Loading...
HomeMy Public PortalAboutORD13338 BILL NO, 2001-160 SPONSORED BY COUNCILMAN Jackson ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH HUFFMAN, INC., FOR WALNUT STREET PUMP STATION CONSTRUCTION. WHEREAS, Huffman, Inc. has become the apparent lowest and best bidder on the Walnut Street Pump Station Construction project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of Huffman, Inc. is declared to be the lowest and best bid and is hereby accepted.. Section 2. The Mayor and City Clerk are hereby authorized to execute an agreement with Huffman, Inc. for Walnut Street Pump Station Construction, • Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from and after the date of its passage and approval, Passed:_ __ `/ r,'�''.. Approved: <�- /�TC`� _- Presiding Officer Mayor ATTEST: APPROVED AS TO FORM: City Clerk City Counselor . ... IT APR 1 1 7002 ACORD CERTIFICATE OF LIABILITY INSURANCE 1 03/28/200 Y) - TM U3/31/20U3 ; 03/2$/2002 PRODUCER �- V — - THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION LOCKTON COMPANIES ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 444 W.47TH STREET,SUITE 900 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. (816)960-9000 _ KANSAS CITY MO 64112-1906 INSURERS AFFORDING COVERAGE INSUaeD HUFFMAN,INC, wsURERA: ST, PAUL FIRE AND MARINF 12645 PO BOX 279 INsulirn B. NOIZT E'RN_1N,SURANC.I POPLAR BLUFF MO 63902-0279 INSURER C:01 I IQ CASUA LTY GIZOUI'._-_. _.._..._.__...... IN,urtr.rt n _ INSURER E COVERAGES J►.) THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TIIE 114SURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WIT(I RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE At-FORDED BY THE POLICIES DESC13111ED I(CRCIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND C014DITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. II C EXX IN R! TYPE OF INSURANCE `POLICY NUMBER DATE(MMIDb/YYjE PDALTE jMM,DDlYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE 1,000,000- 13 X COMMERCIAL GENERAL LIABIIJTY CON508,10983 03/3112002 03/31/2003 FIRE DAMAGE(Any one fae) CLAIMS MADE i X OCCUR'. MED EXP(Anyone person) •Z - i O�OCnO X CONTRAC"('UAL LIABILITY! _...-__-----_.._______....__,_ i PERSONnL 8 ADV INJURY I GENERALAGGREGATE -- GEN'L AGGREGATE LIMIT APPLIES PER:! PRODUCT'S-COMP/OP AGG 2000,000 __ PRO- POLICY X JECT I LOC Q �AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT I r (Ea accident) ( S 1 0110 000 X �nrJYnuro I CUN50�411).l.. 113/31/00.. U3/31/..003 ' I ALL OWNED AUTOS BODILY INJURY . . i SCHEDULED AUTOS INSUPA� R (Per person) (� I HIRED AUTOS / BODILY INJURY X�1 NON-OWNED AUTOS / (Per accident) 1 PROPERTY DAMAGE (Pet accident) XXXXXXX GARAGE LIABILITY AUTOONLY•EA ACCIDENT: 1 1 XXXXXXX ANY AUTO NOTAPPLICABLIi OTIIErtTHAN CA ACC 1,_ �XXXXXX I I AUTO ONLY; AGG a\XXXXX^~ EXCESS LIABILITY EACH OCCURRENCE C !OCCUR y 10,000,OQO __. ..._.... _..- ------- - +X CLAIMS MADE 13X05294 1733 03/31/2003 AGGREGATE i 10 000 000 UMBRELLA ...._.. ..... g.....XX�.\\\X .._.. DEDUCTIBLE FORM g \\ X X\X RETENTION —% XY.XXXXX 13 WORKERS COMPENSATION AND 7050539213 03/31/2002 03/31/2003 X .WC'II"U n1•, TORY.LIMITS.;..__._.:Gfi...:..._._..._.------- EMPLOYERS'LIABILITY E.L.EACH ACCIDENT C.L. DISEASE-EA EMPLOYEE V` .E.L.DISEASE-POLICY LIMIT 1 y I'O00 000 A (OTHER IN108 01.143 113/312002 0313112003 I SD/RNTD I;QI'1'595.000,2,500 DED, IiQl11P�1GN'I'!141JILUIsRti RISK 'H/R III.KT I,NIT,AL RSK 2,500 DI:I)'XI'T 50,000FLD25,000QK DESCRIPTION OF OPERATIONS/LOCATIONStVEHICLESIEXCLUSIONS ADDED BY ENDOItSLMENTISPECIAL PROVISIONS CITY bl-'JEFFERSON C'ITY(OWNEW AND SVERDRUP CIVIL,IN(' ( ARUI11.1 N'l)ARI;ADDITIONAL INSURI'DS, I((::WALNUT ST 1'1JM1' STATION CERTIFICATE HOLDER ADDITIONAL INSURED:INSURER LET TER: CANCELLATION III 1 I I I I 1115274 LHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF JEFFERSON CITY,MO DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL () DAYS WRITTEN 320 EAST MCCARTY ST JEFFERSON CITY M065101 NOTICE TO 1HE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTA(IVES, AUTHORIZED REPRESENTATIVE Jf, ACORD 25•S (7197) �� ( 1 ` ®ACORD CORPORATION 1988 •�aRr vi IMPORTANT If the certificate holder is an ADDITIONAL_ INSURED, the policy(les) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION 1S WAIVED, subject to the forms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does riot constitute a contract between the Issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. . ♦.ww�.1.,a.'r';l•.1.•..vr.t�aw.J VrN"''IMirvrM • +rr..+.u+V•<:.nry.rr¢a✓•MNMttkMtnfA�'L',Mf Y APR 2 1 2aa2 i DATE(MM/DDfYY) ACORD,. CERTIFICATE OF LIABILITY INSURANCE 03/31/2003 i 03/28/2002 PRODUCER _ - THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION LOCKTON COMPANIES ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 444 W.47TH STREET,SUITE 900 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, (816)960-9000 KANSAS CITY MO 64112-1906 INSURERS AFFORDING COVERAGE INSURED HUFFMAN,INC, msuRCRA' ST, PAUL 1�IRF,AND MARINE; 12645 PO BOX 279 INSURER B POPLAR BLUFF MO 63902-0279 lrlsula;R C: 01110 CAS IJA LTY.G ROL11P..-.- INSORFIt D: INSURl COVERAGES JD R E THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TI IE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRAC I OIl O'rHf_R DOCUMENT WI II-I RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY T1 IE POLICIES DESCRIBED I IEREIN IS SUBJECT TO ALL 1I IE TERNIS,EXCLUSIONS AND CONDIT10145 OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSRR TYPE OF INSURANCE POLICY NUMDER _uOLIC(EM 1)ttryl'�lE D TC 1M PDDfYY) LIMITS GENERAL LIABILITY �TF M V C EACI(OCCURRENCE I,000,o0o 13 1X l COMMERCIAL GENERAL.LIARII.ITY (701N 50840983 030 1/2002 03/31/2003 FIRE DAMAGE(Any one fire) T 100,000 I CLAIMS MADE X OCCUR:: MI D EXI (Any one Person) 1 0,000 Ix i C01J'I'kA("I'ILV.LIAIiII.I"I'1', PLRSOIJAL6ADVIN.IUF2Y 1 (,(100,000 _. ._-.... ---- GENERAL AGGREGAT[ 7.,000,000 j GEN'L AGGREGATE LIMIT APPLIES PER-: PRODUCTS•COMP/OP AGG 2,000,000__.._.. f POLICY I X I, P_ • I LOC AUTOMOBILE LIABILITY COMBINED SINGLE I IMIT B I X ANY AUTO CON50840942 03/3112002 (13/31/2003 (tianrcdenq I S 11(1(10,000 ALL OWNED AUTOS t XXXXXXX I BODILY INJURY i SCHEDULED AUTOS (r'er per::orq 1 1 HIRED AUTOS 1 DOUILYItJJURY L XXXXXXI NON•OWNED AUTO3 (Per accidenl) PROPr_RTYUAMAGF y XXXXXXX (f'cr acodenl) GARAGE LIABILITY AUTO ONLY•CA ACCIDENT ANY AUTO NOTAPPLIC'ABLI: onlElT'rIInN EA ACC . XXXXXXX i AUTO ONLY: AGG XXXXXXX EXCESS LIABILITY EACII OCCURRENCE y 10,000,08(1 c X f OCCUR CLAIMS MADE (3X(152941733 03/111211112 03/31/2003 nvGREGAIE 1... 10,000,000 XxXX C xxx F-71 UMBRELLA _ DEDUCTIBLE FORM . _ - .:Z _ ... .... ..__.. ..... RETENTION T, - ti XXXXXXX 13 f WORKERS COMPENSATION AND TC35053`1213 10131/2002 03/31/2003 To(tiY.Al MlT5:. _-'ER EMPLOYERS'LIABILITY E.L.EACH ncclDr:Nr .-..... b ....... 1-,(1(10,000 11._DISEASE•[A EMPLOYEE ;, 1.,000,000..__. L.DISEASE•POLICY LIMIT i Z I,000 000 A (OTHER INIIIS5U11.0 03/31/2002 031311200, I.SI)/IZN'l1)FQI'L5')5.000,2,500!)I:I), EQUIPMENPlitJIl.l ERS RISK RrR III.K'I LMT.AI,KSK 2,5(K)1)I:I)INI''I' 50,000FI.I U25,0ooQK I ' DESCRIPTION OF OPERATIONSI LOCATIONSA/E-HICLESIC•XCLUSIONS ADDED BY Lf40ORSEMLNT/SSPf.CIAL PROVISIONS CITY OF JliFFF.RSON CITY(OWNFR)AND SVI'. ARIA'(')VII ,IP:('.(AW-111 I L-t°r)ARE AI)1)1'IlONAI.INSIJRFDS.RI::\VAI.NI1'I'ST Ill)NI P STA'T'ION CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION 1118274 SHOULD ANY OF THE ABOVE D3SCRIDED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF JEFFERSON CITY,MO DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL J_o_ DAYS WRITTEN 320 EAST MCCARTY ST JEFFERSON CITY MO 65101 NOTICE TO THE CERTMr:ATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGA I,ON OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES._ AUTHORIZED REPRESENTATIVE ACORD 25•S(7197) m ACORD CORPORATION 1988 W.'.V -,4 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed, A statement on this certificate does riot confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid No. 1987 - Walnut Pulnp Station - Comill till ity Iacveloplllcnt - Wastewater Opened on December 20,2001 BIBS RI.:CFIV1-?I): l luf`I'man, Inc., Poplar 1 UIT, IMO $5,854.000.00 Goodwin 1.31'oS. CollStRICtioll. 0-\'S1al (•itv, NIO $6.528,000.00 Robinson Nlechallical Contractors. PC!'ryVillc. NIA $7.199.000.00 Cial'lll'y Companies. Inc.. K lllsas (.,Ity. NIO $8.893.000.00 One other bidder was pre-(lualilied, hill did 1101 return a hie(. FISCAL, NOT : 6400-0800-7310-0012 - Sc\ cr(q,c Sys. Revenue Bond 2001-2002 L',udgCt New `Valnuf Pump Slation 53,700.000.00 I;Npen(IC(I -0- lncumhcred -0- Bid 1087 $5.854.000.00 Balance ''(- $1154.000,00) *Funds will be tl',tllS1l.'1'1'Cll li'unl the Dept. of Natural Resources/S1,l1e RCV0IVillLL1 fr.tnd ball I)I'Ogl-itlll U11COtllillilled balallCC in the consu• ICtioll aCCO1111t. A s11pplenlenta1 appropriation Will be requested liar budget purposes. PAST PI RFOR.NIANCT": The City does not have prior experience With this bidder. PIc-g11alil1calion oChidders was a reiluirenlent tilt this bid. I he cninccr and stal'i'helieVe that this hid(Icr will perli)rn1 the work as spcciIled and bid. R1 CONINlPINDATI0N: It is the recommendation ol'stalTand the engineer to awal-d this hid to I WIT11utll. Inc, 01' Poplar 131111'1', IRfIO in the amount of"$5,854.000.00. M-I'ACFINII N'1`8 - SUPPORTING I)OC'L►III N"f�\'PION "1'ahulation of Bids. Recommendation C- Signat11r' ti-t.c f hlll'ChaS Il QCIII w 1)Il'C' 'l(lr ( �l1 N 11 I^'�' Development, ` �` I lll1 t nit� I ev elopm(nt interoffice M E M O R A N D U M To: Mayor Tom Rackers Members of the City Council l From: Patrick E, Sullivan, Director of Community DevelopmenC ! l' Thru: Steve Schlueter, Director of Finance Date: January 9, 2.002 Subject: Review and Recommendation of Bids on the Walnut Street Pump Station Bids for the above referenced project were received and opened December 20, 2001, Four of the five pre-qualified bidders submitted bids on the projects as follows: Garney Co. $8,893,000 1,69.1,000 Robinson Const. $7,199,000 40 671,000 Goodwin Bros. Const $6,528,000 674,000 Huffman, Inc. $5,854,000 ... 3,039,000 The engineer's estimate on the project was $4.4 million. The higher than anticipated bids and the wide variation in values (italicized) moved us to do more analysis than normally would be done. Specifically, we asked the bidders to share with us components that went into the total bid to see if there was a common element that resulted in the extremes in bids and also if the low bidder submitted a bid that would present problems if awarded. The wide variation was common to the sheeting/shoring/bracing excavation and dewatering and what River elevation would be during construction. The other element which affected cost was the site constraints and scheduling of materials and equipment with limited storage area, Based upon this analysis and remarks from bidders the risk and risk tolerance at this site was the biggest factor affecting the bid amount. The equipment alternates (see bid tabulation sheet) were reviewed and found no t be in compliance with the specifications and therefore not accepted, Staff and engineer recommend awarding the bid to Huffman Inc., in the amount of $5,854,000. TBJ:PES:as DID TABULATION Project: City of Jefferson,Walnut Street Pump Statlon 00 Opening: December 20,2001,2:00 PM Goodwin OroUrore W.A.Ellis Item Oame Can 9n Conslnrcl6xl Co. Huffrnnn Inco orated Robinson Const Moon Consinidlon Co, BASE DID $0,8(33,000 $6,520,00() $5,040,Or)n $7.104,000 DID NOT BID UNIT PRICE FOR PETROLEUM IMPACTED SOIL $:10.00 1d _ $6.00/yd $5.00/yd COST FOR PETROLEUM IMPACTED SOIL BASED ON 100 CU YDS $30,000 501000 SfMxvJ $5,000 i TOTAL BID PRICE 00,003,000 $0.520,000 $5,054,000 $75100,000 DID NOT BID ALT 1 ALTERNATE SUBMERS, ($50,000)•ADS SEWAGE PUMP MANUF, no bid $35(YJO •ADS _�f,5�,�•ADS __($5,000)•KSB ALT 2 ALTERNATE VFD MANUF no bid ($70,000)•Roblcon 55,000 •Rablcon $50,000 •Robicon ALT 3 ALTERNATE MCC MANUF. no bid no bid no bid %bld ALT 4 ALTERNATE SWITCH. GEAR MANUF. no bid no bid no bid no bid ALT 5 ALTERNATE UNIT SUB- STATION MANUF. no bid no bid no bid no bid ACKNOWLEDGE RECEIPT OF ADDENDUM NO.1 Yes Yes Yes Yes ACKNOWLEDGE RECEIPT OF ADDENDUM NO.2 Yas Yes Yes Yes ACKNOWLEDGE RECEIPT OF ADDENDUM NO.3 Yes Yes Yes Yes DID FORM SIGNED Yes Yes Yos Yes DID SECURITY Form of Old Security Did Bond Bid Bond Did Bard Dirt Bond Amount 5'%of Total Amount Bid 5',6 of Total Did Amount 51.of Amount Bid 596 of I olal Amount Did Bond Date 12!202001 12/20x'001 12120!2001 12!20/2001 Surety Signature Yes Yes Yes Yes AIF Signature Yes Yes Yon Yes Power of Ally.Attached Yos Yes Yon Yes Surely on Cur,.570 Yes Yes Yes Yes LIST OF MAJOR SUBCONTRACTORS 1.Eanflwork Sell Self Sulf Self 2,Concrete Self Solt Sell Sol( 3.Mechanical Environmental Eng. Environmontal Eng. Sall Sell 4.Electrical Meyer Moyer IV3 Meyer 5.Inslr.d Controls Mayor/R.E.Pedrotti R.E.Podrolu N.E.Pedrottl R.E.Pedrdtli LIST OF MAJOII EQUIPMENT MFGRS. 1,Odor Control System Calgon Callon Callan Callon 2.Soplacla Acceptance Unit Parkson/H cor Parlaon H au Hycor MINORITY d WOMEN NONE LISTED AAI(doors) Midwest Sleet 8 Rebar NONE LISTED BUSINESS St.Louis,MO Neca,MO ENTERPRISE WBE WBE": UTILIZATION $15,000 $110,000 Irin:eys Elac.Supply WBE $50,000 E.C.York(hauling) Jefferson City,MO WOE $Gfi,QO(l 96 Utilization 0% 2.00?6 I AYj 6 0% CERTIFICATION REGARDING DEBARMENT, SUSPENSION,and OTHER RESPONSIBILITY MATTERS SIGNED Yes YON Yet; Yes CERTIFICATION OF NON. SEGREGATED FACILITIES Yea Yes Yes NO Ufto 0 B S Sverdrup CIvII, Inc. 501 North Broadway St, Louis, Missouri 63102 U.S.A. 1.314,335.4000 December 9, 2001 Log No. 14199-382 Mr. Thomas B. Jones, P,E. Wastewater Utilities Division Director City of Jefferson 320 East McCarty Street Jefferson City, Missouri 65101 Subject: Bid Evaluation City of Jefferson, Missouri Walnut Street Pump Station MDNR Project C295401-01 Dear Toni: On December 20, 2001 the City of Jefferson received four (4) bids for the subject project. The bids have been tabulated and a summary of base and total bids are shown below. A detailed bid tabulation is attached for your information. Bidder Base Bid Total Bid 1. Huffman Incorporated $5,846,000 $5,854,000 2. Goodwin Bros Construction Co. $6,520,000 �i $6,528,000 3. Robinson Construction $7,194,000 $7,199,000 4. Garney Company $8,863,000 $8,893,000 The fifth pre-qualified bidder, W. A. Ellis Construction Company, did not bid, The engineer's estimate of the base cost was: $4,385,415. The base bid is the amount of the construction contract. The total bid includes the unit cost of moving 1000 yards of petroleum impacted material, Should this material be encountered during construction. For example, Huffman Incorporated (low bidder) will construct the Walnut Street Pump Station for $5,846,000. If petroleum impacted soil is Jacobs Enginooring Group Inc, Tom Jones January 9, 2002 Page 2 of 3 encountered, Huffman will be paid $8.00 a Cubic yard over the $5,846,000 to move it. If no impacted soil is encountered, there will be no extra payment. Following is a summary of our review of the four (4) bids: 1. Huffman Incorporated All bidding requirements were met. Huffman listed one WBE firm in their bid for a total of $110,000, a 1.9% utilization. Huffman offered ABS as an alternate manufacturer for the submersible sewage pumps for a deduct of $50,000; and Robicon as an alternate manufacturer of VFDs for a deduct of $50,000. 