2004 07311 - Page 2 of 6 ASPHALT SHINGLES JOB NO. 052 131124.0001 GSRA / #1542 C. Substitutions in accordance with the requirements outlined in Section 1 (Bidding Documents). 2.02 MATERIALS A. Asphalt Shingles: 1. Prestique II Raised Profile manufactured by Elk. 2. Fiberglass base, mineral granule - surfaced type, two -ply laminated. 3. ASTM D 3018, Class A with Type I self - sealing. 4. Exceeds 230 pounds per 1 00 square feet (approximately) 5. 13 -1/4 inches by 39 -3/8 inches. 6. Color: As selected by OWNER from manufacturer's standard colors. 7. Product meets requirements of ASTM D 3462. B. Ridge Shingle: RidgeCrest vented. C. Paint: Refer to Section 09902 (Painting and Protective Coatings), D. Underlayment: ASTM D 4869, Type II, non - perforated asphalt - saturated organic felts. E. Mineral Surfaced Roll Roofing: ASTM D 3909; 90 -pound mineral surfaced; granules to match adjacent shingles. G. Fasteners: 1. Nails: Galvanized 3/8 -inch head, 10 to 12 gage roofing nails. Minimum 3/4- inch penetration in deck. 1 -1/4 inch nail recommended for new construction. Nails should be long enough to sink into and hold in a sound nailing base. H. Plastic Cement: Cutback asphaltic type with mineral fiber components, as recommended for sealing and coating flashings in buildings; free of toxic solvents; capable of setting within 24 hours at temperatures of approximately 75 degrees F and 50 percent RH. 1. Lap Cement: Fibrated cutback asphaltic type, as recommended for use as an adhesive in the cold application of asphalt roofing or underlayment; free of toxic solvents. 2.03 FLASHING AND ACCESSORIES A. Sheet Metal Flashings: Galvanized steel, meeting ASTM A 525, G90 coating, hot dipped galvanized, both sides flattened, chemically treated, 26 gage. NON - STANDARD /2a2ON 07311 - Page 3 of 6 ASPHALTSFUNGLes 1011 NO. 052 131124.0001 GSRA / # 1542 B. Provide sheet flashing for use in the following locations: 1. Drip edge. .. 2. Step flashing at masonry wall. C. Penetration Flashings: Rubber boots, with appropriate pipe diameter for penetrations encountered. ^ D. Bituminous Paint: Acid and alkali resistant type; black color. E. Nails: Standard round wire roofing type of hot - dipped zinc - coated steel; minimum 19/64 inch head diameter and 0.104 inch shank diameter; of sufficient length to penetrate through roof sheathing. F. Staples: Galvanized finish, of type and quality approved by Architect. 2.04 FLASHING FABRICATION A. Form flashings to profiles indicated on Drawings and to protect roof assembly and shed water. Form sections square, true, and accurate to profile, in maximum possible ^ lengths, free from distortion and other defects detrimental to appearance or performance. B. Hem exposed edges of flashings minimum 1/4 inch on underside. C. Apply bituminous paint on concealed surfaces of flashings if required to prevent electrolysis. PART 3 EXECUTION 3.01 EXAMINATION A. Verify deck surfaces are dry, free of ridges, warps, or voids. B. Verify that roof penetrations and plumbing stacks are in place and flashed to deck surface. C. Verify that roof openings are correctly framed. 3.02 INSTALLATION - GENERAL A. Install decking in accordance with manufacturer's recommendations. _ B. Install asphalt shingle roofing in accordance with manufacturer's instructions over dry surfaces, free of ridges, warps, and voids. NON - STANDARD /2/7/2004 07311 - Page 4 of 6 ASPHALT SHINGLES JOB NO. 052 131124.0001 GSRA / #1542 C. Coordinate installation of roof mounted components or work projecting through roof. Verify roof openings are appropriately framed, sized, and located prior to installing work of this Section. D. Completed installation to provide weathertight service. 3.03 PROTECTIVE UNDERLAYMENT INSTALLATION A. Completely cover deck with one ply of asphalt shingle underlayment. Succeeding courses should overlap existing courses a minimum of 2 inches. Continue laying underlayment parallel to eaves. Begin by fastening a full 36 -inch wide sheet along -- eaves. Make end laps minimum 4 inches and space end laps in succeeding courses a minimum 6 feet apart. Lap asphalt shingle underlayment 6 inches from both sides over hip and ridges, unless ridge vents are required. Secure felt with only enough ^ nails to hold in place. B. Install protective underlayment perpendicular to slope of roof. C. Weather lap underlayment minimum 4 inches over eaves membrane. D. Weather lap and seal items projecting through or mounted on roof with plastic cement. 3.04 METAL DRIP EDGES A. Place metal drip edge tight with fascia boards at all rake and eave edges and extend 3 inches back from roof edge bend downward over the fascia boards. Weather lap joints 2 inches. Fasten in place with nails spaced 8 to 10 inches apart. B. At eaves, place drip edge directly onto deck below underlayment. At rakes, place drip edge over underlayment. 3.05 FLASHING INSTALLATION A. Weather lap joints minimum 12 inches in weathertight manner. Secure in place with nails, spaced at manufacturer's recommended intervals. Conceal fastenings. B. Flash and seal work projecting through roofing with plastic cement. Provide weathertight installation. 3.06 ASPHALT SHINGLES INSTALLATION A. Place asphalt shingles in straight coursing pattern with 5 -5/8 inch weather exposure to produce a double thickness over entire roof area. B. Install a starter course at eaves. Project first course of shingles minimum 1/2 to 3/4 inch beyond face of fascia boards. C. Extend shingles minimum 1/2 to 3/4 inch beyond face of rake edge fascia boards. NON - STANDARD/ 2/]/2004 07311 - Page 5 of 6 ASPHALT S14 NGLES JOB NO, 052 131124.0001 GSRA / #1542 D. Nail shingles in place in accordance with manufacturer's instructions for slope and anticipated wind conditions. E. Cap ridges with RidgeCrest TM vented shingles, maintaining 5 -5/8 inch weather exposure. Place to avoid exposed nails. 3.08 FIELD PAINTING ROOF ACCESSORIES A. Prepare metal surfaces in accordance with coating manufacturer's recommendations to leave in proper condition to accept field applied coatings. B. Field paint flues and vent stacks in accordance with Section 09902 (Painting and Protective Coatings). 3.09 — 3.11 (NOT USED) END OF SECTION ^ NON - STANDARD/ 2/7/2004 07311 - Page 6 of 6 ASPHALT SHINGLES JOB NO. 052 131124.0001 GSRA / # 1542 SECTION 07620 SHEET METAL FLASHING AND TRIM PART IGENERAL 1.01 RELATED DOCUMENTS A. PLANS and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Formed wall flashing and trim. B. Related Sections include the following: I. Section 04810 — Unit Masonry Assemblies. 2. Section 06100 — Rough Carpentry. 3. Section 07311 —Asphalt Shingles. 4. Section 07710 — Manufactured Roof Specialties. 5. Section 07920 — Joint Sealants. 1.03 SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. B. Shop Drawings: Show layouts of sheet metal flashing and trim, including plans and elevations. Distinguish between shop- and field - assembled work. Include the following: Identify material, thickness, weight, and finish for each item and location in Project. 2. Details for forming sheet metal flashing and trim, including profiles, shapes, seams, and dimensions. 3. Details for fastening, joining, supporting, and anchoring sheet metal flashing and trim, including fasteners, clips, cleats, and attachments to adjoining work. NON - STANDARD/ 2/7/2004 07620 - Page 1 of 7 SHEET METAL FLASFBNG AND TRIM JOB NO. 052 131124.0001 CSRA / k1542 1.04 QUALITY ASSURANCE A. Sheet Metal Flashing and Trim Standard: Comply with SMACNA's "Architectural Sheet Metal Manual." Conform to dimensions and profiles shown unless more stringent requirements are indicated. 1.05 PERFORMANCE REQUIREMENTS A. General: Install sheet metal flashing and trim to withstand wind loads, structural movement, thermally induced movement, and exposure to weather without failing, rattling, leaking, and fastener disengagement. B. Thermal Movements: Provide sheet metal flashing and trim that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening of joints, hole elongation, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Provide clips that resist rotation and avoid shear stress as a result of sheet metal and trim thermal movements. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. Temperature Change (Range): 120 deg F, ambient; 180 deg F, material surfaces. C. Water Infiltration: Provide sheet metal flashing and trim that do not allow water infiltration to building interior. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver sheet metal flashing materials and fabrications undamaged. Protect sheet metal flashing and trim materials and fabrications during transportation and handling. B. Unload, store, and install sheet metal flashing materials and fabrications in a manner to prevent bending, warping, twisting, and surface damage. C. Stack materials on platforms or pallets, covered with suitable weathertight and ventilated covering. Do not store sheet metal flashing and trim materials in contact with other materials that might cause staining, denting, or other surface damage. 1.07 COORDINATION A. Coordinate installation of sheet metal flashing and trim with interfacing and adjoining construction to provide a leakproof, secure, and noncorrosive installation. NON - STANDARD/ 2/7/2004 07620 - Page 2 of 7 SHEET METAL FLASHING AND TRIM JOB NO. 052 111124.0001 GSRA / 81542 PART 2PRODUCTS 2.01 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Products: Subject to compliance with requirements, provide one of the products specified. 2.02 SHEET METALS A. Zinc- Coated (Galvanized) Steel Sheet: ASTM A653/A653M, G90 coating designation; structural quality, mill phosphatized for field painting. B. Prepainted, Metallic- Coated Steel Sheet: Steel sheet metallic coated by the hot -dip process and prepainted by the coil- coating process to comply with ASTM A755/A755M. 1. Aluminum -Zinc Alloy- Coated Steel Sheet: ASTM A792/A792M, Class AZ50 coating designation, Grade 40; structural quality. 2. Exposed Finishes: Apply the following coil coating: a. Factory Prime Coating: Where painting after installation is indicated, provide pretreatment and white or light - colored, factory- applied, baked -on epoxy primer coat; with a minimum dry film thickness of 0.2 mil. b. High- Performance Organic Finish: Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. 1) Fluoropolymer 3 -Coat System: Manufacturer's standard 3 -coat, thermocured system consisting of specially formulated inhibitive primer, fluoropolymer color coat, and clear fluoropolymer topcoat, with both color coat and clear topcoat containing not less than 70 percent polyvinylidene fluoride resin by weight, with a minimum total dry film thickness of 1.5 mil; complying with physical properties and coating performance requirements of AAMA 2605, except as modified below: a) Humidity Resistance: 2000 hours. b) Salt -Spray Resistance: 1000 hours. 2) Color: As indicated on Drawings. C. Stainless Steel Sheet: ASTM A167, AISI Type 302 or 304 alloy. NON - STANDARD/ 2/712004 07620 - Page 3 of 7 SHEET METAL FLASHING AND TRIM JOB NO. 052 131124.0001 GSRA / # 1542 2.03 MISCELLANEOUS MATERIALS A. General: Provide materials and types of fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required for complete sheet metal flashing and trim installation. B. Fasteners: Wood screws, annular threaded nails, self - tapping screws, self - locking rivets and bolts, and other suitable fasteners designed to withstand design loads. 1. Fasteners for Flashing and Trim: Blind fasteners or self - drilling screws, gasketed, with hex washer head. 2. Spikes and Ferrules: Same material as gutter; with spike with ferrule matching internal gutter width. C. Sealing Tape: Pressure - sensitive, 100 percent solids, polyisobutylene compound sealing tape with release -paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape. D Butyl Sealant: ASTM C1311, single- component, solvent - release butyl rubber sealant, polyisobutylene plasticized, heavy bodied for hooked -type expansion joints ., with limited movement. E. Bituminous Coating: Cold- applied asphalt mastic, SSPC -Paint 12, compounded for 15 -mil dry film thickness per coat. Provide inert -type noncorrosive compound free of asbestos fibers, sulfur components, and other deleterious impurities. F. Asphalt Roofing Cement: ASTM D4586, asbestos free, of consistency required for application. 2.04 FABRICATION, GENERAL A. General: Custom fabricate sheet metal flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to -' design, dimensions, metal, and other characteristics of item indicated. Shop fabricate items where practicable. Obtain field measurements for accurate fit before shop fabrication. B. Fabricate sheet metal flashing and trim without excessive oil canning, buckling, and tool marks and true to line and levels indicated, with exposed edges folded back to form hems. Seams for Other Than Aluminum: Fabricate nonmoving seams in accessories with flat -lock seams. Tin edges to be seamed, form seams, and solder. C. Sealed Joints: Form nonexpansion but movable joints in metal to accommodate elastomeric sealant to comply with SMACNA recommendations. NON - STANDARD/ 217/2004 07620 - Page 4 of 7 SHEET METAL FLASIENG AND TRIM JOB NO" 052 131124 "0001 GSRA / NI542 D. Expansion Provisions: Where lapped or bayonet -type expansion provisions in the Work cannot be used, form expansion joints of intermeshing hooked flanges, not less than 1 -inch deep, filled with butyl sealant concealed within joints. E. Conceal fasteners and expansion provisions where possible on exposed -to -view sheet metal flashing and trim, unless otherwise indicated. 2.05 FINISHES A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Protect mechanical and painted finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one -half of the range of approved Samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. PART 3 EXECUTION 3.01 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, to verify actual locations, dimensions and other conditions affecting performance of work. 1. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and securely anchored. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION, GENERAL A. General: Anchor sheet metal flashing and trim and other components of the Work securely in place, with provisions for thermal and structural movement. Use fasteners, solder, welding rods, protective coatings, separators, sealants, and other "- miscellaneous items as required to complete sheet metal flashing and trim system. 1. Torch cutting of sheet metal flashing and trim is not permitted. B. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates, protect against galvanic action by painting contact surfaces with bituminous coating or by other permanent separation as recommended by fabricator or manufacturers of dissimilar metals. NON - STANDARD/ 2:7/2004 07620 - Page 5 of 7 SHEET METAL FLASHING AND TRIM JOB NO, 052 131 124.0001 GSRA / k 1542 I . Bed flanges in thick coat of asphalt roofing cement where required for waterproof performance. C. Install exposed sheet metal flashing and trim without excessive oil canning, buckling, and tool marks. D. Install flashing and trim true to line and levels indicated. Provide uniform, neat seams with minimum exposure of solder, welds, and butyl sealant. E. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. 1. Space cleats not more than 12 inches apart. Anchor each cleat with two fasteners. Bend tabs over fasteners. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at a maximum of 10 feet with no joints allowed within 24 inches of corner or intersection. Where lapped or bayonet -type expansion provisions cannot be used or would not be sufficiently watertight, form expansion joints of intermeshing hooked flanges, not less than 1 -inch deep, filled with butyl sealant concealed within joints. G. Fasteners: Use fasteners of sizes that will penetrate substrate not less than 1 -1/4 inches for nails and not less than 3/4 inch for wood screws. Galvanized or Prepainted, Metallic- Coated Steel: Use stainless -steel fasteners. H. Seal joints with butyl sealant as required for watertight construction. Where sealant -filled joints are used, embed hooked flanges of joint members not less than 1 inch into sealant. Form joints to completely conceal sealant. When ambient temperature at time of installation is moderate, between 40 and 70 deg F, set joint members for 50 percent movement either way. Adjust setting proportionately for installation at higher ambient temperatures. Do not install sealant -type joints at temperatures below 40 deg F. 3.03 WALL FLASHING INSTALLATION A. General: Install sheet metal wall flashing to intercept and exclude penetrating moisture according to SMACNA recommendations and as indicated. Coordinate installation of wall flashing with installation of wall- opening components such as _ windows, doors and scuppers. B. Through -Wall Flashing: Installation of manufactured through -wall flashing is specified in Division 4 Section "Unit Masonry Assemblies." NON - STANDARD/ 2/7/2004 07620 - Page 6 of 7 SHEET METAL FLASHING AND TRIM JOB NO. 052 131124.0001 GSRA / #1542 j 3.05 CLEANING AND PROTECTION A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean and neutralize flux materials. Clean off excess solder and sealants. C. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed. On completion of installation, clean finished surfaces, including removing unused fasteners, metal filings, pop rivet stems, and pieces of flashing. Maintain in a clean condition during construction. D. Replace sheet metal flashing and trim that have been damaged or that have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. END OF SECTION NON - STANDARD/ 2/72004 07620 - Page 7 of 7 SHEET METAL FLASHING AND TRIM JOB NO. 052 131124.0001 GSRA / # 1542 SECTION 07710 MANUFACTURED ROOF SPECIALTIES PART 1 GENERAL 1.01 RELATED DOCUMENTS A. PLANS and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Gutters and Downspouts. 2. Reglets. 3. Counterflashing. B Related Sections include the following: 1. Section 07311– Asphalt Shingles. 1.03 SUBMITTALS Submit the following in accordance with the requirements outlined in Section 4 (Specific Project Requirements): A. Product Data: For each type of product specified. Include details of construction relative to materials, dimensions of individual components, profiles, and finishes. B. Shop Drawings: Indicate layout, joining, profiles, accessories, anchorage, flashing connections, and relationship to supporting structure and to adjoining roof and wall construction. 1.04 PERFORMANCE REQUIREMENTS A. General: Provide manufactured roof specialties capable of withstanding wind loads, structural movement, thermally induced movement, and exposure to weather without failing. B. Provide manufactured roofing specialties, incorporating roof edge treatment that — complies with recommendations of FM Loss Prevention Data Sheet 1 -49 for the fol- lowing Wind Zone: 1. Wind Zone 2: Wind pressures of 31 to 45 lbfsq. ft.. NON - STANDARD/ 2/7/2004 07710 - Page 1 of 5 MANUFACTURED ROOF SPECIALTIES JOB NO. 052 131124.0001 GSRA / #1542 1.05 QUALITY ASSURANCE A. Source Limitations: Obtain each type of manufactured roof specialty from one source and by a single manufacturer. 1.06 PROJECT CONDITIONS A. Coordinate work of this Section with adjoining work for proper sequencing of each installation to ensure best - possible weather resistance and protection of materials and finishes against damage. PART 2 PRODUCTS 2.01 METALS _ A. Galvanized Steel Sheets: ASTM A 653, G90 coating designation; commercial qual- ity; at least 0.034 inch thick, unless otherwise indicated. _ B. Coil- Coated Galvanized Steel Sheet: Galvanized steel sheet prepainted by coil - coating process with indicated coating complying with ASTM A 755. _ 2.02 GUTTERS AND DOWNSPOUTS A. Provide downspouts in shapes and sizes indicated, with mitered and welded corners. Include steel straps formed from at least 0.028 -inch- thick, galvanized steel sheet; hangers or other attachment devices; screens; end plates; and trim and other accesso- ries indicated or required for complete installation. B. Additional Features: Provide items below fabricated from the same metal as gutters _ and downspouts. 1. Downspout starters (fascia sump) with downspout starter hole. 2. Flow - through gravel stop with perforated vertical leg. C. Provide gutters and downspouts fabricated from the following metal: 1. Coil- coated galvanized steel sheet in thickness indicated, but not less than the following: a. Thickness: 0.034 inch. 2.03 REGLETS A. General: Provide reglets of type, material, and profile indicated, compatible with flashing. Form to securely interlock with counterflashing. B. Masonry Type: Provide with offset top flange for embedment in masonry mortar joint. NON - STANDARD/ 2/712004 07710 - Page 2 of 5 MANUFACTURED ROOF SPECIALTIES JOB NO. 052 131124.0001 GSRA / # 1542 C. Flexible Flashing Retainer: Provide resilient plastic or rubber accessory to secure flexible flashing in reglet where clearance does not permit use of standard metal counterflashing or where Drawings show reglet without metal counterflashing. D. Counterflashing Wind- Restraint Clips: Provide clips to be installed before counter- _ flashing to prevent wind uplift of the counterflashing's lower edge. E. Material: Fabricate reglets from the following metal in thickness indicated: 1. Galvanized Steel Sheet: 0.022 inch thick. 2.04 COUNTERFLASHING A. Provide counterflashing fabricated from the same metal as reglets and compatible with reglet system installed. 2.05 ACCESSORIES A. General: Provide manufacturer's standard accessories designed and manufactured to match and fit roof edge treatment system indicated. B. Exposed Fasteners: Stainless steel, nonmagnetic, of manufacturer's standard type and size for product and application indicated. Match finish of exposed heads with mate- rial being fastened. C. Concealed Fasteners: Same metal as item fastened or other noncorrosive metal as recommended by manufacturer. D. Galvanizing Repair Paint: High- zinc - dust - content paint for regalvanizing welds in steel, complying with SSPC -Paint 20. E. Asphalt Mastic: SSPC -Paint 12, solvent -type asphalt mastic, nominally free of sulfur and containing no asbestos fibers, compounded for 15 -mil dry film thickness per coat. F. Mastic Sealant: Polyisobutylene; nonhardening, nonskinning, nondrying, nonmigrat- ing sealant. G. Foam - Rubber Seal: Manufacturer's standard foam. H. Adhesives: Type recommended by manufacturer for substrate and project conditions, and formulated to withstand minimum 60- lbf/sq. ft. wind -uplift force. 2.06 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Prod- ucts" for recommendations relative to applying and designating finishes. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippa- ble, temporary protective covering before shipment. NON- STANDARD/ 2/7;2004 07710 - Page 3 of 5 MANUFACTURED ROOF SPECIALTIES JOB NO 052 131124.0001 GSRA 1# 1542 C. Finish manufactured roof specialties after fabrication and assembly if products are not fabricated from prefinished metals. D. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one -half of the range of approved Samples. Noticeable variations in the same piece are unacceptable. Variations in appearance of .� other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. 2.07 COIL - COATED GALVANIZED STEEL SHEET FINISHES A. General: Apply high - performance fluoropolymer coating, complying with ASTM A 755 process, in thickness indicated, on galvanized steel sheet as recom- mended by coating manufacturer and applicator. Furnish appropriate air - drying spray finish in matching color for touchup. B. Fluoropolymer 2 -Coat Coating System: Manufacturer's standard 2 -coat, thermocured system composed of specially formulated inhibitive primer and fluoropolymer color topcoat containing not less than 70 percent polyvinylidene fluoride resin by weight; with a total minimum dry film thickness of 0.9 mil and 30 percent reflective gloss when tested according to ASTM D 523. Durability: Provide coating field tested under normal range of weather condi- tions for a minimum of 20 years without significant peel, blister, flake, chip, crack, or check in finish; without chalking in excess of a chalk rating of 8 ac- cording to ASTM D 4214; and without fading in excess of 5 Hunter units. a. Color and Gloss: As selected by Architect from manufacturer's full range of colors and glosses. 2.08 GALVANIZED STEEL SHEET FINISHES A. Surface Preparation: Clean surfaces with nonpetroleum solvent so surfaces are free _ of oil and other contaminants. After cleaning, apply a conversion coating of type compatible with the organic coating to be applied over it. Clean welds, mechanical connections, and abraded areas, and apply galvanizing repair paint specified to com- ply with ASTM A 780. B. Factory Priming for Field- Painted Finish: Where field painting after installation is _ indicated, apply the air -dried primer specified below immediately after cleaning and pretreating. Shop Primer: Zinc -rich primers complying with performance requirements of SSPC -Paint 20. NON - STANDARD /2/7/2004 07710 - Page 4 of 5 MANUFACTURED ROOF SPECIALTIES JOB NO. 052 131124.0001 GSRA / #1542 PART 3 EXECUTION 3.01 EXAMINATION A. Examine walls, roof edges, and parapets for suitable conditions for roof edge system installation. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Promptly remove protective film, if any, from exposed surfaces of finished metals. Strip with care to avoid damage to finish. B. Prepare concrete masonry block to receive roof edge system specified. Install block- 3.05 — 3.11 (NOT USED) END OF SECTION NON - STANDARD/ 2/7/2004 07710 - Page 5 of 5 MANUFACTURED ROOF SPECIALTIES JOB NO. 052 131124.0001 GSRA / #1542 ing, cleats, water dams, and other anchoring and attachment accessories and devices required. 3.03 INSTALLATION A. General: Comply with manufacturer's written installation instructions. Coordinate with installation of roof deck and other substrates to receive work of this Section and '— with vapor retarders, roofing insulation, roofing membrane, flashing, and wall con- struction, as required to ensure that each element of the Work performs properly and ^ that combined elements are waterproof and weather tight. Anchor products securely to structural substrates to withstand lateral and thermal stresses and inward and out- ward loading pressures. ^ B. Isolation: Where metal surfaces of units contact dissimilar metal or corrosive sub- strates, including wood, apply bituminous coating on concealed metal surfaces or provide other permanent separation as recommended by aluminum producer. C. Expansion Provisions: Install running lengths to allow controlled expansion for movement of metal components in relation not only to one another but also to adjoin- ing dissimilar materials, including flashing and roofing membrane materials, in a manner sufficient to prevent water leakage, deformation, or damage. ^ 3.04 CLEANING AND PROTECTING A. Clean exposed metal surfaces according to manufacturer's written instructions. ^ Touch up damaged metal coatings. B. Protection: Provide protective measures as required to ensure work of this Section ^ will be without damage or deterioration at the time of Substantial Completion. 3.05 — 3.11 (NOT USED) END OF SECTION NON - STANDARD/ 2/7/2004 07710 - Page 5 of 5 MANUFACTURED ROOF SPECIALTIES JOB NO. 052 131124.0001 GSRA / #1542 SECTION 07800 PREFINISHED METAL SOFFIT AND FASCIA PANELS PART 1 GENERAL 1.01 RELATED DOCUMENTS A. PLANS and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section. 1.02 SUMMARY ^ A. This Section includes the following: 1. Preformed, prefinished metal soffit and fascia panels. 2. Miscellaneous trim, flashing, closures, drip flashing, and accessories. 3. Fastening devices. 1.03 REFERENCES — A. American Iron & Steel Institute (AISI) Specification for the Design of Cold formed Steel Structural Members. B. ASTM A -653 & ASTM A924 Steel Sheet, Zinc - Coated (Galvanized) C. ASTM E- 283 -84 D. ASTM E- 331 -86 E. Spec Data Sheet - Galvalume Sheet Metal by Bethlehem Corp. F. SMACNA - Architectural Sheet Metal Manual. 1.04 ASSEMBLY DESCRIPTION -- A. The assembly includes preformed sheet metal panels, related accessories, corners, miscellaneous flashing and attaching devices. — 1.05 SUBMITTALS Submit the following in accordance with the requirements outlined in Section 4 (Specific — Project Requirements): A. Submit detailed drawings showing layout of panels, anchoring details, joint details, — trim, flashing, and accessories B. Submit a sample of each type of panel, complete with factory finish. NON - STANDARD/ 2/7/2004 07800 - Page 1 of 4 PREFINISHED METAL SOFFIT AND FASCIA PANELS JOB NO, 052 131124.0001 GSRA / 41542 C. Submit results indicating compliance with minimum requirements of the following performance tests: 1. Air Infiltration ASTM E 283 -84 2. Water Infiltration ASTM E 331 -86 D. Submit calculations with registered engineer seal, verifying soffit and fascia panels and attachment method resists wind pressures imposed on it pursuant to applicable .. building codes. 1.06 QUALITY ASSURANCE A. Manufacturer: Company specializing in Architectural Sheet Metal Products with ten (10) years minimum experience. _ B. Substitutions in accordance with the requirements outlined in Section 1 (Bidding Documents). _ 1.07 DELIVERY, STORAGE AND HANDLING A. Upon receipt of panels and other materials, installer shall examine the shipment for damage and completeness. B. Panels should be stored in a clean, dry place. One end should be elevated to allow moisture to run off. C. Panels with strippable film must not be stored in the open, exposed to the sun. D. Stack all materials to prevent damage and to allow for adequate ventilation. _ A. Paint finish shall have a twenty year guarantee against cracking, peeling and fade (not to exceed 5 N.B.S. units). B. Galvalume material shall have a twenty year guarantee against failure due to corrosion, rupture or perforation. PART2PRODUCT 2.01 ACCEPTABLE MANUFACTURERS A. Berridge Manufacturing Company, Houston, Texas. _ B. Substitutions in accordance with the requirements outlined in Section I (Bidding Documents) _ NON - STANDARD/ 2/7/2004 07800 - Page 2 of 4 PREFNISHED METAL SOFFIT AND FASCIA PANELS JOB NO 052 131124.0001 GSRA / 91542 2.02 SHEET MATERIALS A. Prefinished Metal shall be Hot - Dipped Galvanized - ASTM A446 -85 Grade C G90 Coating A525 -86 24 Gauge core steel or prefinished Galvalume - ASTM 792 -86 AZ- 55. B. Unfinished Metal shall be Grade C Galvalume ASTM 792 -86, AZ 55, "Satin Finish ". C. Finish shall be full strength Kynar 500 Fluoropolymer coating, applied by the manufacturer on a continuous coil coating line, with a top side dry film thickness of 0.70 to 0.90 mil over 0.25 to 0.35 mil prime coat, to provide a total dry film thickness of 0.95 to 1.25 mil. Bottom side shall be coated with primer with a dry film thickness of 0.25 mil. Finish shall conform to all tests for adhesion, flexibility, and longevity as specified by the Kynar 500 finish supplier. D. Strippable film shall be applied to the top side of the painted coil to protect the finish during fabrication, shipping and field handling. This strippable film must be removed before installation. 2.03 ACCESSORY MATERIALS A. Fasteners: Galvanized Steel with washers where required. 2.04 FABRICATION A. All exposed adjacent flashing shall be of the same material and finish as the soffit and fascia panels. B. Hem all exposed edges of flashing on underside, 1/2 inch. 2.05 PANEL A. Panels shall have 3 -7/8 inch exposure, 1/2 inch deep, with concealed fasteners and interlocking sidelap. B. Panels shall be site formed in continuous length per soffit length or factory fabricated to 40 feet max. C. Attachment to metal supports with #8 x 12 inch TEKS screws at maximum spacing of two feet on center or per local code, whichever is greater. D. Vented Panel to have a Net Free Vent Area (NFVA) of 9.07 square inches per lineal foot of panel 10.01 square inches for square foot of panel NON - STANDARD/ 2/7/2004 07800 - Page 3 of 4 PREFINISIIED METAL SOFFIT AND FASCIA PANELS JOB NO. 052 131124.0001 GSRA / #1542 PART 3 EXECUTION 3.01 INSTALLATION A. Comply with manufacturers standard instructions and conform to standards set forth in the Architectural Sheet Metal Manual published by SMACNA, in order to achieve _ a watertight installation. B. Install panels in such a manner that horizontal lines are true and level and vertical lines are plumb. C. Install starter and edge trim before installing soffit panels. D. Remove protective strippable film prior to installation of panels. E. Attach panels using manufacturer's standard clips and fasteners, spaced in accordance with approved shop drawings. F. Do not allow panels or trim to come into contact with dissimilar materials. G. Protect installed panels and trim from damage caused by adjacent construction until completion of installation. J. Remove and replace any panels or components which are damaged beyond successful repair. 3.02 CLEANING A. Clean any grease, finger marks or stains from the panels per manufacturer's recommendations. B. Remove all scrap and construction debris from the site. 3.03 — 3.11 (NOT USED) END OF SECTION NON - STANDARD/ 2/7/2004 07800 - Page 4 of 4 PREFINISHED METAL SOFFIT AND FASCIA PANELS JOB NO, 052 171124.0001 GSRA / #1542 SECTION 07920 JOINT SEALANTS PART 1 GENERAL 1.01 RELATED DOCUMENTS A. PLANS and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section. 1.02 SUMMARY A. Related Sections include the following: 1. Section 04810 —Unit Masonry Assemblies. 2. Item 5.8 (Portland Cement Concrete pavement) in the North Central Texas Council of Governments (NCTCOG) Standard Specifications for Public Works Construction. 1.03 PERFORMANCE REQUIREMENTS A. Provide elastomeric joint sealants that establish and maintain watertight and airtight continuous joint seals without staining or deteriorating joint substrates. 1.04 SUBMITTALS Submit the following in accordance with the requirements outlined in Section 4 (Specific Project Requirements): A. Product Data: For each joint - sealant product indicated. B. Samples for Initial Selection: Manufacturer's color charts consisting of strips of cured sealants showing the full range of colors available for each product exposed to view. C. Warranties: Special warranties specified in this Section. 1.05 QUALITY ASSURANCE A. Installer Qualifications: Manufacturer's authorized Installer who is approved or li- censed for installation of elastomeric sealants required for this Project. B. Source Limitations: Obtain each type of joint sealant through one source from a sin- gle manufacturer. 1.06 PROJECT CONDITIONS A. Do not proceed with installation of joint sealants under the following conditions: NON - STANDARD/ 217/2004 07920 - Page 1 of 8 IOP4T SEALANIs JOB NO. 052 131124.0001 GSRA / #1542 1. When ambient and substrate temperature conditions are outside limits permit- ted byjoint- sealant manufacturer or are below 40 degree F. 2. When joint substrates are wet. 3. Where joint widths are less than those allowed by joint - sealant manufacturer for applications indicated. 4. Contaminants capable of interfering with adhesion have not yet been removed from joint substrates. 1.07 WARRANTY A. Special Manufacturer's Warranty: Manufacturer's standard form in which elastomeric sealant manufacturer agrees to furnish elastomeric joint sealants to repair or replace those that do not comply with performance and other requirements specified in this Section within specified warranty period. Warranty Period: 10 years from date of Substantial Completion. B. Special warranties specified in this Article exclude deterioration or failure of elas- tomeric joint sealants from the following: Movement of the structure resulting in stresses on the sealant exceeding seal- ant manufacturer's written specifications for sealant elongation and compres- sion caused by structural settlement or errors attributable to design or con- struction. 2. Disintegration of joint substrates from natural causes exceeding design speci- fications. 3. Mechanical damage caused by individuals, tools, or other outside agents. 4. Changes in sealant appearance caused by accumulation of dirt or other at- mospheric contaminants. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Products: Subject to compliance with requirements, provide one of the products listed in other Part 2 articles. 2.02 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backings, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer, based on testing and field ex- perience. NON - STANDARD/ 2/7/2004 07920 - Page 2 of 8 - JOINT SEALANTS JOB N0. 052 131124.0001 GSRA / #1542 B. Colors of Exposed Joint Sealants: As selected by ENGINEER from manufacturer's full range. 2.03 ELASTOMERIC JOINT SEALANTS A. Elastomeric Sealants: Comply with ASTM C 920 and other requirements indicated for each liquid - applied chemically curing sealant specified, including those referenc- ing ASTM C 920 classifications for type, grade, class, and uses related to exposure and joint substrates. B. Stain- Test - Response Characteristics: Where elastomeric sealants are specified to be nonstaining to porous substrates, provide products that have undergone testing ac- cording to ASTM C 1248 and have not stained porous joint substrates indicated for Project. C. Single - Component Neutral -Curing Silicone Sealant: 1. Products: a. GE Silicones; SilPruf LM SCS2700. '— b. GE Silicones; SilPruf SCS2000. C. Sonnebom, Division of ChemRex Inc.; Omniseal. d. Tremco; Spectrem 3. C. GE Silicones; SilPruf NB SCS9000. f. GE Silicones; UltraPmf II SCS2900. 2. Type and Grade: S (single component) and NS (nonsag). 3. Class: 100/50. 4. Use Related to Exposure: NT (nontraffic). 5. Uses Related to Joint Substrates: M and, as applicable to joint substrates in- dicated, O. a. Use O Joint Substrates: galvanized steel, brick, painted metal. 6. Stain - Test - Response Characteristics: Nonstaining to porous substrates per ASTM C 1248. D. Multicomponent Pourable Urethane Sealant 1. Products: a. Pecom Corporation; Urexpan NR -200. NONSTANDARD/ 2/7/2004 07920 - Page 3 of 8 JO[NT SEALANTS JOB NO. 052 131124,0001 GSRA 1 #1542 b. Polymeric Systems Inc.; PSI- 270SL. C. Tremco; THC -900. ._ d. Tremco; Vulkem 245. 2. Type and Grade: M (multicomponent) and P (pourable). 3. Class: 25. 4. Use Related to Exposure: T (traffic). 5. Uses Related to Joint Substrates: M. E. Single- Component Mildew- Resistant Neutral -Curing Silicone Sealant: 1. Products: a. Pecora Corporation; 898. ^ b. Tremco; Tremsil 600 White. _ 2. Type and Grade: S (single component) and NS (nonsag). 3. Class: 25. 4. Use Related to Exposure: NT (nontraffic). 5. Uses Related to Joint Substrates: M and, as applicable to joint substrates indi- cated, O. _ a. Use O Joint Substrates: stainless steel, chrome plated steel , gypsum wall board. _ 2.04 LATEX JOINT SEALANTS A. Latex Sealant: Comply with ASTM C 834, Type P, Grade NF. 1. Products: a. Pecora Corporation; AC -20 +. b. Sonneborn, Division of ChemRex Inc.; Sonolac. C. Tremco; Tremflex 834. 2.05 JOINT - SEALANT BACKING A. General: Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are ap- NON - STANDARD/ 2/7/2004 07920 - Page 4 of 8 JO1N1' SEALANTS JOB NO. 052 131124.0001 GSRA / #1542 proved for applications indicated by sealant manufacturer based on field experience and laboratory testing. B. Cylindrical Sealant Backings: ASTM C 1330, Type C (closed -cell material with a surface skin), and of size and density to control sealant depth and otherwise contrib- ute to producing optimum sealant performance: 2.06 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint - sealant manufacturer where required for ad- hesion of sealant to joint substrates indicated, as determined from preconstruction joint - sealant - substrate tests and field tests. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of _ sealants and sealant backing materials, free of oily residues or other substances capa- ble of staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants to joint substrates. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. PART 3 EXECUTION 3.01 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compli- ance with requirements for joint configuration, installation tolerances, and other con- ditions affecting joint - sealant performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint seal- ants to comply with joint - sealant manufacturer's written instructions and the follow- - ing requirements: 1. Remove all foreign material from joint substrates that could interfere with ad. �- hesion of joint sealant, including dust, paints (except for permanent, protec- tive coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer), old joint sealants, oil, grease, waterproofing, water re- pellents, water, surface dirt, and frost. 2. Clean porous joint substrate surfaces by brushing, grinding, blast cleaning, mechanical abrading, or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with joint sealants. Remove loose particles remaining after cleaning operations above by vac- uuming or blowing out joints with oil -free compressed air. Porous joint sub- strates include the following: NON - STANDARD/ 2/7/2004 07920 - Page 5 of 8 JOINT SEALANTS JOB NO. 052 13 1124.0001 GSRA / 41542 a. Concrete. b. Masonry. 3. Remove laitance and form- release agents from concrete. 4. Clean nonporous surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion ofjoint sealants. Nonporous joint substrates include the following: a. Metal. B. Joint Priming: Prime joint substrates, where recommended in writing by joint - sealant manufacturer, based on preconstruction joint- sealant - substrate tests or prior experi- ence. Apply primer to comply with joint - sealant manufacturer's written instructions. Confine primers to areas of joint - sealant bond; do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant with .. adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. 3.03 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint - sealant manufacturer's written installation instructions for products and applications indicated, unless more stringent requirements apply. _ B. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. _ C. Install sealant backings of type indicated to support sealants during application and at position required to produce cross - sectional shapes and depths of installed sealants _ relative to joint widths that allow optimum sealant movement capability. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. Remove absorbent sealant backings that have become wet before sealant ap- plication and replace them with dry materials. D. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross - sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. NON - STANDARD/ 2/7/2004 07920 - Page 6 of 8 JOINT SEALANTS JOB NO. 052 131124.0001 GSRA / #1542 3.04 CLEANING A. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur. 3.05 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are in- distinguishable from original work. 3.06 JOINT - SEALANT SCHEDULE A. Joint - Sealant Application: Exterior vertical and horizontal control joints and joints in unit masonry. 1. Joint Sealant: Single- component neutral -curing silicone sealant. 2. Joint - Sealant Color: As selected by ENGINEER from manufacturer's full range. B. Joint - Sealant Application: Exterior horizontal traffic isolation and contraction joints in cast -in -place concrete slabs. 1. Joint Sealant: Multicomponent pourable urethane sealant. 2. Joint - Sealant Color: As selected by ENGINEER from manufacturer's full range. C. Joint - Sealant Application: Exterior butt joints between metal soffit panels. 1. Joint Sealant: Single- component neutral -curing silicone sealant. 2. Joint - Sealant Color: As selected by ENGINEER from manufacturer's full range. D. Joint - Sealant Application: Exterior perimeter joints between masonry and frames of door and louvers. 1. Joint Sealant: Single- component neutral -curing silicone sealant. 2. Joint - Sealant Color: As selected by ENGINEER from manufacturer's full range. — E. Joint - Sealant Application: Vertical control joints on exposed interior surfaces of exte- rior walls. NON - STANDARD/ 2/7/2004 07920 - Page 7 of 8 JOINT SEALANTS JOB NO. 052 131124.0001 GSRA / #1542 I. Joint Sealant: Single- component neutral -curing silicone sealant Latex seal- ant. 2. Joint - Sealant Color: As selected by ENGINEER from manufacturer's full range. F. Joint - Sealant Application: Interior perimeter joints of exterior openings. 1. Joint Sealant: Single- component neutral -curing silicone sealant. 2. Joint - Sealant Color: As selected by ENGINEER from manufacturer's full range. G. Joint - Sealant Application: Vertical joints on exposed surfaces of interior unit ma- sonry and concrete walls. 1. Joint Sealant: Latex sealant. 2. Joint - Sealant Color: As selected by ENGINEER from manufacturer's full range. H. Joint - Sealant Application: Exterior perimeter joints between masonry and pipe penetrations. 1. Joint Sealant: Single- component neutral -curing silicone sealant. 2. Joint - Sealant Color: As selected by ENGINEER from manufacturer's full _ range. 3.07 -3.11 (NOT USED) _ END OF SECTION NON-STANDARD/ 2/7/2004 07920 - Page 8 of 8 JOINT SEALANTS JOB NO. 052 131124.0001 GSRA 1#1542 SECTION 08110 STEEL DOORS AND FRAMES PART 1 GENERAL 1.01 RELATED DOCUMENTS A. PLANS and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section. 1.02 SUMMARY .. A. This Section includes the following: 1. Steel doors. 2. Steel door frames. .. B. Related Sections include the following: 1. Section 04810 — Unit Masonry Assemblies. 2. Section 08711 —Door Hardware. _. 3. Section 09902 — Painting and Protective Coatings. 1.03 DEFINITIONS A. Steel Sheet Thicknesses: Thickness dimensions, including those referenced in ANSI A250.8, are minimums as defined in referenced ASTM standards for both un- coated steel sheet and the uncoated base metal of metallic- coated steel sheets. 1.04 SUBMITTALS "— Submit the following in accordance with the requirements outlined in Section 4 (Specific Project Requirements): A. Product Data: For each type of door and frame indicated, include door designation, type, level and model, material description, core description, construction details, la- bel compliance, sound and fire - resistance ratings, and finishes. B. Shop Drawings: Show the following: 1. Elevations of each door design. 2. Details of doors including vertical and horizontal edge details. 3. Frame details for each frame type including dimensioned profiles. NON - STANDARD/ 2172004 08110 - Page 1 of 5 STEEL DOORS AND FRAMES 30B NO, 052 131124.0001 GSRA / #1$42 4. Details and locations of reinforcement and preparations for hardware. 5. Details of each different wall opening condition. 6. Details of anchorages, accessories, joints, and connections. C. Door Schedule: Use same reference designations indicated on Drawings in preparing schedule for doors and frames. 1.05 QUALITY ASSURANCE A. Steel Door and Frame Standard: Comply with ANSI A 250.8, unless more stringent _ requirements are indicated. 1.06 DELIVERY, STORAGE, AND HANDLING .. A. Deliver doors and frames cardboard - wrapped or crated to provide protection during transit and job storage. Provide additional protection to prevent damage to finish of .. factory- finished doors and frames. B. Inspect doors and frames on delivery for damage, and notify shipper and supplier if damage is found. Minor damages may be repaired provided refinished items match new work and are acceptable to Architect. Remove and replace damaged items that cannot be repaired as directed. _ C. Store doors and frames at building site under cover. Place units on minimum 4 -inch- high wood blocking. Avoid using nonvented plastic or canvas shelters that could _ create a humidity chamber. If door packaging becomes wet, remove cartons immedi- ately. Provide minimum 1/4 -inch spaces between stacked doors to permit air circula- tion. PART2PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Steel Doors and Frames: a. Ceco Door Products; a United Dominion Company. _ b. Mesker Door, Inc. C. Republic Builders Products. d. Steelcraft; a division of Ingersoll -Rand. B. Substitutions in accordance with the requirements outlined in Section 1 (Bidding Documents). NON - STANDARD/ 2/7/2004 08110 - Page 2 of 5 STEEL DOORS AND FRAMES JOB NO. 052 1311 GSRA / 41542 2.02 MATERIALS A. Cold - Rolled Steel Sheets: ASTM A 366/A 366M, Commercial Steel (CS), or ASTM A 620/A 620M, Drawing Steel (DS), Type B; stretcher - leveled standard of flatness. B. Metallic- Coated Steel Sheets: ASTM A 653/A 653M, Commercial Steel (CS), Type B, with an A40 zinc - iron -alloy (galvannealed) coating; stretcher- leveled Stan- _ dard of flatness. C. Electrolytic Zinc - Coated Steel Sheet: ASTM A 591/A 591M, Commercial Steel (CS), Class B coating; mill phosphatized; suitable for unexposed applications; stretcher- leveled standard of flatness where used for face sheets. 