2. Goodwin Bros. Construction Company All bidding requirements were met. Three WBE firms were listed in the bid for a total of $131,000, a 2.0% utilization. Goodwin offered ABS as an alternate manufacturer for the submersible sewage pumps for a deduct of $35,000; and Robicon as an alternate manufacturer of VFDs for a deduct of $70,000. 3. Robinson Construction Robinson did not return a signed copy of the Certification of Non-Segregated Facilities but met all other bidding requirements. Robinson did not list any MBE/WBE firms in their bid. Robinson offered ABS as an alternate manufacturer for the submersible sewage pumps for a deduct of$50,000; KSB as an alternate manufacturer for the submersible sewage pumps for a deduct of $5,000; and Robicon as an alternate manufacturer of VFDs for a deduct of $70,000. 4. Garney Company All bidding requirements were rnet. Garney did not list any MBENVBE firms in their bid. Garney did not offer any alternate equipment manufacturers. Bids were evaluated in comparison with the Engineer's estimate. Several of the bidders provided a breakdown of the major components of their bids. Costs for many of the components were generally comparable except for sitework. Estimates for sitework are the major cost variation between the Engineer's estimate and the bid prices and also between the bidders themselves. The portions of the site work involving excavation support, dewatering, yard piping, and bypass pumping vary considerably between bids. m Tom Jones January 9, 2002 Page 3 of 3 Where one estimate might have a low number for dewatering, another might have a very high number. This type of spread indicates varied assumptions as to what is needed and leads to significant contingency in the estimates. Apparently, all of the contractors added significant dollars to cover their interpretation of the risk. Because each of the bidders were working independently to develop their lowest bid, the similar pricing for most components indicates that the bids for these items are at the low end of what could be expected from the pre-quulified bidders. There was no indication that rebidding by the pre-qualified firms will reduce the bid price. Typically with a bid spread like this, the bids tend to converge on rebidding, with the low bid being somewhat higher and the higher bids being somewhat lower. Based on our review of their bid and considering all the bidders were pre-qualified by the City of Jefferson, we recommend the Walnut Street Pump Station project be awarded to Huffman Incorporated as the lowest, responsive, responsible bidder. Huffman incorporated offered alternate equipment bids for ABS pumps and for Robicon variable frequency drives (VFDs). The alternates were evaluated against the specifications. It appears that much if not all of the lower cost is achieved by alternatives to the specifications. The alternates offer less performance and lower safety factors than required by the specifications. After comparing the alternates to the base bid Flygt pumps and Allen-Bradley VFDs we believe the base bid equipment will provide the lower life cycle cost and therefore the better value. It is recommend that the alternates not be accepted. As you know, award of the bid is subject to review and approval by the Missouri Department of Natural Resources. Sincerely, SVERDRUP CIVIL, INC 940r� e //'4/ -- Richard C. Vedder, P.E. Program Manager C Mr. Darrell Barber, MDNR r DID TABULATION Project: City of Jefferson,Walnut Street Pump Station Did Opening; December 20,2001,2:00 PM Goodwin Bmthers W.A.Ellis Itom Game Compnny Consin:ction Co. Huffmnn Incur rnted Robinson Construction Construction Co. BASE BID $8,803,000 $0,520,000 $5,844,000 $7 f94.000 DID NOT DID UNIT PRICE FOR PETROLEUM IMPACTED SOIL $30.000 yd S8.00/yd $0.00/yd $5.00 1yd COST FOR PETROLEUM IMPACTED SOIL BASED ON 1000 CU YDS $30,000 $8000 $8,000 $5.000 TOTAL DID PRICE $8.893,000 $6,528,()00 Vl $5,854,000 $7,199,000 DID NOT BID ALT t ALTERNATE SUBMERS. ($50,000)-ADS SEWAGE PUMP MANUF. no bid ($35,000)-ADS 550,0001-ADS ($5,000)-KSB ALT 2 ALTERNATE VFD MANUF. no bid ($70,000).Robicon $0 000 -Robison $50 000 •Rabicon ALT 3 ALTERNATE MCC MANUF. no bid no bld no bid no bid ALT 4 ALTERNATE SWITCH- OEAR MANUF. no bid _ no bid no bid no bid ALT 5 ALTERNATE UNIT SUN- STATION MANUF. no bid no bid _ no bid no bid ACKNOWLEDGE RECEIPT OF ADDENDUM NO.1 Yes Yes Yes Yes ACKNOWLEDGE RECEIPT OF ADDENDUM NO.2 Yes Yes Yes Yes ACKNOWLEDGE RECEIPT OF ADDENDUM NO.3 Yes Yes Yes Yes BID FORM SIGNED Yes Yes Yes Yes BID SECURITY ' Fort of Bid Security Bid Bond Bid Bond Old Bond Bid Bond Amount 5%of Total Amount Did 5%of Total Did Amount 5%of Amount Did 5%of Total Amount Bid Bond Date 12/20/01 12/20/01 12/20101 12120/01 Surely Signature Yes Yes Yes Yes A1F Signature Yes Yes Yes Yes Power of Ally.Attached Yes Yes Yes Yes Surely on Circ.570 Yes Yes Yes Yes LIST OF MAJOR SUBCONTRACTORS 1 Earthwork Self Self Self Self 2,Concrete Self Self Self Self 3,Mechanical Environmental Eng. Environmental Eng, Self Self 4.Electrical Mayer Moyer R/S Meyer 5.Instr.d Controls Mayer/R.E.Podrottl R.E.Pedrottl R.E.Pedrottl R E.Pedrottl LIST OF MAJOR EQUIPMENT MFGRS. 1.Odor Control System Calgon Calgon Calgon Calgon 2.Septa a Acceptnnce Unil _ Parkson/Hycor Parkson Hycor 1-1 cor MINORITY 6 WOMEN NONE LISTED AAI(doors) Midwest Steel Z Rebar NONE LISTED BUSINESS St.Louis,MO Nlxa,MO ENTERPRISE WOE WBE UTILIZATION $15,000 s110,000 Finleys Elec.Supply WBE $50,000 E.C.York(hauling) Jefferson City,MO WBE $00,000 %Utilization 0% 2.00% 1,90% 0% CERTIFICATION REGARDING DEBARMENT, SUSPENSION,and OTHER RESPONSIBILITY MATTERS SIGNED Yes Yes Yes Yes CERTIFICATION OF NON- SEGREGATED FACILITIES Yes Yes Yes NO e BIDDING AND CONTRACT DOCUMENTS r. WALNUT STREET PUMP STATION t f01' CITY OF JEFFERSON MISSOURI MDNR PROJECT 0295401-01 March 2001 s v'`# j I �bt Sv®rdrup yw t t . DATE IMM/DD/YYI ACORN. E:tER I I; AT OF LIABILITY `tNSUr RAN' C /12/2002 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Helmsman Insurance Agency, Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE g Y HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Woodfield Lakes - Suite 300 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 0 North National Parkway _ COMPANIES_AFFORDING COVERAGE� chaumburg, IL 60173 r COMPANY - 847 240-7440 _� � ________v_•__ _-_•-• �_.______._l_.._-A._Ame_ric ,n Horne Assurance Company INSURED COMPANY Huffman, Inc . B P. O. BOX 279 1 COMPANY Popler Bluff: , MO 63902-0279 C COMPANY D COVERApES: : '� IEEE• : . . �—�-_ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIRE-MINT, TERM OR CONDIT1014 OF ANY CONFRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE !NSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. .... ....__--.. ___._._._._.._._._....-._-.... ._..._...... _....._.._._--.IEEE _IEEE•-__.._._....----•ERIE— �_ CO TYPG OF INSURANCE POLICY tJI1MBFR (POLICY EFFECTIVE 'POLICY EXPIRATION LIMITS LTR OATr IMM/DD/YYI I DATE IMM/DD/YYI -' GENERAL LIABILITY I _ GENFRAI AGGREGATE COMMERCIAL GCNERAL_UAHILITY PRGDUCTS COMP:UP CLAIMS MADE C-) OCCUR I PERSONAL&ADV INJURY S - OWNER'S h CONTRACTOR'S PROT EACH OCCURRENCE f FIRE_DAMAGE(Any a___--_ � FIRE DAMAGE(Any ono hro) f I IvIED EXP(Any ono pnmon) S AUTOMOBILE LIABILITY ANY AUTO ! COMBINED SINGLE LIMIT 16 ALL OWNED AUTOS BODILY INJURY S SCHEDULED AUTOS I I IPnr person) HIRED AUTOS BODILY INJURY NON-OWNED AUTOS I (Pnr occirluntl I ._-_ •_.- .._._._...._.. _-- i I PROPERTY DAMAGE S GARAGE LIABILITY i I AU10 ONLY•TA ArCIDENT S ANY AUTO LTO ONLY; _ ._-. _.. .._.__..____-_-_.--.._._.._._.--_IEEE.I EACH Af_CIDEt1T 4 4 , _ __ AGGRCOA7E ! f EXCESS LIABILITY I � EACH OCCURRENCE A 1,-0 O O , 0 0 0 4._-... . _ ..._RR. --`�EEE-._.._- A }� UMBRELLA FORM 113E 871-40-03 CU ! 3/31/011 3/31/02 AGGREGATE. f OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND WC STA'fU I 1U1'H• EMPLOYERS'LIABILITY � TOL1Y_L1ML1S..1.___Ef ..._._ ..._..__. EL EACH ACCIDENT..-_-_--l__ f _THE PROPRIETOR/ PARTNERS/EXECUTIVE IfJCL !_.EL.DISEASE•POLICI'LIMIT S --� OFFICERS ARE: `EXCt. 1 EI.DISEn�E•EA EMPLOYEE S OTHER — - — I DESCRIPTION OF OPERATIONS ILO CATIONCIVEHICLES/SPEC IAL ITEMS �T ADDITIONAL INSURED : CITY Or JEFFERSON, MO & SVERDRUP CIVIL, INC , RE : WALNUT STREET PUMP S'T'ATION CERTIFICATENOLDER 00.044 CANCELLATION CITY OF JEFFERSON, MISSOURI SHOULD ANY OF THE ABOVE DESCRIBED POLICJrs BE CANCELLED BEFORE THE 0 EAST MCCARTY STREET EXPIRATION DAIS TIIERrOr, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL FE1tSON CITY, MO 65101, _Q DAYS WRIT1-rN NOTICE: '1'0 THE cr.RTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILIIRL 'TO MAIL SUCH NOTICE SRALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KINQ UPON 111E COMPANY, ITS AGENTS OR REPRESENTATIVES. AUrll(11lI1EC11 kP .iEN1ATIVE 0 ACORD'2fi•S (1l9S) � 0 ACORD CORPORATION:1988 ': ACORD,,, CERTIFICATE OF LIABILITY INSURANCE � DATE 002 Iw 03/31/2U(12 � U2/11/ZU02 PRODUCER THIS CERTIFICATE'IS'ISSUED AS A MATTER OF INFORMATION LOCKTON COMPANIES ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 444 W.47TH STREET,SUITE 900 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. (816)960-9000 __.-_._._..._..__. .............._.__...__ KANSAS CITY MO 64112-1906 INSURERS AFFORDING COVERAGE INSURED HUFFMAN,INC. INSUItLrtn X'I', PAI11,FIRF, ANI) NIARING 12649 PO BOX 279 INSUNCIt II POPLAR BLUFF MO 63902-0279 _. ......_ .__...... ........__._._..._. .._.....�.. IIJ!i11RFft C IN;1111LH(.) INSIIftIrRl _ COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE I'OR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT, TEPM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED I IEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS), ��yy _ CC �x( INSRR TYPE OF INSURANCE POLICY NUMBER DALfE(MM1gLYKY)L IOAi[(MEd/DO/YYI� LIMITS GENERAL LIABILITY EACII OCCURRENCE b XXXXXXX_—. I COMI.1E-RCIALGENERALLIABILifY NOTAPPLICAlil,F FIRE DAMAGE(Any one fire) CLAIMS MADE OCCUR MFD EXI'(Any one person) PLRSONAL N.ADV INJURY S XXXXXNX GENERALAGGREGATC GEN'L AGGREGATE LIMIT APPLIES PER PRODUCT S-COMP/OP AGG b POLICY %C(' LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIfdlf S xxxxxxx ANY AUTO NOT A I'PI.1Ci\111.1: Ir a accident) ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS IPer poison) b N HIRED AUTOS DODILY INJURY J NON•OWNEDAUTOS (Pernccidenl) XX'X`XXX - { PROPERTY DAMAGE 1 ( (Poraccident) S XXXXXXN !GARAGE LIABILITY AU 1 O ONLY-EA ACCIDENT b XX I I ANY AUTO NOT AI'I'l,IC'AIIl.l's onuatnlnrJ EA ACC ,.b. XXXX\XX_. ALITOONLV. AGG ! XXXXXXX EXCESS LIABILITY [-AGII OCCUFtHENCL" b XXXXXXX occuR i CLAIMS MADE NOTAI'I'1.1CAI11.F i U b-.. .NXXXXXX - i a UMBRELLA DEDUCTIBLE FORM b \XXXNxX RETENTION S XxxXXXX WORKERS COMPENSATION AND N 0 A Pill,ICAI11,1? ^� wC SfAfU• 0111. EMPLOYERS'LIABILITY 1011Y.LIrr11TS.. _Cli [:A. f.Aa1ACC1Drtjr ; y NXXXXXX_ j F.L DISEASE-VAEMPLOYEF b XXXXXXX___ . E L DISEASE•POLICY LIMIT b XXXXXXX A IOTHER 111URi1)1.1.11 I)lt1j; 001 111 111ii(I 11LAN'KI{'1'IAMITS21,N)0. 00AI.I.RISK. Huildcrs Itkk S',SUU DVD EXCH'1'F:5,00011,00IYEAWNIQUAKIi I DESCRIPTION OF OPERATIONSI LOCATIONSIVEHICLESIFXCLUS10N5l DDED BY ENDORSEMENfISPI:CIAL PROVISIONS CITY(71'Jfa'I-*I?1(SON C'I•I'1'(U\VNlifl)ANI)S\'lil(E)I((?I'('1\'fl ,IN('.(AI(('I1I I L('O ARL ADI)I E 1ONAI INSHRI{t)S. CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION 1118274 r SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF JEFFERSON CITY,MO GATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL ���� DAYS WRITTEN 320 EAST CITY M O 6 5101 C NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,QUT FAILURE TO DO SO SHALL M JEFFERSON 6 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENT_ATIVES. A i Q_IZED REPRESENTATIVE (- ^.`! i�..rf / f� ter` •�-�' ACORD 25•S(7197) o ACORD CORPORATION 1988 �.�. —�� ('crtilfeulc ul'Inxursulct. 4 ��_ Y� I It Is eel diielite is issued its it nnatter of unfitmwiion only and coil IVIS no blasts upon you the CC) ificate IndWet, This eel Iilicale is 1101 sun i11 Sill nnue policy and dOCS not intend, extend,or ttNer the eovet;lge nllittded by the policies listed below. _ Phiz Ix to certify that(Nitric and address of insure(i) Li ert� IIUFPIetAN,INC. Mutual► 1550 BLACK RIVGI(IND,I'K.RU. POPLAR 131.11FF.POO 61902 _ is,at the issue dale orthis c.ertiticale,insured by the Company under the pulicy(icsj tilted below. •file insurance affiaded by file listed policy(ics)is subject to all)heir terms,exclusions and conditions and is nut altered by ally sequirentew,Senn or condition ul'any contract or other document with respect to which this cetifeme ntay be issued. F.x lirallon Type I'A oration Dsde(x _ Policy Number 9 V__^ v Lbnits of Liability Continuolls' 3/31/02 WC'2-1 11-•133258•01 I Coverage afforded under•WC hate of _ Employers Listbllily Extended the fullowbig States: Bodily Injury fly Accident —d,X Policy Term At Alt,KS,MU, I $1,000,000 Elicit Accident _ Bodily Injury By Disease `61,000,O00 Policy 1111111 Workers Compensation Bodily Injury fly Disease $1,000,000 Each Person 3/31/02 J 112-141-433258-02 1 General Aggreple-Other Ihan Prod/Complefed Operations Gelleral Liability $2,000,000 Irodue(s/Conlplefed Operations Aggregate Claims eta I $1,0(1(1,000 Occurrence fioddy Injury and Property Dar11age Liability Per $1,00(1,(10(1 Occurrence E Metro Date Personal and Adve•(ising Injury Per Person/ I,1)(10,(100 Or+anizatlon Other L.lahilify Other Liability 3/31/02 AS I-1.11-433258-1131 Kash Accident-Single Hillis - B. I.and 11, 1).Combined Automobile I.islbility sI'(wo,(1OO P'aeh Person x Uwncd Nun-Owned I?ach Accident or OCCllr•1•l'llev X lured och Accident or Occin-rence C (iliNFRAL.LIAMITY INCLUDES: XCU,SI:VI;RAISIH"I l•I)P INTFRFS I l( ON I RAC IVAL HAOILITY,IIFRI'ROJEC-1 A(i(if(1 GATE APPLIES, O ADDITIONAI.INSURED: CITY OFNTFITSON,MO&SV1,141 I(I)IICIVIL, INC. M IM WALNUT STRI"A'.I•PUMP STATION 111 F, N '1' S •ll'the cetifieale expiation little is continuous or extended term,you Walt be notified if covelage Is Iesmimued or Iceiliced hefure file ceffificate expimlion dn1c. However,you will not be uolilied annually ol'thc continuation ofcoteaagc, Special Notice -Ohio: Any person Soho,with intent w defraud of l:uowiliv that he ; She is Iscilimling it baud 11painst an insurer, submits an application or files it claim containing(a fidsc or deceptive slafencnl is guilty ol'insmance fi:nnd. Importuot inliantatiun to Florida pulieyholders and cerlificate holders:III the west you have wry questions or need intimation about this ectificate for any reason,please contuel your local miles producer,whose uaote mid Icicpltonc nunther appe:u.s us she Iowet right haild comet ot'lhis ccfi0cate. The appnopriafe local sales office mailing address may also be obtained by calling this nunther. Notice O'cancellation, (nut applicable sunless it nunther of days is euleed hclo++). Oeliac the stated expiration date tine conspany will not cancel or reduce the insurance afforded under the above policies until at least 60 days notice of such cancellation has be.-It owiled to: crtillcate Holder i CITY OF JEFFERSON,MISSOURI 320 FAST MCC'ARTY S' RIT'.'1 Authorized Reprexentativc L JEFFERSON CITY NIO 65101 J Office/Phone ST. LOUIS,It1O/l I4-843.0600 Date Issued; 2118412 Prepared Hy:III, This certificate is executed by Liberty Muuwl Imwancc(iroup as tespocls such unornnce as is aaonlcd by those compames 11%10068 v ACORD,,, CERTIFICATE OF LIABILITY INSURANCE 0313112t 02 02/11/2002 PROD ucep - THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION LOCKTON COMPANIES ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 444 W.47TH STREET,SUITE 900 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, (816)9609000 KANSAS CITY MO 64112.1906 INSURERS AFFORDING COVERAGE INSURED HUFFMAN,INC. INSUHLRA ST. PAI11, FIRE ANI) NIARINH. 12649 PO BOX 279 POPLAR BLUFF MO 63902.0279 uisuru rt B INSURErt C INSUiilat i) COVERAGES THE POLICIES OF INSURANCE LISTED BELOW IIAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR 111E: POLICY PERIOD INDICATED.N01 WITFISTANDING � ANY REQUIREMENT, TERM ORCONDITIONOF ANY CONTRACT OR OTHER DOCUMENT WITH RESPI_CT TO WHICH THIS CERTIrICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND COHDIrIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INT R '� POLICY EEFPPCTIVF E'ULICCY Ex PIitATION TYPE OF INSURANCE POLICY NUMBER DATE(MMJDF)/ Y) UATC(MMIDOIYY) LIMITS GENERAL LIABILITY I"ACHOCCURRCNCE. 1 XXXXXXX__.. I COMMERCIAL GENERAL LIABILIEY NOT AI'IJI.IC'Alil.1' FIRE OAMAGE(Any one fire) 1 XXXXXXX CLAIMS MADE OCCUR MFO I-XP puny one Person) 1 - PLHSONAL&ADV INJURY 1. XXXXXXX GENFRAI AGGRCGAII= \\ XXXX 1 OEN'L AGGIlf_OATE IJtdIT APPLIES P(_Ft PRO PUG IS•COMP/OP AGG ti XXXXXXX_-- POLICY IC 10C AUTOMOBILE LIABILITY LIABILITY COMIIINED SINGLC LIMir ANY AUTO NO'I•A NIL I('A131,1 (la,nrcAnrtq t XXxr,�XX ALL OWNED AUTOS ! uO`l'fhJn,JltY 1 XXXXXXX SCIIEDULEDAUTOS R HIED AUTOS j. . BODILY INJURY 1 XXXXXXX NON-OWNED AUTOS (Per ncndenl) PROPER I Y DAMAGE II'craccident) 1 XXXXXXX GARAGE LIABILITY AIJIO ONLY,LAACCIDENT 1 X,\XXXN,X._.. ANY AUTO NO'I*APPIACAkLI: 01HUR NIAN LA ACC : 1 XXXXXXX nulc,ONLY AGG xXXXXXX EXCESS LIABILITY L'ACIIOCCURRFNCC 1 NXNXNNX OCCUR CLAWSTIADI NOI'AI'I'I.IC':�lil.l'. AGr;NIGAII 1 XXXXXXX } XXXXXXX DEbUCII UMBRELLA 1 N`\"N_.`... _ I BLG L._J FORM •._,•... RErEN'NON 1 T---�1 XXXXXXX we slAn) cllti• WORKERS COMPENSATION AND N(YI•APPI]CAIEI 1'• IUIt'{l.iM1!IIS .LR ; Eh1PLOYER3'LIABILITY (A 1 ACI I ACCIOCrI T S X X X X XX N I I NI5I ASL•LA CMPL()YrI?, ti XXXNNXX__. L1. IWWASF-POLICYLIMIT 1 XXXXXXX A :OTHER IM01001•1-13 0u31 20ul ( .1!11 1200). IWANKEI IIMII"b;O,000.000A!LRISK. Huillicrr Ri,E, i?,500 DED I XCI.I'1 $'5,000 F1,001PLAR I-I IUI)ARIi DESCRIPTION OF OPERATIONSILOCAIIONSIVLHICLESIf:XCLUSIONS AIJDED BY LNDOR.')I:MLNTISPECIAL PROVISIONS CITY OF JI:I'I'I?IZSON CITY(OWNER)ANI)SVI KI)ld II'l'IVII ,INC,I ARCIfl I IV F)ARI.AIJ1)I I IONAi,INS(110-A IS. CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LF:rTER! —�_ CANCELLATION I I 1 I H 1118274 r SHOULD ANY OF IFIC ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF JEFFERSON CITY,MO DATE THEREOF,TIIC ISSUING INSURER WILL ENDEAVOR TO MAIL •10_. DAYS WRITTEN 320 EAST MCCARTY ST NOTICE TO THE CERTIFICATE HOLDER NAMED 1'0 T11E LCFT,BUT FAILURE TO DO SO SHALL JEFFERSON CITY MO 65101 IMPOSE NO OBLIGATION Oil LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR ftCPR- [E — TIVES. AUTHORIZED REPRESENTATIVE ACORD 25•S(7197) ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL. INSURED, the policy(les) must be endorsed, A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s), If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement, A statement on this certificate does riot confer rights to the certificate holder In lieu of such endorsement(s), DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the Issuing insurer(s), authorized representativ9 or producer, and the certificate holder, nor does It affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon, Ccrlilicale of Insurtutcc this certilicale is issued as a matter of iniminalion only and conl'els nu tights upon 1um the ecrtilic:ue huldel, This(elllticate is not an insurance policy and does not amend, extend,or alter life coverage afforded by the policies listed below, This Is to certify Ihfil(Nonce find address of losurcd) Liberty Ilurrrv,nN,INC. Mutt aLm 1550 BLACK RIVi'sR IND.I'K.RU, POPLAR 111111'1',MO 631702 _ is,fit the issue dale of this certificate,imarcd by the Company under the pulicy(les)listed below. The insurance uliimicd by the listed policy(ies)is sultlecl to al:their tents,exclusions and conditions and is not alrared by any rcquitemenl,term or erudition ot'any commet or other documenl with respect to which this cellificate may be Issued, _ Ex I,rill III) 's,)e _ L:x ►pir•allol I)nlc s Policy Nnmhcr Z�_ I.hnils of 11,111hilil Cotllinuorts* 3131102 WC'2.141-433258-01 I Coverage afforded under WC law of Employers Llabillly Fxteride(I the follolslug slates: _ Bodily Injury By Accident X Policy 'Perm Al..AR,ifs,Nu),'IN $I,0(J0,(J00 lunell Accident Bodily Injury By Disease $1,000,000 Policy 1,111111 Workers Compcnsafiun Bodily Injury By Disease I,000,000 lunch Person 3/;1/02 '1•[12.1.11 133258-021 General Aggregate-Other than 1'rod/Completed Operations General Liability $2,000,000 I'roductr/Compleled Operations Aggregate R X Ch inas Made Occurrence Bodily Injury and Property Damage Liability Per $I,000,000 Occurrence Itetro Date Personal and A(h,el•Iising Injury Per Person/ $I,(J00,0(JU Or lani•r.alioll Other Lhahliky Other Llabillly 3/31/02 ASI.141-413258-031 Each Accidcnl-Single Lirnl(-11. I.and 11. 1).Contbhtcd Automobile Liability $I,tJ00,(J(J(J Each Person X Owned X Non-Owned Each Accident or Occurrence X Hired Each Accidcnl or Occurrence C GENFRAL 1.IAIIIITY IN(AM1)I?S: X('IJ,SI:1\11:RAIIII.1'I Y(W IN I'I:Wl S F& (• )N I RAC I I IAL LIAIIII-I Y,111;ItIIW)JIs('T A(i(iRI.(;A'I li AI'PIAIiS. O ADDITIONA1.1NSIJRI"D: CITY OF J 1:IT 1:RSON,NI0&S\1I'ItIMIIII CIVII.,IN('. 111 RE": WALNUF STIt.F,FT 111)NII'STA]10,14 NI N *Irlite evil ilicalc expiralion dote k continuous or eslcaded team,you%ill he not tled it cuvelay i's tcanlinved m [educed beline the celIilicate c.Npitiluun date. Iluwever,you will not be notified annually of the continuation ol•covemage. Special Notice- Ohio: Any person who, with intent to delland or hnomlig Iltat he I she is l"'wibtating a lined against ao insliter, submits an application or files if claim containing if Ialse or deceptive stntemcm is guilty of insurnce Band. Important inlhrmulion u)Florida policyholders and ccrliticate holders:ut the event you hacc any quest uills ur need inli,tnuoion about this cciiilicnte for any reason,please contact your llxfil snics producer,whu,c none and telephone number appeals n the lower Iighl haul comet of this certificate. 'I he applopriale lo.ual sales office mailing address may also be obtained by calling this number. Notice of•eancellation: (nut applicable unless a nunnbel of days Is cnicred below). Iletine the stated eyla'atioll dllle lac company will not cancel or reduce the insurance afforded under 11 lbove policies until nl lead 611 days notice ul'such cuacellanun lilts been mailed to: .crtlllcutc Ilulder t , n CITY OF JEFFERSON,MISSOIJI(I ( ( t;_i 0 320 EAST MCCARTY S• RI,,I-T I Aulhurhed He Irescnlutive L JIi1'i'4:1(SON C'11.1' MO 651141 J Oltice/I'hooe ST.LOUIS,MO/314.13.43.0000 Date Issued: 2/18102 Prepared By.HP This certificate is executed Iry Libeny Mutual Iu,anance 011111 as re,pect,+uch nuaance as a aninded by those cump.mic+ IiN10068 + BIDDING, AND CONTRACT DOCUMENTS WALNUT STREET PUMP STATION for A CITY OF JEFFERSON, MISSOURI MDNR PROJECT C295401-01 0�M�p?.�. March 2001 : JAMES 9; NUMBER • k, ;; FP : E•20482 pRa F Sverdrup Y WALNUT STREET PUMP STATION CITY OF JEFFERSON,MISSOUitI ADDENDUM NO. 1 (Devised), September 17, 2001 RE: Walnut Street Pump Station City of Jefferson MDNR Project C295401-01 ' FROM: Sverdrup Civil, inc. 13723 Riverport Drive Maryland Heights, Missouri 63043 M 314-436-7600 TO: Prospective I3idders and Suppliers This addendum forms a part of the Contract Documents and modifies the original Bidding Documents dated March 2001. Acknowledge receipt of this Addendum in the space provided on the Bid Dorm. Failure to do so may subjcet Bidder to disqualification. This Addendum consists of: one page, Appendix I (Revised), and Document 00020- Invitation to Bid. CHANGES TO BIDDING REQUIREMENTS I. Prospective Bidders must be pre-qualified prior to receiving the Ridding Documents. The Pre-Qualification Requirements are set forth in Appendix i (Revised) which is attached. 2. Document 00020-Invitation To Bid, replace the entire document with the attached revision (11.1). 3. Section 00100-Instructions To Bidders, paragraph 3.01, add at the beginning of the paragraph: "All prospective Bidders must be pre-qualified prior to receiving Bidding Documents. In addition," END OF ADDENDUM NO. 1 C5-4199-00 ADDENDUM 1-1 WAI,NI.I'!'S'1'(tHIs'I'PUMP STATION CITY OI'JGFI1E ItSON, MISSOURI APPENDIX I (RI?VISF.I)) PRE-QUALIFiCA'I'ION REQUIREMENTS FOR PROJEX 1' 0.295401-01 C'UN'I'RAC T 3 - WALNUT S'1'RF.E'1' UNIP STATION 'I'I�N'1'A'1'1Vi?1,1' SC'lll?I)lJl.,i�,l) FOR 1310 OPE'NING' NOVEMBEIR 15, 2001 The project consists of the construction of an I I mgd average (60 Ingd peak) wastewater pump station with concrete wct well, submersible pumps, and concrete 1'ranle and masonry superstructure; and the demolition ol'an existing; purrnp station. Prospective bidders on the project must Inca all pre-qualilio Ition reofuirenlents, and must have successfully completed projects of sinlilar size and difficulty. The City will have full discretion in determining if projects were "successfully completed" based upon information obtained fronl the contractor, the owner references Furnished by the contractor, and other sources. City shall determine qualification Status ' based upon responses and submittals as follows; 1. Selected firm must have constructed similar sire sewage pumping stations. 2. Selected firm must demonstrate experience with deep excavations (40-!'cot +) on small sites (limited construction area), 3. Selected f irrn must demonstrate experience in the design/installation of sheeting/shoring systems for deep excavations. 4. Selected firm must demonstrate experience in the design/furnishing/operation of dcwatering systems for this type of project (deep excavations adjacent to a river). 5. Selected firm must demonstrate experience (either as prime or with subcontractor) in maintaining flow in sanitary sewers (48-inch r ) while constructing diversion structures and slaking connection to new f-rcility. 6. Firnls must indicate project superintendent and resources rtv11il IhlC and experience of key personnel assigned. 7. Provide any other references or job summaries which demonstrate firms ability to perform on this project. 8. Providu current-Iinancial-statements, have you ever been denied a perf6rnlance bond. 9. State current bonding capacity. Written responses shall be made to Tom ,)ones, Department- of Public Works; ' Office of the Purchasing Agent,:-320 East McCarty Street, Jefferson City, Missouri 65101, and must be received by 5:00 p.m. local time on October 5, 2001. All questions related to pre-qualification for this project are to be directed to Tom-,lonos at-(573)-f34- 6443: 'ferry Stephenson, at (573) 634-6325. Any contractor desiring to become pre- CS-4199-00 ADD NUUM 1-2 WALNUT STRICT,PUMP STATION ION CITY Or JEFFERSON, MISSOURI DOCUMENT 00020 INVITA-MON TO BID Superseded by Document 00020 (R2) in Addendum No, 2 END OF DOCUMENT 00020 t s C5-4199-00 00020-1" INVITATION TO BID... R 1 8/29/01 WALNUT STR1 1 '1' PUMP STATION C'I'TY OF ,iLFH`RSON, MISSOURI ADDENDUM NO. 2, November 16, 2001 RE: Walnut Street Pump Station City of Jefferson MDNR Project (:295401-01 FROM: Sverdrup Civil, Inc. 13723 Riverport Urive Maryland Heights, Missouri 63043 314-436-7600 TO: Prospective Bidders and Suppliers This addendum forms a part of*the Contract Documents and modifies the original Bidding Documents dated March 200 1. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject Bidder to disqualification, This Addendum consists of': tell (10) pages: one specification replacement page, 00411-3 (R1); two sketches, SK-A06-001 and SK-A10-001: seven (7) specification sections, 00020— invitation to Bid, 00300 — I3id Form, 00500 — Agreement, 01230-- Alternates, 02241 —Temporary Sewcr lay-Passing, 13451 — Radio System, and 15225 — Centrifugally Cast Fiberglass Reinforced Polymer Mortar Pipe; a "Certification of Non- segregated Facilities" form; and, two "Contractors Right of Entry Agreement". CHANGES TO PREVIOUS ADDENDA 1. Replace Section 00020 — Invitation to Bid (R 1) with Section 00020 -- Invitation to Bid (R2). CHANGES TO BIDDING REQUIRE?MENTS 2. Section 00100 — Instructions To Bidders, delete paragraph 4.02.8. 3. Section 00100 — Instructions To Bidders, paragraph 7.01, change "Mr. Jim Coll; Telephone: (314) 770-4563:" to "Mr. Russell Dahmer; Telephone: (3 14) 335-4527;". 4. Section 00100 — instructions 'To Bidders. replace paragraph 13.02 with: All blanks on the Bid Form shall be completed by printing in black ink or by typewriter and the Bid Form shall be signed. A Bid price shall be indicated Ibr each Bid item and alternate listed therein, or the words "No Bid" or "No Change" entered. ' 5. Section 00100 — Instructions To Bidders, replace paragraph 1 4.01 with: Bidders shall submit a Bid on a lump sum basis for the base Bid, and include a separate price, or the words "No Bid" or "No Change", for each alternate described ill the Bidding Documents as provided for in the Bid Form. The price for each alternate will be the amount deducted from file base Bid if'Owner selects the alternate. The Owner will C54199-00 ADDENDLtM 2-1 WALNU'i' S'I'Itl?) 'I' i'UMI' STATION CITY OF Ji"FFERSON, MISSOURI determine the lowest, responsive, responsible Bidder on the basis of'tile base Bid amount. 6. Section 00100 — Instructions To Bidders, change paragraph 15.01.A to: List of Major Subcontractors and Major Equipment Manufacturers. 7. Section 00100 — instructions '1'o Bidders, add paragraph 15.01:D: U.S. Environmental r Protection Agency Water Quality Oil"= Certification ot'Nonsegregated Facilities. 8. Section 00100 — Instructions `1'o Bidders, replace paragraph 19.06 with: I1"the contract is to be awarded, OWNER will award the Contract to the lowest — on the basis of'the base Bid amount — responsive, responsible Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interests of the Project. The Contract Price will be the base [aid amount minus the amount Ibr any alternate selected by OWNER. 9. Section 00100 — instructions To Bidders, paragraph 23.02, change the first sentence to: I3idders shall set a goal to expend at least two (2) percent of the contract, it' awarded, (or Minority Business Enterprises (MBE). 10. Section 00100 — 1 nstrLiCtiOlIS To Bidders. add article 23.01: Bidders arc required to ' complete the Certification o1'Nonsegregatetl Facilities attached to Addendum No. 2. 11. Section 00100— Instructions To Bidders, replace Article 29 with: ARTICLE 29-- LIST OF MAJOR SUBCONTRACTORS AND MAJOR EQUIPMENT MANUFACTURERS , 29.01 Bidders are required to indicate on the List of Major Subcontractors and Major Equipment MarlUfaeturers in the Bid Form all major subcontractors and major equipment manufacturers included in the prosecution oi'the work as described. Failure to properly complete the list may be cause Ibr declaring the proposal as being non-responsive, r 12. Replace Section 00300 — Bid Form (RO) with Section 00300 — 13id Forrn (R i). , r 13. Section 0041 1 — Bid Bond & Bid Dorms, Replace page 0041 1-3 (RO) with the attached page 00411-3 (R 1). r 14. Replace Section 00500 — Agreement (RO) with Section 00500 — Agreement (R 1). „ r CHANGES TO SPECIFICATIONS 15. Section 00800 — Supplementary Conditions, change part 6.O6 to: With the Bid Form, the Major Subcontractors and Major Equipment Manulacttu-ers to be used for the work shall be identified and submitted to the Owner. The completed list of Major C5-4199-00 ADDI:ND11M 2-2 r WALNUT S'i'Itl3i:?'I' PtIMi' S'T'ATION CITY Of JEFFERSON, MISSOURI Subcontractors and Major Equipment Manuf►cturers will become part of the Contract Documents. 