2.03 DOORS A. General: Provide doors of sizes, thicknesses, and designs indicated. Exterior Doors: Provide doors complying with requirements indicated below by referencing ANSI A250.8 for level and model and ANSI A250.4 for physical- endurance level: a. Level 3 and Physical Performance Level A (Extra Heavy Duty), Model 1 (Full Flush). 2.04 FRAMES A. General: Provide steel frames for doors, transoms, sidelights, borrowed lights, and other openings that comply with ANSI A250.8 and with details indicated for type and profile. Conceal fastenings, unless otherwise indicated. B. Frames o£0.053 -inch- thick steel sheet for: 1. Door openings wider than 48 inches. 2. Level 3 steel doors. C. Door Silencers: Except on weather - stripped frames, fabricate stops to receive three silencers on strike jambs of single -door frames and two silencers on heads of double- - door frames. D. Supports and Anchors: Fabricated from not less than 0.042 -inch- thick, electrolytic zinc- coated or metallic- coated steel sheet. Wall Anchors in Masonry Construction: 0.177 -inch- diameter, steel wire complying with ASTM A 510 may be used in place of steel sheet. E. Inserts, Bolts, and Fasteners: Manufacturer's standard units. Where zinc - coated — items are to be built into exterior walls, comply with ASTM A 153/A 153M, Class C or D as applicable. NON - STANDARD/ 2/7/2004 08110 - Page 3 of 5 STEEL DOORS AND FRAMES JOB NO. 052 131124.0001 GSRA / NI542 2.05 FABRICATION A. General: Fabricate steel door and frame units to comply with ANSI A250.8 and to be rigid, neat in appearance, and free from defects including warp and buckle. Where practical, fit and assemble units in manufacturer's plant. Clearly identify work that cannot be permanently factory assembled before shipment, to assure proper assembly at Project site. B. Exterior Door Construction: For exterior locations, fabricate doors, panels, and frames from metallic- coated steel sheet. Close top and bottom edges of doors flush as an integral part of door construction or by addition of 0.053 -inch- thick, metallic - coated steel channels with channel webs placed even with top and bottom edges. C. Core Construction: Manufacturer's standard core construction that produces a door complying with SDI standards. ... D. Clearances for Non - Fire -Rated Doors: Not more than 1 /8 inch at jambs and heads, except not more than 1/4 inch between pairs of doors. Not more than 3/4 inch at bot- tom. E. Single- Acting, Door -Edge Profile: Square edge. — F. Tolerances: Comply with SDI 117, "Manufacturing Tolerances for Standard Steel Doors and Frames." — G. Fabricate concealed stiffeners, reinforcement, edge channels, louvers, and moldings from either cold- or hot - rolled steel sheet. _ H. Exposed Fasteners: Unless otherwise indicated, provide countersunk flat or oval heads for exposed screws and bolts. I. Thermal -Rated (Insulating) Assemblies: At exterior locations, provide doors fabri- cated as thermal- insulating door and frame assemblies and tested according to _ ASTM C 236 or ASTM C 976 on fully operable door assemblies. Provide thermal -rated assemblies with U -value of 0.41 Btu/sq. ft. x h x deg F _ or better. J. Hardware Preparation: Prepare doors and frames to receive mortised and concealed _ hardware according to final door hardware schedule and templates provided by hard- ware supplier. Comply with applicable requirements in ANSI A250.6 and ANSI A115 Series specifications for door and frame preparation for hardware. _ K. Frame Construction: Fabricate frames to shape shown. Fabricate frames with mitered or coped and continuously welded corners and seamless face joints. 2. Provide welded frames with temporary spreader bars. NON- STANDARD/ 2/7/2004 08110 - Page 4 of 5 STEEL DOORS AND FRAMES JOB N0. 052 131124.0001 GSRA / #1542 L. Reinforce doors and frames to receive surface - applied hardware. Drilling and tap- ping for surface - applied hardware maybe done at Project site. M. Locate hardware as indicated on Shop Drawings or, if not indicated, according to ANSI A250.8. 2.6 FINISHES A. Prime Finish: Manufacturer's standard, factory- applied coat of rust-inhibiting primer complying with ANSI A250.10 for acceptance criteria. PART 3 EXECUTION 3.01 INSTALLATION A. General: Install steel doors, frames, and accessories according to Shop Drawings, manufacturer's data, and as specified. B. Placing Frames: Comply with provisions in SDI 105, unless otherwise indicated. Set frames accurately in position, plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is completed, remove temporary braces and spreaders, leaving surfaces smooth and undamaged. C. In masonry construction, provide at least three wall anchors per jamb; install adjacent to hinge location on hinge jamb and at corresponding heights on strike jamb. Ac- ceptable anchors include masonry wire anchors and masonry T- shaped anchors. D. For openings 90 inches or more in height, install an additional anchor at hinge and strike jambs. E. Door Installation: Comply with ANSI A250.8. Fit hollow -metal doors accurately in frames, within clearances specified in ANSI A250.8. Shim as necessary to comply with SDI 122 and ANSUDHI Al 15.1G. 3.02 ADJUSTING AND CLEANING A. Prime -Coat Touchup: Immediately after installation, sand smooth any rusted or damaged areas of prime coat and apply touch up of compatible air - drying primer. B. Protection Removal: Immediately before final inspection, remove protective wrap- pings from doors and frames. 3.03 — 3.11 (NOT USED) END OF SECTION NON - STANDARD/ 2i 7/2004 JOB NO. 052 131124.0001 08110 - Page 5 of 5 STEEL DOORS AND FRAMES GSRA 1 #1542 SECTION 08711 DOOR HARDWARE PART 1GENERAL 1.01 RELATED DOCUMENTS A. PLANS and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Commercial door hardware for the following: a. Swinging steel doors. B. Related Sections include the following: 1. Section 04810 — Unit Masonry Assemblies. 2. Section 08110 — Steel Doors and Frames. 3. Section 07920 — Joint Sealants. C. Products furnished, but not installed, under this Section include the following. Coordinating, purchasing, delivering, and scheduling remain requirements of this — Section. D. Final replacement cores and keys to be installed by OWNER. 1.03 SUBMITTALS Submit the following in accordance with the requirements outlined in Section 4 (Specific Project Requirements): A. Product Data: Include installation details, material descriptions, dimensions of indi- vidual components and profiles, and finishes. B. Samples: For exposed door hardware of each type indicated below, in specified fin- - ish, full size. Tag with full description for coordination with the Door Hardware Schedule. Submit samples before, or concurrent with, submission of the final Door Hardware Schedule. 1. Door Hardware: As follows: a. Hinges. NON - STANDARD /2/7/1004 08711 - Page 1 of 12 DOOR HARDWARE JOB NO. 052 131124.0001 GSRA / #1542 b. Cylinders and keys. Stops. .. d. Door gasketing. Thresholds. C. Door Hardware Schedule: Prepared by or under the supervision of supplier, detailing fabrication and assembly of door hardware, as well as procedures and diagrams. Co- ordinate the final Door Hardware Schedule with doors, frames, and related work to ensure proper size, thickness, hand, function, and finish of door hardware. _ 1. Format: Comply with scheduling sequence and vertical format in DHI's "Se- quence and Format for the Hardware Schedule." D. Organization: Organize the Door Hardware Schedule into door hardware sets indicating complete designations of every item required for each door or opening. _ E. Organize door hardware sets in same order as in the Door Hardware Schedule at the end of Part 3. _ F. Content: Include the following information: Type, style, function, size, label, hand, and finish of each door hardware item. 2. Manufacturer of each item. _ 3. Fastenings and other pertinent information. 4. Location of each door hardware set, cross - referenced to Drawings, both on floor plans and in door and frame schedule. 5. Explanation of abbreviations, symbols, and codes contained in schedule. 6. Mounting locations for door hardware. Door and frame sizes and materials. G. Submittal Sequence: Submit initial draft of final schedule along with essential Prod- uct Data to facilitate the fabrication of other work that is critical in the Project con- struction schedule. Submit the final Door Hardware Schedule after Samples, Product Data, coordination with Shop Drawings of other work, delivery schedules, and simi- lar information has been completed and accepted. H. Keying Schedule: Prepared by or under the supervision of supplier, detailing OWNERS; final keying instructions for locks. Include schematic keying diagram and index each key set to unique door designations. Warranties: Special warranties specified in this Section. NON - STANDARD /2/72004 08711 - Page 2 of 12 DOORHARDWARe JOB NO, 052 131124.0001 GSRA / #1542 1.04 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed door hardware similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in- service performance. B. Supplier Qualifications: Door hardware supplier with warehousing facilities in Pro- ject's vicinity and who is or employs a qualified Architectural Hardware Consultant, available during the course of the Work to consult with CONTRACTOR, ENGINEER, and OWNER about door hardware and keying. C. Scheduling Responsibility: Preparation of door hardware and keying schedules. D. Architectural Hardware Consultant Qualifications: A person who is currently certi- fied by the Door and Hardware Institute as an Architectural Hardware Consultant and who is experienced in providing consulting services for door hardware installations that are comparable in material, design, and extent to that indicated for this Project. E. Source Limitations: Obtain each type and variety of door hardware from a single manufacturer, unless otherwise indicated. F. Regulatory Requirements: Comply with provisions of the following: G. Generally retain Americans with Disabilities Act Accessibility Guidelines below for private projects; FED - STD -795 for Federal, State, and local government projects. Verify with authorities having jurisdiction. H. Where indicated to comply with accessibility requirements, comply with Americans with Disabilities Act (ADA), "Accessibility Guidelines for Buildings and Facilities (ADAAG)," ANSI Al 17. 1, FED - STD -795, "Uniform Federal Accessibility Stan- dards," as follows: 1. Handles, Pulls, Latches, Locks, and other Operating Devices: Shape that is easy to grasp with one hand and does not require tight grasping, tight pinch- ing, or twisting of the wrist. J. Thresholds: Not more than 1/2 inch high. Bevel raised thresholds with a slope of not more than 1:2. K. NFPA 101: Comply with the following for means of egress doors: 1. Latches and Locks: Not more than 15 lbf to release the latch. Locks shall not require the use of a key, tool, or special knowledge for operation. 1.05 DELIVERY, STORAGE, AND HANDLING A. Inventory door hardware on receipt and provide secure lock -up for door hardware delivered to Project site. NON - STANDARD /2/7/2004 08711 - Page 3 of 12 DOORHARDWARE JOB NO. 052 131 124.0001 GSRA / # 1542 B. Tag each item or package separately with identification related to the final Door Hardware Schedule, and include basic installation instructions with each item or package. C. Deliver keys to OWNER by registered mail or overnight package service. 1.06 COORDINATION A. Templates: Obtain and distribute to the parties involved templates for doors, frames, and other work specified to be factory prepared for installing door hardware. Check Shop Drawings of other work to confirm that adequate provisions are made for locat- ing and installing door hardware to comply with indicated requirements. _ 1.07 WARRANTY A. General Warranty: Special warranties specified in this Article shall not deprive OWNER of other rights OWNER may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties _ made by CONTRACTOR under requirements of the Contract Documents. B. Special Warranty: Written warranty, executed by manufacturer agreeing to repair or _ replace components of door hardware that fail in materials or workmanship within specified warranty period. Failures include, but are not limited to, the following: 1. Structural failures including excessive deflection, cracking, or breakage. 2. Faulty operation of operators and door hardware. 3. Deterioration of metals, metal finishes, and other materials beyond normal weathering. C. Warranty Period: Three years from date of Substantial Completion, unless otherwise indicated. 1.08 MAINTENANCE SERVICE A. Maintenance Tools and Instructions: Furnish a complete set of specialized tools and maintenance instructions as needed for OWNER's continued adjustment, mainte- nance, and removal and replacement of door hardware. PART 2 PRODUCTS 2.01 SCHEDULED DOOR HARDWARE A. General: Provide door hardware for each door to comply with requirements in this Section. B. Door Hardware Sets: Provide quantity, item, size, finish or color indicated, and named manufacturer's products. NON- STANDARD /2 /7/2004 08711 - Page 4 of 12 DOOR HARDWARE JOB NO, 052 131124.0001 GSRA / 51542 C. Substitutions in accordance with the requirements outlined in Section I (Bidding Documents). 2.02 HINGES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following for steel doors: 1. Hinges: a. Hager Companies. b. McKinney Products Company; Div. of ESSEX Industries, Inc. C. Stanley Commercial Hardware; Div. of The Stanley Works. B. Quantity: Refer to hardware sets schedule at end of Part 3. C. Size: Provide the following, unless otherwise indicated, with hinge widths sized for door thickness and clearances required: Metal Thickness (inches) Maximum Door Size Hinge Standard Heavy (inches) Height Weight Weight (inches) 36 by 84 by 1 -3/4 4 -1/2 0.134 0.180 48 by 90 by 1 -314 5 0.146 0.190 D. Template Requirements: Provide only template - produced units. E. Hinge Weight: Unless otherwise indicated, provide the following: 1. Entrance Doors: Heavy- weight hinges. F. Hinge Base Metal: Stainless steel, with stainless -steel pin. G. Hinge Options: Comply with the following where indicated in the Plans: 1. Nonremovable Pins: Provide set screw in hinge barrel that, when tightened into a groove in hinge pin, prevents removal of pin while door is closed; for the following applications: a. Outswinging exterior doors. 2. 3. 4. NON- STANDARD/ 2/7/2004 70a NO, 052 131124.0001 Corners: Square. Fasteners: Comply with the following: Machine Screws: For metal doors and frames. Install into drilled and tapped holes. 08711 - Page 5 of 12 DOOR HARDWARE GSRA / #1542 5. Screws: Phillips flat -head screws; machine screws (drilled and tapped holes) for metal doors. Finish screw heads to match surface of hinges. 2.03 LOCKS AND LATCHES A. Manufacturers: Subject to compliance with requirements, provide products by one of _ the following: 1. Mortised Locks and Latches: r a. Best Lock Corporation. b. Sargent Manufacturing Company; Div. of ESSEX Industries, Inc. C. Yale Security Inc.; Div. of Williams Holdings. 2. Basis Of Design: 35H Series, by Best Lock Corporation. B. Lock Trim: Comply with the following: 1. Lever: Forged. 2. Escutcheon (Rose): Wrought or forged. 3. Basis Of Design: 16J Design, by Best Lock Corporation C. Lock Throw: Comply with testing requirements for length of bolts to comply with labeled fire door requirements, and as follows: 1. Mortise Locks: Minimum 3/4 -inch latchbolt throw. 2. Backset: 2 -3/4 inches, unless otherwise indicated. 2.04 CYLINDERS AND KEYING A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Cylinders: Same manufacturer as for locks and latches. 2. Basis Of Design: Mortise Cylinder 1E74, Rim Cylinder 1E72, by Best Lock Corporation. B. Key Control Systems: 1. Key Control Systems, Inc. C. Cylinders: Manufacturer's standard tumbler type, constructed from stainless steel, or nickel silver, and complying with the following: 1. Five pins in subparagraph below are not available for high - security cylinders. NON-STANDARD/ 2/7/2004 08711 - Page 6 of 12 DOOR HARDWARE JOB No, 052 131124.0001 GSRA 1 #1542 2. Number of Pins: Seven. 3. Mortise Type: Threaded cylinders with rings and straight- or clover -type cam. D. Permanent Cores: Manufacturer's standard; finish face to match lockset; complying with the following: 1. Removable Cores: Core insert, removable by use of a special key, and for use with only the core manufacturer's cylinder and door hardware. 2. Construction Keying: Comply with the following: a. Construction Cores: Provide construction cores that are replaceable by permanent cores. Provide 2 construction master keys. b. Furnish permanent cores to OWNER for installation. E. Keying System: Unless otherwise indicated, provide a factory- registered keying sys- tem complying with the following requirements: 1. Existing System: Master key or grand master key locks to OWNER's existing system. 2. Cylinders shall be master keyed. 3. Keys: Provide nickel- silver keys complying with the following: a. Stamping: Permanently inscribe each key with a visual key control number and include the following notation: 1. Notation: "DO NOT DUPLICATE." b. Quantity: In addition to one extra blank key for each lock, provide the following: 1. Cylinder Change Keys: Three. 2. Master Keys: Five. 3. Grand Master Keys: Five. 4. Key Control System: BHMA Grade 1 system, including key - holding hooks, labels, two sets of key tags with self - locking key holders, key - gathering enve- lopes, and temporary and permanent markers. Contain system in metal cabi- net with baked - enamel finish. 5. Wall- Mounted Cabinet: Cabinet with hinged -panel door equipped with key - holding panels and pin - tumbler cylinder door lock. a. Capacity: Able to hold keys for 150 percent of the number of locks. NON - STANDARD /2/7/2004 08711 - Page 7 of 12 DOOR HARDWARE JOB NO. 052 131124.0001 GSRA / # 1542 2.05 STOPS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Baldwin Hardware Corporation. 2. DORMA Door Controls Inc.; Member of The DORMA Group. 3. Hager Companies. 4. Ives: H. B. Ives. 5. Rockwood Manufacturing Company. B. Furnish wall type dome stops where doors strike masonry walls, furnish floor type stops at other conditions. C. Silencers for Metal Door Frames: BHMA Grade 1; neoprene or rubber, minimum di- ameter 1/2 inch; fabricated for drilled -in application to frame. 2.06 DOOR GASKETING A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Door Gasketing: a. National Guard Products, Inc. b. Pemko Manufacturing Co., Inc. C. Zero International, Inc. B. General: Provide continuous weather -strip gasketing on exterior doors. Provide non- corrosive fasteners for exterior applications and elsewhere as indicated. ^ C. Perimeter Gasketing: Apply to head and jamb, forming seal between door and frame. D. Air Leakage: Not to exceed 0.50 cfin per foot of crack length for gasketing other than for smoke control, as tested according to ASTM E 283. E. Gasketing Materials: Comply with ASTM D 2000 and AAMA 701/702. _ F. Basis Of Design: 1. Weather Stripping: 34 B &S gauge, spring bronze Series 19W, by Zero International Inc. NON-STANDARD/ 217/2004 08711 - Page 8 of 12 DOORHARDWARE JOB NO. 052 131124.0001 GSRA / #1542 2.07 THRESHOLDS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: National Guard Products, Inc. 2. Pemko Manufacturing Co., Inc. 3. Zero Intemational, Inc. B. Basis Of Design: Thresholds: Aluminum, No. 547 A -E, with epoxy non -slip coating, by Zero Intemational Inc. Sill Weatherstrip: No. 31 B &S gauge spring bronze, Series 37B, by Zero International Inc. 3. Automatic Door Bottom: No. 361, surface mounted, clear anodized finish, by Zero International Inc. 2.08 FABRICATION A. Manufacturer's Nameplate: Do not provide manufacturers' products that have manu- facturer's name or trade name displayed in a visible location (omit removable name- plates) except in conjunction with required fire -rated labels and as otherwise ap- proved by ENGINEER. B. Manufacturer's identification will be permitted on rim of lock cylinders only. C. Base Metals: Produce door hardware units of base metal, fabricated by forming method indicated, using manufacturer's standard metal alloy, composition, temper, and hardness. Furnish metals of a quality equal to or greater than that of specified door hardware units and BHMA A156.18 for finishes. Do not furnish manufacturer's standard materials or forming methods if different from specified standard. D. Fasteners: Provide door hardware manufactured to comply with published templates generally prepared for machine, wood, and sheet metal screws. Provide screws ac- cording to commercially recognized industry standards for application intended. Provide Phillips flat -head screws with finished heads to match surface of door hard- ware, unless otherwise indicated. E. Concealed Fasteners: For door hardware units that are exposed when door is closed, except for units already specified with concealed fasteners. Do not use through bolts for installation where bolt head or nut on opposite face is exposed unless it is the only means of securely attaching the door hardware. Where through bolts are used on hol- low door and frame construction, provide sleeves for each through bolt. NON-STANDARD/ 2/7/2004 08711 - Page 9 of 12 DOORHARDWARE JOB NO, 052 131124.0001 GSRA / #1542 2.09 FINISHES A. Standard: Stainless Satin, US 32D (630), comply with BHMA A156.18. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippa- ble, temporary protective covering before shipping. C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one -half of the range of approved Samples. _ Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. PART 3 EXECUTION 3.01 EXAMINATION A. Examine doors and frames, with Installer present, for compliance with requirements for installation tolerances, labeled fire door assembly construction, wall and floor construction, and other conditions affecting performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Steel Doors and Frames: Comply with DHI A115 series. B. Surface - Applied Door Hardware: Drill and tap doors and frames according to SDI 107. 3.03 INSTALLATION A. Mounting Heights: Mount door hardware units at heights indicated in following ap- plicable publications, unless specifically indicated or required to comply with govem- ing regulations: B. Standard Steel Doors and Frames: DHI's "Recommended Locations for Architectural Hardware for Standard Steel Doors and Frames." C. Install each door hardware item to comply with manufacturer's written instructions. D. Where cutting and fitting are required to install door hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and reinstallation of surface protective trim units with finishing work specified in Di- vision 9 Sections. Do not install surface- mounted items until finishes have been completed on substrates involved. E. Set units level, plumb, and true to line and location. Adjust and reinforce attachment substrates as necessary for proper installation and operation. NON - STANDARD /2/7/2004 08711 - Page 10 of 12 DOOR HARDWARE JOB NO. 052 131124.0001 GSRA / #1542 F. Drill and countersink units that are not factory prepared for anchorage fasteners. Space fasteners and anchors according to industry standards. G. Key Control System: Place keys on markers and hooks in key control system cabi- net, as determined by final keying schedule. H. Thresholds: Set thresholds for exterior and acoustical doors in full bed of sealant complying with requirements specified in Section 07920 - Joint Sealants. 3.04 ADJUSTING A. Initial Adjustment: Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for fi- nal operation of heating and ventilating equipment and to comply with referenced ac- cessibility requirements. 3.05 CLEANING AND PROTECTION A. Clean adjacent surfaces soiled by door hardware installation. B. Clean operating items as necessary to restore proper function and finish. C. Provide final protection and maintain conditions that ensure door hardware is without damage or deterioration at time of Substantial Completion. 3.06 DEMONSTRATION A. Engage a factory- authorized service representative to train OWNER's maintenance personnel to adjust, operate, and maintain door hardware and door hardware finishes. 3.07 DOOR HARDWARE SCHEDULE A. HW Set No. 1: 1 1/2 pr. Hinges Lockset - F04 Closer (w/ Stop Feature) Gaskets — Weather - stripping Threshold Rain Drip Automatic Door Bottom B. HW Set No. 2: 3 pr. Hinges Lockset - F04 — Closer (w/ Stop Feature) Gaskets — Weather - stripping Threshold Rain Drip Automatic Door Bottom NON- STANDARD /2/712004 08711 -Page 11 of 12 DOOR HARDWARE JOB NO. 052 131124.0001 GSRA / 4 1542 3.08 — 3.11 (NOT USED) END OF SECTION NON - STANDARD/ 2/7/2004 08711 - Page 12 of 12 DOORHARDWARE JOB NO. 052 13I 124.0001 GSRA / #1542 SECTION 09902 PAINTING AND PROTECTIVE COATINGS PART 1GENERAL 1.01 SUMMARY This Section describes the furnishing and application, as specified herein, of paint and protective coatings to all surfaces, unless specifically excluded by notes shown on the PLANS. 1.02 RELATED REQUIREMENTS (NOT USED) 1.03 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN CONCRETE INSTITUTE (ACI) ACI 506.2 -77 Specifications for Materials, Proportioning, and Application of Shotcrete AMERICAN SOCIETY OF TESTING AND MATERIALS (ASTM) ASTM C 109 Compressive Strength Hydraulic Cement Mortars ASTM C396 Compressive Strength of Cement Mortars ASTM C579 Compressive Strength of Chemically Setting Silicate and Silica Chemical Resistant Mortars ASTM D543 Resistance of Plastics to Chemical Reagents ASTM D638 Tensile Properties of Plastics ASTM D695 Compressive Properties of Rigid Plastics _ ASTM D790 Flexural Properties of Unreinforced and Reinforced Plastics ASTM D2240 Durometer Hardness, Type D ASTM D2584 Volatile Matter Content ASTM D4541 Pull -off Strength of Coatings Using a Portable Adhesion Tester NATIONAL ASSOCIATION OF CORROSION ENGINEERS (MACE) NONSTANDARD/ 01/15/03 09902 - Page 1 of 20 PAINTING AND PROTECTIVE COATINGS JOB NO. 052 131124.0001 OCCUPATIONAL HEALTH AND SAFETY ADMINISTRATION (OSHA) OSHA 29CFR 1910.144 1995 Safety Color Codes for Marking Physical Hazards. _ STEEL STRUCTURES PAINTING COUNCIL (SSPC) SSPC SP -1 1989 Surface Preparation Specification No. 1 - Solvent Cleaning. SSPC SP -2 1995 Surface Preparation Specification No. 2 - Hand Tool _ Cleaning. SSPC SP -3 1995 Surface Preparation Specification No. 3 - Power Tool Cleaning. 1.04 - 1.05 (NOT USED) 1.06 SUBMITTALS Submit the following in accordance with the requirements outlined in Specification Section 4 (Specific Project Requirements): A. Painting Schedule: Submit list indicating major items to be painted, preparation required, paint manufacturer, product designation, and dry mil thickness. B. Panels 1. Submit panels containing samples of proposed paints and coatings. Include three displays of each kind and color of paint used. Panel to be representative of material to be coated. 2. Mark panels to indicate respective types of surfaces to which several kinds and colors of paint, stain, and coating are applied. C. For all sealers and protective coatings, submit copies of manufacturer's printed instructions and application sheets. — D. For liner systems, submit the following: 1. Technical data sheet on each product used, including ASTM test results indicating the product conforms to and is suitable for its intended use per these specifications. — 2. 3 4. NONSTANDARD/ 01/15/03 JOB NO. 052 131124.0001 Material Safety Data Sheets (MSDS) for each product used. Project specific guidelines and recommendations. Applicator qualifications: 09902 - Page 2 of 20 PAINTING AND PROTECTIVE COATINGS a. Manufacturer certification that Applicator has been trained and approved in the handling, mixing and application of the products to be used. b. Certification by the protective coating manufacturer that the equipment to be used for applying the products has been approved and Applicator personnel have been trained and certified for proper use of the equipment. C. Three (3) years experience and three (3) recent references of projects of similar size and scope and Applicator must provide references indicating successful application on underground concrete or masonry substrates of a minimum 15,000 of of the specified 100% solids, high - build solvent -free epoxy coating by heated, plural component spray application d. Proof of any necessary federal, state or local permits or licenses necessary for the project. 5. Design details for any additional ancillary systems and equipment to be used in site and surface preparation, application and testing. E. Coordinate Scope of Work with Texas Commission on Environmental Quality (TCEQ). Submit a copy of TCEQ Contractor Permit or certificate stating that no TCEQ Permit was required. 1.07 QUALITY ASSURANCE A. Workmanship 1. Fumish workers who perform quality work and who are experienced and knowledgeable in the surface preparation and application of high - performance industrial coatings. 2. Provide manufacturer's written instructions on cleaning and coating prior to any surface preparation or coating. B. To the maximum extent possible allowed by Attachment B, all coatings should be from one manufacturer. Unless otherwise specified, coating materials for a specific _ surface or piece of equipment will be from a single manufacturer and must be applied in strict accordance with manufacturer's instructions. C. All coatings provided for use on this project in the field or from equipment suppliers will be in compliance with local, state, and federal government laws, regulations and ordinances related to items such as lead, chromate, carcinogens and volatile organic compounds. All coatings in potable water service to be National Sanitation Foundation (NSF) approved for potable water service. D. Applicator shall initiate and enforce quality control procedures consistent with applicable ASTM, NACE and SSPC standards and the protective coating manufacturer's recommendations. NONSTANDARD/ 01/15/03 09902 - Page 3 of 20 PAINTING AND PROTECTIVE COATINGS JOB NO. 052 131124.0001 E. Applicator shall warrant all work against defects in materials and workmanship for a period of one (1) year, unless otherwise noted, from the date of final acceptance of the project. Applicator shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said one (1) year period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without cost to the OWNER. .. 1.08 DELIVERY, STORAGE, AND HANDLING — A. All materials shall be delivered to the site in their original, sealed containers with manufacturer's label attached. Keep all materials dry and protect from weathering and extreme temperatures. .. B. Any hazardous waste material remaining at the end of the day shall be discarded in accordance with national, state, and local regulations. C. Protective coating materials are to be stored between 50 degrees Fahrenheit and 90 degrees Fahrenheit. Do not store near flame, heat or strong oxidants. D. Protective coating materials are to be handled according to their material safety data sheets. 1.09 PROJECT /SITE CONDITIONS A. Surfaces receiving paint include: Equipment and metal surfaces. 2. No interior room surfaces. 3. Concrete surfaces, including concrete blocks (when noted on PLANS). 4. Threads on galvanized pipe and conduit. 5. Interior concrete surfaces of lift station wet wells. B. Do not paint surfaces of stainless steel, aluminum, bronze, copper, and lead. C. Galvanized Steel Surfaces: Paint only when noted on the PLANS. D. Applicator shall conform with all local, state and federal regulations including those set forth by OSHA, RCRA and the EPA and any other applicable authorities. E. Method statements and design procedures are to be provided by OWNER when confined space entry, flow diversion, debris removal or bypass is necessary in order for Applicator to perform the specified work. 1.10-1.11 (NOT USED) NONSTANDARD/ 01/15/03 09902 - Page 4 of 20 PAINTING AND PROTECTIVE COATINGS JOB NO. 052 131124.0001 PART 2 PRODUCTS 2.01 MANUFACTURER(S) A. Manufacturer: All paints, sealers, and coatings to be manufactured by those firms listed in Attachment B. Products of equal quality by other manufacturers will be considered, subject to review of written submittal to the ENGINEER within 15 days of Contract award that includes product data and a detailed paint and coating schedule. B. Liner system for lift station wet wells shall be Raven 405as manufactured by Raven Lining Systems, Inc. 2.02 MATERIALS AND /OR EQUIPMENT A. Attachments A and B to this Section include the paint, protective coatings, and sealers for this project. Furnish all such special materials required for the manufacturer's coating systems whether or not included in Tables. B. The combination of coating and thinner shall not exceed 3.5 pounds per gallon of volatile organic compound. C. Colors: OWNER reserves the right to select colors. Submit list of items to be painted and color charts for each type of surface. D. Safety Color Codes: Follow OSHA requirements of 29CFR, Part 1910.144 for "Safety Color Codes for Marking Physical Hazards." The following general requirements are set forth as a guide. 1. Red: Fire protection equipment, danger signs, and fire exit signs. Portable containers of flammable material to be red with yellow band or name of contents stenciled in yellow. 2. Orange: Moving or rotating parts of equipment protected by guards, including shafts and couplings, pulleys, and sprockets. (Do not paint wearing surfaces.) 3. Yellow: Caution signs and all physical hazards, including outside levers and weights on check valves, lower pulley blocks and hooks, sprockets and chains .. on valve operators, inside of openings adjacent to step or ladders, platforms provided for vertical ladders at transition levels, exposed unguarded edges of pits, platforms and walls subject to being struck, and any piping or equipment extending into normal operating areas. 4. Green: To designate "Safety" and location of first -aid equipment such as gas masks, first -aid kits, and safety deluge showers. 5. Black and White: To indicate areas that must remain clear, such as areas around first -aid, fire- fighting, and other emergency equipment. E. Water Plant Piping Codes (NOT USED) NONSTANDARD/ 01/15/03 09902 - Page 5 of 20 PAINTING AND PROTECTIVE COATINGS JOB NO. 052 131124.0001 F. Wastewater Treatment Plant Piping Codes 1. Color Codes used in painting wastewater treatment plant piping to be in accordance with the following schedule: S ervice Color Potable Water Line Blue Sewage Line Grey Power Conduit Orange 2. Non - potable waterlines shall be painted white and marked with black lettering on white background labels "NON- POTABLE WATER ". G. Protective Coating Materials 1. Raven Lining Systems' Raven 405 epoxy coating system - a 100% solids, solvent -free two- component epoxy resin system thixotropic in nature and _ filled with select fillers to minimize permeability and provide sag resistance acceptable to these specifications (up to 200 mils in a single coat). Product type Amine cured epoxy Color Light -Blue Solids Content (vol %) 100 Mix Ratio 3:1 Compressive Strength, psi 18,000 Tensile Strength, psi 7,600 Tensile Elongation, % 1.50 Flexural Modulus, psi 600,000 Flexural Strength, psi 13,000 Hardness, Type D 88 65 Bond Strength - Concrete > Tensile Strength of Concrete 2. Protective Coating Application Equipment — Manufacturer- heated plural ^ component spray equipment shall be used in the application of the specified protective coating. _ H. Repair Materials 1. Repair materials shall be used to fill voids, structurally reinforce and/or rebuild surfaces, etc. as determined necessary by the engineer and protective coating applicator. Repair materials must be compatible with the specified _ epoxy coating and shall be applied in accordance with the manufacturer's written instructions. 2. As an example, the following products may be accepted and approved by the protective coating manufacturer and could be used within the specifications: a. 100% solids, solvent -free epoxy grout that can be troweled or sprayed and specifically formulated for optimum epoxy topcoating compatibility. The epoxy grout manufacturer shall provide NONSTANDARD/ 01/15/03 09902 - Page 6 of 20 PAINTING AND PROTECTIVE COATINGS JOB NO, 052 131124.0001 instructions for epoxy topcoating procedures b. Factory blended, rapid setting , high early strength, fiber reinforced, non -shrink repair mortar that can be trowelled or pneumatically spray - applied may be approved if specifically formulated to be suitable for epoxy topcoating. Such repair mortars should not be used unless their manufacturer provides information as to its suitability for topcoating with an epoxy coating. Project specific submittals should be provided including application, cure time and surface preparation procedures which permit optimum bond strength with the epoxy coatings. C. Shotcrete shall conform to all requirements of ACI- 506.2 -77 as published by the American Concrete Institute, Detroit, MI except as modified by these specifications. Shotcrete composed of Portland Cement, aggregate and water so proportioned as to produce a concrete suitable for pneumatic application. Shotcrete ingredients shall be selected, proportioned in such a manner as will produce sound concrete that is strong, dense and suitable for polymer topcoating. Cured shotcrete shall have a minimum surface tensile strength of 300 psi. No coatings shall be applied prior to a full 28 day cure unless test patches of coatings exhibit acceptable bonding characteristics and no outgassing as prescribed herein or the repair mortar manufacturer certifies acceptable topcoating parameters. 3. Repair Mortar Spray Application Equipment (if spray applied) — Spray applied repair mortars shall be applied with manufacturer- approved equipment. 2.03 - 2.04 (NOT USED) PART 3 EXECUTION 3.01 GENERAL A. Lift Station Wet Well Liner System 1. Protective coating must be applied by a Certified Applicator of the protective coating manufacturer and according to manufacturer specifications. 2. Repair mortar applicators shall be trained to properly apply the cementitious mortar according to manufacturer's recommendations. 3. Standard Portland cement or new concrete (not quick setting high strength cement) must be well cured prior to application of the protective coating. Generally, 28 days is adequate cure time for standard Portland cement. If earlier application is desired, compressive or tensile strength of the concrete can be tested to determine if acceptable cure has occurred. (Note: Bond strength of the coating to the concrete surface is generally limited to the tensile strength of the concrete itself) NONSTANDARD/ 01115103 JOB NO. 052 131124.0001 09902 - Page 7 of 20 PAINTING AND PROTECTIVE COATINGS 4. Cementitious patching and repair materials should not be used unless the manufacturer provides information as to its suitability of topcoating with an epoxy coating. Project specific submittals and procedures should be provided including application, cure time and surfvace preparation procedures which permit optimum bond strength with the epoxy coating. Remove existing coatings prior to application of the new protective coating. Applicator is to maintain strict adherence to applicable NACE and SSPC recommendations with regard to proper surface preparation and compatibility with existing coatings. 6. All structures to be coated shall be readily accessible to Applicator. Appropriate actions shall be taken to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety. 8. Any active flows shall be dammed, plugged or diverted as required to ensure that the liquid flow is maintained below the surfaces to be coated. 9. Installation of the protective coating shall not commence until the concrete substrate has properly cured and been prepared in accordance with these specifications. 10. Temperature of the surface to be coated should be maintained between 40 deg F and 120 deg F during application. Prior to and during application, care should be taken to avoid exposure of direct sunlight or other intense heat source to the structure being coated. Where varying surface temperatures do exist, care should be taken to apply the coating when the surface temperature is falling versus rising (ie. late afternoon into evening as opposed to morning into afternoon). 3.02 PREPARATION A. Concrete Surfaces Prior to painting, surfaces to be free of all latent matter, burrs, and fins, using one or more of the following methods. a. Remove oil and grease with detergent and thoroughly rinse with fresh water. b. Abrasive blasting may be used only if machinery or other equipment in vicinity of work is adequately protected either by covering adjacent areas or by the use of self recovering blasting equipment. Also, avoid settling of dust or grit on freshly painted surfaces. — Wash concrete surfaces with 10 percent solution of muriatic acid, then wash clean and free of scale, mortar, dust, moisture, and other foreign matter. NONSTANDARD/ 01/15/03 09902 - Page 8 of 20 PAINTING AND PROTECTIVE COATINGS JOB NO. 052 131124.0001 2. If curing compound is used, it must be removed prior to coating. 3. Lift Station Liner System a. Applicator shall inspect all surfaces specified to receive a protective coating prior to surface preparation. Applicator shall notify OWNER of any noticeable disparity in the surfaces which may interfere with the proper preparation or application of the repair mortar and protective coating. b. All contaminants including: oils, grease, unsound or incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other contaminants shall be removed. C. All concrete that is not sound or has been damaged by chemical exposure shall be removed to a sound concrete surface or replaced. d. Surface preparation method(s) should be based upon the conditions of the substrate and the requirements of the epoxy protective coating to be applied. e. Surfaces to receive protective coating shall be cleaned and abraded to produce a sound concrete surface with adequate profile and porosity to provide a strong bond between the protective coating and the substrate. Generally, this can be achieved with a low pressure water cleaning using equipment capable of 5,000 psi at 4 gpm. Other methods such as high pressure water jetting (refer to NACE Standard No. 5 /SSPC -SP 12), abrasive blasting, shotblasting, grinding, scarifying or acid etching may also be used. Detergent water cleaning and hot water blasting may be necessary to remove oils, grease or other hydrocarbon residues from the concrete. Whichever method(s) are used, they shall be performed in a manner that provides a uniform, sound clean neutralized surface that is not excessively damaged. f. Infiltration shall be stopped by using a material which is compatible with the specified repair mortar and is suitable for topcoating with the specified epoxy protective coating. g. Test prepared surfaces after cleaning but prior to application of the epoxy coating to determine if a specific pH or moisture content of the concrete is required according to manufacturer's recommendations. h. All surfaces should be inspected during surface prep and before the repair mortar is applied. B. Metal Surfaces 1. Clean metal surfaces by abrasive blasting in shop as required by Attachment A and leave clean, dry, and ready to receive prime coat. Provide moisture separators to effectively remove all oil and free moisture from air supply. NONSTANDARD/ 01/15/03 09902 - Page 9 of 20 PAINTING AND PROTECTIVE COATINGS JOB NO. 052 131124.0001 Cleanliness of air shall be tested by impinging an abrasive -free air stream onto a white cloth for 1 minute. If oil or moisture is detected, the source of air shall be shut down and corrected. 2. All dust and abrasives shall be removed from surfaces by brushing or blowing with clean, dry air. All abrasive grit shall be removed from around and between joints of connecting members. 3. Perform field abrasive blasting only if required to correct unsatisfactorily cleaned and shop -primed metal and when approved by ENGINEER. 4. Removal of Oil and Grease: Remove oil and grease with a solvent approved by coating manufacturer, or by steam combined with detergent (in -. accordance with SSPC SP -1). Use of gasoline, kerosene, naphtha, or carbon tetrachloride not permitted. 5. Brushing, Scraping, Grinding, and Chipping: In field work, if abrasive blasting is not possible, scrapers, wire brushes, and other suitable grinding or chipping tools may be used (in accordance with SSPC SP -2 or SP -3) for removal of existing paint coatings prior to repainting, or for cleaning, before applying second coats. 6. Surface to be coated on same day as cleaned and before rust bloom occurs. Surfaces which have been cleaned but which have started to show signs of rust or dirt are to be cleaned again prior to coating at no additional expense to OWNER. All surfaces shall be at least 5 or higher above the dew point and remain this way when blasting, priming, or coating. 3.03 ERECTION /INSTALLATION /APPLICATION AND /OR CONSTRUCTION '- A. Application of Paint General: Use one convenient location for storing and mixing of materials and keep fire extinguisher available in this area as long as location is used for such purpose. Protect floors and all other areas where work is done, with — suitable drop cloths, and remove oily rags and waste from building at close of each day's work. On completion of operations, remove all spots, oil, and stain from all surfaces and leave entire project in clean condition as far as this — work is concerned. Remove from premises all containers and debris resulting from this work. 2. Thinners and Solvents: Use only those thinners and solvents specified in paint formulas of paint being used and mix in proportions recommended by paint manufacturer. Coverage: As recommended by paint manufacturer and sufficient to obtain minimum mil thickness specified. Do not exceed maximum thickness specified by manufacturer, if applicable. After final coat is applied, check with non - destructive dry film thickness gauge. NONSTANDARD/ 01/15/03 09902 - Page 10 of 20 PAINTING AND PROTECTIVE COATINGS JOB NO. 052 131124.0001 4. Drying Time: Between successive coats, allow drying time as specified by paint manufacturer. Brush Application a. Brushes: Use first - quality hog hair or suitable synthetic bristle brushes. Use of horsehair bristle brushes not permitted. Keep brushes clean and free from accumulation of dried paint or dirt, and when brushes for oil or varnish base paints are not in use, keep them suspended in raw linseed oil bath. Clean brushes with proper solvent before reuse. b. Application: Apply in uniform thickness consistent with specified coverage and with sufficient cross - brushing to ensure filling of surface irregularities. Exercise particular care in painting around bolt heads and nuts and in corners and other restricted spaces. 