16. Section 00800 Supplementary Conditions, ad(] part SC-6,08: 'T'he CON'T'RACTOR must review and execute two "C'ON'TRA("1'OR'S RIGHT OF ENTRY AGREEMENT"' for the Union Pacific Railroad Company. 17, Add specification Section 01230 ._ Alternates, 18, Section 02260— Excavation Support and Protection, add subparagraph 1.5.13.2: For excavations on railroad property, excavation support shall he designed to meet Occupational Safety and )-Health Administration (OSHA) standards fir excavation in Zone A. The excavation support shall also he designed for the railroad live load indicated by Cooper E80. 19. Section 02260-- i.;xcavation Support and Protect ion, add subparagraph 3,1.13.2: For installation of excavation support on railroad property or property identified tinder the two "Contractor's Right of Entry Agreement" with the railroad, comply with all requirements of the "Contractor's Right of Entry Agreement" regarding track closure, hazard protection, and other issues required by the railroad. The track must be removed from service until shoring is in place, and the shoring pit must be protected to prevent tripping/falling hazard. 20. Section 02260— Excavation Support and Protection, add subparagraph 3.1.8.3: Comply with, and pay for, requirements for flagmen and/or any other safety requirements required in the two "C'ontractor's Right of Entry Agreement". 21. Section 02300 — Earthwork, add subparagraph 1.4.A.4: Geotechnical "Testing Agency Qual i f ieations. 22. Section 02300— Earthwork, paragraph 3.18.A, replace "Owner" with "Contractor". 23. Add Section 02241 — Temporary Sewer Bypassing 24. Section 02605 -- Ductile Iron Piping, paragraph 2.2.A, alter "and above" add "and ' Class 56 for line 301Z W 1 Y' 25, Section 02741 — )-lot-Mix Asphalt Paving, acid paragraph 1.5.1;: lndependent 'Testing and Inspection Agency Qualifications. 26. Section 02741 — blot-Mix, Asphalt Paving, paragraph 3,9.A, replace "Owner" with "Contractor". 27. Section 03310— Concrete Work, replace subparagraph 1.4.8.6 with: Engage a qualified independent testing agency to perform "trampling and 'Testing Concrete C5-4199-00 ADDENDUM 2-3 WAI�NiJ'(' S'I'RT;I_;°I' Pl1Ml' STATION CITY Of .IL FFERSON, MISSOURI During construction to Demonstrate General Compliance With Specified Properties" as set forth in 1.4.13 below. 28. Section 03310 —Concrete Work, f)clete paragraph 1.4.0 29. Section 03310 —Concrete Work, acid paragraph 1 .G.N: Independent testing agency qualifications. 30. Section 11300 —Septage Acceptance Unit, chant e paragraph 2.1.B to: Lakeside Equipment, Bartlett, II„ Model 3 I SAP. 31. Section 11300— Septage Acceptance Unit, add paragraph 2.1.C: Or equal. 32. Section 11311 — Submersible Sewage Pumps, replace paragraph 2.LA with: A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: Base Bid: ITT Flygt Corporation (Trumbull, CT) Alternates: KSB Inc. (Richmond, VA), ABS Pwnps Inc. (Meriden, CT), others as approved in accordance with the Instructions ' to Bidders 33. Section 11350—Activated Carbon Odor Control System, paragraph 1.4.13, change "5 years" to "1 year". 34. Section 11350-- Activated Carbon Odor Control System, subparagraph 2.1.I3.2.a, change "7.5/15" to "5115". 35. Section 11350 — Activated Carbon Odor Control System, subparagraph .:.1.[ .2.b, change "1.15" to "1.0". 36. Section 11350 -- Activated Carbon Odor Control System, subparagraph 2.1,F.3.a, ' change "Give (5) ASCC) "type„ to "Six (6) ASCO Type„ 37. Section 11350 —Activated Carbon Odor Control System, subparagraph 2.l.l.l.b, change "FRI)" to "stainless steel 38. Section 11350 -- Activated Carbon Odor Control System, subparagraph 2.1.1.1.c, change "one woven polypropylene filter" to "one stainless steel filter pad and one woven polypropylene filter". 39. Section 1 1350— Activated Carbon Odor Control Syste , subparag raph 2. delete the word "factory". C5-4199-00 ADDI3NDUM 2-4 WALNUT S'TREE'T PUMP STATION CITY OF JEFFERSON, MISSOURI 40. Section l 1350 —Activated Carbon Odor Control System, paragraph 3.3.A, change "four (4)" to "three (3)". 41. Section 11350— Activated Carbon Odor Control System, delete article 3.4. 42. Section 13,110-- Basic Control Instrumentation Materials & Methods, delete paragraphs 1.3.A, 1.3.D, delete subparagraphs 1.3.1:.1, 1.3.1;.2, 1.3.1:.4, and delete article 1.4. 43. Section 13410— Basic Control Instrumentation Materials & Methods, subparagraph 1.5.A.4, delete the words "fiber optic communication modules". 1� 44. Section 13410— Basic Control Instrumentation Materials & Methods, replace paragraph 2.LA with: Copper Conductor: TIA1171A-568-A Category 5 1OBase-T unshielded twisted pair (UTP) cable with R.I-45 connections. 45. Section 13410 — Basic Control Instrumentation Materials & Methods, delete paragraph 3.I.J. 46. Section 13410— Basic Control Instrumentation Materials & Methods, replace A paragraph 3.2.A with: All copper conductor Category 5 1013ase-T unshielded twisted pair cable and connections shall be tested in accordance with TIA/E1A-568-A. 47. Section 13410 — Basic Control Instrumentation Materials & Methods, add paragraph 3.2.8: Perform complete propagation and path study prior to installation of radio system as specified in Section 13451 — Radio System. 48. Section 13430 —Control Panels, page 13430-15, change paragraph "I3" to paragraph 49. Section 13430— Control Panels, paragraph 2.3.13, replace "fiber optic modem" with "modems". ' 50. Section 13430 —Control Panels, following article 2.4, the articles numbered 1.5 through 1.10, renumber as 2.5 through 2.10. 51. Section 13430 —Control Panels, paragraphs phs 2.5.F, 2.5.G. 2.7.1", 2.8.E , replace "LED" I 6 I with "cluster type 52. Section 13430— Control Panels, paragraph ace re r l h 2.8.F with: Unfiscensed Radio I � p Transceiver: Transceiver shall be frequency (lopping Spread Spectrum, Peer-to-Peer communication, Field Configurable as Master or Remote, with up to 19.2 kbps Data Throughput, and End-to-End Delays of less than 10 milliseconds. 'Transceiver shall use Digital Signal Processing technology with self-equalization and forward error correction. Radio Transceivers shall be as specified in Section 13451 — Radio System. C5-4199-00 ADDENDUM 2-5 WALNI?"I' S'1'RC?l;'1' 1'[JM1' STATION CiTY OF JhFi'l"RSON, MISSOURI 53. Section 13430 — Control 3.4.F.1, alter "devices" add "as specified in Section 1 131 1 subparagraphs 2.2.1)/i:/K, 54, Section 13445 — Electric Valve and Gate Operators, following article 2.2, the articles numbered 1.3 through 1.4, renumber as 2.3 through 2.4. 55. Section 13445•- C:lectric Valve and Gate Operators, paragraph 2.3.1, replace "LEI:)" with "cluster type LED". 56. Section 13450 — Supervisory Control System, paragraph 1.2.11, replace "a fiber optic Ethernet network usil) ,' TCP/IP protocol" with "spread spectrum radio". 57, Section 13450 — Supervisory Control System, article 1 .6, delete paragraph 13 and replace paragraph A with: In order to ensure continuity of controls and programming, the systems integrator for this Project shall be R. i.:. Pedrotti Co., Inc. (St. Louis, MO), the same firm which is performing the systems integration liir the Water Pollution Control Facility (City of'Jefferson). 58. Section 13450 -- Supervisory Control System, change paragraph !.8.i3 to: The installation of a complete radio communication system from 01-MCP-001 located in the pump station to 02-MCP-003 located in the flcadwor•ks Building at the WPCF will be the responsibility of the Contractor. InstallatiOn of all radio aluipment as described in Section 13451 — Radio System including radios, antennae, antenna wiring, propagation and path study, and all associated accessories shall tic the responsibility ol'the Contractor. 59. Section 13450 — Supervisory Control System, paragraph 2.1.11, replace the last sentence with: SCADA software shall be the most current version of intouch Version 7.1 manufactured by WonderWarc and will match the software being used on the integration of7'thc present Jefferson City Water Pollution Control Facility Expansion Project. Remote access to the SCADA system by authorized personnel will be by PC Anywhere rTUUnifactur•ed by Symantec (..'orp (latest version available). t 60, Section 13450 -- Supervisory Control System. replace paragraph 2.LC with: Web , Server: Web server software shall allow remote access via the Internet using standard web browsers. Weh server software shall be l"actory Suite Web SCr'Ver' ►manufactured by WonderWare. 61, Section 13450 — Supervisory Control System, article 2.2, delete paragraphs i3 ;.end C and replace paragraph A with: Operator interlace with the system should he by Allen Bradley AB 10-2711 l.,-1'14C6 with a 14" CRT. F(Impment is to match that being used on the current Water Pollution Control Facility I Aliansion Project, See Section 13455 — Programrmablc Logic Controllers. 62, Section )3450 -• Supervisory Control System, delete articles 2.3 and 2.4. C5-4199-00 AI)UI:NDUM 2-6 WALNUT STREET' Pt1MP STATION CI'T'Y OF ,11x1 1�l,RSON, MISSOURI 63. Add specification 13451 -- Radio System. 64. Section 13455 - Progrunrnable Logic Controllers, replace paragraph 2.2.A with: General: Ols shall be fully configured for each application. Provide one copy of 01 configuration software fo) each type of 0l used on this project. OI configuration software shall be Panel Builder 1400e (cat 112711 I -NDI W) by Allen Bradley Company, Inc. (Milwaukee, WI), 65. Section 13455 - Programmable Logic Controllers, replace paragraph 2.2.13 with: Large GIs: "thin film transistor (TFT) color screen, minimum 800 by 600 pixels (14" VGA) display sire, with tt touch screen with a minimum of 384 touch cells, and DeviceNet communications port. Large (As shall be Panel View(cat # AB 10-2711- ET14C6) manufactured by Allen flradley Company, Inc, (Milwaukee, WI) to match equipment being usr.d on the current Jefferson City Water Pollution Control Facility Plant Expansion Project. 66. Add specification 15225 - Centrifugally Cast Fiberglass Reinforced Polymer Mortar Pipe. 67. Section 16010 - Basic Electrical Requirements, paragraph 1.2.A, replace "fiber optic cable (by others) installed under the Missouri sliver" with "spread spectrum radio communication system". 68. Section 16157 - Variable Frequency Drive Controllers, paragraph 1.2,13, delete "Equipment manufacturer shall provide variable frequency drives." 69. Section 16157 -� Variable Frequency Drive Controllers, replace paragraph 2.1.A with: ' B. All Variable Frequency Drives supplied on this contract shall be the same make and model by the same manufacturer. Provide PWM type, 480 volt, 3 phase, 0 to 40 deg C ambient operation without Berating, removable- ' interchangeable common customer interface for till horsepowers, open and short circuit output damage protection, AC, 18 pulse, variable frequency drive controllers. Subject it) compliance with requirements, provide products by one of the following: Base Bid: Allen Bradley Company (Milwaukee, Wf) Alternates: Robicon (New Kensington, PA), Cutler-Flarnmer (Pittsburgh, PA), Square 1) (C'hlctlgo, I1.), others as approved in accordance with the Instructions to Bidders 70, Section 16351 - Medium-Valtage Metal-i nclosed Switchgear, add paragraph 1.5.C: Switcltgear furnished under this section shall be supplied by the same manufacturer as equipmctit supplied under Section 16470 - Dry-Type Unit Substation Transformer. C5-4199-00 ADDENDUM 2-7 WA1,N1►'1' S'1 RFF'I' 1'I IMP STATION CITY O .11?1'FERSON, MISSOURI 71. Section 16351 -- Meditml-Voltage kletal-FAnclosed Switchgear, replace paragraph 2.LA Nvith: 4d C. Mantihicturer;5: Subject to compliance with requirements. provide products by one ol'the Following: Base Bid: Siemens Energy and Automation (Alpharetta, GA) Alternates: Cutler-I lamnier (Pittsburgh, PA), Square 1) (Chicago, IL.), others as approved in accordance with the Instructions to Bidders 72. Section 16470 — Dry-Type Unit Substation Transfornier, add paragraph 1.6.1), Unit Substation 'lira}dormer l'urnished under this section shall be by the same manufacturer as equipment supplied under Section 16351 - N1lCdium-V0ltage Metal- Inclosed Switchgear. 73, Section 16470 -- Dry-Type Unit Substation 'I'rans(ormer, replace paragraph 2.l .A with: D. Manutacturer•s: Subject to compliance with requirements. provide products by one of,the Following: r Base Bid: Siemens L;nergy and Automation (Alpharetta, GA) ■ Alternates: Cutler-i lamincr (Pittshm-gh, PA), Square D (Chicago, IL.). other's as approved in accordance with the Instructions to Bidder; 74. Section 16482 - Motor Control Centers, Following article '.I , the articles numbered 1.2 through 1.3, renumber as 2.2 through 23. 75. Section 16482 .- Motor Control Centers, page 16482-11, change "Part 2 - EXI Ct.)TIC)N" to "Part 3 ... EXi Ct.1TION", rind renumber articles 2,1 through 2.7 as 3.1 through 3.7. ' 76. Section 16482 -- Motor Control Centers, paragraph 2.3.A, replace "Class 1, Type BT" with "Class 11, "Type 13T." 77, Section 16482 — Molor Control Centers, add subparagraph 2.3.13.4: The MCC shall , have DeviceNet cabling, integrated throughout the vertical sections. Lich motor starter, AC:' drive and sort starter in the MCC.' shall be supplied with a means to communicate via DeviceNet and have the capability of'monitoring at least twr.i input points. All units shall be factory inter-wired and tested is a NHMA Class iI MCC. DeviceNet cable shall have an insulation rating equal to or greater than the maximum circuit voltage applied to any conductor within the enclosure or raceway so that no special separation, harriers, or internal conduit is required. C5-4199-00 ADD1:NDUN/I 2-8 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI DeviceNct cable used for trunk line and drop lines shall be rated 8 amperes, 600V, Class 1. Removal or addition ofa unit from the DeviceNct system shall not interrupt the operation of other units within the system. Six DeviceNct ports shall be provided in the rear of each standard vertical wireway. The MCC manufacturer shall check the user's design to ensure adequate power supplies and scanner modules have been specified to conform to DeviceNct system requirements. 78. Section 16482 — Motor Control Centers, subparagraph 2.3.D.6.c.5, replace "Push-to- Test" with "Push-to-Test cluster type r79. Section 16482 — Motor Control Centers, subparagraph 2.3.D.6.c.7.b, replace "Fault Indicator LED" with "Fault Indicator cluster type LI:D pilot light". 80. Section 16482 — Motor Control Centers, subparagraph 2.3.D.6.d.1, replace "solid- state type overload relays" with "13 plus solid-state type overload relays". 81. Section 16482 — Motor Control Centers, subparagraph 2.3.116.4.5, replace "Push-to- Test" with "Push-to-Test cluster type LED". 