6. Conventional Spray Application: Apply with adjustable air gun equipped with suitable water trap to remove moisture from compressed air, and with paint pot having air driven or mechanical agitator. Supply with width of spray adequate to coat the applicable surface with suitable pressure for the particular type of paint being used. Make frequent checks to ensure correct spreading rate and coating and apply without sags, runs, or "orange peel' effect. Correct all such imperfections. Take special care to cover edges, comers, and bolt heads, without bridging over of paint film. 7. Airless Spray Application: Equipment used for airless spray shall be designed for and capable of handling the volume and pressures necessary to ensure smooth and proper application. Hoses shall be specifically designed for the viscosity of the material being sprayed and shall be of the nonstatic, self- grounding type. Tips shall be properly sized to ensure complete atomization and the spray pattern shall be continuous and free of all fingering effects. 8. Roller Application (NOT USED) 9. Metal Surfaces a. Shop -prime metal surfaces, if required, prior to delivery to jobsite. b. After delivery and prior to installation, keep all coated metal surfaces clean and free from corrosion. Clean and touch up or repaint damaged areas with additional primer. After erection or installation of metal work, clean and touch up all rust spots, all places where primer has been rubbed or scraped off, and all bolts and nuts. After previously applied paint has hardened, and when surfaces to receive succeeding coats of paint have been cleaned and dried, apply finish paint in accordance with Tables 1 and 2. Allow 7 days or more, as recommended by coating manufacturer, for curing of final coat for submerged surfaces. NONSTANDARD/ 01/15103 09902 - Page 11 of 20 PAINTING AND PROTECTIVE COATINGS JOB NO, 052 131124.0001 d. Factory- Finished Equipment: After installation of factory- finished ^ machinery and electrical equipment, check base coats carefully and touch up all damaged surface areas. Do not paint nameplates, serial number bases, chrome, or bronze trim. Clean off any excess paint that impairs convenient removal of covers on gauges, instrumentation, or other equipment fitted with doors or covers. e. Factory-Primed Equipment: Delay final field coating to manufacturer's primed equipment until equipment has been installed and is in proper working order in accordance with the applicable _ Item. 10. Provide necessary equipment to minimize the amount of dust, paint, — abrasives, and other matter from settling on or damaging adjoining property. If excessive dust, paint, or abrasives are found which are affecting adjoining property and/or structures, as determined by the OWNER or their representative, the CONTRACTOR shall be required to utilize shrouds, drop tubes, or other means to confine a minimum of 95 percent of the abrasive, paint, and other material to the associated work area. 11. To facilitate adequate observation of all surfaces, provide scaffolding/rigging and adequate illumination required to perform dry film thickness readings and holiday test inspections as required by these specifications and the referenced standards. Provide personnel to move the scaffolding, lighting, or rigging at the instructions of the ENGINEER. 12. Provide proper safety equipment to the ENGINEER for observation. 13. Adequate ventilation for proper curing shall be provided. B. Application of Protective Coatings 1. The ENGINEER shall determine type of coating to be used according to the following: Condition 1 - Rehab: Manhole/ Wet Well/ Lift Station is considered structurally _ sound with no indications of settlement, cracking or other signs of structural fatigue. Infiltration or exfiltration through precast joints, mortar joints, or around the pipe connection exists. Specified coatings: QUADEX ®, Inc. Aluminaliner 1/2" thick or _ Raven 405 at 80 mil average thickness with no less than a 60 mil minimum thickness. Condition 2 - Rehab: Manhole/ Wet Well/ Lift Station is exhibiting early signs of structural fatigue evidenced by minor cracks, loss of mortar or brick, corrosion (less than 0.5" in depth), minor cross sectional distortion (less than 10 percent); however, the existing structure is currently supporting the soil and live load. Specified coatings: Raven 405, 100% solids, solvent -free, high build epoxy lining system, at 125 mil average thickness with no less than a 100 mil minimum thickness. Condition 3 - Rehab: Pre -cast/ poured -in -place Manhole/ Wet Well/ Lift Station that is exhibiting severe structural fatigue and collapse is eminent or an old deteriorated Brick Manhole/ Structure. Conditions indicating this degree of deterioration would be distortion beyond 10 percent, severe corrosion (exposed NONSTANDARD/ 01/15/03 09902 - Page 12 of 20 PAINTING AND PROTECTIVE COATINGS JOB NO. 052 131124.0001 reinforcing), loose bricks, missing mortar or large sections (greater than 30 percent) of the structure are missing. Specified coating systems: QUADEX®, Inc. Hyperform 1/2" thick, or QUADEX ®, Inc. Aluminaliner 1/2" thick, followed by Raven 405, 100% solids, solvent -free, high build epoxy lining system, at 125 mil average thickness with no less than a 100 mil minimum thickness. A letter from the manufacturer will be submitted certifying the compatibility of the cementitious liner with the corrosion resistant protective coating. Conditinn 4— New Construction: New pre -cast or poured -in -place Manhole that needs corrosion protection from anticipated H2S exposure. Raven 405, 100% solids,solvent -free, high build epoxy lining system, at 80 mil average thickness with no less than a 60 mil minimum thickness. New pre -cast or poured -in -place Wet Well/ Lift Station/ Junction Box or other structure that needs corrosion protection from anticipated H2S exposure. Raven 405, 100% solids,solvent -free, high build epoxy lining system, at 125 mil average thickness with no less than a 100 mil minimum thickness. 2. Application procedures shall conform to the recommendations of the protective coating manufacturer, including material handling, mixing, environmental controls during application, safety, and spray equipment. 3. The spray equipment shall be specifically designed to accurately ratio and apply the specified protective coating materials and shall be regularly maintained and in proper working order. 4. The protective coating material must be spray applied by a Certified Applicator of the protective coating manufacturer. 5. Specified surfaces shall be coated by spray application of a moisture tolerant, solvent -free, 100% solids, epoxy protective coating as further described herein. Spray application shall be to the following average wet film thicknesses: Concrete, New /Smooth: 80 mils average thickness with a 60 mils minimum thickness, for immersion, 30 -80 mils average thickness wiat a 30 -60 mils minimum, for atmospheric, splash and spill exposure Concrete, Rough: 125 mils average thickness, with a 100 mils minimum thickness. On concrete structures that have experienced excessive mortar loss (1 " -3 ") it maybe necessary to apply %2 " - 1" or approved high -early strength repair mortar prior to application of epoxy lining system. Masonry/Brick: 125 -150 mils average with a 100 -125 mils minimum thickness. On brick structures that have experienced excessive mortar loss it may be necessary to apply %2 " - 1" of approved high - early strength repair mortar prior to application of epoxy lining system. NONSTANDARD/ 01/15/03 09902 - Page 13 of 20 PANTING AND PROTECTIVE COATINGS JOB NO, 052 131124.0001 Steel: 25 -80 mils for immersion, 16 -40 mils for atmospheric, splash and spill exposure; also profile dependent. _ Fiberglass Systems: 40 -60 mils tack coat, 9 oz/yd fabric, 40 -60 mils top coat. Varies with circumstances. .. (Thicknesses shown above are for general purposes only, each project should be evaluated independently and thickness of system determined upon product, service environment, protection and restoration requirements.) 6. Airless spray application equipment approved by the coating manufacturer shall be used to apply each coat of the protective coating. Air assisted spray application equipment may be acceptable, especially for thinner coats ( <10 mils), only if the air source is filtered to completely remove all oil and water. If necessary, subsequent topcoating or additional coats of the protective coating should occur as soon as the basecoat becomes tack free, ideally within 12 hours but no later than the recoat window for the specified product. Additional surface preparation procedures will be required if this recoat window is exceeded. C. Application of Repair Material _ 1. Areas where structural steel has been exposed or removed shall be repaired in accordance with the ENGINEER's recommendations. 2. Repair materials shall meet the specifications contained herein. The materials shall be trowel or spray applied utilizing proper equipment on to specified surfaces. The material thickness shall be specified by the ENGINEER according to OWNER's requirements and manufacturer's recommendations. 3. Cementitious repair materials shall be trowelled to provide a smooth surface with an average profile equivalent to coarse sandpaper to optimally receive the protective coating. No bugholes or honeycomb surfaces should remain after the final trowel procedure of the repair mortar. 4. The repair materials shall be permitted to cure according to manufacturer recommendations. 5. Application of the repair materials, if not performed by the coating certified applicator, should be inspected by the protective coating manufacturer's representative or certified applicator to ensure proper finishing for suitability to receive the specified coating. 6. After abrasive blast and leak repairs have been performed, all surfaces shall be inspected for remaining laitance prior to protective coating application. Any evidence of remaining contamination or laitance shall be removed by additional abrasive blast, shotblast or other approved method. If repair materials are used, refer to these specifications for surface preparation. Areas to be coated must also be prepared in accordance with these specifications NONSTANDARD/ 01/15/03 09902 - Page 14 of 20 PAINTING AND PROTECTIVE COATINGS JOB NO, 052 131124.0001 after receiving a cementitious repair mortar and prior to application of the epoxy coating. 7. All surfaces should be inspected during and after preparation and before the protective coating is applied. D. Special Requirements 1. Cast iron or ductile iron piping and valves for interior and exterior installation with a factory- applied bitumastic or asphaltum varnish coating will be cleaned by abrasive blasting so as to provide a NACE #3 finish on interior exposed installations and a NACE #2 finish on exterior exposed surfaces. 2. Furnish for the use of the OWNER's REPRESENTATIVE: a. One magnetic pull -off type, nondestructive paint film thickness gauge, such as a Mikrotest thickness gauge; b. One set of certified coating thickness calibration standards produced by the U.S. Department of Commerce; C. One "wet sponge," low- voltage, DC type holiday detector, such as the Tinker -Rasor Electrical holiday detector. 3. Tests to be performed and approved by the OWNER before equipment is put into operation. 3.04 REPAIR/RESTORATION (NOT USED) 3.05 FIELD QUALITY CONTROL A. Lift Station Liner System 1. Thickness Testing; During application a wet film thickness gage, such as those available through Paul N. Gardner Company, Inc. meeting ASTM D4414 - Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, shall be used to ensure a monolithic coating and uniform thickness during application. 2. Holiday Testino After the protective coating has set hard to the touch it shall be inspected with high - voltage holiday detection equipment. Surfaces shall first be dried, an induced holiday shall then be made on to the coated concrete surface and shall serve to determine the minimum/maximum voltage to be used to test the coating for holidays at that particular area. The spark tester shall be initially set at 100 volts per 1 mil (25 microns) of film thickness applied but may be adjusted as necessary to detect the induced holiday (refer to NACE RPO188 -99). All detected holidays shall be marked and repaired by abrading the coating surface with grit disk paper or other hand tooling method. After abrading and cleaning, additional protective coating material can be hand applied to the repair area. All touch -up /repair procedures shall follow the protective coating manufacturer's recommendations. NONSTANDARD/ 01/15/03 09902 - Page 15 of 20 PAINTING AND PROTECTIVE COATINGS JOB NO. 052 131124.0001 3. Rnn�l_ Strength- Measurement of bond strength of the protective coating to the substrate can be made at regular intervals and along different sections of the structure (i.e.. crown of pipe, wall, invert -- every 200 ft). Bond strength can be measured in accordance with ASTM D4541. Any areas detected to have inadequate bond strength shall be evaluated by the ENGINEER. Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by Applicator in strict accordance with manufacturer's recommendations. 4. Vacuum Testing: Manholes lined in their entirety may be vacuum tested. All pipes entering the manhole should be plugged, taking care to securely place the plug from being drawn into the manhole. The test head shall be laced and the seal inflated in accordance with the manufacturer's recommendtains. A vacuum pump o ften(10) inches of mercury shall be drawn and the vacuum pump shut off. With the valves closed, the time shall be measured for the vacuum to drop to nine (9) inches. Following are minimum allowable test times for manhole acceptance at the specified vacuum drop: DEPTH (FEET) TIME (SECONDS) (Manhole depth) 48" diameter 60" diameter 72" diameter 4 10 13 16 8 20 26 32 12 30 39 48 16 40 52 64 20 50 65 80 24 60 78 96 5. Visual Inspectio A final visual inspection shall be made by the Inspector and manufacturer's representative. Any deficiencies in the finished coating shall be marked and repaired according to the procedures set forth herein by Applicator. 6. The municipal sewer system may be put back into service as soon as the final inspection has taken place. However, for severe corrosion duty such as high concentrations of acids, bases or solvents, 3 to 7 days and/or force cure by heat induction to the coated surfaces may be necessary prior to returning to service. Consult coating manufacturer for further details. 3.06-3.10 (NOT USED) NONSTANDARD/ 01/15103 09902 - Page 16 of 20 PAINTING AND PROTECTIVE COATINGS JOB NO. 052 131124.0001 ATTACWdENT A NONSTANDARD/ 01/15/03 09902 -Page 17 of 20 PAINTING AND PROTECTIVE COATINGS JOB NO. 052 132091.0001 LS ATTACHMENT A SYSTEM SCHEDULE Attachment B-- Material Reference Minimum Type of 1st 2nd 3rd Total Mil Surface Exposure Cleaning Primer Coat Coat Coat Thickness Clay or Exterior Manufac- -- 1 -- -- N/A Brick turer's Masonry Spec. Concrete Interior (2) Para. -- 2 3 3 3.0 Block 3.02 A. (Finish Walls Coat) Misc. Steel, Exterior NACE42 10 12 7 7.0 Control 1.0 -2.0 Panels* Mils Surface Profile Misc. Steel, Interior NACE43 10 11 5.5 Control 1.0 -2.0 Panels* Mils Surface Profile Piping Interior (2) NACE43 5 11 4 and Valves Exterior NACE42 5 12 7 6.0 1.0 -2.0 Mils Surface Profile Valves and Buried 9 9 32.0 Bolting on C.I. Pipe Factory Interior Hand 4 (4) 6 (5) 6 (5) 4.5 Finished and Clean Machinery, Exterior Electrical, and Motors Wastewater Submerged (6) NACE42 5 8 8 22.0 Treatment 2.0 -3.0 Plant Mils Surface Equipment, Profile Piping Wastewater Interior Para. Para Para Para -- Para Wet -Well Surfaces and 3.02 A. 3.03 B 2.02 G 2.02 G 3.03 B Concrete ATTACWdENT A NONSTANDARD/ 01/15/03 09902 -Page 17 of 20 PAINTING AND PROTECTIVE COATINGS JOB NO. 052 132091.0001 LS Type of Surface Exposure Cleaning Cemetitious Interior Para Repair Material Surfaces and 3.02 A. Concrete Attachment B-- Material Reference Minimum 1st 2nd 3rd Total Mil Primer Coat Coat Coat Thickness (0 Concrete surface or piping above ground exposed to weathering 1z7 Concrete surface or piping above ground sheltered from weathering. l3l Use coating system per equipment item when specified. 141 Optional: Use manufacturer's standard primer if compatible with specified finish coats. (5) Optional: Use manufacturer's standard finish coat (6) Piping that is submerged in a fluid. (2) Coatings used must be in the latest publication of National Sanitation Foundation (NSF) ANSUNSF Standard 61 Note: NACE - Reference to National Association of Corrosion Engineers. I ATTACFRNENT A NONSTANDARD/ 01/15103 09902 - Page 18 of 20 PAINTING AND PROTECTIVE COATINGS JOB NO. 052 132091,0001 LS ATTACHMENT B PAINT, SEALER, AND COATING SCHEDULE Min. Dry Mils Per Generic Symbol Coat* Service Type Brand and Manufacturer 1. NA Primary Chemical Aqua -Gard - CreteGard Corp. Sealer Penetrant 2. NA Primary Vinyl -Acry- ACRO 1153 Latex Block Filler -ACRO Sealer lic Emulsion Amerco at 147 - Ameron with epoxy Flexxide Masonry Block Filler - Carboline esters 79 -W -8 Block Filler— Valspar S -W Heavy Duty Block Filler B42E46 3. 1.5 Finish Acrylic ACRO 2288 Exterior Latex - ACRO Coat Emulsion Amerco at 220 - Ameron Carboline 3359 - Carboline 79 Series Exterior Latex — Valspar S -W DTM Acrylic Coating B66 -100 Series 4. 1.5 Metal Alkyd ACRD 1104 Heavy Duty Primer - ACRO Primer Amerco at 5105 - Ameron Rustarmor 29 - Carboline V13-F-28 Chromox Primer — Valspar S -W Kern Kremik Universal Primer B50HZ1 5. 2.0 Metal Polyamid ACRD 4422 Epoxy Primer - ACRO Primer Cured Epoxy Amerco at 385P - Ameron or Resin Carboline 890 - Carboline Concrete 13 -R -62 -Epoxy Primer - Valspar Surfaces S -W Dura -Plate 235 6. 1.5 Finish Alkyd, ACRD 2214 Heavy Duty Enamel - ACRO Coats Straight Amerco at 5401HS - Ameron Long -oil RustarmOr 500 VOC - Carboline 12 Series Panorama Coatings — Valspar S -W Industrial enamel HS B542 -400 Series 7. 2.0 Finish Aliphatic ACRO 4429 Polyurethane - ACRO Coat Urethane Amerco at 450HS - Ameron Carboline 134 HS - Carboline V40 Polyurethane Enamel — Valspar S -W HiSolids Polyurethane B65 -300 Series 8. 10 Submerged Coal -tar ACRO 4467 Coal Tar Epoxy - ACRO Steel, Epoxy Amerco at 330 - Ameron Iron or Two 300 -M - Kop -Coat Concrete Component 578 -J -1 High Build Coal Tar Surface Epoxy— Valspar S -W Targuard ATTACHMENT B NONSTANDARD /01/15/03 09902 - Page 19 of 20 PAINTING AND PROTECTIVE COATINGS JOB NO. 052 132091.0001 LS *Or manufacturer's standard, whichever is greater. Do not exceed manufacturer's maximum standard, if applicable. END OF SECTION ATTACHMENTB NONSTANDARD / 01/15/03 09902 - Page 20 of 20 PAINTING AND PROTECTIVE COATINGS JOB NO. 052 132091.0001 LS Min. Dry Mils Per Generic Symbol Coat* Service Type Brand and Manufacturer 9. 16 Buried Tar -base ACRO 8500 Heavy Duty Coal Tar - ACRO Steel or Pitch Amerlastic 280 - Ameron Iron Bitumastic No. 50 - Kop -Coat 35 -J -10 High Build Bituminous Coating - Valspar 10. 3.0 Steel High Ratio ACRO 5501 Inorganic Zinc - ACRO Above Silicate Dimetcote 21 -5 - Ameron Ground Inorganic V13-F-12 Inorganic Zinc - Valspar & Above Zinc Carbo Zinc 11 — Carboline Waterline S -W Zinc Clad II HS 11. 2.5 Steel Polyamide ACRO 4460 Chemical Resistant Epoxy -ACRD Interior Cured Epoxy Ameroo at 385 - Ameron Resin Carboline 890 - Carboline Valspar 89 Series— Valspar S -W Macropoxy 646 12. 2.0 Inter- Epoxy Primer ACRO 4460 Chemical Resistant Epoxy -ACRD mediate Amerco at 385 - Ameron Finish Carboline 890- Carboline Valspar 89 Series — Valspar S -W Recoatable Epoxy Primer 13. 3.0 Primer Epoxy Jelt 422 Polyamide Epoxy Primer *Or manufacturer's standard, whichever is greater. Do not exceed manufacturer's maximum standard, if applicable. END OF SECTION ATTACHMENTB NONSTANDARD / 01/15/03 09902 - Page 20 of 20 PAINTING AND PROTECTIVE COATINGS JOB NO. 052 132091.0001 LS SECTION 10431 SIGNS PART 1 GENERAL 1.01 RELATED DOCUMENTS A. PLANS and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section. '— 1.02 SUMMARY A. This Section includes the following: 1. Panel signs as scheduled. —' 2. Signage accessories. 1.03 SUBMITTALS Submit the following in accordance with the requirements outlined in Section 4 (Specific Project Requirements): A. Product Data: Include construction details, material descriptions, dimensions of indi- vidual components and profiles, and finishes for each type of sign. B. Shop Drawings: Include plans, elevations, and large -scale sections of typical mem- bers and other components. Show mounting methods, grounds, mounting heights, layout, spacing, reinforcement, accessories, and installation details. C. Provide message list for each sign, including large -scale details of wording, lettering, artwork, and braille layout. D. Samples for Initial Selection: For each type of sign material indicated that involves color selection. E. Maintenance Data: For signage cleaning and maintenance requirements to include in maintenance manuals. 1.04 QUALITY ASSURANCE A. Installer Qualifications: An authorized representative of signage manufacturer for in- stallation and maintenance of units required for this Project. B. Source Limitations: Obtain each sign type through one source from a single manu- facturer. C. Regulatory Requirements: Comply with the Americans with Disabilities Act (ADA) and with code provisions as adopted by authorities having jurisdiction. NON - STANDARD/ 2/7/2004 10431- Page 1 of 4 SIGNS JOB NO. 052 131124.0001 GSRA 1 #1542 1.05 PROJECT CONDITIONS A. Field Measurements: Where sizes of signs are determined by dimensions of surfaces on which they are installed, verify dimensions y field measurement before fabrica- tion and indicate measurements on Shop I is _g S. 1.06 COORDINATION A. For signs supported by or anchored to installation of anchorage devices. PART 2 PRODUCTS 2.01 :MANUFACTURERS A. Available Manufacturers: Subject to compliant offering products that may be incorporated into to, the manufacturers specified. 2.02 PANEL SIGNS A. General: Provide panel signs that comply with thicknesses, finishes, colors, designs, shapes, si it construction, furnish templates for with requirements, manufacturers :he Work include, but are not limited lirements indicated for materials, and details of construction. B. Produce smooth panel sign surfaces constructed�to remain flat under installed condi- tions within tolerance of plus or minus 1/16 inc measured diagonally. C. Manufacturers: 1. Andco Industries Corp. 2. ASI Sign Systems, Inc. 3. Supersine Company (The). D. Substitutions in accordance with the requiren graph 6.4, as modified by Section 00800. E. Cast - Acrylic Sheet: Manufacturer's standard F. Color: As selected by ENGINEER from G. Unframed Panel Signs: Fabricate signs with ished to comply with the following requirem 1. Edge Condition: Beveled. outlined in Section 00700, para- as follows: full range. mechanically and smoothly fin- H. Graphic Content and Style: Provide sign copy that complies with requirements indi- cated for size, style, spacing, content, mounting height and location, material, fin- ishes, and colors of signage. NONSTANDARD/ 2nr20N 10431- Page 2 of 4 SIGNS JOB NO, 052 131124.0001 GSRA/ 41542 Overall Panel Size: 8 x 8 inches. J. Panel Color: To be selected from manufacturers standard colors. K. Text and Graphic color: To be selected from manufacturers standard colors. L. Letter Styles, colors, letter sizes and layout position: To be selected from manufac- tures standard color chart. M. Panel Material: Clear acrylic sheet with opaque color coating, subsurface applied. N. Colored Coatings for Acrylic Sheet: For copy and background colors, provide Pan - tone Matching System (PMS) colored coatings, including inks and paints, that are recommended by acrylic manufacturers for optimum adherence to acrylic surface and are nonfading for application intended. 2.03 ACCESSORIES A. Vinyl Film: Provide opaque nonreflective vinyl film, 0.0035 -inch minimum thick- ness, with pressure- sensitive adhesive backing suitable for both exterior and interior applications. B. Mounting Methods: Use concealed fasteners fabricated from materials that are not corrosive to sign material and mounting surface. C. Anchors and Inserts: Provide nonferrous -metal or hot -dip galvanized anchors and in- serts for exterior installations and elsewhere as required for corrosion resistance. Use toothed steel or lead expansion -bolt devices for drilled -in -place anchors. Furnish in- serts, as required, to be set into concrete or masonry work. 2.04 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Prod- - ucts" for recommendations for applying and designating finishes. B. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one -half of range of approved Samples. No- ticeable variations in same piece are not acceptable. Variations in appearance of other components are acceptable if they are within range of approved Samples and are assembled or installed to minimize contrast. PART 3 EXECUTION 3.01 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of work. NON-STANDARD/ v1/2004 10431- Page 3 of 4 SIGNS JOB NO. 052 13 [124 0001 GSRA I #1542 B. Verify that items, including anchor inserts, provided under other sections of Work are sized and located to accommodate signs. C. Examine supporting members to ensure that surfaces are at elevations indicated or re- quired to comply with authorities having jurisdiction and are free from dirt and other deleterious matter. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. General: Locate signs and accessories where indicated, using mounting methods of types described and in compliance with manufacturer's written instructions. B. Install signs level, plumb, and at heights indicated, with sign surfaces free from dis- tortion and other defects in appearance. C. Wall Signs: Install signs on walls adjacent to latch side of door where applicable. Where not indicated or possible, such as double doors, install signs on nearest adja- cent walls. Locate to allow approach within 3 inches of sign without encountering protruding objects or standing within swing of door. D. Wall- Mounted Panel Signs: Attach panel signs to wall surfaces using methods indi- cated below: Mechanical Fasteners: Use nonremovable mechanical fasteners placed through predrilled holes. Attach signs with fasteners and anchors suitable for _ secure attachment to substrate as recommended in writing by sign manufac- turer. E. Installation Schedule: Door Number Text Comments 100A Main Control Room Exterior 10013 Main Control Room Exterior 101 Odor Control Room Exterior 3.03 CLEANING AND PROTECTION A. After installation, clean soiled sign surfaces according to manufacturer's written in- structions. Protect signs from damage until acceptance by Owner. 3.04 — 3.11 (NOT USED) END OF SECTION NON - STANDARD /2/7 /2004 10431- Page 4 of 4 SIGNS JOB NO. 052 131124.0001 GSRA / 91542 SECTION 11310 PUMP, SUBMERSIBLE NON -CLOG PART 1 GENERAL 1.01 SUMMARY Furnish, install, and place into operation submersible non -clog sewage pump(s), pump control system, and accessories as shown on PLANS and specified herein for both the DeForest and Sandy Lake Lift Stations. Units to be capable of being installed and removed without entering wet well. 1.02 RELATED REQUIREMENTS Related Work Specified Elsewhere A. Attachment "A" to this Section designates number of units, performance, sizes, motor characteristics, pump service, and special features. B. Attachments `B" and "C" to this Section show system head curves. C. Section 01730 — Operations and Maintenance Data. D. Specification Section 09902 — Painting and Protective Coatings. E. Division 16 — Electrical. F. Other related work as called for on PLANS or specified elsewhere in this or other Technical Specification Sections. 1.03 REFERENCES A. Reference Standards: Comply as a minimum with applicable provisions and recommendations of the following the publications are referred to in the text by basic designation only. 1. American National Standards Institute (ANSI) 2. American Society for Testing and Materials (ASTM) 3. American Bearing Manufacturers Association (ABMA) 4. Hydraulic Institute 5. Institute of Electrical and Electronic Engineers (IEEE) 6. National Electric Code (NEC) 7. National Electrical Manufacturers Association (NEMA) 8. Steel Structures Painting Council (SSPC) NON - STANDARD/ 05/13/04 11310 - Page 1 of 15 PUMP, SUBMERSIBLE, NON -CLOG JOB NO 052 131124.0001 1.04 DEFINITIONS (NOT USED) 1.05 PERFORMANCE REQUIREMENTS I See Attachments "A ", `B" and "C ". 1.06 SUBMITTALS Submit the following in accordance with the requirements outlined in Section 4 (Specific _ Project Requirements): A. Shop Drawings 1. Factory- certified pump performance curve showing capacity in gpm versus total dynamic head (TDH) in feet, NPSH required, brake horsepower required, and wire -to -water efficiency over specified speed range. Curve to be complete from shut -off to minimum TDH. Curves to show model, impeller, motor, test date, and customer. 2. Motor design data and rating, including full load amps, power factor, and kw input at rating point. 3. Dimensioned installation drawings. 4. Construction material designations by ASTM Standards. 5. Information covering availability of parts and service. B. Operation and Maintenance Data Package 1. Submit three operation and maintenance data packages in accordance with the requirements outlined in Section 01730 (Operations and Maintenance Data). 2. Submit approved pump curves. C. Certified Report Furnish three copies of a report prepared by manufacturer's technical representative certifying the following conditions. Submit manufacturer's certification that the running amperes of the motor will not exceed the nameplate raring of the motor under all expected operating conditions. 2. Submit manufacturer's certification that spare parts, seals, bearings, o -rings and power cable will be available locally for models to be supplied. 3. Submit manufacturer's certification that motors are explosion proof and labeled so, approved by Underwriters Laboratories (UL) or Factory Mutual (FM). NON - STANDARD /05/13/04 11310 - Page 2 of 15 PUMP, SUBMERSBLE, NON -CLOG _ JOB NO. 052 131124.0001 1.07 QUALITY ASSURANCE A. All materials used shall be new with properties best suited to the work required. B. System Coordination: CONTRACTOR is responsible for all details necessary to properly install, adjust, and place in operation a working system. C. Standardization: All pumps to be product of a single manufacturer. D. Pump vendor to provide pump guide rail system, base elbows, intermediate guide rail support brackets, control panel, and lifting cable. 1.08 DELIVERY, STORAGE, AND HANDLING Deliver, unload, and store products on site in manner that prevents damage. Use special care to prevent damage from temperature and condensation. 1.09 - 1.11 (NOT USED) PART 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS ITT Flygt Corporation. 2.02 MATERIALS AND /OR EQUIPMENT A. Casing 1. Major pump components shall be of fine grained gray cast iron, ASTM A48, Class 30 or better, with smooth surfaces devoid of blow holes and other irregularities. Components shall also be designed to be supported from discharge elbow or with support legs and shall have smooth rounded passages to minimize clogging. 2. Mating surfaces where watertight sealing is required shall be machined and fitted with o -rings. Fitting shall be such that sealing is accomplished by metal - to -metal contact between machined surfaces. 3. For dry-pit installations, pump suction flange shall be drilled to ANSI Standard, Class 125. 4. Pump shall be designed for centerline discharge. B. Impeller 1. The impeller shall be of fine grained gray cast iron, Class 30 or better, dynamically or statically balanced, double shrouded non - clogging design having a long thrulet without acute turns. The impeller shall be capable of NON- STANDARD/ 05113104 11310 - Page 3 of 15 PUMP, SUBMERSIBLE, NON -CLOG JOB NO. 052 131124.0001 handling 2 V2 -inch minimum diameter solids, fibrous materials, heavy sludge and other matter found in normal sewage application. The impeller hub shall be accurately fitted and mechanically secured to the motor shaft. 2. The volute shall be of a single piece, concentric design, and shall have smooth fluid passages large enough at all points to pass any size solids which can pass through the impeller. A wear ring system shall be used to provide efficient sealing between the volute and suction inlet of the impeller. Each pump shall be equipped with a nitrile rubber coated steel or brass ring insert that is drive fitted to the volute inlet. The pump shall also have a stainless steel impeller wear ring heat -shrink _ fitted onto the suction inlet of the impeller. C. Shaft: Each pump shaft shall be a solid continuous shaft of carbon steel (ASTM A572 Grade 50). The shaft shall be completely isolated from the pumped liquid. The shaft shall be of sufficient diameter to assure rigid support of the impeller and to prevent excessive vibration at all speeds. _ D. Enclosures: Top, motor, and intermediate castings to be ASTM A48 Class 30 minimum grey cast iron. Mating surfaces machined and fitted with o -rings. E. Pump Seal: Each pump shall be provided with a tandem mechanical shaft seal system. The upper seal of the tandem set of seals shall operate in an oil chamber located just _ below the stator housing. This set shall contain one stationary tungsten- carbide ring and one positively driven rotating carbon (or better) ring, and functions as an independent secondary barrier between the pumped liquid and the stator housing. The _ lower seal of the tandem set of seals functions as the primary barrier between the pumped liquid and the oil housing. This set shall consist of a stationary ring and a positively driven rotating ring both of which shall be silicon carbide or tungsten _ carbide. Shaft seals without positively driven rotating members or conventional double mechanical seals containing either a common single or double spring action between upper and lower seal faces shall not be acceptable. F. Submersible Motor The pump motor shall be a NEMA Design B squirrel -cage, induction, shell - type design, housed in an air -filled watertight chamber. The stator winding and stator leads shall be insulated with moisture resistant Class H insulation which will resist a temperature of 155 degrees C (311 degrees F). The motor _ shall be designed for continuous duty, capable of sustaining a minimum of 10 starts per hour, evenly spaced. The pump /motor shall be capable of operating _ at a liquid temperature of 104 degrees Fahrenheit per FM requirements without overheating or operating in the service factor. Motor shall be non - overloading over the entire range of the operating curve within the nameplate _ HP. A performance chart shall be provided showing curves for torque, current, a minimum service factor of 1. 15, input/output kilowatts and efficiency. NON - STANDARD/ 05/13/04 11310 - Page 4 of 15 PUMP, SUBMERSIBLE, NON -CLOG _ JOB NO 052 131124.0001 2. The motor shall be UL listed or FM approved as explosion - proof, suitable for NEC Class I, Division 1, Group C and D environments. 3. Each unit shall be provided with an adequately designed cooling system totally self - contained with no external mechanical devices. Pumps shall be designed to operate intermittently with the pump partially submerged. 4. Thermal sensors shall be used to monitor stator temperatures. The stator shall be equipped with 3 thermal switches, embedded in the end coils of the stator winding (one switch in each stator phase). These shall be used in conjunction with and supplemental to external motor overload protection and wired to the _ control panel. G. Bearings: Bearings shall be permanently lubricated ball or roller type rated in accordance with ABMA 9 -90 for an L -10 duty life of at least 80,000 hours at the rated capacity. H. Power Cable and Cable Entry 1. The cable entry shall be a separate entry compartment with external mechanical clamp and internal separate compartment sealed from above and below to prevent migration of moisture and gas through conductors. 2. Cables shall be oil, grease and abrasion resistant, and meet applicable standards. The outerjacket shall be polyurethane or other material equally suitable for immersion in wastewater in one continuous length from pumping unit to control panel. Size per NEC. 3. Cables shall be capable of operating on either 230 volt or 460 volt, 3 phase service and under continuous submergence without loss of watertight integrity to a depth of 65 feet. I. Bolts, Studs and Nuts 1. All bolts, studs and nuts shall have American National form right -hand machine cut threads which shall be in conformity with the current ANSI B1.1, "Screw Threads," Coarse Thread Series, unless otherwise specified. 2. Bolt heads and nuts shall be semi - finished and shall be in conformity with ANSI B18.2, "Wrench -Head Bolts and Nuts and Wrench Openings," Heavy Series, unless otherwise specified. All nuts shall be hexagonal in shape. _ 3. Nuts, bolts, and fastenings exposed to liquid pumped to be AISI type 300 series stainless steel or better. 4. Anchor Bolts: Anchor bolts provided by pump manufacturer shall be cast -in- place bolts or drilled and epoxyied into place. Anchor bolts shall be 316 stainless steel in conformity with ASTM A276. NON - STANDARD/ 05173/04 11310 - Page 5 of 15 PUNIP, SUBMERSEBLE, NON -CLOG JOB NO, 052 131124.0001 J. Accessories: 1. Discharge Elbow: Construct of ASTM A48 CL30 gray cast iron with ANSI Class 125 flanged outlet. For pumps without legs, design to support entire weight of pumping unit. 2. Guide Rails and Brackets: Include sliding guide bracket of cast iron or steel. If steel, minimum flange thickness to be 1 /4 -inch and galvanized after fabrication. Guide rails to be minimum 2 -inch Schedule 40 stainless steel ... pipe. Guide rail brackets and bolts to be AISI type 316 stainless steel. 3. Lift System: Furnish for each unit a stainless steel chain and shackles sized appropriately to lift the pumps by pump manufacturer to guide the pump grip ring assembly down to the pump and engage the lift chain at the pump. K. Shop Painting Provide pump and motor with one of the following factory- applied exterior protective _ coating systems: 1. Coal tar epoxy as described in Section 09902 (Painting and Protective Coatings). 2. Amine -cured epoxy as described in Section 09902 (Painting and Protective _ Coatings). L. Nameplate Material: Stainless steel, 22 gage. 2. List the following information at a minimum: Model No., Serial No., Horsepower, Service Factor, Voltage, Phase, Hertz, Speed, Full Load Amps, Service Factor Amps, Class Insulation, Motor Design, NEC Code, Impeller Diameter. M. Control System Design: Pump supplier's control and alarm system designed to function with pumping units, factory wired and tested. Controls to automatically start and stop pumping units and permit manual operation at panel to meet requirements of UL 913 for intrinsically safe system. 2. Enclosure: Unless otherwise indicated in Attachment "A ", NEMA 4X (stainless steel) with fully hinged door with internal swing dead front panel. Swing dead front to include H -O -A control stations, pump power disconnect operators, elapsed time meter and indicator lights with main disconnect switch. NON - STANDARD/ 05/13/04 11310 - Page 6 of 15 POMP, SUBMERSIBLE, NON -CLOG JOB NO. 052 131124.0001 3. Control Panel Features a. Pump motor full voltage, non - reversing motor circuit protector starters with three ambient compensated overload relays rated at 30,000 AIC. b. H -O -A switches. C. Time delay relay to sequence starting after resumption of power from _ power failure or phase failure. d. Phase failure protection which disables the pump motor on reduced voltage or if one phase of the incoming power drops out. e. Lightning surge suppressor in accordance with ANSI C 62.41. f Time delay start of lag pump. g- Pump alternator with three position hand switch to select lead pump or automatic alternator. h. Visual and audio alarm device mounted on top of control panel with red globe, and horn with panel -door mounted red push -to -test, resent, and silence push buttons. Device to be Edwards Model 51 or equal. 4. Control Sequence: Multiple pump controls to start units on rising level in sequence and stop or slow down in reverse order. In case of high level, all pumps run. Alternate pump starts. 5. Alarm Features a. High -Level Alarm: High level condition to activate visual and audio alarm device. b. Temperature and Moisture Alarms: Vendors' options with "first -out" flashing light to indicate high stator temperature or moisture conditions in pumping units and constant dim glow feature on successive failure conditions. Failure conditions to activate visual and audio alarm device. 6. Accessory Features a. Convenience Outlet: Duplex receptacle mounted on inner door with circuit protection (120 volt, single phase, 15 amp rating). b. Condensation Protection: Heater with adjustable thermostat control, panel powered. C. Lighting Panel: Transformer, when required, and all circuit breakers. d. Lightning Arrestor: Three -pole thyrite unit mounted in panel. NON- STANDARD /05/13/04 11310 - Page 7 of 15 PUMP, SUBMERSBLE, NON -CLOG JOB NO. 052 131124.0001 e. Running Time Meters unit. 7. Level System Include nonresettable elapsed timer for each a. Primary level system: Submersible level transmitter (refer to Appendix C and PLANS). b. Secondary level system: Polyurethane sealed non - mercury float switches with enclosed weight. Provide one sensor for each control level. C. Cable: Heavy neoprene - jacketed cable. Furnish in one continuous length from sensor to control panel. Seal all entries to prevent migration of moisture and gas. d. Cable Support: Fasten to weighted chain or vertical rod located in a position to facilitate removal of float switches without entering manhole or wet well. Use polyethylene chain or AISI type 304 stainless steel rod. Materials to be corrosion -proof in wet -dry wet well conditions. 2.03 FABRICATION (NOT USED) 2.04 SOURCE QUALITY CONTROL Factory Test: Test each size pump at factory over speed range in accordance with Hydraulic Institute Standards, using a prototype unless otherwise designated in Attachment A. PART 3 EXECUTION 3.01-3.02 (NOT USED) 3.03 ERECTION/INSTALLATION /APPLICATION AND /OR CONSTRUCTION Install this Section and its accessories as per manufacturer's printed instructions, shop drawings, and recommendations. Adjust free length of power cable to minimize movement with pump in place. 3.04 REPAIR/RESTORATION (NOT USED) 3.05 FIELD QUALITY CONTROL A. Manufacturer's Field Services Furnish services of manufacturer's technical representative to check installation, witness field testing, assist in making adjustments, and instruct operators in maintenance and operation procedures. NON- STANDARD/ 05/13104 11310 - Page 8 of 15 PUMP, SUBMERSIBLE, NON -CLOG JOB NO. 052 131124.0001 I B. Field Tests Prior to installation, megger each unit for insulation breaks or moisture, run unit dry, and check for rotation. Manually trip level sensors and check complete cycle of control operation. Run each unit submerged for not less than 30 minutes. Remove each unit and repeat insulation and moisture tests. Raise and lower each unit three times in presence of ENGINEER to ensure alignment of guide rail system. Demonstrate that pump removal through hatch opening is unobstructed. 3.06-3.11 (NOT USED) NON - STANDARD/ 05/13/04 11310 - Page 9 of 15 PUMP, SUBMERSIBLE, NON -CLOG JOB NO. 052 131124.0001 ATTACHMENT A The following information is provided as referenced in paragraphs 1.02 and paragraph 1.05: A. Operating Conditions and Sizes. The DeForest Lift Station System shall include three (3) pumps. Each pump shall be capable of providing the following hydraulic conditions for the range of operating conditions specified below (refer to system curves in Attachment 13): Table A -1. DeForest Lift Station Pumps Parameter Condition 1 — Force Main Not Full Condition 2 — Force Main Full No. Pumps Operating 2 2 Capacity m 16,000 10,600 Pump Total Dynamic Head feet 51 73 Percent Efficiency min 70 Maximum Speed (rpm) 1185 Minimum Shutoff Head at Full Speed feet 113 Minimum Solid Size inches 3 Minimum Pump Discharge Size inches 14 Minimum Motor HP 150 2. The Sandy Lake Lift Station System shall include three (3) pumps. One of these pumps was installed for temporary service by the City of Coppell. The CONTRACTOR shall remove this pump and reinstall it at the same location as shown in the PLANS. Therefore, the CONTRACTOR is only responsible for providing two new pumps for the Sandy Lake Lift Station. Each pump shall be capable of providing the following hydraulic conditions specified below (refer to system curves in Attachment C): ATTACHMENT A 11310 - Page 10 of 15 PUMP, SUBMERSIBLE, NON -CLOG NON- STANDARD/ 05/13/04 JOB NO. 052 131124.0001 Table A -2. Sandv Lake Lift Ctatinn P... . Parameter Operating Condition No. Pumps Operating 2 Capacity ( m) 3,000 Pump Total Dynamic Head feet 57 Percent Efficiency (min) 70 Maximum Speed m) 1185 Minimum Shutoff Head at Full Speed (feet) 90 Minimum Solid Size (inches) 2 1 /2 Minimum Pump Discharge Size (inches) 8 Minimum Motor HP 35 B. Electrical Service: Voltage 460, Phase 3, Hertz 60. C. Service: 1. DeForest Lift Station: Wastewater Pumps (Pumps DFP -1, DFP -2, and DFP -3). 2. Sandy Lake Lift Station: Wastewater Pumps (Pumps SLP -1, SLP -2, and SLP -3). D. Pump Make & Model: 1. DeForest Lift Station: FLYGT C3356/715, 420 mm trimmed impeller, 150 hp motor, 1185 rpm. 2. Sandy Lake Lift Station: FLYGT NT- 3201.091 MT, 352 mm trimmed impeller, 35 hp motor, 1170 rpm. E. Control Panel Features: 1. DeForest Lift Station a. Provide motor control center as referred to in Section 16480 (Motor Control Center, 600 Volts and Less) for reduced voltage solid state motor starters and equipment. b. Provide control section with pump Run and Stop command functions and alarm features. C. The control, monitoring and alarm points are to be connected to the SCADA System. ATTACRMENT A 11310 - Page 11 of 15 PUMP, SUBMERSIBLE, NON -CLOG NON- STANTJARD/ 05/13/04 JOB NO. 052 131124.0001 2. Sandy Lake Lift Station a. Provide complete lift station control panel with all items listed with the exception of the telephone autodialer. The control, monitoring and alarm points shall be connected to the existing SCADA system. b. Provide panel board, transformer, wiring devices, and related equipment as referred to in Section 16050 (Electrical Construction). 3. Provide and install SCADA control panel for automatic operations. Include float system for back -up operations as defined in Paragraph 2.02.M.7 and as shown in PLANS. Include all equipment for a complete and operational system. Refer to Appendix C for SCADA system and instrumentation requirements. ATTACEIMENT A 11310 - Page 12 of 15 PUMP, SUBMERSIBLE, NON -CLOG NON - STANDARD/ 05, 13/04 JOB NO. 052 131124.0001 3 LL O Z c R v O O O LL w cn C 0 m � c C d O y m V t m c A m CL �O r o U. .� m D v O LL W CL O 2 D d c J O o r � LO (u) PLOH 1e3 0 0 0 0 N O 0 0 I 0 0 0 m 0 0 0 v 0 0 0 o a o rn o 0 LL 0 0 o 0 m 0 0 0 v 0 0 0 N C� 8 e V 3 m _ t - - E LO 1 CM (" 1n 1 M m a� t • U c O E 1 d n rn i 4 '0 E o0 o ma t i o v i • U i ll i i 0 0 0 0 N O 0 0 I 0 0 0 m 0 0 0 v 0 0 0 o a o rn o 0 LL 0 0 o 0 m 0 0 0 v 0 0 0 N C� 8 e 7 LL c V L O LL C � O N + O � w N � C m � O c " � d � c d ld W L m m a Q O H _C i R �° 2 CD O D C LL W a 0 x 0 as c J 0 0 O U) 0 ° o O 0 E o O y � o �, 0 0 O O O crD N o ^ O a O O ^ 0 0 0 0 0 CD o rn o p LL O O c0 O 0 O co 0 o — 0 v 0 0 O N — M PBaH P101 L - j i i 0 0 O U) 0 ° o O 0 E o O y � o �, 0 0 O O O crD N o ^ O a O O ^ 0 0 0 0 0 CD o rn o p LL O O c0 O 0 O co 0 o — 0 v 0 0 O N — M PBaH P101 - j 0 3 m x m _ y cq E _. N O [D p_ in " O E N Q CL a m Q L a m o N of \ \ _ - -__. __ - 'EL 3 E ELI C) Cl) • ti ° v It -- - - - k- k - - k- '. 0 0 O U) 0 ° o O 0 E o O y � o �, 0 0 O O O crD N o ^ O a O O ^ 0 0 0 0 0 CD o rn o p LL O O c0 O 0 O co 0 o — 0 v 0 0 O N — M PBaH P101 / \ A \ \ A O m w a 0 c E u a m U \ a = o co � m \ d y m c � O V m y � I` J E y L w � W m3a� L � C � 3 a„d Y � O O J >1 LL a p m Q � d C J O O F., G (31) PL 1e3 0 0 0 0 z V N LO N N O O 'n O U y 0 a m CL IM 0 0 3 co O LL O O Cl N 0 0 0 7 8 d / d \ - A y CL E E L / 1 XL 1 l O O F., G (31) PL 1e3 0 0 0 0 z V N LO N N O O 'n O U y 0 a m CL IM 0 0 3 co O LL O O Cl N 0 0 0 7 8 SECTION 11312 ODOR CONTROL SYSTEM PART IGENERAL 1.01 SUMMARY Fumish, install, and place into operation one odor control system for the new DeForest Wastewater Lift Station, and one odor control system for the Sandy Lake Wastewater Lift Station. Each odor control system shall consist of two drum scrubber units in series containing dry scrubbing material. The first drum scrubber shall be a passive unit (no blower mounted on drum) and the second drum scrubber shall be a powered unit (blower mounted on top of drum). All piping, fittings, and appurtenances necessary to place the odor control system into operation shall be provided along with the drum scrubber units and dry scrubbing material. 