82. Section 16482 — Motor Control Centers, subpara gra h 2.3.D.6.1.1, delete "Allen- b p Bradley Bulletin 21631) Combination 1336E Plus 11" and replace "or approved equal" with "as specified in Section 16157". 83. Section 16482 — Motor Control Centers, subparagraph 2.3.116.1.3, delete "By-pass Contactor with motor branch lbsing". 84. Section 16482 — Motor Control Centers, subparagraph 2.3.1.).6.1.3, replace push-to- test type" with "push-to-test cluster type LED". 85. Section 16482 — Motor Control Centers, replace paragraph 2.LA with: I?. Motor Control Center shall consist of multiple, rigid, free-standing structures bolted together, dead front, designed to permit future additions of'vertical sections, constructed to meet the requirements of the.latest published standards of NEMA, I:EMAC, IEC, Ul , and CSA liar motor control centers. Subject to compliance with requirements, provide products by one of the fi�llowing; Base laid: Allen Bradley Company (Milwaukee., WI) -- Centerline Bulletin 2100 Alternates: Cutler-Hammer (Pittsburgh, PA) — Series 2100, Square I) (Chicago, IL) — Model 6, others as approved in accordance with the Instructions to Bidders C54199-00 ADDENDUM 2.9 WALNUT S'1 RE'HT 111 I M11STATION CITY OF ,IC?I- TRSON, MISSOURI CHANGES TO DRAWINGS ' 86, Drawing G-03, Pipe Material Identifieation table, acid: Nil: Reinforced Polymer Mortar Pipe. , 87. Drawing 1'-01, change pipeline designation "36R W I OR I" to "361M 01)4". 88. Drawing 1'-01, delete "Not in Contract" notations at break between 301Z W 1 2(1)3) and 301ZWI3(D2) and tit break between 30RW9(1)3) and 30RW 10(1)2). 89. Drawing C-06, tit the transition from 301M110 to 30R W (Not in Contract) and at the transition from 301ZW 13 to Exist 30" FM, add the notation: Note 2, 90. Drawings C-06, change the 48" encasement pipe fir 30RW13 to 42" 91. Drawing C-08, at the transition from 3012W10 to the existing; piping; and at the transition from 3012 W 13 to HAW 30" 4) steel F NI, delete the note "Use Dresser transition coupling; style 162 or equal fir connection to existing; piping!" and replace, with the note "Slip-on flange (clielcetric connection)". ' 92. Drawing C-09, on the Casing Nips and Spacer Schedule, fir the 30" 1)I1). change the casing pipe sire from 48" to 42" 93. Drawing f?-02, add Note 5: Contractor to coordinate required details for installing main wait substation on transformer pad: see drawing S-23. 94, Drawing A-06, nnoclify per sketch SK-A06-00 1. ' 95. Drawing A-10. Detail D3, modify per sketch SK-A 10-001 . 96, Drawing E-03, note in upper left corner ofdrawing, change "To utility connpany's r pole" to: "Stub both conduits out 10 feet underground from substation pad and coordinate with AmerenUE the connection to the two power services." , END OF ADDENDUM NO. 2 C5-4199-00 ADDENDUM 2-10 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI LIST OF MAJOR SUBCONTRACTORS AND MAJOIt 1'.01JI I'M FNT MANUFACTURERS The names of Subcontractors and Equipment Manufacturers to be used for the Work shall be entered in the spaces provided below as required by Paragraph SC-6.06 of the Supplementary Conditions. Upon award of a contract, the panned Subcontractors rind Equipment Manufacturers shall be used, The completed List of Major Subcontractors and Major Egtriprnent Manufacturers shall become a part of the Contract Documents. Preliminary acceptance of I.c l ui nrnnent Mrctu.tfacturers name shall not in Mly Wily Constitute a waiver of the specifications covering such equipment; final acceptance will be based on full conformity with the Contract I)OCUITIents. Substitution of Subcontractors shall be as outlined by the provisions of the General Conditions. Substitutions shall be subject to concurrence of the Owner and shall be confirmed by Change Order, Equipment substitutions will be permitted only if' named manufacturer does not meet the requirements of the Contract Documents; is unable to meet the delivery requirements of tine construction schedule; is dilatory in complying with the requirements of the Contract rDocuments; or for other reason specified in the General Conditions. SubstitUtlOns shall be subject to concurrence of the Owner and shall be confirmed b)' Change Order. Failure to furnish all information requested in the listing may be cruse for rejection of the Laid. Area of Work Name of Subcontractor 1, Earthwork 2. Concrete: 3. Mechanical 4. Electrical S. Instrumentation & C'ontro! Equipment Items Name of Manufacturer 1. Activated Carbon Odor � Control System 2. Septage Acceptance Unit C54199-00 00411-3 R l — 10/12/01 KI'YNOIE*S: 4"0 S.S. DOWNSPOW > 4x6 S.S. GUT1[R 6 GUTTER, EXPANSION JOINT 1 (�2 \1-3 4. ) �5 6 4 ( 3 A 1- I \1 CD A^Q1 3/4 PER 12 A- 11 D3 S1,0 It 1- 112 1- L' V A-10 .......77 7 LD ly 6 A - 1-1 -h T 10H F .-ZM ..-A,� 11). verdrup Civil, Inc. Project: Drawing No,: A001 WALNUT STRH PUMP MATION Addendum No.: 1 CITY 01: JFFFf-PSON, MISIMURI Revision Date: 10/16/01 Drawing Title: PI-AN Jacobs Project No.: C54-99900 r. [z0017 - Sketch No.: 11 Scale: 1/16"=V-0" Drawn By: J- BROGK[STA p—v d By: P NACKLIR SK-A06-001j ----- S.S SHEET METAL FLASHING ---- MEMBRANE FLASHING '; - --- ROOF BOARD ' � -- CONTINUOUS PRESSURE TREATED WOOD �,. BLOCKING. SECURE TO SLAB W/ 3/8"0 �-` EXPANSION SLEEVES @ 24" O.C. �r ----�-- 1" WIDE S.S. GUTTER SPACER, GAGE CONNECTIONS AND SPACING PER SMACNA e 6„ ''�— --- 46 S.S. GUTTER STRUCT. MEMBER — REF. STRUCT. DWGS. { verdrup ClIvll, Inc. Project: Drawing No.: A002 WALNUT STREET PUMP STATION Addendum No.: 1 CITY OF JEFFERSON MISSOURI Revision Date:-10L1_6/01 Drawing Title.: Jacobs Project No.: C5499900 GUTTER DETAIL Sketch No.: Scale: 1 1/211= V-0" Drawn By: J BROOKES Apvd By: P NACKER 5K-A10--001 . STATION CITY OF J["FFERSON, MISSOURI DOCUMLNI' 00020 - INVITATION TO 1311) Notice is hereby given that 'I'hc City of Jefferson, Missouri, the Owner, will receive scaled Bids at the office of the Purchasing Agent, 320 East McCarty Street, Jefferson City MO 65101 until 2 p.m. local time on the 20th day of December,2001, tit which time Bids will be publicly opened and read aloud in the Council Chambers For the following projcct: Walnut Street Pump Station, City of Jefferson, Missouri. The work to be done generally consists of(lie following: Construction of' a new pump station and demolition of the existing Walnut Street Pump Station. This project will be financed through the Missouri State Revolving Fund, established b the sale of p J r5 .. Y Missouri Water Pollution Control bonds and Federal Capitalization Grants to Missouri. Neither the Missouri Department of Natural Rcsources. its divisions, nor its employees will be a party to the contract at any tier. All prospective Bidders must be pre-qualified prior to receiving the Bidding documents. The following Contractors have been pre-qualified: Company- Phone Fax Robinson Construction Co. (Perryville, MO) 573-547-8307 573-547-8398 I-fufGman Incorporated (Poplar Bluff, MO) 573-686-1,126 573-785-1428 Goodwin Bros. Const. Co. (Crystal City, MO) 636-931-6084 636-931-6085 Garney Company (Kansas City, MO) 816-741-4600 816-741-4488 W.A. Ellis Const. Co. (Independence, MO) 816-257-2300 816-257-2450 Further re- ualifications will not be accepted. p q _ I Any Bidder whose firm or affiliate is listed on the GSA publication titled "List of Parties Exeluded From Federal procurement or Nun-Procurement Programs- is prohibited from the bidding process: bids received from a listed party, will be deemed non-responsive. A Bid security in the amount of five percent of the Bidders nurximum Bid Price is required. Bidding Documents may be obtained by Subcontractors, Suppliers, and pre-qualified Bidders From the Issuing Office which is the office of the Director of Public Works at 320 East McCarty Street, Jefferson City, Missouri 65101 at a non-refundable charge of $200.00 For each set. Bidding Documents may also be examined at the following locations: Office of the Engineer - Sverdrup Ci j lnc.. 501 North Broadmi)�, St, Louis.N40 63102 C5-4190-00 00020-1 1NVI'fATI0N TO BID R2 — 10/12/01 WALNUT STREET PUMP S I'ATION CITY OF JEFFERSON, MISSO11RI F.W. Dod Louis. Construction Market Data, 655 Craia�, Road, Creve Coeur, MO 63141 Bidders on this work will be required to comply with President's Executive order No. 11246. The Owner reserves the n right t o reject any Ls11 Bid a nd to waive all �nfor malties not�n v f vi ng� price, time or changes in the 'Work. A prebid conference will be hel d in the Municipal Building Conference Room, 320 E. McCarty Street, Jefferson City, Missouri 65101 on the 6th day of December, 2001, at 1:00 p.m. local"time. CITY OF JEFFERSON eph son Purchasing Agent END OF DOCUMENT 00020 k" CS-4-199-00 F' 00020-2 INVITATION TO BID R2 10/12/01 _,.. WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI DOCUMENT 00300 - BID FORM Project Identification: Walnut Street Pump Station City of'Jefferson, Missouri This Bid is Submitted to: City of.lefferson, Missouri 320 Bast McCarty Street Jefferson City, Missouri 65101 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Bidding; Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents, 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders,including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance far 60 days after the Bid opening,or for such longer period of time that Bidder may agree to in writing; upon request of OWNER. 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents,the other related data identified in the Bidding Documents, and the fallowing Addenda, receipt of which is hereby acknowledged: Addendum Number Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions !hat may affect cast, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to iI all x I t er al, state and local Laws and Regulations that may affect cost, progress, and pertarnrtnce of the Work. D. Bidder has carefully studied all: (I) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary C5-4199-00 00300-1 BID FORM RI — 10/12/01 S'" ;ll'I' ' lMl' STATION WAl_,NU 1 .. 11tE, 1 L CITY 017 JE:1TEASON, MISSOURI Conditions as provided in paragraph 4.02 of the Gcneral Conditions, and (2)reports and drawings of a Hazardous I.',rlvironnlerItal Condition, if any, which has been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. f . Biddcr has obtained and carefully studied (or assumes responsibility for having;done so) all such tldditlo11a1 or supplementary examinations, invcstigations, explorations, tests, studies and data concerning conditions (surface, Suhsurfhce and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or pullormance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of consirtiction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly reduirecl by the Bidding; 1?oclnllentS to be employed by Bidder, and safety precautions and programs incident thereto. 1'. I3iddcr does not consider that any further exa►lliimtions. investigations,explorations, tests, studies, or data are necessary filr the determination ot'this 13id Ibr performance of the Work at the price(s) bid and within the tinges and in accordance with the other tcrnls and conditions of the Bidding Docutlicnts. r G. Bidder is aware ofthc general nature of%vork to he performed by Owner and others at the Site that relates to Work is indicated Ill the Bidding Docunlcnts. 11. Bidder has correlated the information known to Biddcr, information and observations obtained from visits to the site, reports and dr;l\Vings identified in the Bidding Documents, and all additional examinations, investigations. explorations, tests, studies, and data with the Bidding; Doctlnler115. 1. Bidder has given ENCi1NF'EA written notice of all conflicts, errors, anlbigu►UCS, or discrepancies that Bidder has discovered in the 13iddirlg DOCtlnlerllS, and the written O resolution thereofby ENGINE R is acceptable to Bidder. .I. The Bidding Documents are generally sufficient to indicate and convey understanding ofall terms and conditions liar the perfornutncc ofthe Work for which. this Bid is submitted. 4.01 Bidder further represents that this Bid is gcrtuine and not made in the interest ofor oil behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or ruICS of ally g►•oup, iissociatlon, organimtion or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to Subrrlit a false or sham Bid; Ilidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by Collusion to obtain fur itself m),advantage over any other Bidder or over OWNER. C5-41 1 >- �o oo�Co_2 13In Falzrvl R1 10/12/01 WALNUT SIRE ,T PUMP STATION CITY OF JEFFERSON, MISSOURI 5.01 BIDDER certifies by excepting the attachCd la'A Form 5700.49 that it,or any affiliate,is not presently debarred or suspended from covered transactions by any federal department or agency, in accordance with 40 CFR 32 and Executive Order 12549. BIDDER will obtain certifications regarding debarment from its subcontractors. BIDDER will maintain and retain such certificates in its Files for the duration Of the Project. 6.01 Bidder will complete the Work in accordance with the Contract Docunients for the following pricc(s): BAS}'? BID PRICC___ (use words) (f igures) Ai.'['[ RNATE-S D[ DUCT AMOUNT• DEDUCT AMOUNT (words) (figures) Alternate Submersible Sewage Pump Manufacturer Alternate Variable Frequency Drive Manufacturer Alternate Motor Control Center Manufacturer C5-4199-00 00300-3 BID FORM RI — 10/12/01 WALNUT S`I'RrI_ I' PUMP STATION CITY OF JEFFERSON, MISSOURI 4d Alternate Medium-Voltage Metal-Enclosed Switchgear Milnulilcturer Alternate Yp Dr Y 1 _.` Unit Substation Transformer Manufacturer 7.01 Bidder agrees that the Work will be substantiulty complete within 520 calendar days after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions,and completed and ready for final payment in accordance with paragraph 14.07B of the General Conditions within 550 calendar days after the date when the Contract Times commence to run. 7.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shrill be stated in the Agreement. 8.01 The following documents are attached to and made a condition of this I3id: A, Required Bid Security; B. A tabulation of Major Subcontractors and Major I::quipmcnt Manufacturers required to be identified in this Bid; C. EI'A Region VII Minority and Women's Business Enterprise Utilization Worksheet; D. Certification Regarding Debarment, Suspension and Other Responsibility Matters. E. Certificate ofNonsegrated facilities ' C5-4199-00 00300-4 13I D [ ORM RI — 10/12/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 9:01: The tams used in this Bid with initial capital letters have the meanings indicated in:the Instructions to Bidders, the General Conditions, i�nd the Supplcmentary Conditions SUIIIvli'11E1) on , 20� f i f t A S t i i } C5.4199.00 UU3UU-S BID.FORIvi i 1 _ 10/12/0f WALNUT' STREET i UMI S I ATION CITY OF JET ERSON, MISSOURI 4d If Bidder is: An Individual Name (typed or ;printed) 1 __.. BY (SEAL) (Individuals signat►n•e) Doing business as Business address: Phone No. FAX No.: A Partnership Partnership Name: (SEAL) BY (Signature of general partner--attach evidence of a►tthori�v to sign) Name (typed or printed): Business address: Phone No. _ _ 1"AX No.,. A Corporation Corporation Name: _ _ _ (SEAL) - State of Incorporation: Type: 0 General Business, O Professional, 0 Service, C:1 Limited Liability BY (Signature--attach evidence r f rnithorigv to sign) Name (typed or printed): "Title: Attest Business address: hu• (Signuc of Corporate,Secretary) Phone No,: I"AX No.: _ Date of Qualification to do business is C5-4199-00 00300-6 BID FORM R I — 10/12/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI A ,Joint Venture Joint Venturer Name: � (SEAL) By: (Signature of Joint venture partner--attach evidence of outhority to sign) Name (typed or printed): _ Title' Business Address: Phone No.: _ I`AX No.: Joint Venturer Name: _ — (SEAL) (Signature of Joint venture partner-- attach evidence of authority to sign) Name (typed or printed): Title: Business Address: _ Phone No. _ i'AX No. Phone and FAX Number, and Address for reecipt or official communications (Each joint venturer must sign, The manner of signing for each individual, partnership, and corporation that is a party to the joint vcnturc should be in the manner indicated above). END OF DOCUMENT 00300 1 C5-4199-00 00300-7 BID FORM R I -- 10/12/01 WALNUT' S'T'REET PUMP STATION CITY Oh ATIF ERSON, MISSOURI DOCUMENT 00500 - AGREI MINT THIS T is and between the City of.leff'erson Missouri hereinaltercalled OWNER TI1 S A('RLI,MENI i, ly y ( ) and _._�.