1.02 RELATED REQUIREMENTS Related Work Specified Elsewhere A. PLANS show location for odor control system. B. Other related work as called for on PLANS or specified elsewhere in this or other Technical Specification Sections. 1.03 REFERENCES A. Reference Standards: Comply as a minimum with applicable provisions and recommendations of the following the publications are referred to in the text by basic designation only. American National Standards Institute (ANSI) 2. American Society for Testing and Materials (ASTM) 3. Institute of Electrical and Electronic Engineers (IEEE) 4. National Electric Code (NEC) 5. National Electrical Manufacturers Association (NEMA) 1.04-1.05 (NOT USED) 1.06 SUBMITTALS Submit the following in accordance with Section 4, Specific Project Requirements, of these Specifications and Item 1.28 in the North Central Texas Council of Governments (NCTCOG) Standard Specifications for Public Works Construction. NON - STANDARD/ 10/26/03 11312 - Page 1 of 5 ODOR CONTROL SYSTEM JOB NO. 052137126.0001 A. Shop drawings and product data, including construction features and materials of construction. B. Operation and Maintenance Data Package — submit three (3 ) sets in accordance with requirements outlined in Section 01730 (Operations and Maintenance Data). 1.07 QUALITY ASSURANCE A. All materials used shall be new with properties best suited to the work required. B. System Coordination: CONTRACTOR is responsible for all details necessary to properly install, adjust, and place in operation a working system. C. Manufacturer shall be a single source provider of equipment, media, and testing services and shall be certified to ISO -9001 standards. D. Manufacturer shall have local, factory- trained representatives. E. Manufacturer shall have a minimum of 10 years experience in the design, fabrication, and testing of odor control systems. 1.08 DELIVERY, STORAGE, AND HANDLING Deliver, unload, and store products on site in manner that prevents damage. Use special care to prevent damage from temperature and condensation. 1.09 - 1.11 (NOT USED) PART 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS Purafil, Inc. 2.02 MATERIALS AND /OR EQUIPMENT A. General Provide two DS -300 drum scrubbers (one passive and one powered) as manufactured by Purafil, Inc., or approved equal, designed to operate at 99.5% or better gas removal efficiencies. 2. The scrubber shall consist of dry scrubbing material contained in a 150- gallon, low- density polyethylene drum with a blower mounted on top of a FRP lid. Configuration shall be arranged so that the contaminated air flows into the bottom inlet plenum of the first drum (passive) and be drawn upward through the media bed. Treated air from the first drum shall discharge out the top of the vessel and shall be conveyed via PVC piping to the bottom inlet plenum of the second drum (powered). The air shall be drawn upward through the media NON - STANDARD/ 10/26/03 11312 - Page 2 of 5 ODOR CONTROL SYSTEM JOB NO. 052131124.0001 bed in the second drum and discharged out the top of the drum through a centrifugal air ventilator. 4. All components of the drum scrubber shall be factory skid mounted. B. Drums 1. Drum material shall be linear, low density, polyethylene at least' /4 inch in thickness. 2. Drum shall have a capacity of at least 150 gallons. 3. Latches shall be stainless steel and rubber. 4. Fasteners shall be stainless steel. 5. Drum shall have two 1 -inch diameter media sampling ports. 6. Drum shall have' /4 -inch drain pipe with a ball valve. 7. Media shall be supported in drum by an FRP air diffuser and shall be surrounded by marble chips. 8. Polymedia filters shall be used to separate the marble chips from the media, and to separate the media from the blower. 9. Inlet to drum shall be equipped with a flexible coupling. 10. A grounding rod shall be provided if required. C. Blower Section 1. Blower shall be sized to deliver the recommended airflow of 300 cfrn at 2.5 IWG. 2. Blower shall consist of a direct drive motor -fan assembly. 3. Motor shall be 1.5 hp, 3450 rpm, 115/230 volt / 1 phase / 60 Hz TEFC motor. 4. Motor shall be prewired with a 6 -foot grounded power cord. 5. Blower section shall be complete with control panel that includes: a. NEMA 4X, 316 stainless steel enclosure. b. Motor starter: Full- voltage non - reversing, across -the -line, with overload heaters, NEMA size 2. C. Control power transformer: 460/120 VAC, with fused primary and secondary. NON - STANDARD/ 10/26103 JOB NO, 052131124.0001 11312 - Page 3 of 5 ODOR CONTROL SYSTEM d. Main circuit breaker, magnetic, with front -panel operating handle. ^ e. Operator interface and display: i) "Hand- Off - Auto" selector switch ii) "Reset" pushbutton .. iii) Indicating lamps (all lamps are push -to -test style): _ 1) "Control Panel Power On" 2) "Chlorine Leak" (signal from customer's alarm) 3) "Fan Running" iv) E -stop pushbutton (push -pull) f Input/Output signals included: -- i) Inputs (dry contact required): 1) Remote start, if in "Auto ". Dry contact required. ii) Outputs (all dry contacts, rated 10A resistive): _ 1) "Control panel power on" 2) "Stop ventilation fan and close dampers" (customer's ., fan & dampers) 3) "Control panel in auto" 4) "Scrubber blower running" 5) "Scrubber fail to run on command" D. Chemical Media 1. The first drum (passive) shall contain 450 lb of Ordorcarb media as manufactured by Purafil, Inc., or approved equal. — 2. The second drum (powered) shall contain 400 lb of Odormix media as manufactured by Purafil, Inc., or approved equal. — E. Pipe and Fittings 1. Pipe and fittings connecting the lift station wet well to the first drum (passive), the first drum (passive) to the second drum (powered), and the second drum to ground surface for discharge shall be Schedule 80 PVC. — NON - STANDARD / 10/26/03 11312 - Page 4 of 5 ODOR CONTROL SYSTEM JOB NO. 052131124.0001 - - 2. Drain piping from the two drums back to the wet well for the lift station shall be PVC. 2.03 FABRICATION (NOT USED) 2.04 SOURCE QUALITY CONTROL (NOT USED) PART 3 EXECUTION 3.01 -3.02 (NOT USED) 3.03 ERECTION/INSTALLATION /APPLICATION AND /OR CONSTRUCTION Install this Section and its accessories as per manufacturer's printed instructions, shop drawings, and recommendations. 3.04 REPAIR/RESTORATION (NOT USED) 3.05 FIELD QUALITY CONTROL A. Manufacturer's Field Services Furnish services of manufacturer's technical representative to check installation, _. witness field testing, assist in making adjustments, and instruct operators in maintenance and operation procedures. B. Field Tests Manufacturer's representative shall, after start up, analyze media samples to predict remaining service life of system media. Such service shall be provided as needed at the manufacturer's expense. 3.06-3.10 (NOT USED) 3.11 SPARE PARTS CONTRACTOR shall furnish one (1) full replacement of odor control media for each system provided. END OF SECTION NON - STANDARD/ 10/26/03 11312 - Page 5 of 5 ODOR CONTROL SYSTEM JOB NO. 052131124.0001 SECTION 15052 JOINTING CAST IRON AND DUCTILE IRON PIPING PART IGENERAL 1.01 SUMMARY This Section includes the procedure requirements for making up joints for piping systems. PLANS show types of specific joints that are required. 1.02 RELATED REQUIREMENTS Specification Section 15062 "Ductile Iron Pipe and Cast Iron and Ductile Iron Fittings." 1.03 - 1.11 (NOT USED) Work Specified Elsewhere A. PLANS show types of joints required. B. Other related work as called for on PLANS or specified elsewhere in this or other Technical Specification Sections. PART2PRODUCTS 2.01 - 2.04 (NOT USED) PART 3 EXECUTION 3.01 GENERAL (NOT USED) 3.02 PREPARATION A. Bell and Spigot Boltless Gasketed Joints: Remove from bell and spigot ends all lumps, blisters, excess coal -tar coating, oil and grease, then wire brush and wipe clean and dry before laying pipe. 3.03 ERECTION /INSTALLATION /APPLICATION AND /OR CONSTRUCTION A. Bell and Spigot Boltless Gasketed Joints 1. Installation of Ring Gasket Wipe gasket seat in socket with clean dry cloth. Place gasket in position on the spigot ring immediately prior to laying the pipe. The lower edge of the gasket shall be placed under the spigot, in the seat and stretched evenly NON- STANDARD/ 10/26/03 15052 - Page 1 of 3 JOINTING CAST IRON AND DUCTILE IRON PIPING JOB NO. 052131124.0001 upward on each side to fit over the top of the spigot, and the gasket shall fit snugly and not have uneven tensile stress. 2. Setting Spigot Lubricate the inside surface of the bell. Petroleum lubrication shall not be permitted. Align spigot with bell and force into position using exceptional care. Pipe 6- inches and smaller may be driven with a bar lever on end of pipe. For larger pipe, use only approved ratchet -type jacking tool to pull pipe "home." Partially backfill each joint to prevent creeping. B. Mechanical Joints Wash socket and plain end with soapy water, then slip gland and gasket over plain end. Face small side of gasket and lip of gland to bell. 2. Paint gasket with soapy water. Push gasket into position, being sure it is evenly seated in socket. 4. Slide gland into position, insert bolts, and run nuts up fingertight. 5. Tighten bolts to uniform tightness with ratchet wrench. First tighten bottom bolt, then top, and on around in sequence of 180 degrees apart. C. Flanged Joints Threading and Tightening Flanges See Specification Section 15062 - Ductile Iron Pipe and Cast Iron and Ductile Iron Fittings. 2. Setting Gasket If non - graphited gaskets are used, apply graphite and water solution to gasket before placing on flange. Wire -brush flange and clean inside of pipe before placing gasket. Tightening Bolts After initial alignment, place flange bolts with all heads in same direction. _ Tighten flange bolts, each in turn, at uniform rate around joint until all are tight. D. Restrained Flange Adapter Joints Use only when shown on PLANS or authorized by ENGINEER. 2. Install in strict accordance with manufacturer's printed instructions and as specified above. NON - STANDARD/ 10/26/03 15052 - Page 2 of 3 JOINTING CAST IRON AND DUCTILE IRON PIPING JOB NO. 052131124.0001 - 3.04 - 3.11 (NOT USED) END OF SECTION NON - STANDARD/ 10;26/03 15052 - Page 3 of 3 JOINTING CAST IRON AND DUCTILE IRON PIPING JOB NO. 052 131124 0001 SECTION 15053 INSTALLATION OF CAST IRON AND DUCTILE IRON PIPING ABOVEGROUND PART IGENERAL 1.01 SUMMARY (NOT USED) 1.02 RELATED REQUIREMENTS Jointing procedures covered per Specification Section 15052 "Jointing Cast Iron and Ductile Iron Piping." 1.03 -1.05 (NOT USED) 1.06 SUBMITTALS Detailed dimensioned fabrication and installation drawings for piping, fittings, and specials. Fabrication dimensions and accuracy of fabrication are Contractor's responsibility. 1.07 QUALITY ASSURANCE (NOT USED) 1.08 DELIVERY, STORAGE, AND FI.ANDLING A. Use only approved hoists, slings, skids, or other means to avoid damage. Piping not to be dumped. Any damaged, chipped, or cracked castings to be replaced at CONTRACTOR'S expense. B. Protect flange surfaces and threads at all times and keep interiors free of all foreign matter. 1.09 PROJECT /SITE CONDITIONS _ A. PLANS show sizes, elevations, and arrangement of piping. B. Where connections to pumps are mentioned, instructions also apply to any equipment item to which piping strains might be transferred. 1.10-1.11 (NOT USED) PART 2 PRODUCTS 2.01 MANUFACTURER(S) (NOT USED) 2.02 MATERIALS AND /OR EQUIPMENT A. Piping: Per Specification Section 15062 "Cast Iron and Ductile Iron Pipe and Fittings." NON - STANDARD/ 10/26/03 15053 - Page 1 of 3 INSTALLATION OF CAST IRON AND 1013 NO. 052131124.0001 DUCTILE IRON PIPING ABOVEGROUND B. Supports and Hangers: Use only commercially fabricated metallic hangers as specified or shown on PLANS, galvanized unless noted otherwise. 2.03 - 2.04 (NOT USED) PART 3 EXECUTION 3.01 - 3.02 (NOT USED) 3.03 ERECTION /INSTALLATION /APPLICATION AND /OR CONSTRUCTION A. Support piping as shown on PLANS and as required to distribute the loads on structure, hangers, piping specials, and equipment such that excess stresses do not obtain. Set all hangers and supports before flange bolts are tightened. B. Start with piping at "cast -in" wall fittings and work towards pump. C. Clean each piece to remove dirt, rust, grease, and other foreign matter; wire -brush flange faces. D. Bring individual runs of piping to true grade and alignment by use of erection bolts and drift pins without forcing. E. Make up discharge piping before grouting pumps. F. After pumps are grouted and grout is set, make up suction piping, making use of "flexible joints" provided for that purpose, or as otherwise shown. Correct alignment as necessary to prevent stresses in flexible joints; refer to flexible coupling manufacturer's instructions for permissible limits of alignment. 3.04 REPAIR/RESTORATION (NOT USED) 3.05 FIELD QUALITYONTROL A. General Test all piping in accordance with applicable Specification Section and as provided herein. Provide all equipment, gauges, etc., necessary for the tests. Tests to be witnessed. Include all joints made up in field. Any leaks at flange threads to be corrected and retested in shop. B. Pump Discharge Piping 2. NON - STANDARD/ 10/26/03 JOB NO. 052131124.0001 Test with hydrostatic pressure at 150 percent of maximum operating head of pumps, or to a minimum of 100 psi. Hold for sufficient time to permit inspection of all joints; do not release pressure until test is approved. Examine open end discharge lines visually for leaks during initial operation of pumps. 15053 - Page 2 of 3 INSTALLATION OF CAST IRON AND DUCTILE IRON PIPING ABOVEGROUND C. Pump Suction Piping 1. Piping operating with negative pressure (suction lift conditions) to have hydrostatic test of 35 psi. 2. Piping operating with positive pressure to have hydrostatic test of not less — than 35 psi but at least 200 percent of suction head. D. Tank and Miscellaneous Connections Perform hydrostatic test on all other piping as directed. Test pressure to be set at 200 percent of system operating pressure, but not in excess of mill test pressure rating of valve and fitting components. 3.06 - 3.11 (NOT USED) END OF SECTION NON - STANDARD/ 10/26/03 15053 - Page 3 of 3 INSTALLATION OF CAST IRON AND JOB NO. 052131124.0001 DUCTILE IRON PIPING ABOVEGROUND SECTION 15062 DUCTILE IRON PIPE AND CAST IRON AND DUCTILE IRON FITTINGS PART 1GENERAL 1.01 SUMMARY This Section includes furnishing ductile iron piping three inches and larger for buried and exposed systems. 1.02 RELATED REQUIREMENTS A. Trench excavation and backfill to be per the requirement of Item 6.7 (Underground Conduit Installation) in the North Central Texas Council of Governments (NCTCOG) Standard Specifications for Public Works. B. PLANS show pipe class, thickness class, type joints, and service pressure. C. Other related work as called for on PLANS or specified elsewhere in this or other Specification Sections. 1.03 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM A746 1999 Standard Specification for Ductile Iron Gravity Sewer Pipe ASTM D1248 1984 Standard Specification for Polyethylene Plastics Molding and Extrusion Materials AMERICAN WATER WORKS ASSOCIATION (AWWA) AWWA C104 AWWA C105 AWWA C110 AWWA C111 AWWA C115 AWWA C150 NON - STANDARD/ 10/26/03 JOB NO. 052131124.0001 1995 Cement Mortar Lining for Ductile -Iron Pipe and Fittings for Water First Edition 1993 Polyethylene Encasement for Ductile Iron Pipe Systems 1993 Ductile -Iron and Gray -Iron Fittings, 3 -inch Through 48 -inch (75 mm Through 1200 mm), for Water and Other Liquids 1995 Rubber - Gasket Joints for Ductile -Iron Pressure Pipe and Fittings 1994 Flanged Ductile -Iron Pipe with Threaded Flanges 1996 Thickness Design of Ductile -Iron Pipe 15062 - Page 1 of 6 DUCTILE IRON PIPE AND CAST IRON AND DUCTILE IRON FITTINGS AWWA C151 1996 Ductile -Iron Pipe, Centrifugally Cast, for Water. AWWA C606 1997 Grooved and Shouldered Joints 1.04 - 1.05 (NOT USED) 1.06 SUBMITTALS Submit the following in accordance with Section 4, Specific Project Requirements, of these Specifications and Item 1.28 (Shop Drawings, Product Data & Samples) in the NCTCOG -, Standard Specifications for Public Works. A. Sworn statement that inspection and all tests have been made and meet the requirements of AWWA C151. B. Certified test reports for threaded on flanged pipe in quadruplicate for shop testing required. C. Affidavit of compliance per Paragraph 1.07. D. Detailed dimensioned fabrication and installation drawings for piping, fittings, and specials. -� E. Manufacturer's descriptive literature for mechanical couplings, mechanical flange adapters, and restrained flange adapters. 1.07 QUALITY ASSURANCE A. Pipe used in domestic water distribution systems to have Underwriters' Laboratories label and be acceptable to local and state authorities without penalty. B. Furnish, when requested, affidavit of compliance in accordance with AWWA C151. 1.08 DELIVERY, STORAGE, AND HANDLING _ A. pipe to be shipped in accordance with the pipe manufacturer's recommendations and stored in a manner that the pipe is not damaged. The CONTRACTOR will replace damaged piping at no additional cost to the OWNER. B. Use hoists, slings, skids, or other means to avoid damage. Piping not to be dumped. Any damaged, chipped, or cracked castings to be replaced at CONTRACTOR's expense. C. Protect flange surface and threads at all times and keep interiors free of all foreign matter. 1.09 - 1.11 (NOT USED) NON- STANDARD/ 10/26/03 15062 - Page 2 of 6 DUCTILE IRON PIPE AND CAST JOB NO 052131124.0001 IRON AND DUCTILE IRON FITTINGS PART 2 PRODUCTS 2.01 MANUFACTURER(S) American Pipe Co., U.S. Pipe or equal. 2.02 MATERIALS AND /OR EQUIPMENT A. General Fabrication dimensions and accuracy of fabrication are responsibility of CONTRACTOR. B. Pipe 1. Ductile Iron: Per AWWA C151 2. Thickness Class a. Aboveground Lines .— As shown on PLANS and minimum for flanged pipe per AWWA C 115, Table 15.2. b. Underground Lines Unless otherwise shown on the PLANS, piping 4 inches in diameter and smaller shall be Class 51, and piping 6 inches through 30 inches in diameter shall be Class 50 as specified in AWWA C151. C. Fittings, Flanges, and Joint Material 1. Fittings Per AW WA C 110 and C111. 2. Threaded On Flanges Per AWWA C115. Use ductile flanges on ductile fittings and cast iron flanges on cast iron fittings. 3. Nonflanged Joint Material a. Rubber Gaskets for Water and Sewage Service: Per AWWA C111. b. Rubber Gaskets for Diffused Air Systems (10 psi and 190EF Service): Use MIL -R -83248 fluoroelastomer such as Dupont's Viton or 3M's Fluorel. NON- STANDARD/ 10/26/03 15062 - Page 3 of 6 DUCTILE IRON PIPE AND CAST JOB NO. 052131 ]24.0001 IRON AND DUCTILE IRON FITTINGS 4. Grooved joints maybe used in lieu of flanged joints per ENGINEER approval. ^ a. Couplings to be Victaulic Style 31 or approved equal. D. Gaskets ^ 1. For water and sewage, use rubber gasket conforming to Appendix to AWWA C115. ., 2. For air service, use 1/8 -inch full -face EPDM gaskets, factory cut and conforming to AWWA C111. ^ E. Bolts and Nuts ASA B 16.1; use studs with nuts on each end for pipe sizes 54 -inch and larger. 1. Aboveground: Black steel. 2. Underground: Cadmium plated unless shown differently on PLANS. F. Exterior Coating 1. Buried Pipe and Fittings: Bituminous coated, not less than 1 mil thick in accordance with AWWA C151. 2. Exposed Pipe and Fittings: Bituminous coated pipe and fittings will not be allowed. G. Interior Lining 1. Air Service: Unlined. 2. Water Service: Cement mortar lined per AWWA C104/A21.4. 3. Sewage Service: a. All sewage service shall be cement mortar lined per AWWA C104/A21.4. unless designated otherwise on the plans. b. All sewage service called to be epoxy lined shall conform to the following: i. Interior lining for ductile iron sewer pipe to conform to manufacturers recommendations. ii. Minimum lining thickness to be 40 mils regardless of material recommended. NON- STANDARD/ 10/26/03 15062 - Page 4 of 6 DUCTILE IRON PIPE AND CAST JOB NO. 052131124.0001 IRON AND DUCTILE IRON FITTINGS iii. Acceptable lining materials are: 1) Protecto 401 ceramic epoxy by Vulcan Group. 2) "PolybondPlus" by American Cast Iron Pipe Co. H. Polywrap Encasement Polyethylene encasement in accordance with AWWA C 105 when specified or as shown on PLANS. I. Mechanical Couplings Dresser: Long sleeve unless shown otherwise, Style 38; equivalent by Smith -Blair or Baker. Harness when required for thrust restraint. J. Flange Adapters 1. Mechanical Flange Adapters: Dresser Style 127, equivalent by Smith Blair or equal. 2. Restrained Flange Adapters: Ebaa Iron Series 1100 or Uniflange Series 200. K. Wall Pipes Unless otherwise shown on PLANS, wall pipes to be cast or ductile iron with an intermediate wall collar. End connections to be shown on PLANS. 2.03 FABRICATION A. Flanged Pipe I. Threaded on flanged pipe 2. Shop thread, machine tight, and face in machine shop equipped for this type work and conforming to the requirements of AWWA C115. B. Grooved End Pipe Fabricated in accordance with AWWA C606, latest revision. 2.04 SOURCE QUALITY CONTROL Threaded On Flanged Pipe Shop test, hydrostatically, each flanged pipe piece at 75 psig for pump suction pipe and at 150 psig for pump discharge piping. NON - STANDARD/ 10/26/03 15062 - Page 5 of 6 DUCTILE IRON PIPE AND CAST JOB NO, 052131124.0001 IRON AND DUCTILE IRON FITTINGS PART 3 EXECUTION 3.01 - 3.02 (NOT USED) 3.03 ERECTION /INSTALLATION /APPLICATION AND /OR CONSTRUCTION A. Install aboveground ductile iron piping per Specification Section 15053. B. Installation of underground ductile iron piping and appurtenances shall be in _ accordance with Item 6.7 (Underground Conduit Installation) in the NCTCOG Standard Specifications for Public Works Construction and/or as shown on the PLANS. C. Test pressure piping in accordance with Item 6.7.3(f) in the NCTCOG Standard Specifications for Public Works Construction. _ 3.04-3.11 (NOT USED) END OF SECTION NON - STANDARD/ 10/26/03 15062 - Page 6 of 6 DUCTILE IRON PIPE AND CAST JOB NO. 052131124.0001 IRON AND DUCTILE IRON FITTINGS SECTION 15106 PART 1 GENERAL 1.01 SUMMARY PLUG VALVES, ECCENTRIC This Section includes the furnishing and the subsequent installation of plug valves as shown on PLANS and as specified herein. 1.02 RELATED REQUIREMENTS A. PLANS or Attachment to this Section indicate sizes, working pressures, end connections, type operator, and operating conditions for sizing operators. B. Section 01730 — Operations and Maintenance Data. C. Section 09902 — Painting and Protective Coatings. 1.03 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM A 126 1995 Standard Specification for Gray Iron Castings for Valves, Flanges and Pipe Fittings AMERICAN WATER WORKS ASSOCIATION (AWWA) AWWA C111 AWWA C504 AWWA C507 1.04-1.05 (NOT USED) 1.06 SUBMITTALS 1995 Rubber - Gasket Joints for Ductile -Iron Pressure Pipes and Fittings 1994 Rubber - Seated Butterfly Valves 1991 Ball Valves, 6 - inch Through 48 - inch (150 mm Through 1200 mm) Submit the following in accordance with the requirements outlined in Section 4 (Specific Project Requirements). A. Shop drawings and product data, including construction features and materials of construction with ASTM designations. B. Operation and maintenance data package (3 sets) meeting the requirements outlined NON - STANDARD/ 10/26;03 15106 - Page I Of 5 PLUG VALVES, ECCENTRIC JOB NO. 052131124.0001 in Section 01730 (Operations and Maintenance Data). C. Furnish certification that each valve has been given a hydrostatic and seat test per AWWA C504. 1.07 QUALITY ASSURANCE A. Markings Manufacturer's name, working pressure, and size to be cast on valve body. B. Standardization All valves under this Section to be product of a single manufacturer. 1.08 DELIVERY, STORAGE, AND RANDLING Ship with flange or body end protectors. 1.09- 1.11 (NOT USED) PART 2 PRODUCTS 2.01 MANUFACTURER(S) 1. DeZurik. 2. Val - Matic. 3. Clow. 2.02 MATERIALS AND /OR EQUIPMENT A. General 1. Valves to be nonlubricated, eccentric type with a resilient faced plug. 2. Valves to provide drip -tight shutoff up to full pressure rating of valve in standard flow direction. 3. Valves to be satisfactory for throttling service. 4. Port areas for valves 20 inches and smaller to be at least 80 percent of full _ pipe area. Port areas for larger valves to be at least 70 percent of full pipe area. NON - STANDARD/ 10/26/03 15106 - Page 2 of 5 PLUG VALVES, ECCENTRIC JOB NO. 052131124.0001 B. Materials 1. Valves a. Body and Cover: Cast iron conforming to ASTM Al26, Class B per AWWA C504 Sec. 5.4. b. Seat: Nickel, at least 1/8 -inch thick (90 percent nickel alloy). C. Bearings: Permanently lubricated stainless steel or bronze with stainless steel sleeves. Replaceable. d. Packing Options i. Buna V -type adjustable. ii. "U" seals with O -rings. iii. Bronze cartridge shaft seal with O - rings per AWWA C504 and C507. e. Plug: ASTM Al26, Class B cast iron with resilient plug facing of neoprene or Buna N. f. End Connections i. Flanged valves to be faced and drilled to ANSI Class 125/150. ii. Mechanical joint ends to be per AWWA C111. iii. Screwed ends to be per NPT Standards. g. Pressure Rating i. 12- inch and smaller: 175 psig. ii. 14- inch and larger: 150 psig. 2. Exposed Fastenings a. Aboveground Service: Zinc plated. b. Buried or Submerged Service: Stainless steel. 3. Special Tools For cylinder actuators, provide operating nut wrenches suitable for each size of valve to permit manual operation. NON - STANDARD/ 10/26/03 15106 - Page 3 of 5 PLUr VALVES, ECCENTRIC JOB NO. 052131124.0001 C. Operators General: Valves 8 inches and larger to be equipped with gear actuator. _ 2. Exposed Service a. Lever Actuated: Adjustable open position stop, 2 -inch square actuating nut with removable lever. b. Handwheel Actuated: Totally enclosed gear with adjustable open position stop and position indicator. C. Chainwheel Actuated: Totally enclosed gear, chain guides, adjustable open position stop and position indicator. 3. Buried Service a. Wrench Actuated Valves: Include valve box, extension rod, couplings, buried construction gear operator, and standard "T° wrench. Extend operating nut to within 6 inches of top of valve box. b. Extended Actuator Mounting - for Handwheel, Cylinder, or Electric Motor Actuated Valves: Include extension column for mounting valve actuator above grade. 4. Gear Actuator a. Gear to be sized such that when equipped with a handwheel the maximum rim pull is 80 pounds, and when driven by a 2 -inch square nut the maximum torque required is 150 foot - pounds. Gear operator to be designed to mechanically withstand 200 pounds on handwheel input and 300 foot - pounds input on a 2 -inch square nut. b. Housing to be cast iron. Input shaft to be connected to a worm gear. _ Seals to be provided on all shafts to prevent entry of dirt and water. The output shaft to have one bronze, permanently lubricated, replaceable bearing above the gear quadrant and one below. The lower bearing to also function as an axial thrust bearing. D. Accessories _ Floor Stand a. Where indicated on PLANS, provide floor stands for use with gear actuated valves. b. Floor stand shall have handwheel and dial position indicator. NON - STANDARD/ 10/2&03 15106 - Page 4 of 5 PLUG VALVES, ECCENTRIC 108 NO. 052131124,0001 2. Extension Rod a. Provide extension rod for use with floor stand for handwheel actuated valves. b. Refer to PLANS for required rod length from centerline of valve to base of floor stand. 2.03 FABRICATION (NOT USED) 2.04 SOURCE QUALITY CONTROL Factory Tests: Hydrostatically test valves at factory prior to shipment. PART 3 EXECUTION 3.01 -3.02 (NOT USED) 3.03 ERECTION / INSTALLATION /APPLICATION AND /OR CONSTRUCTION A. Installation 1. Comply with manufacturer's written instructions. 2. All valves to be oriented to provide maximum accessibility for operation and maintenance. Any installation that does not comply to be removed and reinstalled at no cost to OWNER. 3.04 REPAIR/RESTORATION (NOT USED) 3.05 FIELD QUALITY CONTROL Testing: All valves to be operated through three complete open -close cycles. All automated or remotely controlled valves to be operated by means of controls in addition to manual operation. 3.06 - 3.11 (NOT USED) END OF SECTION NON - STANDARD/ 10/26/03 15106 - Page 5 of 5 PLUG VALVES, ECCENTRIC JOB NO. 052131 124.0001 SECTION 15107 PART 1GENERAL 1.01 SUMMARY This Section includes the furnishing and the subsequent installation of resilient wedge gate valves as shown on PLANS and as specified herein. 1.02 RELATED REQUIREMENTS PLANS or Attachment to this Section indicate sizes, working pressures, end connections, type operator, and operating conditions for sizing operators. 1.03 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM Al26 1995 (200 1) Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A307 2002 Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength ASTM A536 1984 (1999) Standard Specification for Ductile Iron Castings ASTM B 138 2001 Standard Specification for Manganese Bronze Rod, Bar, and Shapes ASTM D429 2002 Standard Test Methods for Rubber Property- Adhesions to Rigid Substrates ASTM D2000 2001 Standard Classification System for Rubber Products in Automotive Applications AMERICAN WATER WORKS ASSOCIATION (AWWA) AWWA C509 AWWA C550 RESILIENT WEDGE GATE VALVE 1994 Resilient - Seated Gate Valves for Water and Sewage Systems 2001 Protective Epoxy Interior Coatings for Valves and Hydrants 1.04-1.05 (NOT USED) NON - STANDARD/ IO/26/03 JOB NO, 052131124.0001 15107 - Page 1 of 4 RESILIENT WEDGE GATE VALVES 1.06 SUBMITTALS — Submit the following in accordance with the requirements outlined in Section 4 (Specific Project Requirements). A. Shop drawings and product data, including construction features and materials of construction with ASTM designations. B. Operation and maintenance data (3 sets) in accordance with Section 1730 (Operation _ and Maintenance Data). 1.07 QUALITY ASSURANCE A. Manufacturer to certify that valves meet and/or exceed the requirements of this Specification Section. — B. Markings Manufacturer's name, working pressure, and size to be cast on valve body. C. Standardization All valves under this Section to be product of a single manufacturer. 1.08 DELIVERY, STORAGE, AND HANDLING All valves to be drained and closed prior to shipment. Ship with flange or body end protectors. 1.09-1.11 (NOT USED) PART 2 PRODUCTS 2.01 MANUFACTURER(S) A. Mueller Company. B. American Flow Control. 2.02 MATERIALS AND /OR EQUIPMENT — A. General 1. Valves shall be manufactured in accordance with AWWA C509 and as specified in this Specification Section. 2. Valves shall have make, size, working pressure, and the letters "AWWA" cast into the valve bodies. 3. Valves shall be UL listed and FM approved. NON - STANDARD/ 10/26/03 15107 - Page 2 of 4 RESILIENT WEDGE GATE VALVES JOB NO. 052131124.0001 In Valves 1. Body: Castor ductile iron. 2. Wedge: Castor ductile iron. 3. Stem: Bronze. 4. Stem Seal: Stuffing box or O -ring. 5. Packing: Asbestos -free. 6. O -rings: Natural or synthetic rubber. 7. Valve body and bonnet shall be coated both interior and exterior with a fusion bonded heat cured thermo setting material meeting application and performance requirements of AWWA C550. Wedge shall be completely encapsulated with resilient material. The resilient sealing material shall be permanently bonded to the cast iron wedge with a rubber tearing bond to meet ASTM D429. Internal parts shall be accessible without removing the valve body from the line. NRS stems shall be cast bronze with integral collars. There shall be low friction thrust bearings above and below the stem collar. The stem nut shall be independent of the wedge and shall be solid bronze. NRS stuffing box shall have two O -ring seals above the thrust collar and one below. The top two 0-rings shall be field replaceable without removing the valve from service. Waterway in seat areas shall be smooth, unobstructed, and free of cavities. End Connections a. Flanged valves to be faced and drilled to ANSI Class 125/150. b. Mechanical joint ends to be per AWWA C111. 3 a 10. 11. 12. 13. 14. C. Operators 1. OS &Y to have handwheels. 2. NRS valves to have wrench nuts for buried service, handwheels for aboveground service. 3. Spur gearing required for 24 -inch and larger valves. NON - STANDARD/ 10/26/03 15107 - Page 3 of 4 RESILIENT WEDGE GATE VALVES JOB NO. 052131124.0001 2.03 FABRICATION Valve bodies are to be factory coated for buried service or shop prime coated for field application of the finish coating system. 2.04 SOURCE QUALITY CONTROL Hydrostatically test each valve as specified in AWWA C509 Section 6.2. PART 3 EXECUTION 3.01 -3.02 (NOT USED) 3.03 ERECTION /INSTALLATION /APPLICATION AND /OR CONSTRUCTION A. Installation 1. Protect buried valves with minimum eight (8) mil polyethylene film brought up and permanently taped to the valve box. 2. All valves to be oriented to provide maximum accessibility for operation and maintenance. Any installation that does not comply to be removed and reinstalled at no cost to OWNER. 3. Provide a cast iron valve box for each buried valve. Refer to PLANS for detail. 3.04 REPAIR/RESTORATION (NOT USED) 3.05 FIELD QUALITY CONTROL A. Operate each valve through at least one complete cycle. B. After installation, inspect each valve for adequate tightness. No leakage will be allowed. 3.06-3.11 (NOT USED) END OF SECTION NON- STANDARD/ 10n6/03 15107 - Page 4 of 4 RESILIENT WEDGE GATE VALVES JOB NO. 052131124.0001 SECTION 15114 AIR- CUSHIONED SWING CHECK VALVE AND INTEGRAL SURGE RELIEF VALVE PART 1GENERAL 1.01 SUMMARY This Section includes the furnishing and subsequent installation of air - cushioned swing check valves with integral surge relief valves as shown on PLANS or Attachment and as described hereinafter. 1.02 RELATED REQUIREMENTS Work Specified Elsewhere: PLANS or Attachment to this Specification Section give tag numbers, sizes, and locations. 1.03 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM Al26 1995 Standard Specification for Gray Iron Castings for Valves, Flanges and Pipe Fittings AMERICAN WATER WORKS ASSOCIATION (AWWA) AWWA C508 1993 Swing -Check Valves for Waterworks Service, 2 in. Through 24 in. 1.04-1.05 (NOT USED) 1.06 SUBMITTALS Submit the following in accordance with the requirements outlined in Section 4 (Specific Project Requirements). A. Shop Drawings and Product Data Include construction features and materials of construction with ASTM designations. B. Operation and maintenance data (3 sets) in accordance with Section 01730 (Operation and Maintenance Data). C. Furnish certification that each valve has been hydrostatically tested at 200 percent of rating. NON - STANDARD /27/2004 15114 - Page i of 4 AIR- CUSHIONED SWING CHECK VALVE JOB NO. 052131124.0001 AND INTEGRAL SURGE RELIEF VALVE 1.07 QUALITY ASSURANCE A. Markings Manufacturer's name, working pressure, direction of flow, and size to be cast on valve body. B. Standardization All valves under this Section to be product of a single manufacturer. 1.08 DELIVERY, STORAGE, AND HANDLING Valves to be shipped with flange protectors installed and to be stored at the job site to prevent any damage prior to installation. CONTRACTOR to replace any damage occurred at no additional cost to the OWNER. 1.09-1.11 (NOT USED) PART 2 PRODUCTS 2.01 MANUFACTURER(S) 1. Golden Anderson (GA) Industries Surge -Check Valve, Fig. No. 250 -D /625 -A. 2. Or equal model by Cripsin Valve (SWC- LW- AC /SRV). 2.02 MATERIALS AND /OR EQUIPMENT A. Surge -Check Valve Assembly 1. The Surge -Check Valve Assembly shall be comprised of an air cushioned swing check valve and a surge relief valve. a. The surge relief valve shall be mounted integrally to the swing check valve cover by means of a flanged connection to form a single, one - piece Surge Check Valve Assembly. b. The surge relief valve components shall in no way interfere with the normal operation and movement of the swing check valves external counterweight arm, adjustable counterweight, or air cushion chamber. C. The outlet flange of the surge relief valve shall be oriented as shown on the PLANS. B. Air - Cushioned Swing Check Valve Valves shall open smoothly at pump start. Valves shall prevent backflow of the media on normal pump shut -off or power failure to prevent flow reversal. When closed, valves shall seat drop tight. NON - STANDARD/ 2/7 /2004 15114 - Page 2 of 4 AIR - CUSHIONED SWING CHECK VALVE JOB NO. 052131124.0001 AND INTEGRAL SURGE RELIEF VALVE 2. Valve body shall be full waterway type, designed to provide a net flow area not less than the nominal inlet pipe size when swung open no more than 25 degrees. 3. Valve shall have a replaceable body seat 4. Piston shall be totally enclosed within the cylinder and not open at one end. 5. Disc arm assembly shall be suspended from the shaft. The shaft shall rotate freely without the need for external lubrication. The shaft shall be sealed where it passes through the body. 6. Valve shall be supplied with an outside lever and adjustable counterweight to initiate valve closure. Final closure shall be dampened by means of a single, side- mounted air - cushion assembly. The amount of cushioning shall be easily adjustable. 7. Materials a. Body: Cast iron b. Cover: Cast iron C. Disc arm: Ductile iron d. Seat: Stainless steel e. Disc seat: Buna -N or metal f Shaft: Stainless steel g. Flanges: ANSI Class 125, flat faced C. Sewage Service Surge Relief Valve 1. Main valve body shall be long radius elbow pattern of cast iron conforming to ASTM Al26 Class B, with integral flanges, faced and drilled per ANSI B 16.1 Class 125 . The valve body shall be inherently self - cleaning and have a net flow area through the valve no less than the area of its nominal pipe size. The valve body shall have a removable stainless steel seat. 2. The valve disc shall be cast iron or steel with a renewable, resilient seat ring of thickol leather or other suitable material and retained by a stainless steel follower and screws. The valve stem shall be stainless steel and guided in a long bronze bushing retained in the valve cover. 3. The valve stem shall be sealed where it passes through the body by dual seals separated by a lantern ring with external leak detection port. An integral hydraulic system shall permit quick opening and adjustable, slow closing without the need of pre- charged cylinders. NON- STANDAREV 2/7/2004 15114 - Page 3 of 4 AIR- CUSHIONED SWING CHECK VALVE JOB NO. 052131124.000I AND INTEGRAL SURGE RELIEF VALVE 4. Springs shall be encased in steel cylinders; exposed springs or tension springs are not acceptable. The valve shall be fully capable of operating in any position. 5. The valve shall be factory tested and set to open at a pre - determined pressure. Springs shall permit field adjustment from near zero to 10 percent above factory setting. 6. Function: The pressure relief valve shall quickly open when the system pressure exceeds the spring setting, remain open as long as the pressure exceeds this setting, and slowly close drop tight when the pressure subsides below the spring setting. 2.03 FABRICATION Valve bodies are to be factory coated for buried service or shop primer coated for field application of the finish coating system. 2.04 SOURCE QUALITY CONTROL Factory Tests: Hydrostatically test all valves at factory at rated pressure prior to shipment. PART 3 EXECUTION 3.01-3.02 (NOT USED) 3.03 ERECTION /INSTALLATION /APPLICATION AND /OR CONSTRUCTION Install in accordance with manufacturer's recommendations and other applicable Specification Sections. 3.04 - 3.11 (NOT USED) END OF SECTION NON - STANDARD/ 2/7/2004 15114 - Page 4 of 4 AJR- CUSHIONED SWING CHECK VALVE JOB NO. 052131124.0001 AND INTEGRAL SURGE RELIEF VALVE SECTION 15115 CHECK VALVES, BALL PART 1 GENERAL 1.01 SUMMARY This Section includes the famishing and subsequent installation of ball check valves as shown on PLANS or Attachment and as described hereinafter. 1.02 RELATED REQUIREMENTS Work Specified Elsewhere: PLANS or Attachment to this Specification Section give tag numbers, sizes, and locations. 1.03 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM Al26 1995 Standard Specification for Gray Iron Castings for Valves, Flanges and Pipe Fittings 1.04-1.05 (NOT USED) 1.06 SUBMITTALS Submit the following in accordance with the requirements outlined in Section 4 (Specific Project Requirements). A. Shop Drawings and Product Data Include construction features and materials of construction with ASTM designations. B. Operation and maintenance data (3 sets) in accordance with Section 01730 (Operation and Maintenance Data). C. Furnish certification that each valve has been hydrostatically tested at 200 percent of rating. 1.07 QUALITY ASSURANCE A. Markings Manufacturer's name, working pressure, direction of flow, and size to be cast on valve body. NON-STANDARD/ 10/27/03 15115 - Page 1 of 3 CHECK VALVES, BALL SOB NO. 052131124,0001 B. Standardization All valves under this Section to be product of a single manufacturer. .. 1.08 DELIVERY, STORAGE, AND HANDLING Valves to be shipped with flange protectors installed and to be stored at the job site to prevent any damage prior to installation. CONTRACTOR to replace any damage occurred at no additional cost to the OWNER. 1.09- 1.11 (NOT USED) PART 2 PRODUCTS 2.01 MANUFACTURER(S) 1. GA Industries Figure 240. 2. HDL. 3. Flygt. 2.02 MATERIALS AND /OR EQUIPMENT A. General 1. The valve shall have a heavy duty body of high - strength cast iron conforming to ASTM Al26 Class B and suitable for use in a vertical or horizontal pipeline at up to 150 psi. Valves up to 2" size shall have threaded ends, larger valves shall have flanged ends faced and drilled per ANSI B 16.1 Class 125. 2. The ball shall have a hollow steel or iron core, covered with a thick nitrile rubber overlay vulcanized to the core, removable through a top plug or flange with stainless steel fasteners. 3. The valve shall open at pump start and close upon pump shutdown to prevent flow reversal. B. Materials 1. Body: Cast iron 2. Cover: Cast iron 3. Ball: Vulcanized Buna -N rubber cover over metal core 4. Bolts: Carbon steel 5. Cover Gasket: Composition, commercial NON - STANDARD/ 10/27/07 15115 - Page 2 of 3 CHECK VALVES, BALL JOB NO. 052131124.0001 6. Flanges: ANSI Class 125, flat faced 2.03 FABRICATION (NOT USED) 2.04 SOURCE QUALITY CONTROL Factory Tests: Hydrostatically test all valves at factory at rated pressure prior to shipment. PART 3 EXECUTION 3.01 -3.02 (NOT USED) 3.03 ERECTION /INSTALLATION /APPLICATION AND /OR CONSTRUCTION Install in accordance with manufacturer's recommendations and other applicable Specification Sections. 3.04 - 3.11 (NOT USED) END OF SECTION NON- sTA,WARD/ 10/27/03 15115 - Page 3 of 3 CHECK VALVES, BALL JOB NO. 052131124.0001 SECTION 15956 FIELD INSTRUMENT DEVICES PART 1 GENERAL 1.01 SUMMARY This Section includes the furnishing and installation of field instrument devices. 1.02 RELATED REQUIREMENTS Other related work as called for on PLANS or specified elsewhere in this or other Technical Specification Sections. 1.03 - 1.05 (NOT USED) 1.06 SUBMITTALS Submit the following in accordance with Section 4 (Specific Project Requirements) and Section 01730 (Operational and Maintenance Data). A. Shop Drawings 1. Manufacturer's literature illustrating the construction and dimensions. 2. Manufacturer's literature illustrating the approved installation method. 3. Unit elementary diagram with numbered terminals for interconnection with other units. B. Operation and Maintenance Data: Include, as a minimum, the following: 1. Equipment operational instructions. 2. Preventive maintenance instructions. 3. Troubleshooting instructions. 4. Complete listing of repair parts and model numbers. 5. Calibration method and procedure. -' 6. Manufacturer's installation statement that the meters are properly installed and adjusted or description of any deficiency and recommended corrective action. 7. Corrected shop drawings as specified above. 1.07 QUALITY ASSURANCE (NOT USED) NONSTANDARD / 01114100 15956 - Page 1 of 4 FIELD INSTRUMENT DEVICES PROJECT NO. 052131124.0001 1.08 DELIVERY, STORAGE, AND HANDLING Deliver all components in manufacturer's shipping containers. Provide sufficient protection to ensure arrival in undamaged condition. 1.09 -1.11 (NOT USED) ^ PART 2 PRODUCTS ^ 2.01 MANUFACTURER(S) A. Open Channel Transmitter and Recorder: Siemens Milltronics OCM III with YRS -5 Transducer B. Force Main Clamp -on Ultrasonic Level Eastech Badger Model 4660 with all Transmitter: related equipment 2.02 MATERIALS AND /OR EQUIPMENT .. A. Open Channel Flow Meter Recorder 1. General a. Furnished recording, totalizing open channel flow meter suitable for portable or fixed -site monitoring. An ultrasonic sensor shall be used to measure level. b. Location: DeForest Wastewater Lift Station influent Parshall Flume — C. Flow range: 0- 18,000 gpm 2. Ultrasonic Sensor — a. The sensor shall consist of a single ultrasonic transducer housed in a — fully submersible (IP68 rating) PVDF body. The sensor shall include an internal temperature sensor to automatically compensate for air temperature changes. — b. The sensor cable shall be co -axial R62 -A/U low capacitance and the length per PLANS. — 3. Flow Meter a. Range: 2 to 10 ft. b. Accuracy: t 1 mm/m calculated error less than 0.02 %. C. Resolution: 0.007" d. Memory: 3V battery, operating life 1 year, `SuperCap' capacitor for — back -up during battery replacement. NONSTANDARD i 01/14/00 15956 - Page 2 of 4 FIELD INSTRUMENT DEVICES PROJECT NO. 052171124.0001 e. Programming a removable programmer and communication link. f. Display: LCD 5x7 dot matrix display with 2 lines of 40 characters each. g. Enclosure: Type 4X /NEMA/IP65. It. Outputs i) Transducer Drive: 44 kHz, 400 V peak pulses of 0.1 msec typical duration at 100 msec typical repetition rate. ii) 3 alarm/control relays, 1 form `C' SPAT contact per relay, rated 5A at 250 Vac non - inductive or 30 Vac. iii) 4 to 20 mA output signal, isolated, 1 kQ max load; 5uA resolution; 300 Vac continous isolation; +24 Vdc output, 20 mA average to 200 mA at 1 /10 duty cycle max. i. Cable i) mA output signal to be 2 -3 copper conductors, twisted with foil shield, drain wire, 300 V, 22 to 18 AWG. ii) Relay /power to be copper conductors per local requirements to meet 250 V, 5A contact rating. j. The flow meter shall require 12 volt DC power for operation. Provide a 120V to 12 volt DC power supply and battery backup unit. B. Clamp -on Ultrasonic Flow Meter: 1. Locations and Flow Ranges: a. DeForest 16 -inch Force Main: 0- 18,000 gpm b. DeForest 30 -inch Force Main: 0- 18,000 gpm C. Sandy Lake 20 -inch Force Main: 0 -5,000 gpm 2. Install transit -time ultrasonic flow meters as shown on the PLANS and in accordance with the manufacturer's recommendations. The flow meter shall consist of two clamp -on acoustic transducers, interconnecting cables and remote microprocessor -based electronics. 3. The transducers shall be provided with transducer cables and all mounting hardware for installation on the pipe as shown in the plans. The transducers shall be capable of operating in a submerged condition. Provide adequate transducer cable, as splicing of the cable will not be permitted. 