__,__(hereinafter called CONTRACTOR). OWNER and CONTRAC 1 OIZ, in consideration of the mutual covenants hereinafter set forth,agree as follows: ARTICLE I - WORK 1.01 CONTRACTOR shall complete all work as specified or indicated in the Contract. Documents. The Work is generally described as follows: Construction of a new pump station and demolition of the existing Walnut Street Pump Station. ARTICLE 2 - THE PROJL-'CT ' 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: `yValnut Street Pump Station. ARTICLE 3 - ENGINEER 3.01 The Project has been designed by Sverdrup Civil, Inc.,who is hereinaftercalled ENGINEER and who is to act as OWNI?R's representative, assume all duties and responsibilities, and have the rights and authority assigned to I:NGINE'EIZ in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 - CONTRACT TIMES 4.01 'Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. ' 4.02 Days to Achieve Substantial Completion and Final Payment ' A. 'The Work will be substantially completed within 520 days after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14,07 of the General Conditions within 550 days after the date when the Contract Times commence to run. C5-4199-00 00500-1 AGRI:I;M]?N'I' R I — 10/12/01 r WALNU I S 1 RL,L 1 1 i. M1 STATION CITY OF JI:FFI?RSON, MISSOURI 4.03 Liquidated Damages A. CONTRACTOR and OWNER 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 times specified in paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suftercd 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 delay (but not as a penalty) CONTRACTOR shall pay OWNER $500.00 for each of the first 14 days that expires after the time specified in paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. Thereafter, the CONTRACTOR shall pay OWNER $750.00 for each oI'the next 7 days that expires until the Work is completed and ready for final payment. 11' the Work is not completed and ready for final payment after 21 days front the time specified in paragraph 4.02, the CONTRACTOR shall pay OWNEIR$1,000.00 for each day that expires until the Work is completed and ready for final payment. ARTICLE 5 - CONTRACT I RIC1.. 5.01 OWNER shall pay CONTRACTOR for completion of the Work in accor dance with the Contract Documents an amount in current funds equal to the Ititilp suril price contained in the Bid Form: BASEL BID (use words) (figures) DEDUCTS FOR ALTERNATI-S Submersible Sewage Pump Manufacturer 1 (use words) (figures) C5-4199-00 00500-2 AGR13EMl-NT R I -- 10/12/01 r WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI Variable Frequency. ,Drive Manufacturer (use words) (Cgures) Motor Control Center Manufacturer (use words) (figures) Medium-Voltage Metal-Enclosed Switchgenr Manufacturer (use words) (figures) Dry Type Unit Substation Transformer Manufacturer (use words) (figures) FINAL LUMP SUM ($ ) PRICE (use words) (figures) , CS-4199-00 Qa500-3 AVRELMCN'I' R I -- 10/12/01 WA1,N(J'1' S'1'I2l I::'I' 1'lJMI' STATION CITY OF A"IFFE,RSON, MISSOURI ARTICLE 6 - PAYMC:NT PROCT,'D )RFS. 6.01 Submittal and Processing of Payments A. CONTRACTOR Shall Sllb►lllt Applications Im Payment ill accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINI I R as provided in the General Conditions. 6.02 Progress Payments, Retainagc A. OWNER shall make progress payments in accordance with Section :14.057, RSNIo, progress I on account of cite Contract Price on (fie hasis oCCONI'RACTOR's Applications Im Payment during pertilrmance of the Work as provided in paragraphs 6.02.A.) and 6.02.A.2 below. All such payments will he measured by the schcclule 01' values established Ill paragraph 2.07.A of the General Conditiolls (arid 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 Reduirenlents: 1. Prior to Substantial Completion, progress payments will be made in un anloiult equal r to the percentage indicated below, hut, in each case, less the aggregate of payments previously made and less such allllllllltS as I NGINETI-R shall determine or OWNER play withhold, in accordance with paragraph 11.02 of the General Conditions. a. 90 '%o of Work completed (with the balance being retainage). if Work has been 50°/,completed as determined by I'.NGINI I:R, and ifthe character and progress of the Work have been satisfactory to OWNER and t-INGINI I.;R, OWNER, on recommendation of l:NC MINI I:IZ, may determine that as long as the character and progress ofthe Work remain satisfactory to them, there will be no retainage on account of Work subsequently completed, Ill which case the renlaII11nE; progress payments prior to Substantial Completion will be ifi an amount equal to 100'%,of the Work completed less the aggregate of lrlynlcnts I)revior►sly made; and b. 90 '%, of cost of materials and equipment not incorporated in the Work (with the balance being retainage). 2. Upon Substantial Completion. OWNI R shall pay an amount sufficient to increase total payments to CONTRA(:."YOR to 100'% of the Work completed, less such amounts as I?NGINI 1:;R shall determine in accordance with paragraph 14.02.13.5 of the General Conditions and less 100°/0 of I NGINI I?R's estimate of the value of Work to he completed or corrected as shown on the tentative list of items to be completed or corrected attachccl to the certificate of Substantial Completion, C5-4199-00 00500-4 AGRI-" Mf:NT RI — 10/12/01 WALNUT S'f REET PUMP STATION CITY OF JEFFERSON, MISSOURI 6.03 Final Payment A. Upon final completion and acceptance of the Work in accordance with paragraph 14.07 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by I:NCi[NIIit as provided in said paragraph 14.07. ARTICLE 7 - INTEREIST 7.01 All moneys not paid when due as provider.) in Article 14 of the General Conditions shall bear interest at the rate specified in Section 341.057, RS1vto. ARTICLE 8 - CONTRACTOR'S Ri,PR1:SI`NTATIONS 8.01 In order to induce OWNER to enter into this Agreement, CONTRACTOR slakes the following representations: • a • •ef it studied tl e Contract Documents and the A. CONTRACTOR has cxamrnul � nd car 1. I� 1 C other related data identified in the Bidding DOCUIllents, B. CONTRACTOR has visited the site Iind bccorllc familiar with and is satisfied as to the general, local,and Site conditions that play affect cost,progress,and performance of the Work. C. CONTRACTOR is farllihar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. CONTRACTOR has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the situ (except Undcrgr0L11ld facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of tile General Conditions and (2) reports and drawings ofa i lazarcious Environmental Condition, ifany, at the Site which has been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having clone so) all such additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface and Underground Facilities)at Or contiguous to tile Site which rllay affect cost,progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Contract C5-4199-00 00500-5 AGREEMENT RI -- 10/12/01 r WALNU'r s,nzru-T PUMP STATION Ct'1'Y OF, J131'T 1RSON, MISSOURI Documents to be employed by CONTRACTOR, acid safety precautions and programs incident thereto. 1'. CONTRACTOR does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance of the Work tit the Contract Price, within the Contract Timcs,and in accordance with the other terms and conditions of the C'ontract Documents. G. CONT'RAC'TOR is aware of the general nature of'work to he performcd by OWNER and others at the Site that relates to the Work as indicated in the Contract DUGUmCnts. 1-I. CONTRACTOR has correlated the intOrmation known to C'ONT'RACTOR, information and observations obtained From visits to the Site, reports and drawings identified in the Contract Documents,and all additional examinations,investigations, explorations, tests, studies, and data with the Contract Documents. I. CONTRACTOR has given :N IN I� Z written notice of all cc nllicts, errors, ambiguities or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof' by FNGINEFIR is acceptable to CONTRACTOR. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance of'the Work. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of,the Following: 1. This Agreement 2. Performance Bond 3. Payment Bond 1 4. General Conditions 5. Supplementary Conditions 6, Specifications as listed in the table of contents ofthe Project Manual 7. Drawings with each sheet bearing the 1611mving general title: Walnut Street Pump Station, City of.Icffcrson 8. Addenda (numbers to , inclusive) 9. Exhibits to this Agreement (enumerated as Hollows): a. Notice to Proceed b. CONTRACTOR's Bid C. Documentation submitted by CONTRACTOR prior to Notice of'Award C5-4199-00 00500-6 AC.,IZE` MEXI• III — 10/12/01 r WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 10. The following which may he delivered or issued after the Effective Date of the rAgreement and are not attached hereto: a, Written Amendments b. Work Change Directives C. Change Orders 13, The documents listed in paragraph 9.0 LA are attached to this Agreement(except as expressly noted otherwise above). C. 'There are no Contract Docunlctits other than those listed above in this Article 9, 1), The Contract Documents nlay only be amended, nlodif icd, or suplllenletttccl as provided in paragraph 3.04 of the General Conditions. ARTICLE 10 - MISC'FL.L,ANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings indicated in the Gencral Agreement 6 Conditions. 1 0.02 Assignment of Contract A. No assignment by a party hereto ofany rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without linlitation, moneys that may become due and moneys that are due may not he assigned without such consent (except to till' extent that the ef('ect ofthis restriction may he 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 fronl any duty or responsibility under the Contract Daelallenls. 10.03 Successors and Assign A. OWNI_ R and CONTIZAC TOR each binds itself,its partners,successors,assigns,and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.02 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken,and all remaining provision,, C5-4199-00 00500-7 AGREEMENT R 1 -- 10/12/01 WALNUT STIU.;C"1' 1'UMI' STATION CITY O}. JL;FFEASON, MISSOURI shall continue to be valid and binding upon OWNI R and CONTRACTOR, Nvho agree that the Contract Documents shall be rdormcd to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of"the stricken provision. AR,rici..E; 11 - NON-1)1SC'RIMfNATI0N 1N FMl'LOYMF."N,Y 11.01 CONTRACTOR will not discriminate against any employee or applicant tier employment because ofrace,creed,color,or national origin, The CONTRACTOR will take aflir•rilative action to ensure that applicants arc employed.acid that em s ployee arc treated during employment,without regard to their race,creed,color-or national origin. Such action Shall include, but not be limited to, the Following: cnlploymcr►t, upgrading, denlotion, or lranslCr: recr•uitnu:r►t or recruitment advertising; layofl'or• tcrminatiorr: 1-r►trs u( p,►y or other li>rms ol'compcnsalion, cold sclectirnl for training, including apprenticeship. 11.02 CONTRACTOR will post in conspicuous pluccti, availahlc to employees and applicants for employment, notices setting forth the provisions of this non-discrimination clause. A. CONTRACTOR will, in all solicitations or advcrtiscn►ents for employees placed by or on behalf of the CONTRACTOR. state that 1111 dualiticd applicants will receive consideration Iii►•employment without regard to race, creed, color, or national origin. 13. CONTRACTOR will send to each 1,11101-union or representative ofworkcrs with which lie has a collective bargaining agreerllent or Other contract or understanding„a notice.to be provided by the agency contracting officer, advising the labor union or workers' representative of the C ONTRACJ•OR's conlnlittnents under Section 202 of•Executive Order No, 112416 of• September 24. 19(15, and shall post copies of the notice in conspicuous places availahle to employees and applicants lor•employment. C. C'ONfRAC' FOR will comply with ,.ill provisions o(' Executive Order No. 11246 of September 24, 1965. anal of'the rules. regulations,and relevant orders ofthc Secretary ol'Labor. D. CONTRACTOR will Finnish all i11101-111,16011 t d cp its rcquircc.l by I:xccutivc Order No. 11246 of' Septenibcr 24. 1965, and by the rules, regulations, and orders of the Secretary of'Labor, or pursuant thercto, and will permit access to his books, records. and accoutlts by the contracting agency and the Secretary of Labor flor purposes of investigation to ascertain compliance with such rules, regulations, and orders. I . In tile, event of the CONTRACTOR's non-compliance with the non-cliscrimination clauses ofthis Contract or wish any of'such rules. regulations, or orders, this Contract may be cancelled,terminated or suspenLIC(i ill whole or in part and the CONTRACTOR may be declared ineligible for ftu•ther Government contracts in accordance with 'C5-4190-00 00500-8 A( ZLLM �N R I — 10/12/01 WAI.NU'C S'T'REET PUMP STATION CITY Oh JEhh MSON, MISSOIJRI procedures authorized in 1xecutive Order No. 11246 of September 24, 1965,and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. P. CONTRACTOR will include the provisions of Article 1.1 in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 o('Scptcmber 24, 1965,so that such provisions will be binding upon each subcontractor or vendor,The CONTRACTOR will take such action with respect to any subcontract or purchase order as the contracting agency' ma), direct as a means of cnl'orcing such provisions including sanctions Ib1' 11011-compliance: Provided, however, that in the event the CONTRACTOR bccornes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the CONTRACTOR may request the United States to enter into such litigation to protect the interests of the United States. r r C5-4199-00 00500-9 AGREEMENT R 1 — 10/12/01 WALNUT SIRE-1 T PUMP STATION CITY OF JEF EIMN, MISSOURI IN WI'T'NESS WI-I1 REOF, ONNINI'R and CONTRACTOR have signed this Agreement in duplicate. One coaultcrpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER rind CONTRACTOR or on their behalf. This Agreement will he effcetive on 20_._. (which is the Lffective Date of the Agreement). OWNER: CONTRACTOR: LCORPORA`rl: SI'A1.