4. The flow meter electronics shall be provided with a 128 X 64 element backlit LCD display capable of simultaneously indicating up to 6 lines of data such NONSTANDARD / 01/14/00 15956 - Page 3 of 4 FIELD INSTRUMENT DEVICES PROJECT NO. 052131124.0001 as the flow rate, flow velocity, and total flow in engineering units. The display shall also be capable of indicating data in a graphical format. The flow meter shall include a data logger for storing flow rates and total flows. _ The flow meter shall have to optically isolated 4 -20ma isolated outputs linear with flow and three programmable alarm relays. The flow meter shall be capable of operating in a bi- directional mode. T he flow meter shall be fully programmable using an integral 16 keypad or hand held Palm Pilot. The flow meter shall operate from 120VAC power and shall be housed in NEMA 4X FRP outdoor enclosure with a viewing window. The flow meter accuracy _ shall be +/- 1 % of actual flow over a range of 0.1 to 40.0 feet/second. The flow meter shall be provided with a three -year warranty. Mount unit in Lift Station structure. The contractor shall provide for a factory trained representative to provide start-up and calibration assistance. PART 3 EXECUTION 3.01 GENERAL A. Follow manufacturer's printed instructions and approved practice for installation of equipment. B. Make all mechanical and electrical corrections required for operation. 3.02 - 3.04 (NOT USED) 3.05 FIELD QUALITY CONTROL A. Prior to placing in service, CONTRACTOR, in the presence of the OWNER'S Representative, to demonstrate the complete operation of the system. B. After start-up, test the complete system under actual process conditions to determine that all specified functions can be performed. Make all required adjustments. 3.06 - 3.11 (NOT USED) END OF SECTION NONSTANDARD/ 01/14,00 15956 - Page 4 of 4 FIELD INSTRUMENT DEVICES PROJECT NO. 052131124.0001 SECTION 16050 ELECTRICAL CONSTRUCTION PART1 GENERAL 1.01 SUMMARY Provide all materials, equipment, supplies, supervision, tools, labor, and all other appurtenances required to install, test, adjust, and place in operation the electrical system as shown on PLANS and specified herein. CONTRACTOR to furnish all component pieces, wiring, piping, and accessories necessary for a complete and workable system placed in operation. 1.02 RELATED REQUIREMENTS A. PLANS and other Technical Specification Sections show and/or specify those features required to describe and illustrate functional requirements of the electrical system. B. Work Shown on PLANS 1. The locations of outlets shown on the PLANS are approximate only and are to be located exactly as necessary to fit the location of the equipment and not conflict with the installation of construction of the other trades. 2. Wire sizes are based on the loads indicated on the One -Line Diagrams and panel schedules as reflected by relevant Sections of Technical Specification Sections. Final wire sizes to be in accordance with the latest edition of the National Electrical Code (NEC), based on the requirements of the equipment actually furnished. 3. All relocation of outlets and changes in wire and conduit sizes to be at no additional cost to the OWNER. 1.03 - 1.04 (NOT USED) _ 1.05 SYSTEM DESCRIPTION '- A. Manufacturers 1. Furnish products of manufacturers specified in PART 2 of this Section. All products to be approved in writing prior to installation. 2. The products as described herein are applicable when required by the PLANS and/or other Technical Specification Sections and are included to complement the electrical characteristics, ratings, and/or modifications as shown on PLANS. 3. All products of a given type to be furnished by a single manufacturer. NONSTANDARD / I V26,02 16050 - Page 1 of 21 ELECTRICAL CONSTRUCTION PROJECT NO. 05211} 1124.0001 4. Material to bear Underwriters' Laboratory label if available for applicable product. 5. All products as described as follows to provide satisfactory operation and to require minimal maintenance under the following environmental conditions. a. Non - weatherproof Products /ControlledEnvironment: Indoors protected from corrosive atmosphere and elements of the weather. (1) Temperature: 60 °F to 100 °F. ^ (2) Relative Humidity: 95 percent. b. Weatherproof Products/Noncontrolled Environment: Outdoors and indoors subjected to corrosive atmosphere or elements of the weather. (1) Temperature: 10 to 120 °F. ^ (2) Relative Humidity: 100 percent. 6. Minimum interrupting ratings of the products to be at least equal to the available RMS symmetrical short- circuit current at the line terminals of the product, when applicable. B. Construction Comply with all National Electrical Code (NEC) requirements, local ordinances, and all other pertinent codes and standards. 1.06 SUBMITTALS Furnish the following in accordance with Section 4 (Specific Project Requirements) and as further required hereinafter. A. Submitted literature to be marked in ink to show the paragraph in the Technical ^ Specification Section(s) for which the material applies. B. Summary Sheet: List any and all deviations in dimensions, capacities, or ratings from the dimensions, capacities, or ratings as shown on PLANS or in Technical Specification Section(s). _ C. Tabulated Data: Fumish tabulated data for all required products that are described in PART 2 of this Section. D. Catalog Data: Furnish catalog data cut sheets for all required products that are described in PART 2 of this Section, including highlighted indication of the following information when applicable for each submitted product. 1. Manufacturer's product name and model number. 2. Tag number identical to the one designated on PLANS. NONSTANDARD / 11/26102 16050 - Page 2 of 21 ELECTRICAL CONSTRUCTION PROJECT NO. 0521131124.0001 3. Functional name. 4. Features. 5. Options. 6. Dimensions. 7. Description of construction, including enclosure rating. 8. Service requirements (e.g., power, water, etc.) 9. Short- circuit current rating. E. Control Schematics and Instrumentation Diagrams: Furnish control schematics and instrumentation diagrams, when required, made from reproductions of the control schematics shown on PLANS with modifications as required but not redrawn in another format. F. Operation and Maintenance Manuals: Furnish Operation and Maintenance Data (3 sets) in accordance with Specification Section 01730 (Operation and Maintenance Data) and including the following: 1. Latest approved sets of shop drawings. 2. Wiring diagrams, including wiring sizes and types, designation and routing of conduits, and location, functional name, and manufacturer's designation of items to which wiring is connected. 3. Dimensional prints. 4. Bills of material. 5. Shut -down procedures. 6. Safety instructions. 1.07 QUALITY ASSURANCE (NOT USED) 1.08 DELIVERY, STORAGE, AND HANDLING A. Maintain materials and equipment in new condition, including the use of heat lamps and suitable coverings to prevent accumulation of excess condensation and construction dirt. B. Protect materials and equipment from the weather, moisture, impact, corrosive liquids, gases, dust, and other agents that could cause damage. 1.09 PROJECT /SITE CONDITIONS (NOT USED) NONSTANDARD / 11/26/02 16050 - Page 3 of 21 ELECTRICAL CONSTRUCTION PROJECT NO. 0521131124.0001 1.10 SEQUENCING A. Conform to the construction schedule and progress of the other trades. B. Set all electrical apparatus in place whether supplied herein or under other Technical Specification Sections. Connect, test, service, and place equipment in operation. 1.11 SCHEDULING A. Electrical and Telephone Service The CONTRACTOR to contact, arrange for, and schedule initial service from the utility companies, as required. Any and all charges required by these utility companies for permanent service will be paid by the OWNER. PART 2 PRODUCTS 2.01 MANUFACTURER(S) -- Manufacturer(s) to be as specified herein or as identified within other Specification Sections. 2.02 MATERIALS AND /OR EQUIPMENT A. Conduit and Appurtenances .. 1. Rigid Steel Conduit UL- listed, mild steel hot - dipped galvanized inside and outside with hot - dipped galvanized threads in accordance with the latest editions of ANSI C80.1, UL6, Federal Specification WW- C -581E, and UL General Information Card #DYIX. 2. Rigid Aluminum Conduit UL- listed, No. 6063 aluminum alloy with T -1 temper designation in accordance with applicable standards as stated in paragraph 2.02 A. La. and including the latest edition of ANSI C80.5. 3. Rigid Polyvinyl Chloride (PVC) Conduit a. UL- listed, type 40, heavy wall PVC with 90 °C wire rating suitable for direct sunlight applications in accordance with the latest editions of UL651 and NEMA TC -2. _ b. UL- listed, schedule 80, extra -heavy wall PVC with 90 °C wire rating suitable for direct sunlight applications in accordance with the standards as listed in paragraph 2.02 A.3.a. NONSTANDARD / 11/26/02 16050 - Page 4 of 21 ELECTRICAL CONSTRUCTION PROJECT NO. 0521131124.0001 4. PVC - Coated Rigid Steel Conduit a. UL- listed, hot - dipped galvanized mild steel inside and outside with hot - dipped galvanized threads in accordance with the standards as stated in paragraph 2.02 A. La. Conduit to also include a PVC outer _ coating with minimal thickness of 40 mils and a phenolic inner coating with minimal thickness of 4 mils. Coated conduit to comply with all requirements of the latest edition of NEMA RN -1. b. Manufacturer to be Ocal, Inc., Perma -Cote Industries, or Robroy Industries. 5. Flexible Metallic Conduit a. UL- listed, hot - dipped galvanized steel core with thermoplastic cover in accordance with the latest edition of UL360. Conduit also to be liquid tight and oil resistant. b. Manufacturer and type to be Anaconda Company - Sealtite Type U.A., Electri-Flex Company - Liquatite Type L.A., or equal. 6. Conduit Fitting a. Material of construction of fitting to be similar to the conduit it is used in conjunction with and to conform to the applicable standards of the conduit. Fitting also to be in accordance with the latest edition of UL514. b. Manufacturer to be Crouse - Hinds, Appleton, or equal. 7. Explosion -Proof Conduit Outlet Body with Sealing Cover a. Corrosion- resistant construction rated for Class 1, Division 1 �. hazardous locations in accordance with the latest edition of UL886 and Federal Specification W- C -586B. Body and seal also to be provided with a neoprene "0" ring gasket. b. Manufacturer and series to be Crouse -Hinds Series GUA, Appleton Series GR, or equal. B. Conductor, Cable, and Appurtenances 1. Conductor to be soft annealed bare copper per ASTM B3, Class B strand per ASTM B8. Size 12 AWG and 10 AWG for power circuits to be solid above ground; all other wire including all control wire to be stranded. 2. Power and Control Cable a. Above Ground: UL- listed Type THW or Type THWN rated for 600 volts AC and 75 minimum. Insulation to be PVC. Conductors NONSTANDARD / 11/26/02 16050 - Page 5 of 21 ELECTRICAL CONSTRUCTION PROJECT NO. 0521131124.0001 and insulation to be in accordance with the latest edition of UL83. Type THWN to have abrasion- resistant nylon jacket over insulation. b. Below Ground. LTL- listed Type XHHW -2 rated for 600 volts AC and 90 °C dry and 75 °C wet. Insulation to be cross - linked thermosetting polyethylene. Conductors and insulation to be in accordance with UL44 NEMA WC -7, ICEA -S -66 -524. ' C. Manufacturer to be Cablec, Okonite, Pirelli, Phelps Dodge, Triangle, Rome, or Kerite. Shielded Instrumentation Cable a. UL- listed Type VW -1 rated for 300 volts DC and 60 °C minimum. Insulation to be polyethylene with aluminum polyester, 100 percent shield coverage, and chrome PVC jacket. Conductors to be twisted, stranded, tinned copper with stranded tinned copper drain wire. b. Manufacturer and catalog numbers to be Belden #8760 or #8770 as required, Eaton - Dekoron #1852 or #1862 as required, or equal. 4. Wire Connector a. UL- listed with fire - resistant, flame - retardant, thermoplastic shell in accordance with latest edition of Federal Specification W- S -610c. b. Manufacturer and type to be 3M Company Type Scotchlock, Ideal Industrial Inc. Type Wire -Nut, or equal. All- Purpose Electrical Tape a. UL- listed, flame - retardant, weather - resistant vinyl plastic construction in accordance with latest editions of UL510 and either Federal Specification HHI -595b or Federal Specification HHI -595c. b. Manufacturer, type, and model number to be 3M Company Type Scotch #33 +, Plymouth Rubber Company Inc. Type Premium Black #4453, or equal. 6. Fire and Electric Arc - Proofing Tape _ a. Flexible, conformable, unsupported intumescent elastomer with self - extinguishing characteristics in accordance with UL94. _ b. Manufacturer, type, and model number to be 3M Company Type Scotch #77, Plymouth Rubber Company Inc. Type Slipknot #30, or equal. NONSTANDARD / 11/26/02 16050 - Page 6 of 21 ELECTRICAL CONSTRUCTION PROJECT NO. 0521131124.0001 C. Control Devices 1. Push -Button Switch and Selector Switch a. Heavy -duty, oil -tight construction rated for 600 volts AC, 10 amps continuous. b. Manufacturer and type to be Square D Class 9001, General Electric Type CR2940, or equal. 2. Pilot Light a. Push -to -test transformer type with construction and rating as specified in paragraph 2.02 C. La. b. Light to include a miniature bayonet base lamp designed for 6.3 volts AC with a minimum life of 20,000 hours. C. Manufacturer and class of light to be as specified in paragraph 2.01 C.l.b. Manufacturer and catalog number of lamp to be General Electric #755, Sylvania #755, or equal. 3. General Purpose Relay a. Plug -in type rated 240 volts AC, 10 amps continuous. b. Manufacturer and type to be Square D Type K, General Electric ^ Type CR120H, or equal. 4. Industrial Relay a. Heavy -duty type with plug -in contact cartridges rated 600 volts AC, 10 amps continuous. b. Manufacturer and type to be Square D Type X, General Electric Type CR120B, or equal. 5. Time -Delay Relay a. Solid state, plug -in type rated 600 volts AC, 10 amps continuous. b. Manufacturer and type to be Square D Type JCK, General Electric Type CR12213T, or equal. D. Light Switches 1. Light Switch a. UL- listed with ivory toggle rated 120 -277 volts AC, 20 amps continuous in accordance with the latest edition of Federal Specification WS -896E. NONSTANDARD / 11/26/02 16050 - Page 7 of 21 ELECTRICAL CONSTRUCTION PROJECT NO. 0521131124.0001 b. Type, manufacturer, and catalog number to be as follows. ^ (1) Single pole type to be Bryant #4901 -I, Pass & Seymour #20AC 1 -I, or equal. (2) Double pole type to be Bryant #4902 -I, Pass & Seymour #20AC2 -I, or equal. (3) Three -way type to be Bryant #4903 -I, Pass & _ Seymour #20AC3 -I, or equal. (4) Four -way type to be Bryant #4904 -I, Pass & Seymour #20AC4 -I, or equal. 2. Cover Plate a. Type, manufacturer, and catalog number to be as follows. (1) Non - weatherproof ivory thermoplastic type to be manufactured by switch manufacturer with compatible catalog number as required. (2) Non - weatherproof steel type to be Crouse -Hinds #DS32, Appleton #FSK -ITS, or equal. (3) Weatherproof copper -free aluminum type to be Crouse - Hinds #DS 185, Appleton #FSK -1 VS -A, or equal. Cover to also include locking arrangement for on and off positions. 3. Cast Device Box a. Copper -free aluminum in accordance with the latest editions of UL498, UL514, and Federal Specification W- C -586B. b. Manufacturer and type to be Crouse -Hinds Type FS, Appleton Type FS, or equal. E. Receptacle and Appurtenances 1. Receptacle _ a. UL- listed, duplex grounding type with ivory face rated 125 volts AC, 15 amps continuous. _ b. Manufacturer and catalog number to be Bryant #5262 -I, Pass & Seymour #5262 -I, or equal. _ 2. Cover Plate: Type, manufacturer, and catalog number to be as follows. a. Non - weatherproof ivory thermoplastic type to be manufactured by receptacle manufacturer with compatible catalog number as required. NONSTANDARD / 11/26/02 16050 - Page 8 of 21 ELECTRICAL CONSTRUCTION PROJECT NO. 0521131124.0001 b. Non - weatherproof steel type to be Crouse -Hinds #DS23, Appleton #FSK -IDR, or equal. Weatherproof UV- Stabilized polycarbonate type to be Intermatic WP1000 series, or equal. F. Lighting Panel 1. UL- listed and in accordance with the latest edition of Federal Specification WP -115A, Type 1, Class 1. Panel to include a UL service entrance label when required. 2. System voltage rating to be 120/240 volts AC or 480/277 volts AC as shown on PLANS. Minimum integrated rating of 240 volts AC rated panel to be 10,000 RMS symmetrical amps, and minimum integrated rating of 480/277 volts AC rated panel to be 14,000 RMS symmetrical amps unless shown otherwise on PLANS. 3. Buses to be silver plated copper. Minimum size of buses and breaker frames to be 100 amps unless shown otherwise on PLANS. 4. Transformer -fed panels to have main breaker to match system. Breakers to be plug -in type in accordance with the latest edition of Federal Specification W- C -375b. 5. Enclosure to be NEMA 1 for controlled environment and NEMA 3R for noncontrolled environment unless shown otherwise on PLANS. 6. Rating, manufacturer, and type to be as follows. a. 240 volts AC to be Square D Type NQO or equal by General Electric, Siemens, or Cutler - Hammer. b. 480/277 volts AC to be Square D Type NEHB or equal by General Electric, Siemens, or Cutler- Hammer. G. Power Panel 1. UL- listed and in accordance with the latest edition of Federal Specification W- P -115A, Type 1, Class 1. Panel to include a UL service entrance label when required. 2. System voltage rating to be 600 volts AC. Minimum integrated rating to be 22,000 RMS symmetrical amps unless shown otherwise on PLANS. 3. Buses to be silver plated copper. Minimum size of buses and breaker frames to be 100 amps unless shown otherwise on PLANS. 4. Breakers to be plug -in type in accordance with the latest edition of Federal Specification W -C -375b. NONSTANDARD / 11/26/02 16050 - Page 9 of 21 ELECTRICAL CONSTRUCTION PROJECT NO. 0521131123.0001 5. Non - weatherproof enclosure to be NEMA 1 construction, and weatherproof enclosure to be NEMA 3R construction unless shown otherwise on PLANS. 6. Manufacturer to be Square D Type I -Line, General Electric Type CCB, or Culter- Hammer Type CDP. H. Wire Enclosure 1. Wireway a. UL- listed, non - weatherproof, lay -in, hinged type with fasteners and NEMA 1 construction in accordance with the latest edition of UL870. b. UL- listed, weatherproof, flanged, hinged type with screw clamps and NEMA 4X stainless steel construction in accordance with the latest editions o£UL870, JIC EMP -1, and JIC EGP -1. C. Manufacturer to be Hoffman Engineering Company, Wiegmann & Co. Inc., or equal. I. Lighting Transformer 1. UL- listed dry type in accordance with the latest editions of applicable NEMA, ANSI, UL, ASA, and IEEE standards. 2. Single- and three -phase voltage rating to be 480 or 240 x 480 volts primary and 120/240 volts secondary unless shown otherwise on PLANS. 3. Sizes below 1 KVA are not required to have taps. Sizes 3 KVA to 15 KVA to have two 5 percent taps below rated primary volts minimum. Sizes above 15 KVA to have two 2 -1/2 percent taps above rated primary volts and four 2 -1/2 percent taps below primary volts minimum. 4. Temperature rise rating to be 115 °C. 5. All openings to be covered with 3/16" x 3/16" wire mesh attached securely from the inside. — 6. Manufacturer to be General Electric Type, Culter- Hammer or equal. J. Safety Switch 1. UL- listed, heavy -duty type with visible blades and indicator handle in — accordance with latest edition of Federal Specification W- S -865C. 2. Non - weatherproof enclosure to be NEMA 1 construction, and weatherproof enclosure to be NEMA 4 stainless steel construction, unless shown otherwise on the PLANS. 3. Manufacturer and type to be Culter- Hammer Type H -600, General Electric Type TH, or equal. NONSTANDARD/ 11/26102 16050 - Page 10 of 21 ELECTRICAL CONSTRUCTION PROJECT NO. 0521131124.0001 K. Molded Case Circuit Breaker UL- listed, thermal magnetic type in accordance with latest editions of NEMA AB and Federal Specification W- C -375B. 2. Breaker to include the following features. a. Toggle type handle with quick -make, quick- break, over - center switching mechanism. b. Handle position trip indication. C. Inverse time delay and instantaneous circuit protection to be provided by each pole. d. Common trip for two -pole and three -pole types. e. 100 amp frame size minimum. f Single adjustment variable magnetic trip elements for frame sizes greater than 100 amps. g. Enclosures, when required, to be as specified in paragraph 2.02 J.2. 3. Manufacturer to be Cutler- Hammer, General Electric, Square D, or Siemens. L. Lighting Fixtures 1. General: Provide lighting fixtures, of the size, type, and rating indicated on PLANS, complete with, but not necessarily limited to, lamps, lampholders, reflectors, ballasts, support hardware, and wiring. 2. Ballasts - Fluorescent: Provide ballasts with high -power factor, rapid start, class "P," low noise with "A" sound rating, thermally protected, encased and potted. Ballasts to have 0 °F temperature rating. 3. Ballasts — High - Intensity Discharge (HID): Provide HID ballasts with high- ' power factor, "B" sound rating. Ballasts to have 0 °F temperature rating. M. Over voltage Surge Protection 1. Lightning or Surge Arrester a. 520 volt minimum rated unit in accordance with the latest edition of ANSI C62.2. b. Weatherproof enclosure with corrosion resistant mounting bracket and hardware required for installation as shown on PLANS. C. Manufacturer, type, and catalog number to be Joslyn XN100 or equal by General Electric, Culter- Hammer or Square D. NONSTANDARD / 11/26/02 16050 - Page 11 of 21 ELECTRICAL CONSTRUCTION PROJECT NO 0521131123.0001 N. Three -Phase Power Monitor 1. Unit to detect phase failure, phase voltage unbalance, phase reversal, and undervoltage. 2. Monitor to include the following features. a. Voltage adjustment. b. Automatic reset. -, C. 5A, 125V AC minimum rated contacts. d. Response delay of 3 seconds minimum. e. UL component recognized. 3. Manufacturer and type to be Square D Type MPS or equal by Diversified Electronics. O. Power Factor Correction Capacitor 1. Dry metallized -film construction that eliminates free liquids. 2. Polypropylene dielectric to be utilized that results in less than 0.5 watts per KVAR losses, inclusive of discharge resistor losses. 3. All elements to be internally protected. 4. Discharge resistors to reduce the residual voltage to 50 volts or less within one minute after the capacitor has been disconnected from the motor circuit. 5. Enclosure to be rated NEMA 1 minimum for indoor installation. Provisions to be made for enclosure to be rated NEMA 4X for outdoor installation. 6. Largest size allowed by motor manufacturer to be provided so that power factor does not exceed unity at no -load conditions preventing a leading power factor from occurring under all conditions. 7. Manufacturer and type to be ASEA Control Type CLMD or equal. PART 3 EXECUTION 3.01 GENERAL A. Install all equipment and materials in accordance with the recommendations of each equipment manufacturer. B. Use only persons skilled in type of work required by PLANS, and Technical Specification Sections. NONSTANDARD/ 11/26/02 16050 - Page 12 of 21 ELECTRICAL CONSTRUCTION PROJECT NO. 0521131124.0001 3.02 PREPARATION (NOT USED) 3.03 ERECTION/INSTALLATION /APPLICATION AND /OR CONSTRUCTION A. General 1. Install all conduits concealed where possible, unless indicated otherwise on the PLANS. All conduits underground to be encased in concrete. 2. Level and plumb all equipment. All junction boxes, equipment enclosures, raceways, etc. mounted on water - bearing or earth- bearing walls or other surfaces to be separated from the surface not less than' /4 -inch by corrosion- resistant spacers. 3. Install pipe caps for conduits marked "spare" and capped bushings for conduits marked "telephone." Leave a nylon pull wire (200# tensile strength) in each spare conduit. Allow 12 inches minimum of slack at each end. 4. Identification a. Provide 3 -ply black - white -black phenolic nameplates with 3/8 -inch- high lettering which properly identifies all electrical equipment and devices such as disconnect switches, control stations, panelboards, etc., as to what they are and the load with which they are associated. Attach nameplates to the equipment with brass screws where possible. Locate adjacent to the equipment if it is not possible to attach to it. b. Provide polyethylene or polyvinyl chloride identification tags which properly identifies all equipment and devices mounted inside all control centers and panels. Manufacturer and type to be Almetek Type Mini -Tags or equal. C. Proper identification of equipment and devices to include tag numbers as shown on one line diagram, and/or in Technical Specification Sections. B. Rigid Steel Conduit - Above Ground - Indoors - Dry Locations 1. Installation practices to be in accordance with AISI Design Manual "Steel Electrical Raceways" and the NEC. 2. Exposed Conduits a. Install conduits parallel or perpendicular to walls, structural members, and ceilings. Install groups of conduits on Unistrut P -1000 supports or equal. Surface mount on structural members. NONSTANDARD/ 11/26/02 16050 - Page 13 of 21 ELECTRICAL CONSTRUCTION PROJECT NO. 0521131124.0001 C. Two or more conduits in the same direction must have symmetrical bends for changes in direction. Use fittings to make changes in direction for conduits larger than 1 -inch. d. Support conduits with screw clamp backs, U- bolts, parallel or right angle conduit clamps, as applicable. e. Use locknuts inside and outside of an enclosure and insulating bushings by O- Z /Gedney or equal to connect conduits. f. Cap all conduits during construction. g. Install insulating type grounding bushings equal to O- Z/Gedney Type BLG at the conduit entrance to all electrical equipment such as transformers, motor control centers, and control panels. h. Install conduits to avoid moisture traps. Provide a "T" fitting at the bottom of long vertical conduit runs. Install a Crouse -Hinds ECD or equal drain in the bottom openings of the fitting. i. Install conduit system complete with outlet boxes and fittings before pulling in wiring. j. Support conduits in accordance with the NEC, between couplings, on either side of bends, at terminations, and fittings. k. Use liquid tight flexible conduit in lengths of 24 to 36 inches to connect to motors, solenoid valves, and any equipment subject to vibration. C. Rigid Aluminum Conduit - Above Ground - Exposed Outdoors, Wet or Damp Locations 1. Install per paragraph 3.02 B. 2. Conduits in damp locations to be installed so that they are exposed to air circulation on all sides. — 3. Use Myers Scru -Tite hubs or equal at all conduit entries to sheet metal enclosures outdoors. D. Conduits - In Concrete Construction 1. Use rigid steel except where concrete is in contact with water or earth, Schedule 40 PVC to be used in these conditions. 2. Install an O- Z/Gedney Type DX or equal watertight expansion fitting where conduit crosses expansion joints. 3. Install conduit in the middle one -third of the slab or wall thickness. NONSTANDARD/ 11/26/02 16050 - Page 14 of 21 ELECTRICAL CONSTRUCTION PROJECT NO. 0521131124.0001 4. Do not install conduits in slabs or walls if their outside diameter exceeds one - third of the thickness of the slab or wall. 5. Provide 1 -1 /3 inches separation between conduits except at panelboard and motor control center locations where conduits have to be grouped. 6. Install conduits at entrance to or exit from concrete construction so that curved portions are not visible externally. 7. Terminate conduits designated for future use with flush conduit coupling and Crouse -Hinds PLG plug or equal. Adjust pipe plug so that it is flush with the finished surface. 8. Sleeves through footings for exterior runs to be O -Z/ Gedney Type FSK or WSK as required or equal by 3M Company or G &W Electric Company. 9. Provide PVC coated rigid steel long radius fittings for all elbows greater than 45 degrees. E. Conduits - Below Ground 1. PVC Schedule 40 a. Install for individual runs and for grouped conduits. b. Encase in Class B concrete, minimum 24 -inch ground cover, 2- inches between conduits, 3 -inch clearance to outside of envelope. Concrete .. to be red as poured. Minimum of 5 pounds red coloring per bag of cement. C. Reinforce each duct bank with one No. 4 reinforcing rod for each vertical row of conduits. Provide No. 4 stirrups at 24 inches on center where there is more than one reinforcing rod. d. Grade conduits to pull boxes. e. Draw cleaning mandrel and rag through conduits before installing conductors. f. Transition to be of same material as above ground conduit when connecting to below ground conduit indoors. PVC - coated rigid steel coupling with approved adaptor to be used when transitioning from below ground conduit to above ground conduit outdoors. g. Provide PVC coated rigid steel long radius fittings for bends 45 degrees and larger. For bends less that 45 degrees, make bends with an approved hot box bender. h. Install in accordance with the conduit manufacturer's recommendations. Use solvent weld cement sparingly. Do not use the clear -type fast -drying cement. NONSTANDARD / 11126/02 16050 - Page 15 of 21 ELECTRICAL CONSTRUCTION PROJECT NO. 0521131124,0001 i. Install markers at the beginning and end of each run, every 100 feet in straight runs, and at all direction changes. Use 12- inches square by 6- inches deep Class C minimum concrete with "ELEC." cast in the concrete. Set top of concrete I -inch above finished grade. Letters to be 2 inches wide and 3 inches high with'' /2 -inch spacing between letters. Top edge of marker to have 1 -inch chamfer at 45 percent. F. Plastic Conduit - Above Ground: Where specifically shown on PLANS and always in chlorine rooms, use PVC Schedule 40 heavy wall conduit installed in accordance with manufacturer's recommendations and with a continuous grounding wire. Seals to be installed in all above ground and below ground conduits entering and exiting all chlorine rooms. Seals to be Crouse -Hinds Series EZS or equal. G. Wire and Cable Size: Not smaller than 12 AWG, except control wire to be minimum 14 AWG stranded. 2. Color Coding: Provide color coding as follows unless otherwise specified by local ordancies: a. Single phase, 120/240 volts - Red (L1), Black (L2), White (N). b. Three phase 120/240 volts - Black (Phase A), Orange (Phase B) Blue (Phase C), Gray (Neutral) C. Three phase, 120/208 volts - Black (Phase A), Red (Phase B), Blue (Phase C), White (Neutral). d. Three phase, 480/277 volts - Brown (Phase A), Purple (Phase B), Yellow (Phase C), Gray (Neutral). e. Control conductors - red. Ground wire - green. 3. Where factory color -coded wire is not available, a 1 -inch band of colored Scotch tape or equal may be used near the ends of each conductor. Conductors smaller than No. 8 are not to be taped for color -code. 4. Use Polywater J lubricant to pull all wires. 5. Make all splices and terminations in boxes and only where shown on PLANS. Size per boxes NEC. 6. Use compression type lug connectors on all motor connections and at other equipment subject to vibration. 7. Use compression type connectors on all other connections involving conductors 6 AWG and larger. NONSTANDARD/ 11/26/02 16050 - Page 16 of 21 ELECTRICAL CONSTRUCTION PROJECT NO. 0521131124.0001 8. Use spring lock connectors where compression type are not specified. 9. Do not install more than two 120/240 volt circuits or one 480 volt circuit in one conduit unless indicated otherwise on PLANS. 10. Remove all burrs and swab conduits clean before pulling in wiring. 11. Do not exceed maximum pulling tension or sidewall pressure when installing cable. 12. Terminate stranded wiring by use of lugs or pressure type connectors. Do not terminate stranded wiring by wrapping stranded wire around terminals. 13. Ground shielded cable only at one point, i.e., at the panel, if possible or as recommended by manufacturer of device which shielded cable is connected to. Shields to be continuous throughout the length of the wiring run. 14. Mark all instrumentation and control wiring at each end of a run. Use Brady or approved equal adhesive wire markers. 15. Use cable tags to tag all main and feeder cables in all pull boxes, wireways, wire gutters, panels, and motor control centers. Identify wire or cable number and equipment served. 16. Leave sufficient length on all spare cables and wires to make a connection anywhere within an enclosure. Terminate with insulating tape and tag with a cable tag. H. Junction and Pull Boxes 1. Install where shown on the PLANS and elsewhere as required to facilitate installation of the wiring system. 2. Plug all unused openings with suitable conduit plug equal to Crouse -Hinds Type PLG. 3. Install in concrete so that the front edge will not set back of the finished surface more than 1 /4 -inch. 4. Provide adequate supports. 5. Install so that covers are accessible for easy removal. 6. Provide enclosure rated for NEMA 4 with breather and drain for outdoor installations. I. Light Switches and Receptacles Install at the approximate locations shown on PLANS. 2. Light switch mounting height to be 4 feet, 6 inches above finished floor unless otherwise noted. NONSTANDARD / 11/26/02 16050 - Page 17 of 21 ELECTRICAL CONSTRUCTION PROJECT NO. 0521131124.0001 Receptacle mounting height to be 18 inches above finished floor in office and ^ laboratory areas, 8 inches above all counters, 4 feet, 6 inches in all other places unless special mounting height is required by equipment being served or unless otherwise noted. Panelboards 1. Surface mounted as indicated on PLANS. ^ 2. Provide spare conduits stubbed out for future use, as indicated on PLANS. ^ 3. Mounting height to be 3 feet from floor to bottom of panel. Mount lower than this height only if necessary to have top breaker no more than 6 feet, 6 inches above finished floor. 4. Type in all circuits on the panel directory card immediately prior to job ^ completion. K. Grounding ^ 1. Furnish a grounding system as required by the NEC and as further described herein. ^ 2. Ground all electrical equipment, lights, receptacles, etc., with a separate equipment ground wire or a continuous metallic raceway system. Provide a ^ ground conductor for all non - metallic and metallic raceways. 3. Install grounding system electrically and mechanically continuous ^ throughout. Do not bond to the system neutral except at the service entrance. 4. Ground transformer neutrals to their housing, and bond the housing to the equipment grounding conductor. 5. Connect equipment grounding conductors to ground bars or buses provided at panelboards, motor control centers, disconnect switches, switchgear, etc., from which the equipment is served. Install a bonding jumper from the grounding lug on each conduit to the ground bar or bus. 6. Where the equipment has no facility to attach an equipment ground wire, use a Bumdy Quicklug or equal. Clean the metal surface under the lug to bright metal so that good contact can be made. Connect equipment grounds to motors using a grounding stud threaded into _ the stationary frame of the motor in the motor junction box. 8. Make ground connections to equipment by using ground lugs or ground bars where they are provided. Do not make connections to equipment anchor bolts. NONSTANDARD/ 11/26/02 16050 - Page IS of 21 ELECTRICAL CONSTRUCTION PROJECT NO. 0521131124.0001 9. Use a fusion process, Burndy Thermoweld, Cadweld, or equal, to make connections to ground rods and at any joint or connection which will be inaccessible after construction. 10. Install ground cable loops at least 2 feet away from the structure and 2 feet, 6 inches below grade. 11. Use ground clamps where grounding bushings are not specified. Use copper clamps on copper, brass, or lead pipe. Use galvanized iron on galvanized or iron pipe. 12 13 14 15, 16. Furnish bonding jumpers as shown or as otherwise required by the NEC. Use stranded copper wire. Coat fusion- welded connections with coal tar pitch. Provide a PVC sleeve where ground wire passes through concrete slab. Install sufficient ground rods and wiring so the resistance between metal equipment or structural members and ground is 5 ohms or less. Exposed grounding conductors to be insulated. 17. Connect ground wires entering outlet boxes in such a manner that removal of the receptacle will not interrupt the continuity of the grounding circuit. 18. Connect each motor control center ground bus to the grounding system in at least two locations. 19. Grounding conductor to be same size as phase conductor if required by local code in any part of circuit routed in nonmetallic conduit. 20. Grounding Electrode System (GES) to be provided in compliance with NEC Articles 250 -81 and 250 -83 and in accordance with the following. a. Metal underground water pipe, metal building frame, concrete- _ encased electrode, and ground ring to be utilized when available per NEC Article 250 -81. b. In addition to items previously listed, a' /4- inch - diameter copper -clad ground rod with 10 -foot minimum length to be installed as part of GES per NEC Article 250 -83. '- 3.04 - 3.05 (NOT USED) NONSTANDARD / 11/26/02 16050 - Page 19 of 21 ELECTRICAL CONSTRUCTION PROJECT NO. 0521131124.0001 3.06 ADJUSTING A. General: Provide all equipment and labor required for calibration, setting, and testing as described herein or otherwise required. All tests to be witnessed by the OWNER and ENGINEER. Give written notification of the tests at least 7 days prior. Repair or replace all defective material, equipment, or workmanship disclosed as a result of these tests at no cost to the OWNER. B. Records: Provide the OWNER with a written record of all tests, including the piece of equipment tested, the date tested, weather conditions, test values, and results. C. Megger Tests 1. Use a minimum 500 -volt megohmmeter. 2. Take each reading for at least one minute. 3. Include the following tests: a. 115 -volt and 230 -volt motors: 5.0 megohms. b. 460 -volt motors: 7.0 megohms. C. 480 -volt transformer windings: 100.0 megohms. d. 600 -volt wiring up to 1,000 ft.: 25.0 megohms. 4. Test all transformer windings as follows: _ a. Primary to ground. b. Secondary to ground. ^ C. Primary to secondary. D. Ground Testing 1. Take ground resistance measurements in normally dry weather, not less than 48 hours after rainfall, with the ground under test isolated from other grounds. 2. Measure the resistance of each ground rod. Submit in writing to the OWNER a record indicating the rod location, the resistance measures, and the soil condition at the time. — 3. Take ground resistance measurements on the building water service when used as a ground. 4. Install additional grounding if the resistance to ground measures more than 5 ohms at any location. NONSTANDARD/ 11/26/02 16050 - Page 20 of 21 ELECTRICAL CONSTRUCTION PROJECT NO. 0521131124.0001 E. Motors 1. Megger test motors per paragraph 3.06 C. 2. Dry out any wet insulation by use of space heaters or other approved methods. 3. Check coupling alignment, shaft end play, lubrication, and other mechanical checks as required. Follow manufacturer's instructions. 4. Check for proper rotation. F. Receptacles: Test all receptacles for proper connections and grounding. Use an approved plug in tester, Hubbell 5200, Woodhead 1750, or equal. G. Control Circuits 1. Check all circuits for continuity, proper connection, and proper operations. 2. Set all time -delay relays and timers for the desired operation. Record the settings indicating the relay or timer, its location, and the setting used. Verify all settings with a stopwatch. H. Lighting 1. Install lighting fixtures in accordance with fixture manufacturer's written instructions and recognized industry practices. 2. Fasten fixtures securely to structural support members. Ensure that all fixtures are plumb or level. Testing a. Upon completion of installation of lighting fixtures and after circuitry has been energized, apply electrical energy to demonstrate proper operation of lighting fixtures and controls. b. Install all new incandescent lamps just prior to final inspection. Replace gaseous discharge and fluorescent lamps that are defective, show discolorations, or have exceeded more than 1/3 of their rated life with new lamps for final inspection. C. Immediately before final inspection thoroughly clean all fixtures inside and out, including plastics and glassware, adjust all trim to properly fit adjacent surfaces, replace broken or damaged parts and lamp, and test all fixtures for electrical and mechanical operation. 3.07 - 3.11 (NOT USED) END OF SECTION NONSTANDARD/ 11/26/02 16050 - Page 21 of 21 ELECTRICAL CONSTRUCTION PROJECT NO. 0521131124.0001 SECTION 16410 AUTOMATIC TRANSFER SWITCH PART IGENERAL 1.01 SUMMARY Furnish, install, and start-up automatic transfer switches for manual operation as shown on PLANS and specified herein. 1.02 RELATED REQUIREMENTS The automatic transfer switch covered by this specification shall be designed, tested, and . assembled in strict accordance with all applicable standards of ANSI, U.L., IEEE and NEMA. 1.03 —1.05 (NOT USED) 1.06 SUBMITTALS A. Manufacturer shall submit shop drawings for review, which shall include the following, as a minimum: 1. Descriptive literature 2. Plan, elevation, side, and front view arrangement drawings, including overall dimension, weights and clearances, as well as mounting or anchoring requirements and conduit entrance locations. 3. Schematic diagrams. 4. Wiring diagrams. 5. Accessory list. 1.07 — 1.11 (NOT USED) PART 2 PRODUCTS 2.01 MANUFACTURER(S) Russelectric RMTD or equivalent units by Zenith. 2.02 MATERIALS AND /OR EQUIPMENT A. General 1. The automatic transfer switch (ATS) shall be furnished as shown on the PLANS. Voltage and continuous current ratings and number of poles shall be as shown. NONSTAINDARD / 11/26/02 16410 - Page 1 of 6 AUTOMATIC TRANSFER SWITCH PROJECT NO. 052131124.0001 2. Provide switch with all poles mounted on a common shaft. The continuous current rating and the closing and withstand rating of all poles shall be identical. 3. The automatic transfer switch shall be in a free standing enclosure. Enclosure shall be rated NEMA 4X for outdoor and NEMA 1 for indoor applications unless otherwise indicated. The enclosure shall be sized to exceed minimum wire bending space required by UL 1008. 4. The transfer switch shall be equipped with an internal welded steel pocket, housing an operations and maintenance manual. 5. The automatic transfer switch shall be top and bottom accessible. 6. The main contacts shall be capable of being replaced without removing the main power cables. 7. The main contacts shall be visible for inspection without any major disassembly of the transfer switch. 8. All bolted bus connections shall have Belleville compression type washers. 9. When a solid neutral is required, a fully rated bus bar with required AL -CU neutral lugs shall be provided. 10. Control components and wiring shall be front accessible. All control wires shall be multiconductor 18 gauge 600 volt SIS switchboard type point to point harness. All control wire terminations shall be identified with tubular sleeve - type markers. 11. The switch shall be equipped with 90 degrees C rated copper /aluminum solderless mechanical type lugs. 12. The complete automatic transfer switch assembly shall be factory tested to ensure proper operation and compliance with the specification requirements. A copy of the factory test report shall be available upon request. B. Automatic Transfer Switch The transfer switch shall be double throw, actuated by two electric operators _ momentarily energized, and connected to the transfer mechanism by a simple over center type linkage. Minimum transfer time shall be 400 milliseconds. 2. The normal and emergency contacts shall be interlocked electrically to prevent simultaneous closing. Main contacts shall be mechanically locked in both the normal and emergency positions without the use of hooks, latches, magnets, or springs, and shall be silver - tungsten alloy. Separate arcing contacts with magnetic blowouts shall be provided on all transfer switches. Interlocked, molded case circuit breakers or contactors are not acceptable. NONSTANDARD / 11/26/02 16410 - Page 2 of 6 AUTOMATIC TRANSFER SWITCH PROJECT NO. 052131124.0001 C. Automatic Transfer Switch Controls 1. The transfer switch shall be equipped with a microprocessor based control system, to provide all the operational functions of the automatic transfer switch. The controller shall have two asynchronous serial ports. The controller shall have a real time clock with Nicad battery back -up. 2. The CPU shall be equipped with self diagnostics which perform periodic checks of the memory UO and communication circuits, with a watchdog/power fail circuit. 3. The controller shall use industry standard open architecture communication protocol for high speed serial communications via multidrop connection to other controllers and to a master terminal with up to 4000 ft of cable, or further, with the addition of a communication repeater. The serial communication port shall be RS422/485 compatible. 4. The serial communication port shall allow interface to either the manufacturer's or the owner's furnished remote supervisory control. 5. The controller shall have password protection required to limit access to qualified and authorized personnel. 6. The controller shall include a 20 character, LCD display, with a keypad, which allows access to the system. 7. The controller shall include three phase over /under voltage, over /under frequency, phase sequence detection and phase differential monitoring on both normal and emergency sources. 8. The controller shall be capable of storing the following records in memory for access either locally or remotely: _ a. Number of hours transfer switch is in the emergency position (total since record reset). b. Number of hours emergency power is available (total since record reset). c. Total transfer in either direction (total since record reset). d. Date, time, and description of the last four source failures. C. Date of the last exercise period. f. Date of record reset. D. Sequence of Operation When the voltage on any phase of the normal source drops below 80% or increases to 120 %, or frequency drops below 90 %, or increase to 110 %, or NONSTANDARD / 11/26/02 16410 - Page 3 of 6 AUTOMATIC TRANSFER SWITCH PROJECT NO. 052131124.0001 20% voltage differential between phases occurs, after a programmable time delay period of 0 -9999 seconds factory set at 3 seconds to allow for momentary dips, the engine starting contacts shall close to start the generating plant. 2. The transfer switch shall transfer to emergency (standby power) when the generating plant has reached specified voltage and frequency on all phases. 3. After restoration of normal power on all phases to a preset value of at least 90% to 110% of rated voltage, and at least 95% to 105% of rated frequency, and voltage differential is below 20 %, an adjustable time delay period of 0- 9999 seconds (factory set at 300 seconds) shall delay retransfer to allow _ stabilization of normal power. If the emergency power source should fail during this time delay period, the switch shall automatically return to the normal source. 4. After retransfer to normal, the engine generator shall be allowed to operate at no load for a programmable period of 0 -9999 seconds, factory set at 300 seconds. E. Automatic Transfer Switch Accessories Programmable three phase sensing of the normal source set to pickup at 90% and dropout at 80% of rated voltage and overvoltage to pickup at 120% and dropout out at 110% of rated voltage. Programmable frequency pickup at 95% and dropout at 90% and over frequency to pickup at 110% and dropout at 105% of rated frequency. Programmable voltage differential between phases, set at 20 %, and phase sequence monitoring. 2. Time delay for override of momentary normal source power outages (delays engine start signal and transfer switch operation). Programmable 0 -9999 seconds. Factory set at 3 seconds, if not otherwise specified. 3. Time delay to control contact transition time on transfer to either source. — Programmable 0 -9999 seconds, factory set at 10 seconds. 4. Time delay on retransfer to normal, programmable 0 -9999 seconds, factory set at 300 seconds if not otherwise specified, with overrun to provide programmable 0 -9999 second time delay, factory set at 300 seconds, unloaded engine operation after retransfer to normal. 5. Time delay on transfer to emergency, programmable 0 -9999 seconds, factory set at 3 seconds. 6. A maintained type load test switch shall be included to simulate a normal power failure, keypad initiated. 7. A time delay bypass on retransfer to normal shall be included. Keypad initiated. NONSTANDARD/ 11/26/02 16410 - Page 4 of 6 AUTOMATIC TRANSFER SWITCH PROJECT NO. 0521 } 1124.0001 8. Contact, rated 10 Amps 30 volts DC, to close on failure of normal source to initiate engine starting. 9. Light emitting diodes shall be mounted on the microprocessor panel to indicate: switch is in normal position, switch is in emergency position and controller is running. 10. A plant exerciser shall be provided with (10) 7 day events, programmable for any day of the week and (24) calendar events, programmable for any month/day, to automatically exercise generating plant programmable in one minute increments. Also include selection of either "no load" (switch will not transfer) or "load" (switch will transfer) exercise period. Keypad initiated. 11. A three phase digital LCD voltage readout, with I% accuracy shall display all three separate phase to phase voltages simultaneously, for both the normal and " emergency source. 12. A digital LCD frequency readout with 1% accuracy shall display frequency �- for both normal and emergency source. 13. An LCD readout shall display normal source and emergency source availability. F. Approval 1. As a condition of approval, the manufacturer of the combination automatic transfer bypass /isolation switches shall verify that their switches are listed by Underwriters Laboratories, Inc., Standard UL -1008 with 3 cycle short circuit closing and withstand as follows: RMS Symmetrical Amperes 480V AC Current Limiting Amperes Closing and Withstand Fuse Rating 100 -400 42,000 200,000 600 -800 65,000 200,000. 1000 -1200 85,000 200,000 1600 -4000 100,000 200,000 2. During the 3 cycle closing and withstand tests, there shall be no contact welding or damage. The 3 cycle tests shall be performed without the use of current limiting fuses. The test shall verify that contacts separation has not occurred, and there is contact continuity across all phases. Test procedures shall be in accordance with UL -1008, and testing shall be certified by Underwriters' Laboratories, Inc. When conducting temperature rise tests to UL -1008, the manufacture shall include post- endurance temperature rise tests to verify the ability of the NONSTANDARD/ 11/26/02 16410 - Page 5 of 6 AUTOMATIC TRANSFER SWITCH PROJECT NO. 052131124.0001 transfer switch to carry full rated current after completing the overload and endurance tests. 4. The microprocessor controller shall meet the following requirements: • Storage conditions - 25 degrees C to 85 degrees C • Operation conditions - 20 degrees C to 70 degrees C ambient • Humidity 0 to 99% relative humidity, noncondensing _ • Capable of withstanding infinite power interruptions • Surge withstand per ANSI/IEEE C- 37.90A -1978 5. Manufacturer shall provide copies of test reports upon request. G. Manufacturer 1. The transfer switch manufacturer shall employ a nationwide factory- direct, field service organization, available on a 24 -hour a day, 365 days a year, call basis. 2. The manufacturer shall maintain records of each transfer switch, by serial number, for a minimum 20 years. 2.03 — 2.04 (NOT USED) PART 3 EXECUTION 3.01 GENERAL Provide the services of a factory representative to inspect and start up the unit. Verify that all controls and interlocks function properly. 3.02 — 3.11 (NOT USED) END OF SECTION _ NONSTANDARD / 11/26/02 16410 - Page 6 of 6 AUTOMATIC TRANSFER SWITCH PROJECT NO. 052131124.0001 SECTION 16480 MOTOR CONTROL CENTER, 600 VOLTS AND LESS PART 1 GENERAL 1.01 SUMMARY This Section includes the furnishing of combination circuit breaker - starters with NEMA Class II Type B wiring, control devices, and required accessories for complete motor controls. 1.02 RELATED REQUIREMENTS Specification Section 16051 Electrical Construction. 1.03 REFERENCES The publications listed below form a part of this specification the extent referenced. The publications are referred to in the text by basic designation only. NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) NFPA 70 2002 National Electrical Code (NEC) NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION (NEMA) NEMA ICS -1 1993 Industrial Control and Systems General Requirements NEMA ICS -2 1993 Industrial Control and Systems Controllers, Contactors and Overload Relays Rated Not More Than 2000 Volts AC or 750 Volts DC NEMA ICS -3 1993 Industrial Control and Systems Factory Built Assemblies NEMA ICS -4 1993 Industrial Control and Systems Terminal Blocks NEMA ICS -5 1993 Industrial Control and Systems Control Circuit and Pilot Devices NEMA ICS -6 1993 Industrial Control and Systems Enclosures NEMA ICS -9 1993 Industrial Control and Systems Power Circuit Accessories UNDERWRITING LABORATORIES, INC. (UL) UL845 1988 UL Standard for Safety Motor Control Centers, Third Edition 07/93 and Bulletin 01/11/94. 1.04-1.05 (NOT USED) NONSTANDARD / 11/26/03 16480 - Page 1 of 5 MOTOR CONTROL CENTER, 600 VOLTS AND LESS PROJECT NO. 052131124A001 1.06 SUBMITTALS A. Shop Drawings: In accordance with Sections 4 (Specific Project Requirements) and 01730 (Operation and Maintenance Data). At a minimum, include the following: 1. Line -up, dimensions, wiring diagrams, schematic diagrams, component listings by manufacturer, and catalog number and nameplate schedule. 2. Manufacturer's data sheets to highlight or indicate materials, span/ranges, enclosure rating, etc., of equipment furnished. B. Submit Operation and Maintenance Data Q sets) on the referenced equipment in accordance with Specification Section 01730 (Operation and Maintenance Data). Manuals to include corrected shop drawings plus field checked wiring diagrams and breaker settings. 1.07 QUALITY ASSURANCE (NOT USED) 1.08 DELIVERY, STORAGE, AND HANDLING Deliver, store, and handle to prevent damage to equipment. Protect from the elements. 1.09 PROJECT /SITE CONDITIONS (NOT USED) 1.10 SEQUENCING Coordinate activities with other work being performed so as not to cause any interruption due to work being completed under this Section. 1.11 SCHEDULING (NOT USED) PART 2 PRODUCTS 2.01 MANUFACTURER(S) Manufacturers of Motor Control Centers to be Square D, General Electric, Cutler - Hammer, and Siemens. 2.02 MATERIALS AND /OR EQUIPMENT A. Enclosure Indoor non - walk -in freestanding; 90 by 20 by 20 inches nominal cubical size; top, bottom, and vertical wire -way per vertical grouping of starters; separate control sections; chemically cleaned, treated, primed, and finished with the manufacturer's standard color enamel (minimum thickness of 4.5 mils). Provide thermostatically controlled space heaters energized from control power transformer located in the motor control center. Interior doors must open 120 degrees without interference from the enclosure. NONSTANDARD / 11/26/03 16480 - Page 2 of 5 MOTOR CONTROL CENTER 600 VOLTS AND LESS PROJECT NO. 052131124.0001 2. NEMA 1 for indoor installations. 3. Mount each component such as a combination starter in a separate compartment and isolate from adjacent units and bases. Each component to be readily accessible and removable from the front. 4. Make provisions for top and bottom cable entrances. B. Components 1. Buses: Silver plated, 98 percent conductivity copper; horizontal rated as shown on the one -line diagram; vertical rated at minimum of 300 amperes, 600 amperes if two NEMA size 4 starters in one vertical section, or larger if required by the connected load; brace to withstand short- circuit current stresses of 100,000 amperes RMS symmetrical at 480 volts (unless indicated otherwise on PLANS). Provide a continuous horizontal and vertical ground bus. Arrange buses to permit future extensions. �— 2. Combination Starter Unit: Motor circuit protector type circuit breaker, size as shown on the one line diagram; minimum interrupting ability of 65,000 amperes RMS symmetrical at 480 volts, 3 ph, 60 Hz (provide current limiter for MCP type as required), provide 3 ambient compensated overload relays per starter unit or current transformer sensing relay or relays for overload protection with full voltage, nonreversing -type combination starter units, NEMA size 1 minimum acceptable size starter; handle padlockable in the "OFF" position. 3. Features and Accessories a. Integral short circuit rating of 65,000 amperes RMS symmetrical. b. Laminated plastic nameplates with 1/8 -inch letters for each unit and for complete center. C. Terminal blocks to be draw -apart type. Provide six spare terminals in each cubical. d. Control transformers, 480 -120 volts, 2 primary and 1 secondary fuse for each starter. Size for control system requirements and motor space heater and related equipment. 4. Motor circuit protector (MCP) to be sized per manufacturer's recommendations based on the following criteria. MCP to have continuous rating greater than actual motor nameplate full -load current. MCP to also have minimum setting capability of 100 percent to 120 percent of actual motor locked -rotor current. 5. Combination Reduced Voltage Solid State With By -pass Contactor Starter Units: Motor circuit protector type circuit breaker, reduced voltage solid state start unit shall contain the following minimum features. NONSTANDARD / 11/26/03 16480 - Page 3 of 5 MOTOR CONTROL CENTER, 600 VOLTS AND LESS PROJECT NO. 052131124.0001 a. SCR fusing b. By -pass contactor to engage when motor is at full speed. C. Internal current overload relays. Relays can be enabled or disabled. d. External current overload relays. e. Control power transformers. f. Auxiliary relays for control interface g. Single phase protection relay. —� h. Equipment shall have minimum interrupting ability to be 65,000 amps RMS symmetrical, voltage 480 volts, 3 ph, 60 Hz. i. Operator handle shall be able to be pad locked in the "OFF" position. 6. Transient Voltage Surge Suppression (TVSS) provide TVSS to fit standard 12 -inch compartment. Conform to UL 1449 (2' Edition) UL 1283 (EMIWI Filter) and CSA C22.2 (suppressor certified). Surge Current rating to be 120,000 amps per phase; Line -to- Netural 80,000 amp; line -to- ground 80,000 amps, Netural to ground 80,000 amps; line to line 80,000 amps. a. Maximum let- through voltage for a category C 1 surge (6KV, 3KA) ., refenced in IEEE 62.41 and 62.45 to be less then 800 volts line - netural, line to ground netural to ground and 1500 volts line to line. 1) Category C3 (20 KV, IOKA) less then 900 Volts 2) Categroy B3 (6KV, 5KA) less than 200 volts 3) Filter Attenuation at 100 KHz not less than 55 db. b. Include 200 KAIC internal fuses with disconnect switch. C. Include status indicator for each phase and trouble flashing alarm. d. Units' Maximum Continuous Operating Voltage (MCOV) shall be _ greater that 115% of nominal system voltage. 2.03 - 2.04 (NOT USED) PART 3 EXECUTION 3.01 - 3.02 (NOT USED) NONSTANDARD / 11/26/03 16480 - Page 4 of 5 MOTOR CONTROL CENTER, 600 VOLTS AND LESS PROJECT NO. 052131124.0001 3.03 INSTALLATION A. Setting: Level and mount with galvanized leveling and anchoring bolts on inverted galvanized channels grouted into concrete pad. B. Overload Relays: Select on basis of motor actual nameplate data. After operation tests, including taking of actual running amperes, verify correct overload relay selections, and place typed label showing selection inside door of each starter. 3.04 REPAIR/RESTORATION Restore all damaged surfaces to factory finish. 3.05 FIELD QUALITY CONTROL A. Testing and Placing in Service: Coordinate testing and final placement in service with other phases of construction for start-up. 3.06 ADJUSTING Adjust motor circuit protectors at lowest possible setting to permit motor starting that avoids nuisance tripping and provides motor short- circuit and ground fault protection per NEC (NFPA -70). 3.07 - 3.11 (NOT USED) END OF SECTION NONSTANDARD / 11/26/03 16480 - Page 5 of 5 MOTOR CONTROL CENTER 600 VOLTS AND LESS PROJECT NO. 052131124.0001 APPENDIX A GEOTECHNICAL REPORT GEOTECHNICAL INVESTIGATION WASTEWATER LIFT STATION DEFOREST ROAD AND MACARTHUR BOULEVARD COPPELL, TEXAS TMI REPORT NO. DE01 -087 Prepared for TURNER COLLIE & BRADEN DALLAS,TEXAS Prepared by: TERRA -MAR, INC. Austin/DALLAS /FORT WORTWHOUSTON/LONGVIEW SEPTEMBER 6, 2001 DE01 -087 TERRA -MAR TERRA -MAR September 6, 2001 C onsulting Engi • Geotechnical - Environmental • Construction Materials Testing DALLAS • FORT WORTH • HOUSTON • AUSTIN • LONGVIEW Mr. Ted B. Sugg, P.E. Turner Collie & Braden 17300 Dallas Parkway, Suite 1010 Dallas, Texas 75248 Phn: (972) 735 -3056 Fax: (972) 735 -3001 Re: Geotechnical Investigation Wastewater Lift Station DeForest Road and MacArthur Boulevard Coppell, Texas TMI Report No. DE01 -087 Dear Mr. Sugg: The attached report presents the results of the geotechnical investigation performed for the above referenced project. This study was performed in accordance with our Proposal No. P01- 1525DE dated February 14, 2001. This report describes the results of the field and laboratory investigations together with geotechnical recommendations for design and construction of the lift station. _ We thank you for the opportunity to provide you with our professional services. If we can be of further assistance, please do not hesitate to contact us. Sincerely, TERRA -MAR, INC. X J 1 � Nafsfr H. Syed, P.E. Project Manager Copies Submitted: (3) J (C' - outhw6tfi, P.E. Project Manager 11050 Ables Lane, Dallas, Texas 75229 Phone: 972 -488 -8800 Fax: 972488 -8080 TABLE OF CONTENTS FIGURES FIGURE PLANOF BORING ----- - - --- -- -------------------------------------------------- ------ ----------------- --- ----1 LOGSOF BORING ------------ - -- ---------------------------------------------- --------- ----- ------ ----- -- -2 -3 LEGEND - KEY TO LOG TERMS & SYMBOLS --------------------------------------------------- - - - - -4 RESULTS OF SIEVE ANALYSIS-------------------------------------------- ----------- --- ----- ------ - - - - -- 5 LATERAL EARTH PRESSURES, MULTIPLE TIEBACK/ CROSS BRACING LEVELS---------------------------------------------- - - - - -- 6 DE01 -087 TERRA -MAR PAGE 1.0 INTRODUCTION ............................................................................. ..............................1 1.1 PROJECT DESCRIPTION ...................................................... ..............................1 1.2 PURPOSE AND SCOPE ........................................................ ..............................1 2.0 FIELD INVESTIGATION .................................................................. ..............................1 2.1 SOIL BORING ........................................................................ ..............................1 2.2 GROUNDWATER MONITORING WELL ................................ ..............................2 3.0 LABORATORY TESTING ................................................................ ..............................2 4.0 SUBSURFACE CONDITIONS ......................................................... ..............................2 4.1 SOIL CONDITIONS ................................................................ ..............................2 4.2 GROUNDWATER CONDITIONS ............................................ ..............................3 5.0 LIFT STATION FOUNDATION RECOMMENDATIONS ................... ..............................3 5.1 MAT FOUNDATION ................................................................ ..............................3 5.2 LATERAL EARTH PRESSURES ............................................ ..............................4 5 .3 WALL BACKFILL .................................................................... ..............................4 5.4 WALL BACKFILL SETTLEMENT ............................................ ..............................5 5.5 LIFT STATION EXCAVATIONS .............................................. ..............................5 5 .5.1 OPEN CUT .................................................................... ..............................5 5.5.2 TEMPORARY RETENTION SYSTEM ........................... ..............................6 5.6 EXCAVATION DEWATERING ................................................ ..............................6 6 .0 LIMITATIONS .................................................................................. ..............................7 FIGURES FIGURE PLANOF BORING ----- - - --- -- -------------------------------------------------- ------ ----------------- --- ----1 LOGSOF BORING ------------ - -- ---------------------------------------------- --------- ----- ------ ----- -- -2 -3 LEGEND - KEY TO LOG TERMS & SYMBOLS --------------------------------------------------- - - - - -4 RESULTS OF SIEVE ANALYSIS-------------------------------------------- ----------- --- ----- ------ - - - - -- 5 LATERAL EARTH PRESSURES, MULTIPLE TIEBACK/ CROSS BRACING LEVELS---------------------------------------------- - - - - -- 6 DE01 -087 TERRA -MAR GEOTECHNICAL INVESTIGATION WASTEWATER LIFT STATION DEFOREST ROAD AND MACARTHUR BOULEVARD COPPELL, TEXAS 1.0 INTRODUCTION 1.1 PROJECT DESCRIPTION The project consists of the construction of a new wastewater lift station near the intersection of DeForest Road and MacArthur Boulevard in Coppell, Texas. The lift station will have plan dimensions of about 15 feet by 25 feet. The base of the structure will bear approximately 45 feet below the existing site grade. 1.2 PURPOSE AND SCOPE The purpose of this investigation was to evaluate subsurface conditions at the project site and to provide geotechnical recommendations for design and construction of the lift station. Our scope of work included: 1. Explore the subsurface soil and groundwater conditions at the project site. 2. Evaluate the pertinent engineering properties of the subsurface soil formations. 3. Provide recommendations for allowable bearing pressures and lateral earth pressures for design of the lift station. 4. Discuss the presence of groundwater and the impact of groundwater on construction. 2.0 FIELD INVESTIGATION -- 2.1 SOIL BORING One boring was drilled and sampled at the approximate location shown on the Plan of Boring, Figure 1. This boring was terminated at a depth of 55 feet. The log of the boring is presented on Figures 2 and 3. A key to the descriptive terms and symbols used on the logs is presented on Figure 4. Ground elevation at the boring location was not available at the time of this study. A truck - mounted drill rig was used to advance the boring and to obtain samples for laboratory evaluation. Soil formations were sampled continuously to a depth of 6 feet and at DE01 -087 Page 1 TERRA -MAR 5 -foot intervals thereafter. Samples of cohesive soils were obtained with thin - walled, seamless tube samplers. Granular soils were sampled with a split -spoon sampler in conjunction with the standard penetration test (SPT). The SPT results are recorded at the respective testing depths on the Log of Boring. The samples were extruded in the field, logged, sealed, and packaged to protect them from disturbance and to maintain their in -situ moisture content until tested. 2.2 GROUNDWATER MONITORING WELL A temporary monitoring well was installed at completion of the boring. The monitoring well consisted of a 2 -inch diameter slotted PVC pipe extending to a depth of 55 feet. The annular space around the well screen was backfllled with clean fine sand to about 5 feet from the surface. The upper 5 feet of the annular space was backfilled with bentonite pellets to prevent the intrusion of surface water into the well. Water levels within the well were measured on three occasions. The well was constructed in accordance with TNRCC requirements. This included a flush mount well cover and a concrete pad around the well. A well report was submitted to TNRCC. 3.0 LABORATORY TESTING Laboratory tests were performed on representative samples of the soil to help verify visual classifications. These tests included dry unit weight, moisture content, percent passing the No. 200 sieve, sieve analysis, and liquid and plastic limits tests. Unconfined compression tests and hand penetrometer tests were performed to provide indications of the soil's compressive strength. The results of the laboratory testing are presented on the attached Log of Boring. The results of sieve analysis are presented on Figure 5. 4.0 SUBSURFACE CONDITIONS 4.1 SOIL CONDITIONS Descriptions of the subsurface conditions encountered in the boring, including descriptions of the various strata and their depths and thickness, are presented on the Log of Boring. Boundaries between the various soil formations are approximate. DE01 -087 Page 2 TERRA -MAR Surficial soils at the boring location consisted of highly plastic clays to a depth of 33 feet. The surficial clays are underlain by silty and clayey sands. The overburden clays are stiff to hard in consistency exhibiting hand penetrometer readings ranging from 1.5 tsf to in excess of 4.5 tsf and compressive strengths ranging from 1.5 to 2.8 tsf. The silty clayey sands exhibited standard penetration blow counts of 26 and 52 for a 12 -inch penetration. 4.2 GROUNDWATER CONDITIONS Long -term ground water level measurements were obtained 6, 11, and 34 days following installation of the piezometer. The groundwater level was measured at 14.3 feet on August 9, 14.1 feet on August 14, and 13.2 on September 6, 2001. It should be realized that subsurface water conditions are subject to change with variations in climatic conditions such as rainfall. 5.0 LIFT STATION FOUNDATION RECOMMENDATIONS 5.1 MAT FOUNDATION The lift station will be founded at a depth of 45 feet below existing grade in the silty clayey sand formation. Groundwater was encountered at a depth of 14 feet based on the long -term water level measurements. The lift station foundation will therefore be subjected to hydrostatic uplift pressure. It is recommended the lift station be supported by a mat foundation with the foundation mat extending outside the walls of the structure. The hydrostatic uplift force may be resisted by the dead weight of the structure and the weight of the soil directly above the mat extension beyond the walls of the structure. A total soil unit weight of 118 pcf and a buoyant soil unit weight of 55 pcf are recommended to size the mat extension. For design purposes, it can be assumed that the groundwater table will rise to within 5 feet of the existing ground surface. The mat foundation should be designed for an allowable net bearing pressure of 3,500 psf founded at a depth of 45 feet. This bearing value includes a factor of safety of at least three. A modulus of subgrade reaction of 250 pci is recommended for design of the mat for compression loads. DE01 -087 Page 3 TERRA -MAR 5.2 LATERAL EARTH PRESSURES The lift station will be constructed with the walls and floor slab tied together as a rectangular box. The walls will be restrained and are not expected to deflect when subject to lateral loading. The walls should therefore be designed for an at -rest earth pressure condition. Recommended lateral equivalent fluid pressures for undrained conditions that include hydrostatic and earth pressures are presented in Table 1. The design lateral pressures for the lift station should also be increased to account for any surcharge loads that may occur behind the walls during construction or during the service life. We recommend a minimum uniform pressure of 250 psf for surcharge loads due to traffic. The lateral earth pressure induced by the surcharge loads can be calculated by multiplying the magnitude of the surcharge load by an at -rest earth pressure coefficient of 0.65 for loads over clay backfill and of 0.5 for loads over granular backfill. TABLE 1 — LATERAL EARTH PRESSURES BACKFILL TYPE AT -REST EQUIVALENT FLUID PRESSURE On -Site Clay 102 pcf Select Fill — clayey sand to sandy clay with 96 pcf PI less than 15 percent Free Draining Granular Soils — sands, gravels, crushed stone, crushed concrete 90 pcf and mixtures 5.3 WALL BACKFILL Three types of backfill material are recommended. These backfill types include: 1. Clay Backfill - The clay backfill should be free of organic matter. Clay soils excavated for the lift station can be used. 2. Select Backfill - Select fill used as backfill should consist of very sandy clay, silty sand, or clayey sand with a liquid limit less than 30 and a plasticity index less than 15. DE01 -087 Page 4 TERRA -MAR 3. Granular Backfill - Granular, free draining materials should include sand, crushed stone, sand - gravel mixture, crushed concrete, or a sand - crushed stone mixture. The material should have less than 5 percent passing the No. 200 sieve and less than 30 percent passing the No. 40 sieve. The minus 40 sieve material should be non plastic. The granular backfill should be placed in a wedge extending from the base of the lift station upward to the existing grade at a 1.5 vertical to 1 horizontal or flatter slope. Wall backfill materials should be placed in maximum 8 inch lifts and uniformly compacted to at least 95 percent of the standard Proctor density (ASTM D 698) for cohesive soils or to a relative density of at least 65 percent for granular soils (ASTM 4253 and 4254). Granular backfill should be placed at moisture content which will allow the desired relative density to be achieved. On -site clay soils should be compacted at a moisture content ranging from optimum to 4 percentage points above the optimum moisture content. Light compaction equipment should be used within 4 feet of the walls. Over compaction should not be allowed or the walls should be designed for higher compactive lateral loads. Backfilling along the sides of the lift station should be performed simultaneously allowing a maximum 2 feet differential to prevent unbalanced lateral pressures during construction. 5.4 WALL BACKFILL SETTLEMENT It is anticipated that backfill that is properly compacted using hand - operated equipment will settle between 0.5 and 1 percent of the fill thickness. For example, 45 feet of fill would be expected to settle on the order of 2.5 to 5.5 inches. This settlement could result in increased loads on pipes entering the structure. The settlement could also result in uneven pavement that is not connected to the walls. Areas that will not be covered with concrete should therefore be over built and sloped down away from the wall to allow for backfill settlement. _ 5.5 LIFT STATION EXCAVATIONS 5.5.1 OPEN CUT The excavations for the lift station should be performed in accordance with OSHA Safety and Health Standards (29 CFR 1926/1919), Subpart P. The base of the lift station will be about 45 feet below the ground surface. It will therefore be necessary to either slope the excavation sidewalls or provide temporary bracing systems to control excavation wall instability. DE01 -087 Page 5 TERRA -MAR It is recommended the excavation side slopes be laid at 2H:1V or flatter slopes. The excavation should be dewatered to at least 2 feet below the toe of the side slope prior to excavating below a depth of 10 feet. Open -cut slope excavations should take into account any existing structures or utilities in order to avoid undermining these features. The following guidelines are presented to aid in the development of the excavation plans: 1. Surface areas behind the crest of the excavations should be graded so that surface water does not pond within 15 feet of the crest, nor drain into the excavation. 2. For sloped excavations, surcharge loads, such as those resulting from excavation spoil or equipment should be placed no closer than 2 feet from the crest of the slope in accordance with OSHA regulations. In addition, vehicle traffic should be maintained at least 5 feet from the edge of the slope crest. 3. The crest of slopes should be continually monitored for evidence of movement or potential problems. Freestanding slopes will become less stable when influenced by groundwater or saturation by rain. 5.5.2 TEMPORARY RETENTION SYSTEM Where site limitations require excavations to have vertical sidewalls, a temporary retention system will be necessary to support the excavation. Where there is sufficient space, the side slopes could be laid back. The temporary retention system will require dewatering of the clayey sand and sand deposits before the excavation depth exceeds about 10 feet. The temporary retention system may consist of a prefabricated shield with multiple levels of cross bracing, or soldier shafts and timber lagging with multiple levels of tieback anchors to limit the wall deflections. Recommended lateral earth pressure diagram for design of the temporary retention system is shown in Figure 6 for two or more levels of cross braces or tieback anchors. These earth pressures are based on a dry excavation bottom. The earth pressures do not include a load factor. Surcharge loads and traffic live loads, if present, must be included in bracing design. 5.6 EXCAVATION DEWATERING Groundwater was encountered in the boring at depths ranging from 13 to 14.5 feet. However, the level of groundwater table can rise during periods of heavy precipitation. Zones of shallow perched groundwater could also be encountered. For excavations into sand deposits, this perched water could result in an unstable subgrade condition, running sands, and an unstable excavation base. Appropriate measures should be taken to dewater DE01 -087 Page 6 TERRA -MAR the excavation prior to excavating below a depth of 10 feet. The excavation area should be dewatered to a depth of at least 2 feet below the excavation bottom prior to excavation operations. Experience indicates that groundwater can not be completely eliminated from entering the excavated area. A low flow of groundwater can not be picked up by well or well points. Collection trenches around the perimeter of excavation and sumps will be required to maintain a dry excavation bottom. Wells and sumps should be properly filtered to reduce the potential for the removal of soil fines suspended in the water. Removal of soil fines can cause ground loss and settlement of nearby structures and/ or underground utilities. The contractor should verify the presence and depth to groundwater prior to construction in order to determine dewatering requirements. The design of the actual dewatering system required is the contractor's responsibility. 6.0 LIMITATIONS The professional services, which have been performed, the findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted geotechnical engineering principles and practices. The possibility always exists that the subsurface conditions at the site may vary from what is shown at the boring location. If there are any unusual conditions differing significantly from those described herein, Terra -Mar, Inc. should be notified to review the effects on the performance of the recommended foundation system. The recommendations given in this report were prepared exclusively for the use of City of Coppell, Turner Collie & Braden, Inc., and their consultants. The information supplied herein is applicable only for the design of the previously described development to be constructed at the location indicated at this site and should not be used for any other structure, location, or for any other purpose. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one year after completion of this report. All contractors referring to this geotechnical report should draw their own conclusions regarding excavations, trafficability etc. for bidding purposes. Terra -Mar, Inc. is not DE01 -087 Page 7 TERRA -MAR responsible for conclusions, opinions or recommendations made by others based on these data. This report is intended to guide preparation of project specifications and should not be used as a substitute for the project specifications. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about characteristics of the project, our office should be contacted immediately since this may materially alter the recommendations. We will retain the samples acquired for this project for a period of 30 days subsequent to the submittal date printed on the report. After this period, the samples will be discarded unless otherwise notified by the owner in writing. DE01 -087 Page 8 TERRA -MAR FIGURES DE01 -087 TERRA -MAR Z 3 w r ?AC pR THUR 9L'JD a bF � U 0 I � — — > Z> NIVri 37801 301033, sole -.9'. ;\, \ \\' — - - -- __ u a - tl0!cJ7831N1 „0£ i .x X T L I I w O U O J m C O m d F X O 6 G Q C� ZI W (7 W J 3 o � LOG OF BORING B -1 Project: Wastewater Lift Station, DeForest Rd. @ McArthur Blvd. - Coppell, TexasProject No.: DE01 -087 Date: 08103/2001 Elev.: Location: See Figure 1 Depth to water at completion of boring: N/A - Monitoring Well installed at completion Depth to water when checked: Seepage While Drilling was: 23' Depth to caving when checked: WA was: WA ELEVATION/ SOIL SYMBOLS OEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL PI -700 00 P.PEN UNCON SI.,n Iraq & FIELD TEST DATA % 'A ° A pd V1 is/ ._ 0 --------------- - - - - -- ... .. .. .. ... .... ..... ...... ..... Very stiff to hard dark gray CLAY w/ trace sand (CH) 4.5. 4.S 5 74 94.4 19 75 kb 4.5. a lwO 175 79 9.9 10 Stiff to very stiff grayish brown CLAY w/ trace sand (CH) 15 76 I 100.1 25 1.9 11.2 II - seepage @ 23' a 7mmmmlmQ Brown & gray silty clayev SAND (SC -ML) M I a 1 Is 1 12 1 so 108.7 1 as as u.o Notes: Completion Dept: 55.0' TERRA -MAR. INC FIGURE 2 _I i �I �I LOG OF BORING B -1 Project: Wastewater Lift Station, DeForest Rd. @ McArthur Blvd. - Coppell, TexasProject No.: DE01 -087 ELEVATIOW SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL PI -200 DD P.PEN UNCON Strain feet & MELD TEST DATA % % % % pc} W Isf % Brown & gray silly clayey SAND (SC -ML) 19 98 0.5 40 22 24 16 6 51 0.5 45 laem• WSW 1v6.00' 21 52 0.s 50 __ _________ ______ ____ Brown silty SAND w/ some clay & clayey sand seams (SM) 22 18 6 ... .... ..... ...... ..... 1v6D0• MAN 2&6.0• 55 60 fi5 0 5 _I Notes: Completion Dept: 55.0' TERRA-MAR, INC. FIGURE 3 KEY TO LOG TERMS & SYMBOLS Symbol Description strata symbols CLAY SAND, clayey silty si silty Misc. Symbols Z Water table when checked Boring continues Soil samplers Thin Wall Shelby Tube ® Standard Penetration Test Notes: 1. Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 2. Water level observations are noted on boring logs. 3. Results of tests conducted on samples recovered are reported on the boring logs. Abbreviations used are: DD = natural dry density (pcf) LL = liquid limit (�) MC = natural moisture content (A;) PL = plastic limit M Uncon.= unconfined compression (tsf) PI = plasticity index P.Pen.= hand penetrometer (tsf) -200 = percent passing #200 4. Rock Cores REC = (Recovery) sum of core sample recovered divided by length of run, expressed as percentage. RQD = (Rock Quality Designation) sum of core sample recovery 4" or greater in length divided by the run, expressed as percentage. FIGURE 4 TFRRA -MAR_ INC. 100 90 80 = 70 01 w 3 60 T a w` 50 c LL c 40 v v d a. 30 20 10 0 U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer 8 1000 100 10 1 0.1 0.01 0.001 Grain Size - mm Legend Boring No Depth % Gravel I % Sand % 4200 LL PI �— B -1 43 -45' 0.0 48.6 51.4 24 8 - c3_ - B -1 48 -50' 0.0 47.7 52.3 N/A N/A Legend Boring No Depth I Material Description USCS B -1 43 -45' Brown and gray silty clayey SAND SC -ML o-- B -1 48 -50' Brown and gray silty clayey SAND SC -ML — TERRA -MAR, INC. W Ground Surface —�-{ If- 0.25q Temporary Retention Wall H (FEET) Excavation Bottom D ;FEET? 1 —�-I 180D psf I-�— PASSIVE EARTH PRESSURE CLAY SANDS 0.2H 23' 0.8H 45H —�-I 0.33q ACTIVE EARTH PRESSURE SURCHARGE PRESSURE NOTES 1) Loading shown is based on excavation area dewatered to at least two feet (2') below excavation bottom. 2) Surcharge loads and traffic live loads, if present, must also be considered. TERRA -MAR Wastewater Lift Station LATERAL EARTH PRESSURE FIGU DeForest Rd. & McArthur Blvd, noso nbiee lane Coppell, Texas MULTIPLE TIEBACK / CROSS BRACING Dallas, Texas 75229 Drawn by Daie Revises Scaie Project Na. (972) 488 - 8809 AKH 04SEP01 -- N o S c a l e DE01 -087 APPENDIX B ACI COMMITTEE 344 (CIRCULAR WIRE AND STRAND WRAPPED PRESTRESSED CONCRETE STRUCTURES) CHAPTER 5 (ACCEPTANCE CRITERIA FOR WATERTIGHTNESS OF TANKS) American Concrete Institute - Committee 344 Circular Wire and Strand Wrapped Prestressed Concrete Structures CHAPTER 5 ACCEPTANCE CRITERIA FnR tyAT ttrrr-cr Q TANKS Page 40 5,1 - TEST RECONNIENDATIONS 5,1.1 - watertight nm Test When the tank is designed to contain liquid a test for watertightness should be performed by the Contractor and observed by the Engineer or another representative of the Owner. The test should measure the leakage with a full tank over a period of at least 24 hours by measuring the drop in water level and taking into consideration losses from evaporation. 5.1.2 - Alternative Testing Alternatively, the following test for watertightness may be used. The tank is maintained full for three days (72 hours) prior to beginning the test. The drop in liquid level should be measured over the next five (5) days to determine average daily leakage for comparison with the allowable leakage given in Section 5.2. 5.2 - LEAKAGE LnMT 5.2.1 - Maximum Limit Leakage in a 24 -hour period should not exceed 0.05 percent of the tank volume. 5.2..2 - Special Conditions In soils subject to piping action or swelling, or where leakage of the contents would have an adverse environmental impact, more stringent requirements than the limit of leakage in Section 5.21 may be appropriate. 523 - Inspection If leakage exceeds 0.025 percent of the tank volume the tank should be inspected for point sources of leakage. If point sources are found they should be repaired. 53 - VISUAL. CRITERIA 53.1 - Moisture on the wall Leakage that produces moisture on the wall that can be picked up by a hand or facial tissue is unacceptable. 5,32 - Visible Flog Leakage that results in visible flow from beneath the tank is unacceptable. 5.3.3 - Floor -wall Joint Leakage that includes visible flow through the wall -floor joint is unacceptable. Dampness on top of the footing should not be construed as flowing water. y�. i t4 A American Concrete Institute - Committee 344 page 41; Circular Wire and Strand Wrapped Prestressed Concrete Structures 5 -3.4 - Ground Water Floors, walls and wall -floor joints should not allow ground water to leak into the tank. 5.4 - R.EPAIRS AND RETFSTING 5.4.1 - Repairs Repairs should be made if the tank fails the watertightness test, including the visual recommendations, or is otherwise defective. 5.42 - Retesting After repair, the tank should be retested to confirm that it meets the watertightness criteria. I I APPENDIX C SCADA SYSTEM (I& C SALES) r CITY OF COPPELL DEFOREST & SANDY LAKE WASTE WATER LIFT STATIONS SCADA SYSTEM SUBMITTALS (COPY 2 OF 4) I & C SALES, INC. INSTRITYiENTATION & CONTROLS Rl REMOTE TERMINAL UNIT FIELD INSTRUMENTATION RFINFRASTRUCTURE REMOTE TERMINAL UNIT DATA SHEET Section 1.1 — RTU Manufacturer: Motorola Description: 6 -Slot Moscad Model / Part Number: F6974 Location: Deforest Additional Equipment: (1) DI Module P /N: V115 (1) DO Module P /N: V516 (1) Al Module P /N: V278 (1) 8 Amp Power Supply P /N: FPN5128 (1) Central Processing Unit P /N: F6936 (1) 5Ah Battery Back -Up Quantity: One (1) Section 1.2 — Mixed 110 Module Manufacturer: Motorola Description: Mixed 1/0 Module Model / Part Number: FRN 1490 Location: Sandy Lake Quantity: One (1) Engineer Comments: The ,VOSCAD Remote Terminal Unit (RTU) provides a data collection unit with the intelligence required to operate in sophisti- cated Supervisory Control And Data Acquisition ( SCADA) systems. Communications via two -way radio, digital microwave radio, and wirelines is .supported. Local Intelligence MOSCAD is a micro- processor based RTU with large memory capacity that can make control decisions on- site based on status conditions and values from local and remote sources. "- ♦Local intelligence permits control decisions without the need for real -time messages from other supervisory centers,: MOSCAD can operate in sophisticated control systems_ Programmable MOSCAD uses an advanced symbolic ladder -logic ap- plication language to develop the data base conditions, values, and RTU profile that must exist for each control action, message transmission, etc. to occur. Routines written in 'C' may be executed as part of the total application. ♦ Powerful applications may easily be defined using induetry accepted ladder logic and 'C' The task is made easier by using the SCADA Application Develop- ment software and a PC -style eomputer. Protocols MOSCAD uses the OSI -based MDLC communication protocol for all data signalling. Multiple 3rd -party protocols, including Modbus. DNP 3.0, PLC -5, X.25, and many more are also supported. ♦ AOLC was specifically developed for two -evay radio use but is completely applicable to wireline, microwave, and other media. It permits large volumes of data to be quickly transferred between terminals using packet data a ansmission techniques. ♦A library of 3rd-party protocol drivers is available. Some drivers, such av DNP 3.0, replace the MDLC protocol. Other drivers, such as Modbus, provide connectivity on -site or between sites while retaining the benefits of AIDLC. O MOTOROLA Communications MOSCAD permits communications to occur RTU- to- central and RTU -to -RTU (peer -to- peer). Communications may occur between individual units or may be broadcast to several units simultaneously. Store - &- forward may be employed to pass messages RTU -to -RTU throughout the system. *Direct communications where po,suble or repeated messaging over one or multiple communication media may be intermixed within the s1'stem_ Upload /Download MOSCAD, via the MDLC data transfer capability, uploads the data collected and calculated by the application program to a central site. It also receives downloaded changes in the application program and /or to the parameters that control how the application operates. ♦ The process being supervised need not be static; operational voriahlee and limits. and the process definition itself, can he easily changed and transmitted to the RTU from anywhere in the system. Site visits by maintenance personnel are not required RS232/RS485 Connectors on the CPU module pemut the connection of a terminal for application programming, or connection to other on -site devices to supervise their operation, and to the communication media device. An RS232 Multiplex accessory expands the connectivity of any single CPU port. ♦ thdNple connectors, multiple communication protocols, and variable data speeds allow practically a!l external data devices to be connected to the CPU module. NEMA Enclosure MOSCAD is provided in a painted steel NEMA4 rated enclosure that contains the power supply, battery, two -way radio, CPU module, and space for five expansion 1/0 modules. Optional enclosures are avail- able in stainless steel (NEMA -4X) or plastic; smaller enclosures in painted steel or plastic are available when no more than two expansion LO modules are needed. The enclosure may be deleted when desired. ♦ The correct enclosure for the enfironment is typically available. Rackmount MOSCAD may be ordered on panels that permit direct mounting onto standard 19" equipment racks. The module panel contains space for one CPU module and up to seven expansion 1/0 modules; additional module panels may be added to extend the UO module total to 63. Op- tionally, the module panel may be configured to support three, four, or eight CPU modules. The power supply and radio panel contains space for a second power supply and radio when required. Optionally, the module panel may be deleted and a three - module motherboard placed onto the power supply panel. ♦ The correct configuration for rack mounted installations is available. CPU Module The CPU module contains the microprocessor and associated RAM and flash memory to control the connected Ii0 modules, the radio, and the communication ports. Critical applications will benefit by the addition of a second, redundant CPU mdoule with auto- switchover should the primary CPU fail. +All corefmctions, including sy5hon, application, and communica- (ion software, are contained in this module. 1/0 Modules Digital and analog input, digital and analog output, and combination input/output modules are available for those on -site inputs and outputs. *The digital input module includes high -speed counter c'apahiliry. The relays on the digital output module provide either momentary or- latch operation. Dual Power Supply MOSCAD is available with dual power supplies: a battery capable of filly powering the RTU and an AC operated power supply that also recharges the battery. ♦ Dual power.sour insure continuing operation during AC power failures Diagnostics MOSCAD incorporates self- diagnostic software routines to help maintenance personnel identify and correct operational problems. The ladder -logic application itself can tog operational problems and transmit that data to a supervisory terminal using MDLC. *Self diagnostics and error reporting capabilities, plus local LEDs, Permit maintenance personnel to repair malfunctions in the shortest possible time. FEATURES /BENEFITS .q vl� �L ej K: � e �L ej MOSCAD Motorola SCADA Remote Terminal Unit R3 -11 -82 I Mixed L•O module Physical Standard: NEMA -4 painted steel enclosure 0 -6 rwdules) 19.7" s 19.7' x 83" Small (option): NEMA -4 painted steel enclosure (1 -3 modules): 14.97" x 1497" x 8_3" Rack Mount (option) 12.25" x 19" module panel (1 -8 modules) * 12.25' x 19" radio /power supply panel Power Supply: MOSCAD provides 1438 Vdc r) 8A from 120 Vac 50160 H2 (230 Vac optionab: 12 Vde (nominal) battery _ Emirnnmeuul: - 30to +60'Cy 95% RI I C .30'C Expansion. Rack Mount: eight additmnal module racks of 16 may be added for 63 total UO modules Wireline Modem. Dial -up (PS-F\). leased -line (poitrl-lo- point). or nn ltidrup. data speeds from 0.6 to 2.4 kbps See camlog sheet R3 -1! -93 Nfierowave. Direct RS232 connection to digital microwave; data speed of 19.2 kbps Modem eomteetion to analog microwave; data speed up to 2.4 kbps Two -Wa) Radio'. Conventional 136 -174 Mhz 6a 5 watt power output, 12.5 kl lz or 25 klL, channel bandwidths 136 -174 MhZ Id 20 watt power output (including splinter channels); 125 kHz or 25 kldz channel bandwidths 403 -470 Mhz (2? 