� (C'ORI'012A'T'[: SEAL] Attest Attest Address for giving notices: Address flor giving notices: If OWNER is a corporation, attach evidence License No. - ofauthority to sign. IfOWN171 is a public body, attach evidence of authority to sign Agent 1br service of'process:and resolution or other(IOCUMCnts authorizing CXecution of'M%1N( R- CONTRAC`T'OR Agreement. (F CONTRACTOR is a corporation or a partnership, attach evidence oT'authority to Sign)Designated Representative: Name: Designated Representative: Name: `Title: Address: _ .__ _. _ Title: I'hone: Address; CS-4199-00 00500-10 A ; t ;fv11N'1 � RO —3/19/0) WALNUT STREET PUMP STATION CI'T'Y 014' JiTTE-RSON, MISSOURI SECTION 01230 - AL'fERNAT S PART 1 - GENEi;AL, 1.1 RELA'T'ED DOC.Ui IFNTS A. Drawings and gencral provisions ol'the Contract, including General and Supplemental-y Conditions and other Division l Specification Sections, apply to this Section, 1.2 SUMMARY A. This Section includes atlministrative and procedural requirements fir alternates. 1.3 DEFINI'T'IONS A. Alternate: An amount proposed by bidders and stated oil the Bid Form for certain work defined in the Bidding Requirements that may be deducted from the Base Bid amount if Owner decides to accept a corresponding change either in the amount of construction to be completed or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. 1. The credit for each alternate is the net deduction from the Contract Price to incorporate alternate into the Work. No other adjustments are made to the Contract Price. 1.4 PROCEDURES A. Coordination: Modify or adjust af('ected adjacent work as necessary to completes% integrate work of the alternate into Project. 1. Include as part of* each alternate, miscellaneous devices, accessory obiccts, and similar items incidental to or required for a complete installation whether or not indicated as part of alternate. ' B. Notification: Immediately following award of the Contract, notify cash part}' involved. in writing, of the status of each alternate. Indicate if alternates have been accepted. rejected, or deferred for later consideration. Include a complete description of negotiated modifications to alternates. C. Execute accepted alternates under the same conditions as other work ol'the Contract. C5-4199-00 01230-1 ALTERNATES RO— 10/12/01 WALNUT' S'I'ItC,,I;'I' PUMP STATION CI'T'Y O ,III-'FFl;RSON, MISSOURI 1). Schedule: A Schedule of Alternates is included at the end elf this Section. Specification Sections referenced in schedule contain requirements FOr materials necessary to achieve the work described under each alternate. PART 2 - PRODUCTS (Not Used) PART .31 - I'Al'X I I'1'ION 3.1 SC'II1 1)l'I.I; OI: A III.NA'I'LS A. Alternate I'unlp manufacturers: A baSC 13X1 pump nlanulacturCr is 11a11ed in SCCtl0n 1 131 1. Under this alternate, submersible pumps of other pre-approved manufacturers , may he proposed. All modifications to the pump station structure, piping, electrical and controls system necessary to incorporate the pumps of alternate prc-approval manufacturers shall be included in the alternate bid arllount. B. Alternate Variable Frequency Drive M�lnu(ilCturcrs: A base laid variable f,equency drive manufacturer is named in Section 16157, Under this alternate, variable Frequency drives of other pre-approved tllant.l(aCturCrS play be proposed. All modifications to the pump station structure, electrical and controls system necessary to incorporate the variable frequency dl-iVCS of alternate pre-approved ianufacturers shall he included in the alternate bid rullount. " C. Alternate Motor Control Ccnters: A base kid lllotOr Cont•OI CCrltcr nuulufacturcr is named in Section 16482, Under this alternate. motor control centers of other pre- approved nlanu(aCturerS 111ay be proposed. All modifications to the pump Station structure, electrical and controls system necessary to incorporate the motor control center of alternate prc-apprOVCd manufacturers shall he included in the alternate hid amount. D. Alternate MCdiulll-Volta ge Metal-I-riclosed Switch gear: A base Bid nlediurll-Volta C b b b metal-enclosed switchgear manufacturer is named ill Section 16351. Under• this alternate, nlediurn-voltage metal-enclosed switchgcar of other pre-approved manufacturers may he proposed. All nlodifiCativnS to the pump titation Structure, electrical and controls System necessary to incorporate tile, nlcdiulll-VOltagc nlctal- enclosed switchgcar of alternate prc-approved nitulu(acturers S11a11 he included in the S alternate bid amount. E, Alternate Dry Type Unit Suhstation T"ransformcr: A base Biel dry type unit Substation manufacturer is named in Section 16,170. Under this alternate, dry type unit substations of other pre-approved manufacturers may he proposal. All modifications to the pump station structure, electrical and controls system necessary to incorporate the dry type C5-4199-00 01230-2 ALTERNATE'S R0 — 10/12/01 WAIN T S7 RM E PUMP STATION CITY OF JEFFERSON, MISSOURI unit substation of alternate pre-approved... manufacturers shall be included ill tile' alternate bid amount; „ END.OF SECTION 01230 4 1. C5-4199=00 01230-3 ALTERNATES"; R0 - toil vol'' ff. rWAi,NUT STRi I 'T PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION ION 02241 - TEMPORARY MPORARY Si?WER ilY-PASSING; PART i - GENERAL 1 .1 RI?I.ATI'll) UOCUMI;N'TS A. Drawings and general provisions c:,l'(hc ('crrltrtrct, includin►; Genera) and Suphlcmentary Conditions and other Division I Specilication Scctic,tls, al.,ply to this Section. 1.2 SUMMARY A. The Contractor shall lirrnish all design, materials, (,11)01-, cquipnlellt, controls, pOWCr, maintenance. etc. to implement tcnlllorary 1)y-passing, IOr the lxu•posc of divcrtil)g c11°,tinb scwagc flows aroUlid work arcas whenever construclloll activities rccluire it. r 1.3 SUBMITTALS A. The Contractor shall prepare a detailed plan and description of the proposed by-pass systems) and submit in accordance with Section 01330. This plan shall he specific and complete including, but not limited to: i . Schedule 2. 13y-pass location plan showing tic-points, pipe routing, equipnn nt locations 3. Method(s) elf avoiding discharge to the sur(Iace, Missouri River, or other body of water 4. Elevations of tic-points, piping, and equipment 5. Sections showing embedrllents and fill 6. Sewer pILIVgirig nletluul(s) 7. Pipe sizes, 11111W6,11S, and Joint methods K. Ry-pass pump sizes (il' used): capacity, horsepower, perl( rinance curve(s), and noise; level(s) 9. MCthod OV pl-OtCClllIg CliSClUirge manholes of structures lfrom erosion and damage 10. 'Thrust blocks, restraining systems, and pipe supporting, systenr(s) 11, Operaling description IA SYSTEM DkISiGN RI:QUiREM."i` TS A. Capacity: The Contractor shall maintain sewer flow around the work area in a manner that will not cause damage to sewers and that will protect public and private property from dalllage and flooding_,, ley-pass systems shall have the capacity to by-pass average daily and potential peak. daily (lows: C5-4199-00 02241-1 'TC:MPORARY Sf,'WI'-.R BY-PASSING R0 -- 10/12/01 r WAL.NU'1' S'i'R.1�,1?,'1' i'hl(Vil' S'I'A'1"ION CITY Or ,11a FE'RSON, MISSOURI SC1VCr Averai;�j Dail} I lcnv Peak Daily f low Peak Wet Weather plow 48" 7 MGD c) MGD 30 MGD 36" 2 MGD 3.5 NI0D 10 MCiD 13. Operations: lay-pass systent(s) shall be capable of handling the flows listed in paragraph A above, 24-110urs per day, 7 days tit week lilt the duratiot 01'111C required by-pass. Any operations personnel required will he supplied by file Contractor. C. Standby I-,yuipnlcnt: lVherc ptlnlps are used, the C 0lltract0l shrill have adequate standby purllps installed and ready (or. irrinlediate: operation and Ilse in file event of an emergency or breakdown. 1'hc dcsii!n capacity listed in paragraph A above shall be maintained with any one pump out of service. Stwrldh� pelnll-,s shall have autc7111atic startlstop or be manned 24 hours per (1..)y, 7 clays a week. D. Overflow: The by-pass system(s) shall lie designed, constructed, and operated so as not to allow lily any by-pass fiow to the surface or to the Missouri River or to any other drainage course or body of water. All flow must he captured and hy-17assed to existing, operating sewagC purtlping and treating facilities. 1?, flow lntctruptions: No intcr•r-uption of the Ilow of sewage is permitted during the duration of hy-passing. Brief interruptions for the purposes of tie-ins are permitted only with the written permission of'the Owner. f;. Protection of Existing facilities: The Comnictor shall protect existing facilities from damage (file to activities associated with by-passing. G. Disruption: I;v-pass piping, systems, and e:duipnlent rn►tsidc the site shall not disrupt normal use unless approved by the Chvncr and I'Algineer. PART 2 - PROM RJS r�2.1 PIl'IN(i A. Joints: All joints must he restrained, hanged, fusion welded, or secured with thrust restraint blocks. 13. Materials: Buried piping must be capable ( fhandling soil loads as installed. C. VaCl1Iln1 ('untrols: Vacuum release valves must he installed should the piping he subject to vI)cuurl) that cc.,trld cause pipe collapse. r -2 I fMt' ) tAZY Sl h ! t BY-PASSING 0-4199-00 02241 RO 10/12/01 r WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 2.2 PUMPS A. Pumps (where used) may be diesel or electric. 'Temporary utilities shall be supplied by the Contractor per Section 01500. B. Pumps shall not eNceed 80 MA when nleasured at the site boundries. C. Pumps shall be protected from run-dry conditions. U. Pumps shall be capable of pumping r,.1W 1111IniClpUl sewage without fouling or plugging. PART 3 - EXECUTION 3.1 INSTALLATION COORDINATION A. All by-pass tie-ins must be coordinated with the Owner and Gngincer. Any interruption of sewage flow not listed in the plan described in paragraph 1.3.A requires the prior, Written permission of the Owner. T • Owner must be notified at least I day in advance of an I"tined interruption of B. The y > p 1 sewage flow. 3.2 INSTALLATION AND REMOVAL A. Plugging and blocking of sewage flows shall incorporate a primary and secondary plugging device. When plugging and blocking is no longer needed. it is to be removed in a manner that permits the sewage flow to slowly return to normal without surge, to prevent surcharging or causing other disturbances up or downstream. 3.3 OPERATION A. The Contractor shall confirm the by-press systems) is working correctly either by manning 24 hours per day or other approved means. 1' 3.4 MAIN'1'I1`JANC'I A. The Contractor shall maintain the by-pass systems for the duration of by-passing. Appropriate spare parts and equipment accessary to avoid discharge to the surface, Missouri River, or other body of water shall be kept on site. Operations and maintenance personnel shall be provided by the Contractor. C54199-00 02241-3 TEMPORARY SI.W ,'R 13Y-PASSING R0 — 10/12/01 WALNUT STREET PUMP S'i'.A C10N CITY OIL JEFFERSON, MISSOURI z END OF SECTION 02241 r C5-4199=On 02241 hI:MYOI211RY SCWFR I3Y�I'�1SSING t� WAL,NU'I STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 13451 -• RADIO SYSTEM PART I - GENERAL 1.1 REL,AT'L"D DOCUMENT'S A. Drawings tend general provisions of*the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. SUMMARY 1.2 5T✓MMAitY I. 'I'llis Section include;; radio systenis re luirenlents. 1.3 RFFERENCl S A. National Fire Protection Association (NFPA): I. NFPA 10-- National Electric C:odc* (NEC). B. Underwriters Laboratories (UI.): 1. UL 508 -- Industrial Control Equipn)ent. 1.4 DEFINITIONS A. PLC~(s): Programmable Logic Controller(s), 1.5 SYSTEM DESCRiPTION A. The proposal radio system is comprised of' equipment that will enable the processors (SLC 5/04) located at Walnut Street 111.11111) Station and the Waste Water Treatliient Plant to communicate back and lorth, as well as providing monitoring and control. The radio system to be installed shall utilize unlicensed radio frequencies in the 900 MHz range, 1.6 SUBMITTALS A. Product Data: 1. Submit manulticturer's product dnta sheets for equipment described in Part 2 of this Section, B. Shop Drawings: I. Submit component dimensional drawings. 2. Submit wiring diagrams detailing wiring for power raid communications. ■� C5-4199-00 13451-1 RADIO SYSTEM RO— 10/12/01 WALNUT STRILE-N' PUMP STATION CITY OF JEFFERSON, MISSOURI C. Maintenance and Operation Instructions: 1. Submit electrical diagrams with information on repair, troubleshooting, and testing, Include operational se(lucnce description as well as programnling documentation required in this Section. D. Radio Path Analysis 1. Systems Integrator shall submit radio path analysis report and conclusions for each antenna, as described in Part 3.1, Paragraph 13 of* this Specification prior to the installation with a collll ullicatioil lcvcl of not Icss than 90(113. 1.7 QUALITY ASSURANCH A. RCgulatory Requirements: 1. Electrical Component Standard: Provide components that comply with NHIA 70 and that are fisted and labeled by UL. 2. Listing and Labeling: Provide electrically operated components specified in this Section that are listed and labeled as definer) in the N1:C, Article 100, 1.8 WARRANTY A. Radio system and accessories shall he fully warranted for one year alter Project aCCCptanCC. PART 2 - PRODUCTS 2.1 IZA1)10 SYSTI"M A. General: The I'I.C's located at the Pumping Station and Waste Water Treatment Plant shall be able to C0n1ll1uniCatc via RS-232 serial interface with their respective radio" The two sites, Pump Station and the WWTP, shall transmit data hoick and forth hN means ol'an unlicensed radio system as shown on the drawings. The radio system shrill be of peer-to-peer design. The Contractor shall be responsible for commissioning the radio system in conjunction with the PLC, including line of sight issues between the Pump Station and 111C WNYf'11. The radio system shall consist elf: 1. RS-232 cable between each PLC and radio transceiver 2. Radio transceiver., 3. Power supplieti 4. Low-loss coaxial cable between radio transceivers and antennae 5. Antennas G. Surge Arrestors C5-4199.00 13451-2 RADIO SYSTEM RO — 10/12/01 WAI.NLJ I' S'I'RI;I:I' I'I)MI' STATION CI'T'Y OF- JEFFERSON, MISSOURI B. Radio Transceiver: The radio transceivers shall be Catalog No, MDS 9810 111Atlllttll lll'e(1 by Microwave Data Systems Inc. (Rochester, N)'), or equal. I. The radio transceivers shall transmit in the 900 Ml lz hand. 2. The carrier lower Im the transmission signal shall be programmable front 0.1 to 5 Watts, with an Accuracy of art.5 (113. The duty cycle shall be continuous with it 50 oh111 output inllcndencc. 3. The radio transceivers shall have an input lower rrulge from 10.5 to 16 Vdc, with a transmission current of—2 A typical at 5 W, and a receive current of Tess than 125 mA. 4. The radio transceiver shall he enclosed in rugged (lie cast 1111111inunl housing, operating in rill environment range of'-30'C to -I 60°C'. and 951),4, humility at 40°C. 5. The radio transcCiver shall inter fince with RS-232 data typCS, 111d support asynchronous simplex, hall'-duplex, and synchronous modes at 4800 tips. C. power The rldio transceiver shall he powered by a 12 V )C power sup ply, Catalog No. 51,16-12-100 mane lectured by S01l1/I IC.vi-I.7tlty (Skokie. IL), or equal. 