4 was power output, 12.5 1<11z or 25 kllz chamtel bandwidths 403 -512 Mhz � 20 watt power output; 12.5 kHz or 25 kHz channel bandwidtls 800 Mhz range `It 15 watt power output 928 -960 Mliz MAS %d 5 watt power output Trurrked 136 -174 Mhz Inl 20 watt power output; 12.5 kit, or 25 kHz channel bandwidths 450 -470 Mhz 1a; 20 watt power output, 12.5 kHz or 25 kHz channel bandwidthx 800 MI¢ range �:d 15 wart power output 900 Mhz range 4i 12 out power output Emission Fl (DFM) and F3 (FSK and DPSK) available according to temta of syslem - s radio license Refer to the,VOSCAD Sysiene Planner forFCC Type Acceptance mfonnod" CPC module Dl1 16DI Digital Input module R -I1 -83 -- • 32de DI Digital Inpu modu — R3 -11 - ItiuDl Digital Inp ut module -- R3 -11 -84 60 Digita In put modul R3 - 11 -90 i 8A1 Analog Input module -- _ R3 - 11 -85 - 32DO Digital O m od ul e J R3 -11 -9I li 4.40 A nalog Outpu modu -- R - 1 -8 Modems R3 -11 -93 —_ -- —.a 16D0 Digital O utput module R3 -11 -87 '8DO Digital Oulpu (high current) modu le_ 113 -11 -1 l � oples nvorlable on the /nrernel al hrly' % /vww.molorola. cor a'MOSCAD Specifications subject to change without notice SPECIFICATIONS O MOTOROLA blomroLa US A Almorola Latin Amcnca Di,s,cn N1omm11 Asm 2acfie Ltd. Met—Aa LTC LW 1301 E. Algonquin Road 8000 W Sw o' Blvd. 39T' \atwen Tower Inys Close, V,dda, Industrial F o,m Schaumburg. Illtnms 60196 Ptantatioq FL 33322 Tames Square, Causeway Bay 13esingsleke, Hampshire Phone 1883- 567.7347 Phoac .9f4 7 Z3-8563 lion, Kong, PRCSAR RG22 4PD Phone Si2.2`)664366 Ph,, 44.1256- 481341 Yfotorola Canada Ltd 3900 Vown. Park .Avenue to Motorola and MOSCAD arc trademarks of Motero Lt ire. ■ All company and prndua names are North I ii k. Octane M2H 3H7 trademarks ar registered uademarks otthmr resFecttve companies. ■ C1999 by Inc. IN Phone 1 -800- 268 -5758 .Vio;orola Pinned in U e A. ■ Produced by Customer Communissuens Motorola is an E11a1 Emp :,avert Opponwi"Atlirmeuve Action Bmp:oveer an the AOd at hnpihvww mot.ctrveK) CAD R3- 11 -78G INSTRUMENTATION AND FIELD DEVICES DATA SHEET Section 2.1 — Level Transmitter Manufacturer: Description: Model / Part Number: Location: Quantity: Contegra Submersible Level Transmitter SLX 220 Deforest One (1) Section 2.2 — Flow Meter (Transit Time) Manufacturer: Eastech Badger Description: Ultrasonic Transit -Time Flow Meter Model / Part Number: Vantage 4000 Location: Deforest /Sandy Lake Quantity: Two (2) Section 2.3 — Flow Meter Manufacturer: Description: Model / Part Number: Location: Quantity: Channel) Siemens Milltronics Open Channel Flow Meter OCM III Deforest One (1) Section 2.4 — Float Switch Manufacturer: Contegra Description: Drywell Float Switch Model / Part Number: FS 202 Location: Sandy Lake Quantity: One (1) Section 2.5 — Intrusion Switch Manufacturer: Description: Model / Part Number Location: Quantity: Magnetic Door Switch 61 Series Deforest /Sandy Lake Two (2) Engineer Comments: SUBMERSIBLE LEVEL TRANSDUCER FEATURES • Loop powered 4 -20 mADC output • Choice of ranges: 0 -2 feet to 0 -100+ feet • Rugged construction: Lightning and transient protection Chemical resistance • Field calibration circuit • Manual level simulation • Large 25' Teflon@ diaphragm • Sealed breather system The CONTEGRA Model SLX 220 submersible level transducer reliably measures the level of water, wastewater, or other liquids based upon the hydrostatic pressure of the liquid above the submerged sensor's diaphragm. The transducer provides a 4 -20 mADC output signal that is directly proportional to the sensedlevel. The Model SLX 220 provides superior service in demanding level sensing applications such as sewage wet wells, APPLICATIONS • Sewage Wet Wells • Sludge Sumps • Water Tanks and Reservoirs • Clearwells • Process Sumps treatment plant level monitoring, etc. Its PVC, TeFloO, PVDF, and VitonO wetted parts provide strong chemical resistance. The isolated, loop powered 4 -20 mADC transmitter is accurate and reliable. The Model SLX 220 provides convenient signal spanning and offsetting, in- circuit calibration and signal simulation. Iff MODEL SLX 220 The Model SLX 220 measures the head pressure imposed by the height of liquid above the diaphragm. A silicone oil fill transfers this pressure to the sensor that converts the pressure to an analog signal. The system is calibrated to a stable specific gravity (density), typically that of water. The Model SLX 220 does an outstanding job of sensing in dense wastewater sludge applications. The large 2.5" diameter diaphragm: t) resists solids bridging across the face of the transducer or the clogging often associated with other smaller diameter submersible transducers and 2) avoids the complexity, cost, and maintenance of bubbler systems. The 4 -20 mADC transmitter has on -board span and offset adjustments, manual level simulation (for easy range adjustment and process simulation), damping adjustment, and three levels of transient protection on the loop. Features and Benefits Wetted parts of PVC, Teflon ®, PVDF, and Viton®: Provide excellent protection from corrosive environments. PVC body: Electrical isolation from media provides improved immunity to electrical surges caused by lightning. Wide Teflon® sensing diaphragm: Maintenance free, non - clogging operation in most any media. Integral cable suspension: The transducer can be cable suspended without the need for mounting poles or suspension kits. Integral pipe fitting: Internal 3/4" NPT threading allows transducer to be pipe mounted. Shielded Teflon® cable: foil shield with drain wire provides electrical shielding. The 1/4" diameter Teflon x jacket makes the cable easy to pull and provides high chemical resistance. Sealed breather system: The sensor is protected from potentially corrosive environments by a sealed breather system. (Sensors with unsealed breather systems may fail after prolonged contact with corrosive gasses.) Approvals: UL Listed as pictured Hydrophobic vent: The enclosure's hydrophobic Teflon® vent protects the electronics and cabling while venting the gauge sensor to atmospheric pressure. Accessibility: The 4 -20 mA transmitter is external to the submersible sensing unit, allowing access to its extensive features. Field calibration and level simulation: The transmitter provides broad span and offset adjustments. The transmitter can be calibrated without disconnecting from the loop thus reducing field -work and eliminating'loss of signal'alarms. Simulation allows for easy field calibration of span and offset without a calibration stand. The simulation function can be used to exercise the 4 -20 mA loop for testing the monitoring and control system. Adjustable damping: Smoothes the reaction of the sensor to turbulence or wave action. Integral transient protection: Three levels of protection on the 4 -20 mA loop are standard, not an extra -cost option. Options: Intrinsically safe barriers, condensation protection heaters, level indicating meters (digital), special pressure sensors, etc. Consult the factory for additional information. Model SLX 220 Specifications — Pressure Ranges: 5,15, 30 PSI sensing elements. Consult the factory for other ranges. Model T420 Pressure Overload: Five times full scale Current Transmitter — ofsensor. Accuracy: 0.25% over the full scale pressure U 0 Sealed range including nonlinearity, hysteresis, QO —r 2 U o Breather '— and nonrepeatability. E L p E System N= N o O S Operating Temperatures vU w + U K — Transducer: 0° to +60 C( +32° to +140° F) (non- freezing) 2 3 4 5 6 m 0 c Transmitter: -40° to +70° C ( -40° to +176° F) Y m I � — Relative Humidity Loop I c Transducer: Submersible Powered — I— D m 3 Transmitter: 95% non- condensing 4 -20 mADC Output —1 — — J I Ground — Media Compatibility: Any media compatible _ per NEC with Teflon a, PVC, PVDF,and Viton @. — Damping: Selectable time constant of 0. 1, 2 or 5 seconds. Input /Output: Loop powered 4 -20 mA output, 12 -40 VDC Class 2 supply into 0 -1400 ohms. 1400 — 1050 — 700 — 350 — 1 1 1 1 1 1 1 1 1 1 1 12 18 24 30 36 42 Max Load = (SupplyVoltage -12) X 50 Span Adjustment: From 10-100 of range. Non interactive with offset adjustment. Offset Adjustment: Turn -down of 10:1. Electrical Connections: Cage clamp -type barrier terminals for AWG #12 -22 Transmitter Enclosure: Nema 4 FRP, lockable Self / Supporting Suspension Cable 4.5 ". Span 8" b, Diaphragm Teflon m, Viton®, and KevlarO are registered trademarks of DuPon t. The diaphragm uses PTFE the cable uses FEP. Specifications are subject to change without notice. CONTEGRA is a trademark owned by Contegra Inc. EL MODEL SLX 220 Engineering Specifications A submersible level transducer shall be provided to sense the liquid level of the at the location as shown on the plan drawings and in accordance with the manufacturer's recommendations. The transmitter shall be a 4 -20 mADC, 2 -wire, 12 to 40 VDC loop- powered type with its output signal directly proportional to the measured level excursion. The transducer shall be UL Listed. The transducer housing shall be fabricated of PVC with a 2.5" diameterTeflonm diaphragm. Silicone oil shall be used as a hydraulic fill. The sensor shall provide an output signal directly proportional to the sensed pressure. The sensor shall be mounted using its signal cable and have 3/4" NPT pipe threading for pipe mounting. The internal air pressure of the sensor assembly shall be relieved to atmospheric pressure through a sealed breather system. The transmitter shall contain easily accessible calibration and ranging adjustments. Offset shall be adjustable from 0-90% of the sensor range. Span shall be adjustable from 10 -100% of the sensor range.The transmitter shall contain integral level simulation for ranging adjustments and system test purposes.The transmitter shall provide adjustable signal damping. The transmitter shall provide three levels of transient protection on the 4 -20 mA loop: a gas tube arrestor for suppression of high voltages, transorbs, and varistors for fast clamping of lower voltage transients. The transmitter's output shall be measurable without discon- necting the loop power. The transducer shall be a CONTEGRA Model SLX 220. Ordering information (SEE EXAMPLE BELOW") Model Pressure Sensor (PSI) Feet of cable Calibrated Range (ft) Options SLX 220 XX XXX XX ENCLOSURE A = Nema4XFRP 5 (11.5 ft. max.) 20 ft. minimum Specific gravity of B = None (components) 15 (34.6 ft. max.) 10 ft. increments 1.0 (water) OTHER 30 (69.3 ft. max.) M = Meter (digital) P = Power (local loop power) C = Condensation protection heater /thermostat * Atypical model number is SLX 220- 15- 40 -20 -A This includes a submersible level transducer with a 4 -20 mADC output and additionally: •A 15 PSI sensor • 40 feet of cable • Calibrated over a 0 -20 foot span • Enclosed — Nema 4X Consult your CONTEGRA representative or the factory for additional options. Contegra Inc. 1286 Carriage Hills Drive Eagan, MN 55123 PHONE 651- 905 -0900 FAX: 651- 454 -4665 INTERNET: wwwContegra.com Represented by: 91999 Con tegra Inc All rights reserved. 10001 - 0001 -01 W ,F VANTAGE 4000 Eagire�er=ed forAoauracy 9 � - ascrsnrple /rista//at�or. �F TV 2 4.. m 1 Eastech Badger Introduces the New Vantage® 4000 Transit -Time Flowmeter I Internal Datalogger M A Palm® PDA is provided at no charge with each purchase order for the Vantage 4000 Series. P" zt ncx v-aK. 1 Factory Pre - programmed The engineers at Eastech Badger realized that for a new product to be successful, it must be simple to install and quickly made operational. In order to accomplish this goal, every Vantage 4000 is � dGRAMMINGVALIDpTIO14 shipped to the field I E�IZEf 161N. factory pre - programmed TytAfERIAL DUCTILE to the conditions set fv1EDIA:' ` WATER E E: 100 PSI forth by the customer. P,f2SSUR !Q/,DIRECTION. UNI -DI R Pre- programming specifications are electronically confirmed on the display of the transmitter. If changes to the meter's factory pre - programming is required, re- programming can simply be accomplished on the meter keypad or through the Auto - Programming feature. This fea- ture allows plant personnel to re- program the Vantage 4000 by simply downloading the revised flow data from a PC or laptop to the Palm® PDA supplied with the meter.The Palm will re- program the unit to the new specifications. Accuracy & Reliability The Vantage® 4000 employs the latest DSP microprocessor technology.An exclusive signal processing technique com- bines correlation and FFT detection methods in order to ensure the highest degree of accuracy and reliability passible. 4 5 Rangeability: 40 to 0.1 ft/sec Turndown: 400:1 Repeatability: 0.25% r Accuracy: ±1 %ofactualflow 1 One 4 -20 mA Output Two 4 -20 mA Outputs One SPDTRetay Three SPOT Relays RS232 Serial Port RS232 Serial Port (Modbus RTU Protocol) (Modbus RTU Protocol) RS485 Serial Port (Modbus RTU Protocol) Internal Datalogger M A Palm® PDA is provided at no charge with each purchase order for the Vantage 4000 Series. P" zt ncx v-aK. 1 Factory Pre - programmed The engineers at Eastech Badger realized that for a new product to be successful, it must be simple to install and quickly made operational. In order to accomplish this goal, every Vantage 4000 is � dGRAMMINGVALIDpTIO14 shipped to the field I E�IZEf 161N. factory pre - programmed TytAfERIAL DUCTILE to the conditions set fv1EDIA:' ` WATER E E: 100 PSI forth by the customer. P,f2SSUR !Q/,DIRECTION. UNI -DI R Pre- programming specifications are electronically confirmed on the display of the transmitter. If changes to the meter's factory pre - programming is required, re- programming can simply be accomplished on the meter keypad or through the Auto - Programming feature. This fea- ture allows plant personnel to re- program the Vantage 4000 by simply downloading the revised flow data from a PC or laptop to the Palm® PDA supplied with the meter.The Palm will re- program the unit to the new specifications. Accuracy & Reliability The Vantage® 4000 employs the latest DSP microprocessor technology.An exclusive signal processing technique com- bines correlation and FFT detection methods in order to ensure the highest degree of accuracy and reliability passible. 4 5 Rangeability: 40 to 0.1 ft/sec Turndown: 400:1 Repeatability: 0.25% r Accuracy: ±1 %ofactualflow 1 SpeedRailT Sensor Mounting Since the externally mounted sensor is the preferred design for transmitting signals through pipe or conduit, a new one -piece SpeedRail' sensor mounting system was developed. Mounting of both sensors is quickly and accurately accomplished in two simple steps. Lock the self - aligning mounting rail to the pipe or conduit and load in the sensors. Once the sensors are connected to the transmitter, the Vantage 4000 is ready to measure flow. Palm" Visual Installation Guide By utilizing the Palm® handheld, included with each order for the Vantage 4000, a vast amount of installation, start -up and operating information is simply and graphically made available to plant personnel. Plant operating personnel now have on -site access to graphically displayed sensor mounting and wiring instructions, validation of pre - programming specifications and a step -by -step trou- bleshooting guide that can be utilized prior to contacting factory technical support. If re- programming is required in the field, the Palm PDA will graphically display the revised sensor mounting instructions. Diagnostic information, also displayed on the screen of the transmitter, is capable of isolating fault parameters such as: loss of signal, 4 -20mA loop failure, logger memory full, communications error, sensor fault and open transmit- ter cable connection. In addition, during start -up, logger data may simply be down- loaded onto the Palm for further analysis. .a, r r k s t a; x va�ace•4000 Water & Wastewater Sewage Treatment Acids & Toxic Liquids Petroleum Products HVAC & Irrigation 400 :1 y: 0.25% ±1% of actual flow The electronic design of the Vantage 4000 utilizes the latest microprocessor technology and operates in conjunction with a DSP floating point coprocessor: An exclusive signal processing technique combines correlation and FFT detection methods to ensure the highest degree of accuracy and reliability. Flash memory is employed for logging of flow data. Up to 8 channels can be logged — including flow, velocity and totals for one or multiple sensors. The storage capacity for a single channel logging at 5 minute intervals is 113 days. In addition, graphs may be visually displayed in pre - programmed time intervals. Daily summary allows viewing of the previous eight days. This includes times, dates, averages, minimums maximums and totals. Plant operating personnel also have the ability to simply download log- ger data through the use of a standard Palm® or laptop. M odel 4400 Mode14600 Programming One 4 -20 mA Output > Two 4 -20 mA Outputs For fast and simple installation, each Vantage Series 4000 is One SPOT Relay Three SPOT Relays pre- programmed at the factory for customer specific flow RS232 Serial Port :RS232 Serial Port measurement applications. — (Modbus RTU Protocol) (Modbus RTU Protocol) If re- programming is required in the field, the Auto - Programming R5485 Serial Port feature allows for the corrected Flow data to simply be down - (Modbus RTU Protocol) loaded from a PC to the factory supplied Palm and then im ort- P _ ed to the meter. Additionally, aself- prompting backlit display, Internal Datalogger with a menu - driven guide available in English, Spanish and German, allows for 15 minute programming of standard applica- tions and 30 minute programming of in - depth data logging applications and auxiliary outputs. Programming of the meter is accomplished through the 16 button keypad. The LCD display is a backlit 128 x 64 graphic module. A simple to use drill -down menu structure allows for quick programming and set -up of the meter. Most common pipe sizes and schedules are stored in memory for ease in program- ming a specific application. Non - volatile memory ensures that programming constants are not lost during disruption of power. 4 Transmittie 3er was the first company to utilize a phase shift stem in the design of transit -time flowmeters. ie greatly improves time difference detectability, i, enhances accuracy and operating stability ntially reducing the effects of noise. icy& Reliability Data Logging The Vantage 4000 has a 256K Byte logger with storage intervals. The logger can be programmed for various time intervals. Up to 8 channels can be logged — including flow, velocity and totals for one or multiple sensors.The storage capacity for a single channel @ 5 minute intervals is 113 days. IEEE floating point storage is used. Daily Averages Flash memory is employed for logging of flow data. Data is retrieved by viewing the local display or downloaded via the serial port. Daily summaries allow viewing of the previous eight days. Included are times, dates, averages, minimums, maximums and totals. Logger Graph A graph may be visually displayed on the 4000. The graph will display the stored logger data in pre - programmed time intervals. Data Retrieval The Vantage 4000 is designed for reliable and accurate retrieval of data — either on -site or remotely.The unit is equipped, as standard, with an integrated data logger capable of storing large amounts of information for later analysis. Because of its multiple output capability, this information may simply be retrieved through the use of one of the following methods. Palm / Laptop The Eastech Badger data collection system allows plant oper- ating personnel the ability to simply download logger data through the use of a standard Palm PDA or laptop. This infor- mation can then be transferred to a PC. Free operating soft- ware may be downloaded from the Eastech Badger website. Modem A modem can be installed within the enclosure of the 4000 for phone line or wireless transfer of data to a central location. Since the Vantage has two totally independent communica- tions ports (RS -232 and RS -485), a single modem can provide data for multiple meters communicating serially through a field network such as Modbus. Multiple Outputs Two 4 -20 mA Isolated, 800 ohms maximum. Three SPDT Relays Available for alarm conditions. RS232 With Modbus protocol. Flow control is CTS /RTS or none. DB -9 connection. RS485 With Modbus protocol, isolated. The RS -232 & RS -485 can be set with different slave I.D.s. Vantage Palm PDA Laptop PC Data Transfer s Land Line or Wireless via Modem .._- Additional 4000's on RS -485 network 5 Vantage w/ Modem aVA T 0 400 The externally mounted sensor is the preferred design when acoustic signals are capable of being transmitted through pipe or conduit. Acoustic Sensors Eastech Badger offers a wide range of sen- sor options covering a multitude of appli- cations. Simple "walk through" installation instructions are graphically displayed,on the Palm® for localTeference in the field Externally Mounted Sensor Externally mounted sensors are the preferred design when acoustic signals are capable of being transmitted through pipe or conduit. The sensors are fully potted, incorporating an FM approved explosionproof design for use in Class I & ll, Division 1 hazardous areas or Division 2 nonincendive areas. Both sensors and mounting hardware are designed to resist corrosion, function when buried or submerged and operate over a wide temperature range of -30° to 150 °F ( -30° to 3007 optional). External sensors are suitable for placement on all metallic and plastic piping, with the exception of pit cast iron and layered fiberglass pipe. Application: 1 "and larger. Plastic, Metallic, Asbestos Cement and Ductile /Cast Pipe. Since externally mounted sensors are the preferred design for transmitting signals through pipe or conduit, a new one piece SpeedRail'" sensor mounting system was developed. Mounting of both sensors is quickly and accurately accomplished in two simple steps. Lock the self - aligning mounting rail to the pipe or conduit and load in the sensors. Once the sensors are connected to the transmitter, the Vantage 4000 is ready to measure flow. 0 Externally mounted non - wetted sensors (V -Shat) Externally mounted non -wetted sensors (Z -Shat) SpeedRail° Mounting Instream Sensor In open con du its over 12 Inches in width or'in large concrete pipeswhere the outside of the pipe is not accessible,theinstream sensor is recommended for accurate fluid . velocity measurement. The design of the sensor facilitates simple installation, Sensor configuration' allows flush mounting against the sidewall, For accuracy and ease of installation,a unique internal hoop design is available with premounted instream sensors. This mounting arrangement makes installation fast and precise. Sensors are constructed of PVC and are fully potted. .(SEE BULLETIN NO. EB401) - Application: Large diameter pipe and pipe or conduit not accessible from the outside. Windowed Sensor Fabricated spool pieces are available in a windowed sensor design with a wide choice of end connections and materials of construction. Spool pieces are supplied with both sensors mounted and calibrated to the electronics. Windowed sensors transmit and receive ultrasonic pulses through an acoustic window which is in contact with the flow stream. The design allows sensor removal without de- watering of the line. The sensors and windows are con- structed of Ultem® thermoplastic material and carry a temperature rating, of 150 °F and a pressure rating of 150 psi. (SEE BULLETIN NO. EB402) Application: 3" to 48" with stainless or carbon steel construction and ANSI, AWWA and plain end connections. Wetted Sensor "Hot Shot "sensors are utilized on piping or conduits that inhibit the transr sion of acoustic energy. A standard concrete saddle tap is employed for penetration of the pipe wall. "Hot Shot "sensors are available for 6 "and larger pipe.The sensor design allows for flush mounting within the condui thereby eliminating turbulence or the build -up of solids around the measL point. Sensors are provided with an integral valve in order to allow sensor removal without shutting the process down. Constructed of PVC and fully led, the sensors carry a pressure rating of 150 psi. (SEE BULLETIN N0, EB40 Application: Concrete, Asbestos, Cement, Fiberglass Wrapped, Wood Sta heavily corroded steel pipe and pipes with considerable calcium build -up. Multi- Path/Dual Pipe For applications that do not have a sufficient straight upstream run so as to ensure a well developed velocity profile (thereby affecting the accuracy of single path sensor configurations), up to three sets of sensors can be configured in a Multi -Path arrangement. The Vantage 4600 may be programmed for dual pipe operation. Two sets of sensors are individually mounted on separate piping runs. The 4600 measures the flow in each pipe, displaying the flow rate and totals. The totalizer can be configured to display individual totals, the sum total or the difference between the two flow rates. Two 4 -20 mA output signals are provided. (SEE BULLETIN N0. EB404 & E8405) Dual Pipe 7 Linearity «0.5% Repeatability 0.25% Accuracy ±1% of actual now Rangeability 40 to 0.1 ft. /sec. Turndown 400:1 Power Supply High immunity: Approvals CE, UL, CSA Input Range 85 to 265 VAC Input Freq. Range 47 to 440 Hz — SENSORS W Seniors: Pipe Diameter 1 " to 120" (above 120 "consult factory) Temperature Rating -30° to 150" F — Optional to 300 F (Strap -on only) Sensor Pressure Rating Max. Cable Distance Strap -on (1 "- 120') Not applicable 1000 ft. Insueam (12 "- 120 ") 150 PSI 1000 ft — Wetted (12 "- 120 ") 150 PSI 1000 ft Windowed (3 " -48') 250 PSI 250 ft. Materials of Construction (phone line) Sensors : Aced. Alum. /Ultem® /PVC Strap -on hardware Anod. Alum. (304 SS optional) Hot -shot Valve Body Brass Sensor Cable Tnax Beldon 9222 (50 ft. std.) Hazardous Area Installations All sensors (except windowed spool sensors) have been Factory Mutual approved for use in Class l & 11, Division 1, Groups A -G, hazardous areas, — except in acetic atmospheres. - TRANSMITTER IM 3 Year Warranty Seniors: Fitts Cable Qptions' Data Retrieval 1 Standard Nema, 4, 4X polycarbonate (9.25" x 8.87 "x 5.38'1 Optional Nonincendive Classl &II,Grps.A- D,Div.2 Explosionproof, Aluminum Accessories Class 1,Grps. C & D, Class II, Grps. E, F, G. Div.1 &2 Heater and thermostat, Door Lock/Modem Standard A* to 158 °F RD to 70 °C) With Heater 40" to 158 - F(40 to 70 °C) s A (phone line) • One SPOT Relay • RS -232 serial part 4 -20 mA Analog isolated into 800 ohms Max, monitored (No Charge) to detect open circuits. RH and gas discharge surge protection and two fuses. Relay Alarms SPOT relays(pluggable) 0.25A @ 120 VAC or 0.50A @24 VDC RS-232 Serial Port 1200 -38400 Baud, Modbus RTU protocol RS -485 Serial Port Optically isolated, Modbus RID protocol DC Power Out 12 VDC. 100mA maximum e B Backlit LCD 128 x 64 Graphic Module . 4600 Nema 4, 4x; General Purpose • Two 4-20mA outputs Wattage 12 Voltage 80/240 VAC, 50/60 Hz / 12 -28VDC @ 250 mA 111 r. t 7 17 psq "Hot Please specify exact cable length. Splice Kit Non - volatile Flash memory, storage of up to 32768 records. ORDERING GUIDE (Please specify pipe size, pipe material, flow media and flow direction) Endo #ure -' Seniors: Fitts Cable Qptions' Data Retrieval 1 4400 External Strap -On Nema 4,4x; General Purpose (1 "- 42 "Dia. Pipe) Note: Each sensor is Factory Calibrated Modem • One 4 -20mA output AS1 equipped with 50 feet A (phone line) • One SPOT Relay • RS -232 serial part External Strap -On of cable as standard. (No Charge) M (48'- 120 "Dia. Pipe) 4400N AS2 Heater & Thermostat Same as 4400 except FM rated Nonincendive:CL II, Grp. A D, Div External $[ On Strap-On P" 1000 ft. B (High Temp.: 300'F) AS3 Keytock 4600 Nema 4, 4x; General Purpose • Two 4-20mA outputs Instream (12 "- 120 " Dia. Pi Pipe) Above 100 ft. C -Three SPOT Relays RS232 serial port psq "Hot Please specify exact cable length. Splice Kit • RS -485 serial port Wetted Shot" (12 "- 120 "Oia. Pipe) (t. D 460ON ASS Same as 4500 except FM rated: indo Windowed Extra Relays (Model 4400) Nonincendive: C:.I & II, Grp, A -D, Div 2 (3 "- Pipe) . For Div.1 Ezplosionproof areas AS6 2 Relays E contact factory. Dual Pipe /Multi -Path 3 Relays F y contact factory. 'With each purchase order for Vantage 4000's, a Palm PDA is included at no charge. 4250 S. 76th E. Avenue - Tulsa, OK • 74145 • 918- 664 -1212 • 800- 226 -3569 • Fax: 918.664 -8494 email: eastechbadger.com www.eastechbadger.com asech Badger FLOW TECHNOLOGY GROUP f PERFORMANCE (foreward and reverse flow) I ne UUM m Is designed to measure flow from simple open channel flow to complete system studies. In addition to monitoring flowrate in sewage works the OCM III can monitor industrial discharge, rainfall /storm water studies, inflow /infiltration studies, and sewer system evaluations. The programmable head versus flow curve (up to 16 points ) accurately defines flow rate on unique or non - standard weirs and flumes. The OCM III has data logging and is adjustable from once per minute to once a day. It records the average flow rate for that time period. Daily, it records min /max of temperature and flow rates, and the time they occurred, as well as the dailytotal. Advanced functions include variable rate logging. It can be pre - programmed to log at a higher rate when needed. Under steady conditions, the OCM III automatically logs less frequently to conserve data log space. The OCM III has two way communication via RS -232 with a modem or a bi -polar current loop with a current to voltage communication converter. Data logs can be downloaded to a file that can be manipulated into a spreadsheet or ASCII format, msec typlca repetition rate. Technical Specifications Power Outputs • ac: 100/1151200/230 Vac ±15 %, 50/60 Hz, 20 VA max Transducer Drive and /or • 44 kHz, 400 V peak pulses of 0.1 msec typical duration at a • dc:9to 30 Vdc,8W max 100 ' I Environmental • location: indoor /outdoor • altitude: 2000 m max. • ambient temperature: -20 to 50 °C ( -5 to 122 °F) • relative humidity: suitable for outdoor (Type 4X / NEMA 4X / IP65 enclosure) • installation category: II • pollution degree:4 Range • 0.3 to 1.2 m(1 to 4 ft) • 0.6 to 3 m(2 to 10 ft) Accuracy • t1 mm /m, calculated error less than 0.02% Resolution • 0.2 mm (0.007') Memory • 3V battery (NEDA 5003LC or equivalent). operating life 1 year, 'SuperCap' capacitor for back -up during battery replacement Programming • via removable programmer and communication link Display • LCO 5 x 7 dot matrix display with 2lines of 40 characters each Enclosure • Type 4X /NEMA 4X /IP65 • polycarbonate Communication • RS -232 or ±20 mA bipolar current loop, 300, 600, 1200, 2400, 4800, 9600, 19200 baud • catalogs • variable rate on 1, 5, 15, 30 or 60 min or 24 hr • 31 days minimum /2 years maximum Product Features • Simple programming • BS 3680 calculations provide exceptional accuracy in measuring flow • 1 to 24 months data log, subject to logging rate • Extensive serial communication, including RS -232 • High accuracy on unique or non - standard weirs and flumes • an and do operation. Automatically switches to battery operation for uninterrupted power. • Flow Reporter software available for remote monitoring, configuration, and data retrieval Relays • 3 alarm /control relays, 1 form 'C' SPDT contact per relay, rated 5 A at 250 Vac non - inductive or 30 Vdc mA • 0/4 to 20 mA, isolated, 1 K62 max. lead • resolution: 5 uA • isolation: 300 Vac continuous • do output: +24 Vdc, 20 mA average to 200 mA at 1/10 duty cycle max. Transducer • XRS -5 Cable • transducer: cc -axial to be RG62 -A/U low capacitance • mA output signal to be 2 -3 copper conductors, twisted, with foil shield, drain wire, 300 V 0.5 to 0.75 mm (22 to 18 AWG) • relay /power to be copper conductors per local requirements to meet 250V 5A contact rating Weight • 2.3 kg 15.1 lbs) Options Temperature Sensor • TS -2 Remote Monitoring • Flow Reporter, a Windows based configuration software and data extractor Approvals • CE + ", FM, CSA N9TUC "EMC poeourenee available upon request. Specifications are subject to change without notice. Dimensions (8.2 '1 I6.8 "I programmer 285 mm lid 1 Suitable location for conduit entrances. mounting holes Mithronics recommends using a punch (accessed under enclosure for making holes in enclosure. lid) 4.3mm (0.11 ") dia. /4 places customer mounting screw Wiring 1 2 3 d 5 6 7 8 9 10' 11 12 19 14 15 16 17 18 19 20 21 22 23 24 25 28 2 ] 28 29 30 31 32I 33 34T35 35 36 _" Transducer Current Bipolar 1/0 RS 2321/0 Temp ovuomv ". PpgVOurput Input a1 Pw ace Posit Swl for 0/P Sensor max load average 20 mA Power Vic operation 20 Pulse 200 auk ISOr50 Hz 20 VA) 1110 duty Notes 11 Use R662 -AIU Coaxial for equivalent/ for extensions up to 183 in 1600 hl Run in grounded metal conduit, separate from other wiring. 2/ Each relay has I set of form 'C'(SPDT ) contacts relay rated at 5A 250 Vac, non- inductive, when equal or lower rated limiting fuses are installed Relayde- energized when in alarm conditions and energized forpump control 7ML1995TABOI www .siemens- militronics.com Printed in Canada DRY WELL FLOAT SWITCH CONTEGRA's FS 202 dry well float switch provides reliable service as a sentinel in the equipment chamber of a sewage pumping station to alarm on sensing a flood. The switch may also be used in process sumps or water reservoir for point -level measurement of clear liquids (which will not foul the sliding switch). The FS 202 switch has a hermetically sealed reed switch located inside the stem. FEATURES • PVC, PBT and Buna N construction for chemical resistance • Selectable, N.O. or N.C. by inverting float on unit stem • Reed switch for reliable extended service • Large float displacement for lower specific gravity liquids APPLICATIONS • Ideally suited for dry pit of sewage pumping stations • Point level measurement of clear liquids The switch is actuated by a magnet located in the float. As the float rises and falls, the magnetic field passing the switch (in the stem) causes the switch to actuate. The switch operates in either the "normally open" or "normally closed" mode. Selecting the mode is as easy as removing the retaining clip and reversing the float on the stem. Contegra Inc. 1286 Carriage Hills Drive, Eagan, MN 55123 651- 905 -0900 Specifications Contact ratings (60 VA): Volts Amps (resistive) 220 AC 0.4 110 AC 0.5 120 DC 0.2 24 DC 0.5 (Reference application note) Dimensions: Height: 26-1/8 inches Width: 3-7/8 inches Depth: 2 -7/8 inches Operating Temperature: 0 to +75 C ( +32 to + 167° F) Media compatibility Buna N, PBT, and PVC Switch Activation The switch may be changed from N.O. to N.C. operation by removing the retaining clip at the base of the switch, inverting the float, and replacing the clip. N.O. configuration: Closes with 3/8" rise, opens with 1/16" lowering. N.C. configuration: Opens with 1/4" rise, closes with 1/16" lowering._ Dimension Drawing 2 " in u, m N N M lV ° o N A 1/2' hub is standard. An optional 1/2" threaded hub is available, adding 1 -1/2" to the overall height. Represented by: Contegra Inc. 1286 Carriage Hills Drive Eagan, MN 55123 PHONE: 651 -905 -0900 FAX: 651- 454 -4665 INTERNET: www.Contegra.corn Engineering SDecifcations A dry well float switch shall be furnished to automatically detect a (high / low) liquid level in the . The switch shall be normally (open / closed) and (close / open) on a rising liquid level. The float switch and piping shall be submersible. The junction box shall be Nema 4X. All construction shall be of PVC, PBT and Buna N for corrosion resistance. The dry well switch shall be a CONTEGRA Model FS 202 and shall be installed in accordance with project plans and manufacturer's instructions. Armlicabon Note Reed switches are capable of long lives. The Model FS 202 is designed for reliable long- term operation in low potential, low current applications. To maintain the switch's longevity when switching an inductive load, it should be used with an interposing load relay. ©2000, 2003 Contegra Inc. All rights reserved. 10024000104 RF INFRUSTUCTURE DATA SHEET — Section 3.1 — Radio Section 3.4 — Heliax Connectors Manufacturer: Motorola _ Description: UHF Transceiver Model / Part Number: MCS 2000 Location: Deforest _ Quantity: One (1) Section3.2 — Antenna Section 3.4 — Heliax Connectors — Manufacturer: Samco Description: 10db Gain Yagi Model / Part Number: SAM460 — Location: Deforest/Sandy Lake Quantity: One (2) Section 3.3 — Heliax Manufacturer: Andrew Description: /2" Foam Dielectric Model / Part Number: LDF4 -50A Location: Deforest/Sandy Lake Quantity: Lot Section 3.6 — RF Surge Arrestor Manufacturer: Polyphaser Description: Broadband Coaxial Protector Model / Part Number: IS- B50LN -C2 Location: Deforest/Sandy Lake Quantity: Two (2) Section 3.4 — Heliax Connectors _ Manufacturer: Andrew Description: /z' with Solder Pin Model / Part Number: L4NM — Location: Deforest/Sandy Lake Quantity: Four 4 Section 3.5 — Heliax Ground Kit — Manufacturer: Andrew Description: /2' with Factory Attached Lug Model / Part Number: SGL4 _ Location: Deforest/Sandy Lake Quantity: Two (2) Section 3.6 — RF Surge Arrestor Manufacturer: Polyphaser Description: Broadband Coaxial Protector Model / Part Number: IS- B50LN -C2 Location: Deforest/Sandy Lake Quantity: Two (2) Engineer Comments: MCS 2000 ► VHFiUHF 8001900 MHz FLASHport" The MCS 2000 Model I is Motorola's state -of- -the art mobile radio solution, ereononroally designed to Meet your communication demaocs. The MCS 2000 mobile uses Motorola's FLASHport" technology. FLASHport gives you the ability to choose a radio that meets your needs today, then upgrade for increased Flexibility and control as your needs change. You can easily add the latest features to your exist.ng system or upgrade to new operating system packages as they become available. This helps prevent obsolescence by extending the useful life of your investment. rvwaun FEATURES /ADVANTAGES ► APCO 16 Compliant Thanking Offers standard SMARTNET features for advanced functionality. ► Companion Product to the MTS 2000'"" Portable Permits easy transfer of operational knowledge as users alternate between mobiles and portables. ► Standard 48 Modes With up to 150 mode options to meet your System needs. ► Data Capability Expands your communications capabilities. ► 8 Character Alphanumeric Display with Indicators For easy to read information that is illuminated for clearer visibility . ► 5 Programmable Buttons Allows you to program your radio to meet your business needs. ► Removable Control Head Buttons Allows you the Flexibility to locate your radio control head buttons based on your preferences. ► Dual Mode Operation Provides you with the flexibility of Conventional and Trunked features. ► Telephone Interconnect Preprogrammed List Allows you to program up to 10 telephone numbers in your mobile. ► Private Call and Call Alert Can be programmed for up to 10 radio IDs. ► Status /Message List Allows for 4 Status /8 Message programming to per- mit you to quickly send information to the dispatcher. ► Remote or Dash Mounting Permits optimal use of limited vehicle space. ►NPSPAC Frequency Operation Allows you to operate on 821 -824 MHz frequencies. ► Four Programmable One -Touch Buttons (Optional) Allows you to select the trurking features you need with the touch of a button. ► SECURENET Digital Encryption Capability Allows confidential communications when added to your radio. (Not available in 900 MHz models) O MOTOROLA TRANSMITTER SECURITY Digital Coding Method: Multi regl4a non -.inem cuzoiner Synchrmizahm, BOO MR. 9 00 MH VH (1. 25419 U HF 0 0-25 w) UHF/ 1 10- 20 M Channel Sp a c ing: 25 OP, 12.5 MHE 12.5130 EHE 12 5 MH 25 /25 kN Frequenry Stability (PPM) of assigned center frequi - 10'to.60 degrees C ambient: 851866 MHz x2.5 8%821 MHr. x25 935 -941 MHr. e1.5 8%902 MHz: x 1.5 136 -174 MHz. t20 403 -450 MHE::20 4S0. 512 MHx'. x2.0 866�8690HZ. x1.5 921.824 MHr. x 1 5 ModWamn Lending: 851866 MHz 5.0 kHE 935941 1125 kH, 512 kH, 525KM B125KHz 86&821 MHz 5.0 kHz 099 -902 VIM 25 kHE 866 -869 MI4. 4 0 EHE 821.024 Mdt f 00 two Mode Sysaem Deviation lk4z) SECURENEk 12 K9: 800 MHr 4.0 k4z NIA 4A kbE 40 kHz 40 kilt 821 824 MHz 2 a kW A.V. Dls n.in, 3% 3k 3h, 3% 3% Audio Re .Ito -3d5 - 11p -3dB .lb -3CB .1 -300 .Ito -308 CanduclM Spvious Emil. -]O dBC -65 dBC -80 dB, -00 dbc -8006, R.6.tcd Stavi. Em.m': -13 CAm -13 dBm -13 dAm -13 qem -13 darn. Output Impe dance: 50 O^" 500bms SO OhmS 50 Onms 50 Odm5 Modulation: 90015W Red 12W 16KD136'. 16KOF1 D'. 1 l KOF10. 11 KOF2D, 16KCFIE 16KDF3E 16KCF3 16KOF 2D'. 158pF20' I1KOF3E 11KOF3E I11OF3E 11KCF3E '.4I Di JE. 2KOF IF 2(nOFIF 20KOF1E 20KEFIE 14KOr10 14KOF20 16KDF2D 16KOF2D 16KOF20 I6KOF 10 16KN1D I61 IN l5W 90"1 16KOF3E'. 16KOF10, 10KOF10. 11KOF20, 2OKOF1E. 14KOf1D. 11KOFIE 14KOF20. 14KOF3E 11 K6F 20. 13K8FID Audi. Sensitivity for 60 % max. d.V E IWO Hz: 0.MOV e3 dB 008OV z3dB 0mcv x3 CB 0080V x] dB 0MOV n3 CB FM Hum and Noise: -400 -40 d8 12.5MIz -39dB 125kHb -39dB 125KIIn -39dB 30 k4r -45 IS 25kHn -4546 25 kHe. -45 dB Maximum Freq, Separation: 18 MHE 6MHE 38 MHz 47 MI fit MHE Encryption Type. SECURITY Digital Coding Method: Multi regl4a non -.inem cuzoiner Synchrmizahm, SM ,,hvMR, v_wntel addles.... Code, Key 1.0allnOon Inmmally denvsdp,,,d, random imaalizing vocmr Cade Key Generation EHennal nand hca mempocessn curvzlled key varook ,loader Cade St.,.,: VebIII, ecotone memory Malog in Oigdal Ocm Continuously vsiaule Supe Dena MUdulatmn Voice Sample Rate, 12kBoUSec SPEAKER (Optional) 7.5W/13W r INFORMATION FCC 25W VHF Type Acceptarca Number 600 MNx RECEIVER whilla WE 11 -25W1 UN Va -2W Ux1F1110.20%n Channel Spxrng: 25 kHz 12.5 kPt 12.5/30 12.5/25 12.5/25 Sensilivily(pU): A2a99f75765 35N am MH2 Type AC[CpraMe Npmeer; AZ492FT5773 12 e0 Sinae: 30 30 30 30 30 20 e6 Quieting: e0 40 40 40 0 Adlannl LM1anrre1 SelMivity: -75 d8 -65 de 12.5 kHe; -fi5 dB 125kHn -6CdEl 125,H, -WdB 30kH2'. -90dB 25kfH -75d8 25 kHz -75dB InlermOeWVlan: -75 dB -65 dB -70 dB - 701 -80 ?B - 10 / -BO dB Sperious a Image RryxHkuh -75 d8 70 d8 -80 dB -80 d8 -8008 Rated AWkO: 4W lnlereal Speaker 4W 0lethe Speaker 4W M4ernat Speaker 4W INe'nal Speak, 4W 4 Speaker ] SWI T3W 6terrzl 7 sw /13W Eklernal 7 5W/7 3 Enemas 7 5WII3W EF,,nal 7.SW/13W Edemas Speaks Speaker Speaker Speaker Speaker cnne2lt4 aiaed Cmisai0ns: FCC Pan 90 FCC van 90 FCC Pan 90 FCC Pan 90 FCC Pan 90 Mae. free. Se real": 18 MHz 6MHa 38 MHt 47 MHz 62 MHt Frequency Stability (PPAU al aWgrreu cenlx frequenry -30 He .60 C ambient 851866 MH, x25 a1.5 x2.0 .20 x2.0 3% 869 MHt. x 1 5 InpO Impedance: 500tens SO ONms SO Otlms 50 Ohms 50 Ohms Autli00uli: C 4'N C@3 %disroNpn 4W @3 %d,steree, 4W @3 %di11. 4W @3 %drsl.,k, 4 -@11 d mn Qptional: 7.SW @3 %650NOn ZSW @3 %di5W,,, 7.5Wae 3 %d15t1111 7.5W 3% W 7.SW 9 3 %diemrbon Optional: 13N @5 %dislMlon 13W @5 %disla6dn 13W @5 %dr AcNon 13W @5 %di9Mim 13W @5 %,,,rt,an SPEAKER (Optional) 7.5W/13W r -•- _.�,,�.r aFxuuxauwrmramauat rerer mine It SW 810 dommenl RO- 1.193. Emrel,., are nex applleadre Far frequency tzHd 021 824 and 866.869 MHi, NOTE The MCS 2000 Model I Speobm0ons are Typical Peftmance SpecrTeaions INFORMATION FCC 25W VHF Type Acceptarca Number AZ49ZFT3791 25'N rJHF RI type Acceptance Number: AZ492fi4819 20W UMf R2 Type Acaplance Number. AZ492L820 r 15N BOC MHe Type Adcepraae Nemdeo A2a99f75765 35N am MH2 Type AC[CpraMe Npmeer; AZ492FT5773 I'W 900 MH¢ Type kuptame Number AZ492FT5766 30 w 900 MHt Type Arcryla.e Number AZ492757K -•- _.�,,�.r aFxuuxauwrmramauat rerer mine It SW 810 dommenl RO- 1.193. Emrel,., are nex applleadre Far frequency tzHd 021 824 and 866.869 MHi, NOTE The MCS 2000 Model I Speobm0ons are Typical Peftmance SpecrTeaions 44CS 2000 Model, SPECIFICATIONS •r•a MCI I I 606 -869 MHz 806 -869 MHz 896 -941 MHz 896 -941 MHz VHF: 116 -174 MHz UHFI: 403 -450 MHz UHFII: 450 -512 MHz i5W 35W 12W 30W 1 -25W 1 -25W 10 -20W Modell: MOT UGL6PW4_N M01WL6PW4_N MOIWGL4PW4 N M0IWJL4PW4_N M01 RHL9PW4 N M01 RHL9PW4 N M01SHL9PW4 N The VHF & UHF 25W mobiles meet only those durability specs shaded in gray. The 800 and 900 MHz mobiles meet all the durability US Military Spec 810C US Military Spec 81BD SPECIFICATI GENERAL Channel Capability: Standard: 48 Optional: 150 Weight: 1 -25W: 3.89 Ibs 10 -15W: 3.89 Ds 30 -35W: 4.04 !hs Dimensions: Transceiver VHF & UHF: 1.73" H x 6.61 - W x 6.31 D Transceiver 10 -15W 800 & 900: 1.73" H x 6.61 "W x 6.31 D Transceiver 30 -35W 800 & 900: 1.73" H x 6.51 W x 7.76 0 Control Head -Dash MC 1.751+ x 6.61 W x 1.81 "D Metering: All adjustments and alignments are performed electronically using an IBM Personal Computer, a Radio Interface Box (RIB) Solar Radiation and Field Maintenance Software. Standby @ 13.8 (open): 55A Transmit at Rated Power: 5061 Proc 1 800 MHz 15W: 6.5A 35W: 13.5A 900 MHz 12W: 6.5A 3DW: 14.5A VHF 1 -25W: 9.5A UNF 110 -25W: 95A UHF II 10 -20W: 9.5A Maximum Battery Drain Received 5101 Proc 1 0 4W Rated Audio @ 131V: 1.5A Operation: 12V DC Nega!ive Ground The VHF & UHF 25W mobiles meet only those durability specs shaded in gray. The 800 and 900 MHz mobiles meet all the durability US Military Spec 810C US Military Spec 81BD specs listed. US Military Spec 810E Low Pressure High Temperature Storage 500.1 Proc 1 501.1 Pra 1 500.2 Proc 1 501.2 Brad I Cat Al 500.3 Proc II 501.3 Proc I Cat Al High Temperature Operational 501.1 Pra II 501.2 Pror 11 Cat Al 501.3 Proc 11 Cat Al Low Temperature Storage 502.1 Brad 1 502.2 Pra I Cat C1 502.3 Prod I Cal Cl Low Temperature Operational 502.1 Prod II 502.2 Prod II Cat C1 5023 Proc 11 Cat C1 Temperature Shock 503.1 Pra 1 5032 Pra 1 503.3 Pra I Solar Radiation 505.1 Pros 1 505.2 Proc 1 505.3 Pra I Rain ebwing 5061 Proc 1 5062 Proc 1 506.3 Pra I Rain Steady 506 1 Prod II 5062 Proc 11 506.3 Fred II Humidity Cycling 507 1 Proc II 5072 Fred II 507.3 Proc II Sall Fag 509.1 Proc 1 509.2 Pra 1 509.3 Proc I Dust Blowing Dust 5101 Proc 1 510.2 Pra 510.3 PBrad Dust Blowing Sand 5 Proc 11 510.3 Proc II Vibration Minimum Integrity 514 2 Proc I 514.3 3 Brad I Cal 10 514.4 Pra I Cat 10 Vibration Loose Cargo Transport 514.2 Pre: %I 514.3 Road If Cat 3 514 4 Pox I Cat 3 Shock Functional 516.2 Pra 1 5163 Pra 1 5164 Fred I Shak Bench Handling 516.2 Proc V 5163 Proc it 5164 Pra VI Shock Crash Hazard 516.2 Proc 111 516.3 Proc V 5164 ProcV Vibrational Sinusoidal 514.2 Pra VIII - P- IIUQUoi io suu)eu w cnanye wimout notice. Support Services m Wherever Motorola sells, V �?• our product is backed by service. Our products are serviced throughout the world by a wide network of company or authorized intleoenoent distributor seance organizations. O MOTOROLA Motorola U.S.A. Motorola Canada Limited 1301 E. Algonquin Road 3900 Victoria Park Avenue Schaumburg, Illinois 60196 North York, Ontario M2H 3H7 In the U.S. call 1 "600- 247 -2346 In Canada calf. 1- 800268 5758 Outside the U.S. and Canada call: (84 7) 538 -6602 8. Motorola. MCS 2000, MTS 2000, SMARTNET. SmartZone and FLASHpon are trademarks of Motorola 0 911997 by Motorola Inc. ■ Printed in U. S ■ (9708) Merit ■ Produced by Ce5temer Commu,,ations. Motorola is an Equal Employment Opportunry /A firma five ACtiOn 6nployer R3 -1 -17291 Broadband, High Gain YAG I Antenna SAM -460 400 -512 MHz — ■ The SAM -460 is a small, rugged, and lightweight antenna. ■ Designed for use in a variety of situations, the SAM -460 is excellent for use in all SCADA and RPU applications. This antenna is hand tuned for optimum performance in the field. ■ The SAM -460 is ideally suited for permanent applications where stealth is a factor. SAM -460 6 element YAGI antenna ELECTRICAL DATA Frequency ....................... Bandwidth ....................... VSWR............................. Impedance ...................... Forward Gain .................. Front to Back Ratio ......... Polarization ..................... Lightning Protection ........ Power Handling ............... Termination ...................... ......400/512 MHz .....20 MHz ..... 1.5 to 1 or less .....50 ohms .....10 dB .....20 db+ ..... Vertical or Horizontal ..... Direct Ground .....500 Watts ..... Type N Female MECHANICAL DATA Materials ............................... Aluminum Boom....... .............................1" Tube Elements .............................. Solid 3/8" rod Wind Survival .......................150 mph Permanent Mounting ............ V-Bolts — up to 2" pipe Portable Mounting ................ U -Bolts for 1" pipe Overall length .......................22' /24" Shipping Information ............ Weight 4.5 lbs. PLEASE SPECIFY FREQUENCY OR FREQUENCY RANGE SAMCO Antennas, Inc. ANTENNAS SINCE 1963 2628 Whitmore • Fort Worth, Texas 76107 • 817/336 -4351 • FAX 817/336 -7931 — www.samcoantennas.com • e -mail: samyagi @flash.net 1/2" Foam Dielectric, LDF Series - 50 -ohm LDF4 -50A Description Type No. Cable Orderinq Information Stand Cab Copper 112' S tandard C able, Standard Ja cket LDF4 -50A Fir Reta r d ant Cabl 0.63 (16) 112' Fire Retardant Jacket (CATVX) LDF4RN -50A 1 /2" F ir e R Jacke LDF4RN - 50A Low VSWR and Specia Cables 1.11 112' Low VSWR, specify operating band LDF4P- 50A -('`) Ph Stabiliz and Phase Measured Cable See page 590 Jumper Cable Assemblies - See page 584 2.8 (3.0) " Insert suffix number from 'Low VSWR Specifications" table, page 498 Characteristics 250 (113) Electrical 110 (2.0) Impedance, ohms 50 x 1 Maximum Frequency, GHz 8.8 Velocity, percent 88 Peak Power Rating, kW 40 do Resistance, ohms 11000 ft (1000 m) 0.357 Inner 0.45 (1.48) Outer 058 (1.90) do Breakdown, volts 4000 Jacket Spark, volts RMS 8000 Capacitance, pF /ft (m) 23.1 (75.8) Inductance, pH /ft (m) 0.058 (0.19) Mechanical 149 Outer Conductor Copper Inner Conductor Copper -Clad Aluminum Diameter over Jacket, in (mm) 0.63 (16) Diameter over Copper Outer Conductor, in (mm) 0.55 (14) Diameter Inner Conductor, in (mm) 0.189 (4.6) Nominal Inside Transverse Dimensions. cm 1.11 Minimum Bending Radius. in (mm) 5 (125) Number of Bends, minimum (typical) 15 (50) Bending Moment, Ib ft (N•m) 2.8 (3.0) Cable Weight, Ib /ft (kg /m) 0.15 (0.22) Tensile Strength, lb (kg) 250 (113) Flat Plate Crush Strength, Ib/in (kg /mm) 110 (2.0) - 7 ANDRE W. Attenuation and Average Power Ratings Frequency Attenuation Attenuation Average MHz dB /100 it d8 1100 an Power, kW 0.5 0.045 0.149 40.0 1 0.064 0.211 35.8 1.5 0.079 0.259 29.2 2 0.091 0.299 25.3 10 0.205 0.672 11.3 20 0.291 0.954 7.93 30 0.357 1.17 6.46 50 0.463 1.52 4,98 88 0.619 2.03 3.73 100 0.661 2.17 149 1C8 0.688 2.26 3.36 150 0.815 2.67 2.83 174 0.880 2.89 2.62 200 0.946 3.10 2.44 300 1.17 3.83 1.97 400 1.36 4.46 1.70 450 1.45 4.75 1.59 500 153 5.02 1.51 512 1.55 5.08 1.49 600 1.69 5.53 1.37 700 1.83 6.01 1.26 800 1.97 6.46 1.17 824 2.00 6.56 1.15 894 2.09 6.85 1.10 960 2.17 7.12 1.06 1000 2.22 L28 1.04 1250 2.51 8.23 0.921 1500 2.77 9.09 0.833 1700 2.97 9.14 0.777 1800 3.07 10.1 0.753 2000 3.25 10.7 0.710 2100 3.34 11.0 0.691 2200 3.43 11.2 0,673 2300 3.52 11.5 0,657 3000 4.09 13.4 0.565 3400 4.39 14.4 0.526 4000 4.82 15.8 0.479 5000 5.49 18.0 0.421 6000 6.11 20.1 0.378 8000 7.26 23.8 0.318 8800 7.69 25.2 0.300 Standard Conditions: For attenuation. VSWR 1.0, ambient temperature 20 - C (WF). For Average Power, VSWR 1.0, ambient temperature 40'C (104 °F), inner conductor temperature 100" (2127). no solar loading. Customer Service Center Call toll free from • U S.A.. Canada and Mexico 1- 800255 -1479 Revised 9/00 HELIAX Connector Specifications L4NM: N Male for LDF4S0A, 1/2" Low Density Foam Dielectric Cable MATES TO MIL- STD -348, 304,2 OR EQUIVALENT X13/16' ACROSS FLATS C20 7nm' 13/16' HEX (120,7,7r-.1 7 ] / OO.e27 MAX [21.Omn] 0091 MAX C23.1mn] ',6O MAX C 66.Cnn7 _ Characteristics Material and Finish Component Material /Finish 4Ring Silicone Rubber, AMS-3302, Duro 50!5 4Ring Silicone Rubber, AMS -3302, Duro 50t5 Coupling Nut, Knuded Brass, ASTM Bib (CZ121 TO BS 2874) Benzotdazole Treatment Process Snap Ring Phosphor Bronze, Oo-B -330, Comp A, Spring Temper — Gasket Silicone Rubber, ZZ -R-765, Class 2B, Duro 5035 Insulator PTFE Resin, ASTM D1457, Type I, Grade 1 Inner Contact -- Brass, ASTM B18 (CZ121 TO BS 2874) — SiNer plate, QO- S-365, Type III, Grade A,120- 160VPN Body Brass, ASTM 816 (CZ121 TO BS 2874) Benzotriazole Treatment Process Clamping Nut Brass, ASTM B16 (CZ121 TO BS 2874) Benzotriazole Treatment Process Copyright 1995 Andrew Corp., Orland Park, IL USA 60462 Preliminary Document Preparedwednesday, August 30, 1995 Bulletin 91360 Page 1 Characteristics of L4NM: N Male for LDF4 -50A Electrical — Parameter Value Method /Specification Mating Pin Impedance, Ohms 50 Cable Impedance, Ohms 50 Retum Loss, dB (Frequency, GHz) 3ft assembly 35 (O.D45 - 0.920) 31 (0.920- 2.700) 26 (2.700- 3.500) 23 (3.500- 4.400) _ 21 (4.400 - 5.300) 20 (5.300- 6.200) 18 (6.200 - 8.800) RF Operating Voltage, max, VRMS 707 — Dielechc Withstanding Voltage, VDC (Interface Limited)2000 RF High Potential, max, VRMS 990 Peak Power, max. kW 10.00 Average Power, max, kW 0.60 Insulation Resistance, min, MOhms 5000 Shielding Effectiveness, min, dB 110 Insertion Loss, max, d8 0.05 f Fred, GHz — Operating Frequency, max, GHz (Cable Limited) 8.8 3rd Order IM Product, Typical -dBm ( -dBc) 125(168) Two +43 dBm Carriers, IM Product at 910MHz Mechanical P Value Method /Specification Inner Attachment Method Solder on '— Outer Attachment Method Self flare Connector Pull -off, Ups (Kg) 200.0 (90.7) Connector Durability Test MIL -C- 39012, Section 4.6.12, 500 cycles. 12 cycles/min — Connector Weight, Lbs (Kg) 24 (.11) Assembly Torque (Body to Clamp nut) ft-lb (N -m) 8,00/12.00 (10.85/16.27) Coupling Nut Retention Force, Lbs (Kg) 100,0 (45.4) — Coupling Torque, min, in -lb (N -m) 15.0 (1.7) Environmental — Parameter Value Method /Standard Operating Temperature Range, °C -57'C to -I 50'C Storage Temperature Range, 'C -70'C to +100'C Thermal Shock Test MIL -STD -202, Method 107, Cond A -1, -57'C to 100'C Immersion Test MIL - STD -202, Method 104,Cond. A Corrosion Test MIL -STD -202, Method 101, Condition B _ Vibration Test MIL -STD -202, Method 204, Condition 8 Mechanical Shock Test MIL -STD -202, Method 213, Condition I ' We expect to meet these requirements based on testing performed on connectors of similar design and construction', however, actual testing may not have been performed. Customer Service Center - Call toll-free from U.S.A. and Mexico 1- 800-2551479 Canada 1- 800-263 -2668 U.K 0800-250055 3 Copyright 1995 Andrew Corp., Orland Park, IL USA 60462 Preliminary Document Prepared Wednesday, August 30, 1995 Bulletin 91360 Page 2 - lightning protection — Grounding Kits Surearound"'. SureGround'"' Standard Plus lightning strikes up to 125 kA. Duality nonbraided solid copper 2000 mm (78 7') construction prevents moisture 3000 mm (118') relenlicn and wicking, while a 3000 mm (118') heavy -duty 15mm' IEC 1024 -1 ' copper ground lead —� maximizes performance. SureGroundTM — Fast Installation, Complete Protection Installation is last, easy, and error free. Grounding kits include Protect your equipment ham the effects of lightning with a solid copper strap riveted to the SureGroundTM' grounding kits. Meeting both MIL and IEC grounding wire, tower attachment — standards, the SureGroundT" sell- securing ground strap eliminates hardware, and a two -part tape the need for attachment tools and provides protection against weatherproofing system. SureGroundTM Ordering Information t f s 'l1 6 Groen6rn WIre Want: 2000 mm (78 7') 2000 mm (78.7') 3000 mm (118') 3000 mm (118') 3000 mm (118') 3000 mm (I IS LDF4 SGL41-2083 S131.4.2084 SGL4 -3087 SGL4 -3082 S131.4 -30113 SGL4.1004 LDF4.5 SGL45 -20113 SGL45 -2084 SGL45 -3081 SGL45 -3082 SGL45 -3083 SGL45.3084 — LDF5 S01.5 -2063 S61.3-20114 S61.5-30131 S61.5 -30112 301.5 -3083 SGL5 -3084 LDF6 SQLO-2083 SGL8-20B4 SGLO-3081 SGLO-3082 SGLIi SOLO -3084 LDF7 SGL7 -2083 SGL7 -2084 SGL7.3081 SGL7 -3002 8131.7.3083 13131-7 -30114 'U.S. Patent Pending 19 Orounning Wire Lenin: 600 mm (23.6') 600 MITI (23.6') 600 mm (23.6') 600 mm (23.6') 1000 mm (38 1000 mm (39.4') 1000 mm (39.4') LDF4 SGL4 -0681 SGL4 -0082 S131.4 -0683 SWAS84 SGL4 -1081 SGL4 -1082 SGL4 -1083 LDF4 .5 SGL45 -0081 S131.45 -06112 SG145 -06&1 SGL45.0084 SGL45.1001 SGL45 -10112 SGL45 -10113 LDF5 SGL5 -0681 SGLS -0682 SGL5 -0683 SCI-5-06134 SG15 -10111 SGL5-1082 SGL5 -1083 LDF6 SGL111-0681 SGLS -0082 SGLO -0683 SGLS -06x4 SGLS -1081 SWAM SGLS -1083 LDF7 SGL7 -0081 SGL7 -0602 SGL7 -0683 SGL7 -0884 S131.7 -1081 SGL74082 SGL710113 GrouiDdIng W Ve Length: 1000 mm (39.4') 1500 mm (59.1') 1500 mm (59.1') 1500 mm (59.1') 1500 mm (59.1') 2000 mm (78.T) 2000 mm (78.7) LDF4 SGL4 -1084 SGL4 -1581 S131.4 -1582 SGL4 -1583 SGL4 -1584 SGL4 -2001 SGL4 -2082 LOF4.5 SGL45 -1084 SGL45 -1581 SGL45 -1582 SGL45 -1583 SOL45 -1504 SGL45 -2081 SGL45 -2002 LDF5 SG15 -1084 SGL5 -15111 SGL5 -1582 SGL5.1583 SGL5 -1584 S131.5-2081 SGL5 -2082 LDF6 SOLO -1084 SGL6 -1581 SGL6.1582 SGLO -1583 SGLB -1584 SGLO -2081 SGLB -2082 LDF7 SGL7 -1084 SGL7 -1581 8131.7 -1582 S41.7 -1583 SGL7-1594 SGL7 -2081 SGL7 -2082 Grounding Kits SureGrou ui Plus — Protection and Convenience Transmission line grounding has never been easier. With only four parts, competitively priced SureGround "" Plus grounding kits speed installation while Providing a neat appearance to help meet tough local zoning requirements. SureGround Plus offers you the lightning protection of SureGround grounding kits with added convenience and quicker installation of a molded waterproof boot. SureGround Grounding Kits install in less than half the time required for standard grounding kits. Factory assembled into one component, they feature a pre - formed clip -on grounding strap for easy, snap-on installation and a molded weather- proofing boot. Transmission time Gmmrding A well designed system uses grounding kits to provide a bond between the cable and Me tower /earth ground system. One Grounding kit is recgmmended at tower too, tower bottom, at 2001! (60 m) intervals (where applicable), and at me entrance to the equipment shelter Andrew solid copper grounding kits have passed United Spores Air Force lightning simulation tests and meet MIL- STD - 190 -124A. The non- oreided solid copper construclion of all Andrew grounding kits eliminates corrosion caused by moisture rerermon and 'wlcrr g "A heat Shrink tube protects the cable terminal connection. Heavy Outy Ground Lead Andrew grounding kits utilize heavy duty 16 mm' ground leads to maxim ze performance. The IEC 1024 -1 compliant copper ground lead reduces do resistance. The extremely pliable "— jacket provides protection and makes it easy to maneuver the lead into poshion for attachment to the down conductor. SureGround'" Series and 204989 and 241088 Series Grounding Kids otter: • Solid copper construction for high current handling capability, compatibility with copper cable outer conductors, and long life. • Meet military standards at commercial prices. • Provide certainty of continued operation. Tested at an independent laboratory. The Sureground Pius went an integrated weatherproofing !root is me choice for the speediest installation, best appearance, and long term protection. LOFS SureGrourri Plus Ordering Information pre hole Factory Allaithed pin Hi Fell Grinip on Item Description One Fadory; Attached Field Criflep-on Fatiory Attached Ground kit with on weatherpr00gng 0001 SGPL7 -0681 Field Crimp-ort weatherproofing boot SGPLS -0681 SGPL506B3 SGPL50682 SGPLS -0684 0.6 m (24') lead Ground kit with Ground kit with weatherproofing boot SGPL7 -10131 SGPL7 -1083 weatherproofing boot SGPL5 -10111 SGPLS-1083 SGPL5-1002 SGPLS -1084 1.0 he (36') lead Ground lilt with GmuOe on with weatherproofing boot SGPL7 -1581 SGPL7-1553 weatherproofing boot SGPL5 -1581 SGPL5 -1503 SGPL5-1502 SGPL5 -1594 1.5 m (55) lead Ground kit with Ground kit with weatherproofing toc1 SGPL7 -2081 SGPL7 -2083 weatherproofing boot SGPL5 -2001 SGPL5-2063 SGPL5 -20132 SGPL5.20134 2.0 in (6 n) lead Ground kit with Ground kit with weatherproofing boot SGPL7 -3061 SGPL7 -3083 weatherproofing boat SGPL5 -3061 SGPL5 -30193 SGPL5 -3082 SGPL5 -3004 3.0 m (9 it) lead LOF7 SureGreuedRe Plus Ordering Information low ItIburpliun pre hole Factory Allaithed pin Hi Fell Grinip on T.0 Hole Factory Attached T,-,o Hole, Field Crimp Ground kit wlih on weatherpr00gng 0001 SGPL7 -0681 SGPL7 -06e3 SGPL7 -0682 SGPL7 -0684 0.6 m (24 Ground kit with weatherproofing boot SGPL7 -10131 SGPL7 -1083 SGPL7 -1082 SGPL7 -1084 10 on (36) lead Ground lilt with weatherproofing boot SGPL7 -1581 SGPL7-1553 SGPL7 -1582 SGPL79584 1.5 m (511 lead Ground kit with weatherproofing toc1 SGPL7 -2081 SGPL7 -2083 SGPL7 2062 SGPL7 -2084 2.0 in (6 a) lead Ground kit with weatherproofing boot SGPL7 -3061 SGPL7 -3083 SGPL7 -3082 SGPL7.3084 3.0 m (9 it) lead Will lightning protection - Grounding Kits Standard Grounding Kits — Easy Installation for System Protection Standard Grounding Kits are traditional solutions for lightning 2 protection and are also well suited for elliptical waveguide installations. One grounding kit is recommended at the tower top, tower bottom, at 200 b- (60 m) intervals, and at the 4,�o entrance to the equipment shelter. standard Grounding Kits 1204989 and 241088 series) require few steps to install and include easy to follow instructions. Proper tensioning is ensured by an expansion section which provides visual indication that the strap is secured. Series 204969 and 241088 kits include a solid copper strap riveted to the grounding wire, coiling tool for proper tightening, tower attachment hardware, and a two -pan tape weatherprooling system. Field- attachahle, crimp -on grounding lugs require a crimping tool (not included, described below). Standard Grounding Kit lot 114' and 3/9" Cables. Includes a solid copper strap, connection hardware, tower attachment hardware, and a two -part tape weatherproofing system Grounding Lugs. Grounding Kits are now available with one or two hole attachment lugs, The two hole lug fits common bus bar configurations with hole spacings of 0.750, 8.815, or 1.0 inch. Crimping Tool for SureGround and Standard Series Crimping Tool. Used to attach crimp -on lugs for standard and SureGround series. Not required for kits having factory- attached lugs ......... ...........................Type 207270 Standard Grounding Kits - _ arvmwin9 wve L111119m: - 241545 518* and 7/8' 1 -1/4' - 220497 241088 -15 223700.477 24' 24' 36" 36' 36' 36' 48' 114" and 3/8' 223158 223159 -1 - - Key Feature 1/2' 204909.1 241088 -1 241234 -2 204989 -21 241088 -6 _ 204989 -31 5/0' and 7/8' 204989.2 241088 -2 241234 204989 -22 241088 -7 204989 -32 — 1 -1/4' 204988.3 241003 -3 241234 -3 204989.23 241088 -8 204989 -33 1.5/8" 2- 1 /4'and 3' 204989.4 204989 -5 241088 -4 241088.5 - shunting 24 241088 -9 204989 -34 223700 -699 4' - 204989 -25 241088.10 204981 5' 204989 -8 - - 204989 -26 - 204989 -36 204989 -7 - - 204989 -27 - 204969 -37 - umuamn6 mma 1/2 - 241545 518* and 7/8' 1 -1/4' - 220497 241088 -15 223700.477 241068 -13 223700.734 1-5/8' - - 241088 -17 223700 1 241088 -14 223700 -706 2-1/4' and 3' - 220490 223700.724 - 241088 -18 223700 -479 _ 241088 -15 223700 -703 Grounding Kit Selection Guide Standwil Grounding Kr Key Feature Wrap around grounding strap Preformed clip -on strap Suregmund Flux Molded weatherproof boot Benefits Ill standard Coaxial cable Requires no tools weatherproofing boot wnich and elliptical waveguide nor attachment aids in faster, more uniform installations Installation Tme' AOOUl6 minutes About 3 minutes About 2 minutes construction Copper ground strap, Pletensiuned copper ground clip, Pretensioned copper ground clip, standard weatherproofing standard wealeerproofing molded weatherproonng boot 21 8100-0010 Rev. C IMPULSE SUPPRESSOR INSTALLATION 0698 PLEASE READ DANGER SHEET BEFORE INSTALLING IS -B50 SERIES The IS -1350 Series bulkhead style Impulse Suppressor can accommodate up to 1/4" thick panel. Make sure the mounting flange is free of oxidation or contaminants so a good electrical connection can be made. This unit is not weather proof and must be sealed against moisture. For outside installations Weather Proofing Kits (WK -1) and Copper Cleaning Kits (CCK) with conductive joint compound are available from PolyPhaser to seal your unit and its cable connections. Drill or punch appropriate hole in your Bulkhead panel using the diagram. Locate the 'O' Ring and place on the "ANTENNA" connector. Insert the 'ANTENNA" connector into the hole and place the flange down. Pencil mark the flange mounting hole location on the bulkhead panel and drill to accommodate 10-32 screw. Place lock washer on screw and insert through Flange and into panel. Use lock washer and hex nut on outside for screw and nut mounting. Install and tighten connector nut if applicable. The coax leading to the antenna must be connected to the port labeled "ANTENNA". The unit will pass signals in both directions, but only the antenna port can shunt lightning energy to ground. This model is do blocked and will not show a continuity path. The IS -B50 Series is capable of 50,000 Ampere IEC 1000 -4 -5 8120Ns waveform surges. The VSWR is 51.1:1 for the frequency band as labeled per unit. If a higher VSWR is measured on this unit, call for Return Instructions. BULKHEAD PANEL 0.25 [6.4] MAX. THICKNESS '� /� STAINLESS STEEL HARDWARE 7 n 00.203 (05.16] 1.190 [30.23] FROM ANTENNA OR v TO EOUI PMENTTO ANTICIPATED SURGE ~ �w � BE PROTECTED ` am= •�o 00.625 (015.88] �-�'�� FEMALE CONNECTOR HOLE 00.813 [20.65] PATTERN MALE CONNECTOR \ —'O' RING (NOT SHOWN) CAUTION - FOR UHF CONNECTORS: WHEN INSERTING MALE CENTER PIN DO NOT ALLOW ANY ROTATION. IT IS VERY IMPORTANT THIS UNIT BE GROUNDED TO A LOW IMPEDANCE (LOW R AND LOW L) GROUND SYSTEM IN ORDER TO WORK PROPERLY. We strongly recommend this ground be interconnected to the tower ground and power ground to form one system. To minimize the 'in-air interconnect inductance to the ground system, since skin effect is present, use as straight and as large a surface area strap as possible. Keep bends to 8' radius or larger. The transmission line is only one means of having damaging impulse energy enter your equipment. We strongly recommend power line protectors and telephone line protectors be used on the equipment. — For further information on grounds, ground systems, power line and telephone interconnect protection, order PolyPhaser's book, "The 'Grounds' for Lightning & EMP Protection; 2nd edition, at a cost of $22.95 or our VHS video, "Grounding - An Overview," at a cost of $53.95. Please note prices are subject to change. For more information about PolyPhaser Corporation, please refer to our Home Page on the Internet at www.polyphaser.com. PolyPhuer Corponlion wartanu this poduct to men or nceed the puhlvhcd sptti(rarions oltlelime elma„ufacnlrin arM le ho/ of mam,facmnn defmsforalen _ proven dmmfpurthue. PolyPlussrCwyonuonmakemclaima, mrnrer to inchtde an'IMPLIED WARRANTY OF MEACHANTAa1LITY OR IMPLIED WARRANTY OF FllNE59 FOR ANV PARTICULAR PURPOSE". PolyPhasn Cmpvasion (w miherrymr. mplacem<m or refund of laud pr h Y 7 Pmenal inlurY,pmperry dama6e. andany olhw lossn Thiswamnry ialimised pure price of this oduca m aM it will he Pol Phasn Caponnona dttisien ss Id wMM IM1is unit is dd.ml and u w which of she above em,oned mio,u willh lakrn PolyPhasu Corponum enmds mobliption seupdat<a modify anyeLn mninS pevdueu,u new deve N bpcd pmduns arc markncd. - When Lightning Strikes... nO'� ^� ® Count on a PolyPhaser' u.a.ras.m ♦a a.of,.tK..aas.a,...eu.6o. i- L+ aser O P 0. Park NV Place B9i23 U.SA. P and eth.r U. and F-.I,n P.4n P.ndlnq Minden P.O. Box 9000 CRORATION 3 la TO: (Boo) l2bPdpo , 81 co-0001 Rev. B 0925196 DANGER PLEASE REVIEW THIS SHEET PRIOR TO ANY INSTALLATIONS A GOOD GROUND SYSTEM IS REQUIRED FOR PROPER INSTALLATION AND OPERATION. THE IMPULSE SUPPRESSOR IS ONLY AS GOOD AT SUPPRESSING IMPULSES AS THE ELECTRICAL GROUND SYSTEM THAT IS CONNECTED TO THE UNIT. DO NOT CONNECT WHEN A STORM IS NEAR. DO NOT CONNECT WHEN TRANSMISSIONS ARE OCCURRING. 50% of the time a lightning strike occurs in groups of two or three strokes with the first stroke having 20,000 amps and then less for the following strokes. Each stroke may have a rise time of 2.1 µs to the peak current and a decay between 10 to 40µs. Most antenna installations are mounted on a continuously conductive. mast or tower which when property grounded, should conduct the larger share of the strike current, thus leaving only a fraction (50% or less) for the RF transmission line to handle. Therefore, the current capability of the Impulse Suppressor should be sufficient for all but the rate percentage of super strike occurrences when property installed to a good low impedance ground system. DO NOT STAY AROUND OPERATING EQUIPMENT IN AN ELECTRICAL STORM. THE IMPULSE SUPPRESSOR MAY SAVE YOUR EQUIPMENT FROM DANGER BUT CANNOT KEEP PERSONNEL IN THE AREA SAFE. 01 SINGIE PollfT GROUNDMG PANEL FOR PROPER GROUNOINCJPROTECTICN I i � �fl �OONO N 1 eG We recommend the coax, power, and telephone protectors, if used, all be mounted/grounded together on a bulkhead plate or wall and the equipment chassis also be grounded only to this plate. The plate is then grounded to your ground system. Only by using this single point ground system can your equipment really survive a direct lightning strike. A All / I q I ENC 414 R... I.) IVS7 Polyphase Corponrion waft Nis p.odocl sa mod oe exceed pw published ap<ifolioru ofdm time ofvaaouFacvinP avd robe hoe o(maoafxnain` defzb fora 4v Yer Period aAe proven daleo(purchase Polyn,on Carponiiw m ..claims,. -,rn an wa ,, W irclode. WARRANTY OF MERCHANTABIUTY OR IMPLIED WARRANTY OF FnNESS FOR ANY PARTCUL,RPURPOSE, PalyPha Corps nmusunwnate io iliyfeD nAl jby,pr.P.Mdama6e. and avY OU,e bas ThuwarranryulimitM i�thc rryav, replaccmcni w rcland of Wrchased price ofahis product Dory and it will be Polyphase Corpontim4 demon ss la wheNe tM1ia wit u dcfecsive and ss ro which ofihe above nlioned aciiom will be nken. PolYPhaw Coryvn� ion ezrrnds moblipaiion to apdaro ormodiyanYofitr eautin6 Product; ssnewydevcloped pmducas arc markerod. When Lightning Strikes... l Po�yP P hlaser° Count on a PolyPhaser 2 ° = h M 1,559,TH, I,b9,OT, 1,551a0a a,W e1M. U.S. and Fonlpn Pabnb PaMlnp 2225 Pa.ck Placer P.O. Box 9000 CORPORATION Tel: (000) 3257170 Minden, NY 89423 U.S-A. hltpJAvww.pplyphazenepm (702) 702 - Faz: (702) 782 -4476 76 CC O r 1 ` V T P� II ll C T� r , W T TT r � T O n � Lt W U) L ^ V1 W CC1 . — 4 ^^ `\ t �N N ` 00 (A W ._ NNOJ 00 N -(S :5 ]CY J O U U y�j UQ Y Q KK W K W W J O O o 0 00 J m Z0 0 j \\ an Qrmoo M d W W >-(A s°oo s� 000 wwuu �WaaaZ3:woz W W u U u a 0 0 0 0 Z 3 0 0 V 1 1 1 M m H <0000 aazMzzzzzs O O O O � x z z z z z� P P F� woo 000aaaaw �v�rnv��nv�����Z J J J J J Y Y Y Y z (D (A N V)jf jCAssss z W W W W W J m0 zwmw Nara 30000000oou aWW Wzzzza. W W W W W W a Q a a 000000NVI IA VI� O- "K)-*O 01 wM O 0000000000.- s � cn a co a� 4� O a U -a Vl ^ \ 4 0a 3 C �� o W , v U V b a U -1tN41 C �z aF� d h N J n. � n m $ N ry O ry K 2< e o pp ffi QQ . p W W ~ 2 2 6 a u O O rc Y C N " ]l W � `�' O J V J J JOOV o ❑ � J y z L' � p GG gq qq 99 qq g yy Y y 3 4 4 0 Y 0 WF Kos o U K03 m Ln T ` z '1 ` �+ 0 V HN M F 101 a cz r W z� OW ^, ,50 4-1 Na O 4 � pa �5W w K OW co cn a h ] V pV h r-� 0 0 1 A A A A 0 1 A u 1 0 O.O A 0 A e 1 0 0 ° ° WIS ]Wds ° ° A 0 A MIS 3wei e A o O e 0 A A O 00 O O o 0 a ° 000 °•° a ePh - ( S T MAW ie e5 0 WF Kos o U K03 m Ln T ` z '1 ` �+ 0 V HN M F 101 a cz r W z� OW ^, ,50 4-1 Na O 4 � pa �5W w K OW co cn a h ] V pV h r-� 0 WF Kos o U K03 m Ln T ` z '1 ` �+ 0 V HN M F 101 I a Y 0 zl Z, N IO 1� up I I I I 8 8 4 i R r. N a� a� wo U a <s 7� J H N_ O O CO o cn Q • � I ^` n W w Q Q �s W C U c U cc R o Cv ( d H O O v � � OQ d �1 z co N O 0 PPO o PP _ O O U D^ u O p O a :o x aao oYa i oc� iea aaoc ° o c i m N T`L TCI b n � J „ �� � O Y• NKV1 4 3 V1 LL'IA I �rU1K G. pY I a Y 0 zl Z, N IO 1� up I I I I 8 8 4 i R r. N a� a� wo U a <s 7� J H N_ O O CO o cn Q • � I ^` n W w Q Q �s W C U c U cc R o Cv ( d H O O v � � OQ d �1 z co N O 0 El fi $ J Q a ti r J J J J < F Q < < F N N UI W O J N N N z Z z O O J J J z o' 5 5 ? 000z z z z O Z z Z 4 v N a S S W W z i s 3 z z a a a ? 3 u 0 a a a 0. 3 0 N 0 r W yj a cc a� O w 2 s L) r W N j 0 1 nmo 4 � FQ N pa W o � odd C B a� � o e V L C-13 y W � O L tZ R v -tt�7 yam. �= h F W w cl) M�1 co J d d a 0 o O a a a r r N N N N n Z Z Z a a d W W W W W W W W W W W W W J J J a a a a a a n a a a a a a d d d N N N N N N N N N N N N N r--) r--) � w' Q a z z z z z z z z z z z z z z z z U U V U I IMMEMINININIMINION11 O U O U O U O U Y 0 0 0 0 m 0 0 O O N O O O O m J Z U Y Y Y Y Y Y Y Y z i UV 03 N O O N W N N LL a� a� U I o I I U Q W I U S U J3O I U 1 U I I 1 I I 1 I I I I 1 I I I � O O O O O O O O O O O O O O O O O O O p O O O O O O O O I I O O O O IMMEMINININIMINION11 O U O U O U O U Y 0 0 0 0 m 0 0 O O N O O O O m J Z U Y Y Y Y Y Y Y Y z i UV 03 N O O N W N N LL a� a� ow o ~ l Q W V S Q� 4-1 J3O O o r � U� r +n a � � � w F'Q as W v W u� F r0 o) V O h O �o a CV 4; C-4 s o c �z ¢�� .-, a� a C/� w 0 -' o U� a Ln O 4 �A T� 0'� 2a ° z �LLU a co a V a V °G) Gn � ^1 W J O I1 w Q ;WZWY o3o3M W • UN U V to 7 x N o a cv " y J CO ; J O ; W W V J J W 4 (7 r J J a a a Q a N li N ° z a cf) r J r rc w0� W W x 'Sw p x3 0 0 0 0 p 0 a rc rc rc rc a a z O o w w g T i 8 3 z 3 8 u' 2 W W co N p co Z N J W U ` T)\\ 1 yy J N d U N V v ♦ J J � W d fib' IE I177�i Y �I '1 g, 2 5' X tx �� WF 1 30 � U h V C N ✓l ♦ N 10 h O OI °_ •'I ♦ N N h O T_ 4 ((,�� q:d �z - ' 4 32 ° 3W r 6 o 1 1 I ov.r. =.vvo I I r G O ' t - - - - - ix eS 6 a ° > > e N 0 N W N O D W is d N Y W 3 HO C w m 6 � N � U O w U 0 N N 9Y� W W N N J s N Orc a O N Y ry a cz cn a cn 1 0, 3 i P P Y 3 i o a G Qa'_° .Yo W YN T L O O O 20 MCI 3OY a N d N N _ a W>3 43 �� ra a Z E 0 v K cn cn W O m3 1 mu l � aa�a� .IE Fi U pC o n TpjU 4 ] � EY � C �] ° y tih o, n m u� �y a ° > > e N 0 N W N O D W is d N Y W 3 HO C w m 6 � N � U O w U 0 N N 9Y� W W N N J s N Orc a rm4 rn A O N ry a cz cn a cn 1 0, Cj 30 0 30 Wd (\0 800 ANN V yy'' Q° W YN T L O O O 20 MCI 3OY a N d N N _ a W>3 43 �� ra a Z 0 0 v K cn cn W O rm4 rn A N a cz cn a cn W YN T L O o W a Z 0 0 v cn cn W O o Q � aa�a� w U pC Y � R o Y N y tih o, n m u� �y N I I a a � o W W J w J � J Q � U N 3 CI J li + 1 + + I + I N n w a N V N t Z Z 1 y w I > J j W N O r N O r # I I I + I ✓1 � I I � N OI I N 1 N Y1 Z 2 a a a <o 0 s 1 O N ? J w 3 ao Z a Z a Z a Z a N 1 1 1 1 1 1 I I I I z CU c c a r, 0 A U 3 1 En En W ^1 W � i-. 0 N J p+ I GI ^ N n'1 Q a U O Z O Z O Z Z O — N N Z 1 1 1 W d W � °" �°a Z �m L. o N Z x p OI nt Ln d ry z _ 41 0 0 o v I G O m # I + N I N a l l O v l l +aa�l +aa _ a I �J N V N t Z Z N N Z y w I > J j W N O r N O r O N o N O F N ✓1 � U � N � N Y1 Z 2 a a Z a J o O N ? J w 3 Z a Z a Z a Z a Z a N n E U )C I U w N a oho N � a co N 8 � g a cn 1 0 U W C� ao O Q) �Or W 2 O N W ON 0 O Z j U I I I 1 0 1 1 1 1 1 1 1 1 1 I I I I z CU c o V 0 A U 3 1 En En W ^1 W � i-. J p+ I GI ^ N n'1 Q a U O Z O Z O Z Z O — N N Z 1 1 1 1 1 1 1 1 0 2 2 d W � °" �°a Z �m L. o N Z x p OI nt Ln d ry z _ 41 w N a oho N � I 8 N 8 � g a S 1 N W O I I I 1 0 1 1 1 1 1 1 1 1 1 I I I I z W J p+ I GI ^ N n'1 b Z U O Z U O Z O Z O Z Z O — N N Z 1 1 1 1 1 1 1 1 0 2 2 p Z Z O Z O Z 0 ] I I I l O O b 6 0 0 0 0 0 Z x O a a o 0 0 o v O m U U U U U O\ O Q _ a NO X O < U 5 3 K N W a K a N a U y V h -* N co 4 F " CV y J N co i t 0 M W a� a� w U a N W 7 N Q1 O r1 . J08 W O T cts o .a .o r Q W Y A 5 2.1 0a N ' 1� c J U 0 W J W W Q W a d ^ o W a K a N a U y V h -* N co 4 F " CV y J N co i t 0 M W a� a� w U a N W 7 N Q1 O r1 . J08 W O T cts o .a .o Q W Y A 5 2.1 0a ' 1� c J U O T Q ti w A I T z O_ I— n Q W z W J J Q w Z J Q N F Q 0 U 1k a a� 0� v w W co Z 0 b o a � tco U 1 1 co oo ^` W oo 0 F''Qaa w ° h o Y-�v C bca k t- ca yNN � q 03 SECTION 5 DESCRIPTION OF PAYITEMS SECTION 5 - DESCRIPTION OF PAY ITEMS This section includes comments concerning various Pay Items so that the CONTRACTOR can fully understand the scope of work involved in the Pay Items. 1. Construction No Pay Items: All work necessary for the orderly completion of the project, but not specifically included as a pay item in the Proposal, shall be considered subsidiary to the Contract and no separate or additional payment will be made therefore. For example, there shall be no separate payment for the following: (a) mobilization, (b) verification of existing utilities, (c) removal of spoils, (d) any pavement, curb, gutter or valley gutter replacement necessitated by removal or damage during construction, (e) replacement of striping or buttons removed during construction, (f) removal and replacement of any signs, (g) water for construction, (h) tree removal and disposal [if necessary, however, care should be taken not to damage existing trees], (i) any trench shoring, sheathing, de- watering or bracing shall be considered subsidiary to the pay items for the force main, 0) any blocking necessary for change in pipe direction, (k) any concrete encasement, (1) use of retainer glands (required but considered subsidiary to the pay items for the force main) (m) surveying to re- establish grade, (n) repair of any damage to existing irrigation and lighting conduit in medians, (o) repair of any damage to existing utilities, (p) repair of damage to landscaping , and (q) any other incidentals necessary to complete the work. The above items are not meant to be a total complete list of subsidiary items but only representatives of the types of items that should be included in the various pay items associated with this Project. 2. Construction Pay Items: Pay items as listed in the proposal shall be measured and paid for in accordance with the applicable measurement and payment paragraphs of the North Central Texas Council of Governments "Standard Specifications for Public Works Construction ", unless modified by these special provisions. Supplemental pay items have been provided for some items. These items have been included to facilitate payment for changes and alterations that may be required to complete the work. Approximate quantities have been established for these items in Section 1. 2.1 Pay Item 1 —Demolition of the Existing DeForest Wastewater Lift Station: This pay item shall consist of the demolition of the existing 11.2 million gallon per day (mgd) DeForest Wastewater Lift Station as shown in the PLANS, including the following major items: • Remove and dispose of the existing concrete driveway; • Remove and dispose of the portion of the brick wall and shrubs surrounding the existing lift station; • Remove concrete sidewalk; • Cut and plug the existing 6 -inch wastewater line (not in service); 5-2 Description of Pay Items • Remove storm drain inlet and RCP storm drain; • Remove existing electrical box, valve, and other items as shown in PLANS; • Relocate existing utilities poles and electrical box (includes coordination with utility company); • Relocate site underground utilities as necessary (includes coordination with utility companies); • Modify the existing irrigation system as necessary to maintain system operation during construction activities; and • Demolish existing DeForest Lift Station structure as shown in PLANS, including all removal, disposal and salvaging of material and equipment as indicated in PLANS. This pay item also includes disposal of all concrete, grit, debris, sludge, excess excavated material, and all items removed from the lift station at appropriate disposal facilities in accordance with all federal, state, and local regulatory requirements. Measurement and Payment shall be made on the basis of the bid price per lump sum and shall be the total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 2.2 Pay Item 2 — New DeForest Wastewater Lift Station: This pay item shall consist of the construction of the new 14.4 MGD submersible DeForest Wastewater lift station as shown in the PLANS, including the following major items: • Construct wet well structure and valve vault; • Dewatering necessary for construction of lift station and valve vault structures; • Install pumps and motors (including pump rails, supports, and base); • Install floats, valves, piping, fittings, and pipe supports within the wet well and valve vault and to the limits identified on the PLANS; • Install odor control system (including all piping, fittings, controls, filter media, etc. necessary for a complete operational system); • Connect piping (odor control, influent, and force mains) to valve vault and wet well; • Install access hatches; • Construct electrical control building and install FIVAC and electrical equipment; • Complete site grading and paving; • Install new storm inlets and RCP storm drain (including all fittings and connections to existing 18 -inch RCP); • Install yard hydrant and associated piping, valves, and appurtenances; • Construct concrete sidewalk; • Construct electrical pad for transformer; • Construct utility pole on north side of new Electrical Control Building; • Make final connection of lift station to electrical power and start-up lift station; and • Any other items necessary for an operational lift station, except those identified in other pay items. 5 -3 Description of Pay Items Measurement and Payment shall be made on the basis of the bid price per lump sum and shall be the total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 2.3 Pay Item 3 — New DeForest Wastewater Lift Station SCADA System: This pay item shall include providing and installing instrumentation and equipment necessary to integrate the new DeForest Wastewater Lift Station into the existing City of Coppell SCADA system. The following items will be provided and installed as part of this bid item: MOSCAD RTU with UHF MCS 2000 radio and necessary 1/0 modules; NEMA 4X stainless steel enclosure; Panel material to include all necessary terminal block, relays, wire, conduit, etc.; Yagi antenna and required antenna accessories (lightning arrestor, ground kit, %z inch Heliax, and items for mounting antenna); Contegra submersible level transmitter; Badger 4600 flow meter; and Milltronics OCM III flow meter. The products and services for this bid item will be provided by I &C Sales (8 15 Office Park Circle, Lewisville TX 75057, 972 - 221 - 4849). Refer to Appendix C in Section 4 of these Specifications for the submittal provided by I &C Sales that includes specifications for the equipment to be provided, as well as drawings illustrating the proposed integration of new DeForest Wastewater Lift Station into the City's SCADA system. Measurement and Payment shall be made on the basis of the bid price per lump sum and shall be the total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 2.4 Pay Item 4 — DeForest Wastewater Lift Station Yard Piping: This pay item shall include furnishing and installing all yard piping for the new DeForest Wastewater Lift Station as shown in the PLANS, including the following major items: Install 30 -inch SDR 26 PVC influent piping; • Install 16 -inch ductile iron force main, valves, and fittings; • Install 30 -inch ductile iron force main and fittings; • Install precast concrete manholes as shown in the PLANS; • Install fiberglass reinforced plastic (FRP) Parshall flume and manhole; • Install 12 -inch bypass line (including piping, fittings, valves, bollards, etc.) on new 16- inch and 30 -inch force mains; • Cut and plug existing 24 -inch gravity line and 16 -inch force main; • Connect new 16 -inch ductile iron force main to existing 16 -inch ductile iron force main; and • Connect new 30 -inch ductile iron force main to existing Line `D' (30 -inch force main). 5 -4 Description of Pay Items Measurement and Payment shall be made on the basis of the bid price per lump sum and shall be the total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 2.5 Pay Item 5 — DeForest Wastewater Lift Station Trench Safety System: This pay item shall consist of the design, installation, and maintenance of a trench safety system (all widths and depths) for work at the DeForest Wastewater Lift Station site, as described in Specification Section 02161 (included in Section 4, Specific Project Requirements). Measurement and Payment shall be made on the basis of the bid price per lump sum and shall be the total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 2.6 Pay Item 6 — DeForest Wastewater Lift Station Storm Water Controls: This pay item shall consist of the installation and maintenance of storm water controls for work at the DeForest Wastewater Lift Station site. It is the CONTRACTOR's responsibility to comply with all federal, state, and local storm water regulations. This includes applying for any required permits and paying any required fees. Storm water controls shown in the plans are provided for guidance only. The CONTRACTOR is responsible for verifying that these controls meet all applicable regulations. If additional controls are necessary, the CONTRACTOR shall provide them at no additional cost. Additional control items required by the City will be at no additional cost. Measurement and Payment shall be made on the basis of the bid price per lump sum and shall be total compensation for furnishing all labor, materials, equipment, tools, and maintenance necessary to control storm water pollution for the duration of the project. 2.7 Pay Item 7 — Demolition of the Existing Sandy Lake Wastewater Lift Station: This pay item shall consist of the demolition of the equipment from the existing 9.9 MGD Sandy Lake Wastewater Lift Station as shown in the PLANS, including the following major items: • Remove all materials and equipment as shown in the PLANS to allow for the installation of new equipment and materials (see item 2.8); • Salvage equipment and materials as directed by OWNER; • Dispose of materials and equipment at appropriate disposal facilities in accordance with all federal, state, and local regulatory requirements; • Clean and paint/seal concrete walls and floors, and all other items as shown in the PLANS; • Core drill 12 -inch penetration into wet well and install 8 -inch stand pipe for level transducer; • Install 8 -inch Schedule 80 PVC odor control piping through influent flow channel (core through concrete as necessary) as shown in the PLANS; • Fill influent flow channel, stilling well, and floor penetration to wet well with cellular concrete; 5 -5 Description of Pay Items • Clean and seal wet well interior; • Seal all wall and floor penetrations shown on PLANS. This pay item also includes disposal of all concrete, grit, debris, sludge, and all items removed from the lift station at appropriate disposal facilities in accordance with all federal, state, and local regulatory requirements. Measurement and Payment shall be made on the basis of the bid price per lump sum and shall be the total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 2.8 Pay Item 8— New Sandy Lake Wastewater Lift Station: This pay item shall consist of the construction of a new 4.3 MGD lift station within the existing Sandy Lake Wastewater Lift Station structure as shown in the PLANS, including the following major items: • Install HVAC equipment and duct (including connections to existing duct); • Install concrete roof panel; • Install access hatches; • Install four (4) solid covers for openings in Ground Level floor; • Install manhole frame and cover in Measuring Chamber; • Install FRP door on existing frame (to Measuring Chamber); • Install CMU wall with door around spiral stairway; • Fill wall opening on Ground Level with concrete; • Install new electrical equipment; • Install floats in wet well; • Install odor control system (including all piping, fittings, controls, filter media, etc. necessary for a complete operational system); • Install new 20 -inch ductile iron discharge header (including all piping, fittings, and supports); • Install new removable floor grate in existing frame on Motor/Flume Level; • Install wet well baffle; • Install 10 -inch ductile iron suction and discharge piping (including all piping, valves, fittings, and supports) • Install new pumps and motors; • Install new sump pumps with associated piping, valves, and fittings; • Connect 24 -inch influent piping to wet well; • Final connection of lift station to electrical power and start-up of lift station; and • Any other items necessary for an operational lift station, except those identified in other pay items. Measurement and Payment shall be made on the basis of the bid price per lump sum and shall be the total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 5 -6 Description of Pay Items 2.9 Pay Item 9 — New Sandy Lake Wastewater Lift Station SCADA System: This pay item shall include providing and installing instrumentation and equipment necessary to integrate the new Sandy Lake Wastewater Lift Station into the existing City of Coppell SCADA system. The following items will be provided and installed as part of this bid item: • MOSCAD mixed FO module (use existing Sandy Lake Lift Station RTU); • NEMA 4X stainless steel enclosure; • Panel material to include all necessary terminal block, relays, wire, conduit, etc.; • Yagi antenna and required antenna accessories (lightning arrestor, ground kit, V2- inch Heliax, and items for mounting antenna); • Relocate existing Contegra submersible level transmitter in Sandy Lake Wastewater Lift Station wet well as shown in PLANS; • Contegra dry well float switch; • Badger 4600 flow meter. The products and services for this bid item will be provided by I &C Sales (815 Office Park Circle, Lewisville TX 75057, 972 - 221 - 4849). Refer to Appendix C in Section 4 of these Specifications for the submittal provided by I &C Sales that includes specifications for the equipment to be provided, as well as drawings illustrating the proposed integration of new Sandy Lake Wastewater Lift Station into the City's SCADA system. Measurement and Payment shall be made on the basis of the bid price per lump sum and shall be the total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 2.10 Pay Item 10 — Sandy Lake Wastewater Lift Station Yard Piping: This pay item shall include famishing and installing all yard piping for the new Sandy Lake Wastewater Lift Station as shown in the PLANS, including the following major items: • Remove and dispose of 30 -inch cast iron influent piping; • Remove and dispose of 20 -inch reinforced concrete cylinder pipe (RCCP); • Remove existing sluice gate, including slide, rails, stem, operator, and other appurtenances, • Install and operate bypass pumps (including all necessary piping, valves, and fittings) to take the existing Sandy Lake Wastewater Lift Station out of service during construction of yard piping and station improvements; • Install 24 -inch SDR 26 PVC influent piping, including valves and fittings; • Install precast concrete manholes as shown in the PLAINS; • Install 20 -inch ductile iron force main, including valves and fittings; • Install 12 -inch bypass line (including piping, fittings, valves, bollards, etc.) on new 20- inch force main; and • Connect 20 -inch ductile iron force main to existing RCCP (2 locations). Measurement and Payment shall be made on the basis of the bid price per lump sum and shall be the total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 5 -7 Description of Pay Items 2.11 Pay Item 11— Sandy Lake Wastewater Lift Station Trench Safety System: This pay item shall consist of the design, installation, and maintenance of a trench safety system (all widths and depths) for work at the Sandy Lake Wastewater Lift Station site, as described in Specification Section 02161 (included in Section 4, Specific Project Requirements). Measurement and Payment shall be made on the basis of the bid price per lump sum and shall be the total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 2.12 Pay Item 12 — Sandy Lake Wastewater Lift Station Storm Water Controls: This pay item shall consist of the installation and maintenance of storm water controls for _ work at the Sandy Lake Wastewater Lift Station site. It is the CONTRACTOR's responsibility to comply with all federal, state, and local storm water regulations. This includes applying for any required permits and paying any required fees. Storm water controls shown in the plans are provided for guidance only. The CONTRACTOR is responsible for verifying that these controls meet all applicable regulations. If additional controls are necessary, the CONTRACTOR shall provide them at no additional cost. Additional control items required by the City will be at no additional cost. Measurement and Payment shall be made on the basis of the bid price per lump sum and shall be total compensation for furnishing all labor, materials, equipment, tools, and maintenance necessary to control storm water pollution for the duration of the project. 2.13 Pay Item 13 — Line A Force Main Connection This pay item shall consist of the connection of Line `A' (20 -inch ductile iron force main) to the existing 20 -inch RCCP force main as shown in the PLANS, including the following major items: • Design and install trench safety systems; • Install storm water controls; • Verifying existing pipe materials and exact locations; • Coordinate shut -down of existing 20 -inch RCCP force main with the City; • Excavate to make connections and install piping; • Install 20 -inch ductile iron pipe; • Remove and dispose of a 20 -inch ductile iron cap and connect new 20 -inch pipe; • Remove and dispose of a 20 -inch RCCP 45 degree bend and concrete thrust block; • Install plug in 20 -inch RCCP force main; • Connect new 20 inch ductile iron pipe to existing 20 -inch RCCP with gasketed by mechanical joint adapter; and • Backfill and compact excavation. Measurement and Payment shall be made on the basis of the bid price per lump sum and shall be the total compensation for famishing all labor, materials, tools, and equipment necessary to complete the work. 5 -8 Description of Pay Items 2.14 Pay Item 14 — Line B Force Main Connection This pay item shall consist of the connection of Line `B' (30 -inch ductile iron force main) to the existing 30 -inch ductile iron force main as shown in the PLANS, including the following major items: • Design and install trench safety systems; • Install storm water controls; • Verifying existing pipe materials and exact locations; • Coordinate shut -down of existing 30 -inch ductile iron force main with the City • Excavate to make connections and install piping; • Install 30 -inch ductile iron pipe and 30 -inch ductile iron 45 degree bend; • Remove and dispose of a 30 -inch ductile iron cap; • Remove and dispose of a section of 30 -inch ductile iron pipe; • Install plug in existing 30 -inch ductile iron force main; • Connect new 30 -inch ductile iron pipe to existing 30 -inch ductile iron pipe with cast iron sleeve; and Backfill and compact excavation. Measurement and Payment shall be made on the basis of the bid price per lump sum and shall be the total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 2.15 Supplemental Pay Item 15 — 20" Ductile Iron Pipe: This pay item shall consist of the installation of 20" Class 50 ductile iron pipe by open cut construction methods in conformity with the lines, grades, and materials shown on the plans. Polywrap encasement and interior lining shall be included in this pay item. Measurement and Payment shall be made on the basis of the bid price per linear foot and shall be the total compensation for famishing all labor, materials, tools, and equipment necessary to complete the work, including excavation, trench shoring, installation of pipe, backfill, blocking, concrete encasements, disposal of any excess material, and other items. 2.16 Supplemental Pay Item 16 — 30" Ductile Iron Pipe: This pay item shall consist of the installation of 30" Class 50 ductile iron pipe by open cut construction methods in conformity with the lines, grades, and materials shown on the plans. Polywrap encasement and interior lining shall be included in this pay item. Measurement and Payment shall be made on the basis of the bid price per linear foot and shall be the total compensation for famishing all labor, materials, tools, and equipment necessary to complete the work, including excavation, trench shoring, installation of pipe, backfill, blocking, concrete encasements, disposal of any excess material, and other items. 2.17 Supplemental Pay Item 17 —18" RCP Storm Sewer: This pay item shall consist of the installation of 18" RCP storm sewer by open cut construction methods in conformity with the lines, grades, and materials shown on the plans. Poly,wrap encasement and interior lining shall be included in this pay item. 5 -9 Description of Pay Items Measurement and Payment shall be made on the basis of the bid price per linear foot and shall be the total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work, including excavation, trench shoring, installation of pipe, backfill, blocking, concrete encasements, disposal of any excess material, and other items. 2.18 Supplemental Pay Item 18 —16" Ductile Iron Pipe: This pay item shall consist of the installation of 16" Class 50 ductile iron pipe by open cut construction methods in conformity with the lines, grades, and materials shown on the plans. Polywrap encasement and interior lining shall be included in this pay item. Measurement and Payment shall be made on the basis of the bid price per linear foot and shall be the total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work, including excavation, trench shoring, installation of pipe, backfill, blocking, concrete encasements, disposal of any excess material, and other items. 2.19 Supplemental Pay Item 19 — 30" SDR 26 PVC: This pay item shall consist of the installation of 30" SDR 26 PVC pipe by open cut construction methods in conformity with the lines, grades, and materials shown on the plans. Measurement and Payment shall be made on the basis of the bid price per linear foot and shall be the total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work, including excavation, trench shoring, installation of pipe, backfill, blocking, concrete encasements, disposal of any excess material, and other items. 2.20 Supplemental Pay Item 20 — 24" SDR 26 PVC: This pay item shall consist of the installation of 24" SDR 26 PVC pipe by open cut construction methods in conformity with the lines, grades, and materials shown on the plans. Measurement and Payment shall be made on the basis of the bid price per linear foot and shall be the total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work, including excavation, trench shoring, installation of pipe, backfill, blocking, concrete encasements, disposal of any excess material, and other items. 3. Clean -up of the site and disposal of excess material: Clean-up of the site and disposal of excess material shall be considered incidental to, and part of, the above pay items without separate payment. 5 -10 Description of Pay Items