1. The power supply shall receive an input voltage of 120 VAC' and output a voltage of* 12 VDC, with all output adjustment range of 12-14 VDC. The output voltage variation shall he ±1 .0°/, nmxinlunl. The maximum output current shall be 6 A, and the Illinilllunl output current capability shall be 2.5 A. 2. The power supply shall have a built-in LED for DC Power Status. 3. The power supply shall helve a steel case and snap-on 35 null DIN rail mounting per FN50022 or Chassis mounting. D. Low-Loss Coaxial Cable: "1'he radio transceiver shall he connected to the antenna via a low-loss coaxial cable, Catalog No. LDF6-50 manufactured by Andrew (Orland Park, 11,), or equal. Tile cable shall be it nunullum or 7/8" foam dielectric. Ileliax(P cable with 50-ohm impedance. The actual cable size to be determined by propagation and path study. The Cable shrill have less than 0.876 (113/1001'1 auciluation Ill a frequency of 960 ;v HZ. 1 . Antenna: The radio system shall utilize antenna types is approprinic for the site in which the antenna is located. The antenna shall have an N Mille connector, for Connecting with the I leliax(O coaxial Cable, and shall he capable of being mounted oil a 1.5" to 2.4" dianlCtCr mast. T11C t\VO types of Antennas tc.l he inCludc(1 in this design arC onnni-directional Antennas and yagl antennas. I. YAgi allteilivis are 1111te1111as that transmit ol• receive data 11'om a single specific location. Yagi antennas shall transmit and receive in the 890-060 Ml-lz bandwidth, and he CtItalog No. 97-3661A,14 manufilctured by Microwave Data Systems Inc. (Rochester, NY), or equal. The antenna shall have it gain o1' 12 (113, With a nlillilllu111 front to hack ratio of 20 (113. The antenna shall he rated (or the power of the data transmission. Antennas shall be installed at the following locations: a. Pump Station - one (I ) yagi antenna, fm- transmit and receive between Pump Station and the W WTP. C54199-00 13451-:i RADIO SYS'I'E RO — 10/12/01 WAL.NU'C S°I'itl?1 1' I'l1MI' STATION CITY 0F J[A"F RS;ON, MISSOURI 2. Omni-directional atlte'llllils are i111te11llils (hilt transmit data from it single location to a multitude of locations and receive data ilt it single location Ir(.m a multitude of locations. Onmi-directional antennas shall transmit and receive ill the 990-960 MIAZ batlllWidth, and he Catalog No. 00139-915 nulrlulacturcd by the Scala Division ell'Kathrein Inc, (Medford, OR), or equal, The antenna shall have a gain of 9 d113d. The antenna shall be rated lily the bower of the dicta transmission. Antennas shall be installed at the Following; locations: N a. WNNITI' - one (I ) onllli-directional antenna, in order to transmit and receive between W WTP and the: Purnll Station, I'. Surge Arrestor: Mach radio transceiver shall utilize it sur.!e arrestor in series between the COilXlal cable From tile antetlnil and till` Coaxial C Ible 111 file radio fr'allscc;ver, The surge arrestor shall be located inside Of'tile control panel, With talc g,roond (cird 1'r0 n1 the sur'g;c arrestor connected directly to around via not less than a 118, Iml-C copper ground conduc(or. The surt!e arrestor shall he the Arrestor Plusu) 'I -Scries, Catalog; No. APT-N nlanulactured by Andrew (Nc\\- Zealand), or equal, PART 3 - EXI?Cl!'('ION 3.1 1NSTAI,L.ATI0 N A. Install radio communications system as shown on drawings and according; to manufacturers' instructions, and coordinale the installation ul' equipment with other work. 13, It shall be the responsibility ol'thc Systems Integrator to provide radio bath analysis and verily antenna mounting heights in order to ensure signal strength and integrity elf the radio system. The radio path analysis shall he COIIII)leted prior (0 the construction and installation of any lower that may he required to 11101.alt the i.Illtemuls. The Systems Integrator shall provide to the (honer a complete record of the findings 161- antenna mounting; heights and csact locations of alllcllna poles/towers hissed dm the path analysis. C, System Integrator shall lie responsible Im- communication intcg;rity and the proper operation ol'thc radio systcnl. F'NU OF Sl"ICI'ION 13451 r CS-4199-00 13151-4 RADIO SYSTEM RO — 10/12/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 15225 — CENTRIFUGALLY CAST 1-113ERGLASS REINFORCIT"1 POLYMER MORTAR PIPIm, PART 1 - GENERAL 1.1 RlaLATHID DOCUMENTS A. Drawings and general provisions of the Contract, including Gencral and Supplementary Conditions and Division 1 Specification Sections, apply to this Scction. 1.2 SUMMARY A. This Section includes specific piping requirements related to centrifugally cast fiberglass reinforced polymer mortar process piping systems. 13. Related Sections include the following: 1. Division 15, Section "Process Water and Waste Piping." 1.3 SU13MD"PALS A. Submit the following in accordt111cc with Conditions 01' the Contract and Division 1 Spccification Sections: 1. Manufacturer's Product Data fir piping and fittings. 2. Certification signed by manufacturer that the pipe and fittings meet specification requirements. PART 2 - PRODUCTS fS 2.1 PIPING SYS'fl?MS A. 'type 114, reinti7rced polymer mortar pipe 2.2 REPERI:NCI SPI.:(_,1 1C'A'I"l(,)NS A. ASTM D3262 --- Standard Specification for "Fiberglass" ((';lass-fiber-Reinforced Thermosetting-Resin) Sewer Pipe. B. ASTM D4161 — Standard Specification for "Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe Joints Using, Flexible Elastomeric Seals. C. ASTM D2412 — Standard 'Pest Method for Determination of I"Aternal Loading Characteristics of Plastic. Pipe by Parallel-Plate Loading. C54199-00 15225-1 CIsNTRIFIJ 1 ' GAL, .Y CAST' I�[I3ERGLASS RO— 10/12/01 REINI ORCED POLYMER MOR'T'AR PIPE WAL.N1. T STRI'.I T PUMP STATION CITY (71' ,11?IF1:RSO N, MISSOURI 2.3 Iv1A`I'I:RIALS A. Resin Systems: The immufacturor shall use only polyester resin systems with a proven history ol'performmnce in this particuly allhlication. fhc historical data shall Itnve been 'ICquit•Cd ti•onl a Ctlnlposite n►aterial ol, similar construction tuld Composition as the proposed product. 13. Glass 86111, 1-CCnlCrlts: The reintilrcing glass fibers used to nritrlulilcture the components ' shall be of highest quality commercial grade Fl-glass tifnnlents with binder and sizing Compatible with impregnated resins, C. Silica Sand: Sand Shall he millinium tilhca with a t111►\Irtllllll Illoisture content Ol f).2`%,. D. Additives: Resin additives, such as cltting LlyCS, fi!lCrs, lhixolropiC agents. ctC.. when used, shall not cletrinlrnt,►Ily afl'crl the perfi61-11 uutce ofthC product. I:. 1. lastomeric Gaskets: Gaskets shall he supplied by qualified gaskel limmilacturers and he suitahlC tier the Sel•VICC intCndcsl. 2.4 MANUFAC"fl IRF AND CONSTRUCTION A. Pipes: Manufacture pipe by the centrifugal casting process to result in a dense, non- porous, Corrosion resistant, consistent Composite structure. 13. Joints: Unless otherwise specified, the pipe shall he field connected with fiberglass sleeve Couplings that utilize Clastomeric sealing gaskets made of' F1PDM rubber Compound its the sole nicat1S tCt 111,1itllalll jOillt watCrtightrlCSS. I•I1C 101►1tS must Illeet the perlorntiulcc requirenlents of AS'I'M D4161 . Joint:; at tic-ins, when needed, may utilize 1� Fiberglass, gasket scaled closure couplings. C. fittings: I"hillges. Clhows, rcduCers, tees, wyCS, laterals, and other fittings shall he Capable of withstanding all operating Conditions wilell installed. They play he Contact molded or nulnutacturs:d from mitered sections of pipe joined h\ glass-fiber-rein!orced OVCI'lays. I I'011C ly protCCtCLI stundard ductile iron, fusion-hOoLICd epoxy coated steel, Mid Stainless Steel fitting~ may also he used, 2.5 DIMI NSIUNS A. Diameter: The i10.1i11 outside diameter (18" to 48") o[ the pipes shall be in accordance with ASTM D3262, For other diiulIeters, OD's shall be per 111unLI111C trer's literature. 054199-00 15225-2 C[;N'l'RII-'UGAL.I.Y CAST FIBERGLASS R0— 10/12/01 R1 1NFORC I.-D POLYMER MORTAR 1'111[: WALNUT STREET PUMP STATION CITY OF IHTFi,RSON, MISSOURI I3. Lengths: Pipe shall be supplied in nominal lengths of20 feet. Actual laying length shall be nominal +1, -4 inches. At least 90% of the total footage of cacti size and class of pipe, excluding special order lengths, shall be furnished in nominal length sections. C. Wall Thickness: The minimum total wall thickness shall be 0.72 inches. D, End Squareness: Pipe ends shall be square to the pipe axis with a maximum tolerance of 1/8 inch. 2.6 T E,STiNG A. Pipes: Pipes shall be manufactured and tested in accordance with ASTM D3262. B. Joints: Coupling joints shall meet the requirements of ASTM D4161. C. Stiff6css: Minimum pipe stiffness when tested in accordance with ASTNI D2412 shall be 46 psi. t2.7 PACKAGING, IIANDLING, SLAPPING A. Packaging, handling, and shipping shall be done in accordance with the manufacturers instructions. 2.8 ACCT P`rABL1? MANUFACTURERS A. Hobas Pipe LISA, Inc. PART 3 - EXECUTION 3.1 iNSTAL.LATTON A. Burial: The bedding and burial of pipe and fittings shall be in accordance with the project plans and specifications and the manufacturer's requirements. ' B. Pipe Handling: Use textile slings, other suitable materials or a forklift. Use of ehains or cables is not permitted. C. Jointing 1. Clean ends of pipe and coupling components. 2. Apply joint lubricant to pipe ends and elastomeric seals of coupling. Use only lubricants approved by the pipe manufacturer. 3. Use suitable equipment and end protection to push or pull the pipes together, C5-4199-00 15225-3 CENTRIFUGALLY CAST" FIBERGLASS RO-- 10/12/01 REINFORCED POLYMER MORTAR PIPE A NU'I S REI?7 Pump STATION ATION CITY OF JEFFERSON, MISSOURI 4. Do not exceed forces recommended by the manufacturer for coupling pipe. S. Join pipes in straight alignment then deflect to required angle. Do not allow the deflection iinglC t0 CXCCCd 111C dCIlCCt10n permitted b)' the nlatlufaCtilrcr. END OF SI?,CTION 15225 1 : r . 1 1 r : r 1 r r . 1 . 1 C5-4199-00 15225-4 .CENTRIFUGALLY CAST FIBERGLASS RO= 10/12/01 REINFORCED POLYMER MORTAR PIPE :r . U. S. ENVIRONMENTAL PROTECTION AGENCY WATER QUALITY OFFICE *MMMM*MMFMMMMMMMMMMM CERTIFICATION OF NONSEGREGATED FACILITIES 1 (Applicable to federally assisted construction contracts and related subcontracts exceeding $10,000 that are not exempt from the Equal Opportunity clause). The federally assisted construction contractor certifies that it does not maintain or provide for its employees any segregated facilities to perform their services at any location, under its control. The contractor certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to 1 perform their services at any location under its control where segregated facilities are maintained. The federally assisted 'construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for the employees that are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The federally assisted construction contractor agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 that are not exempt from the provisions of the Equal Opportunity clause, and ' that it will retain such certifications in its files. ' (Signature) (Date) S e (Name and Title of Signer) tNOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. UNION PACIFIC RAILROAD COMPANY Beal Estate Department R.D,Ulrich J.l..Hawkins Assistant Vice President Director•Oporatfons Support J.A,Anthony M.E.Heenan Director,Contracts Director-Administration 8 Budgets D.D.Brown D hr.Llghtwlne Director-Real Estate qu Direclor•Real Estate M,W.Casey T.K.Love General Director-Special Properties 11`100 Farnnm Street ^ Director-Fleal Estate J.P.trade Ornaha,Nebraska 60102 ' Director-Facility Management Fax (402)997.3601 ' November 6, 2001 Folder No; 01988-23 '1•o the Contractor: Before the Railroad Company can permit you to perlorm work on its right of way for the installation of pipeline crossing for CI'T'Y OF JEFFERSON, It will be necessary to complete the enclosed Contractor's Right of Entry Agreement as follows: 1. Fill in the complete legal name of the contractor in the space provided on Page 1 of the Contractor's Right of F-Intry Agreement. If' a corporation, give the state of incorporation, If a partnership, give the names ofall partners. 2. Fill in the date construction will begin and be completed in Article VI, Paragraph h A, 6 P b p 3. Fill in the name of the contractor in the space provided in the signature block at the end of the Contractor's Right of Entry Agreement, If the contractor is a corporation, the person signing oil its behalf must be an elected corporate officer. 4. RCtUrn all copies ol'the Contr•ac(or's Right of Entry Agreement, together with your Certificate trl Insurance, identifying; Folder Nu. 01988-23, as required in Exhibit 13-1, in the attached ,ell. addressed envelope. 5. Check, with Folder Nu. 01988-23 written can the front, made payable to the Union Paclli. ' Railroad Company in the amount of FIVE HUNDRED DOLLARS ($500.00). If'you require formal billing, you may consider this letter as a formal bill. In compliance with the Intent,tl Revenue Service's new policy regarding their Form 1099, 1 certify that 94-6001323 is the Railrrald Company's correct Federal Taxpayer Identification Number and that Union Pacific Railroad Company is doing business as a corporation. ' Under [;ahibit 13-1 of the enclosed Contractor's Right of Entry Agreement, you cure required it, procure Railroad Protective Liability Insurance (RPI,1) for the duration of' this project. As a service tee you, Union Pacific is making this coverage available to you, You are not required to purchase 11111, ' coverage front the Railroad and are encouraged to shop the market for the best available rate. It' you decide, however, that acquiring this coverage from the Railroad is of benefit to you, simply I•ollow tic instructions on the enclosed form. After approval of thc Contractor's Right of' Entry Agreement and the Insurance Certificate. your fully-executed document will be returned to you, with instructions to proceed. In no event should you begin work until you have received a copy of the Signed Contractor's Right of Entry Agreement, s Ifyou have nay questions, please contact me at (402) 997-3642. E , Yours truly, Roland Wedigc Contracts Representative r y f )i} E i i E i 1 r PL X&E ROE 940201 Form Approved,AW-Law Folder No: 01988-23 CONTRACTOR'S RIGHT Or ENTRY AGREEMENT THIS AGREEMENT is made and entered into as of the day of , 20_, by and between UNION PACIFIC RAILROAD COMPANY, a Delaware corporation, (hereinafter the "Railroad") and Y _ , a _ corporation/partnership, whose address is (hereinafter the "Contractor"). RECITALS; The Contractor has been employed by CITY OF JEFFERSON for the purpose of constructing (hereinafter "work") only a 36 inch sanitary wastewater pipeline crossing on and across property of the Railroad at or near Mile Post 125.880, Jefferson City Subdivision/Branch, near Jefferson City, Cole County, Missouri. The Contractor has requested the Railroad to permit it to perform the work and Railroad is agreeable thereto, subject to the following terms rind conditions. AGREEMENT: rNOW, TFIEREHORE, it is mutually agreed by and between the Railroad and Contractor, as follows: Article I. DEFINITION OF CONTRACTOIZ. For purposes of this Agreement, all references in this Agreement to the Contractor shall include the Contractor's contractors, subcontractors, officers, agents and ennployees, and others acting under its or their authority. Article H. RIGHT GRANTED; I'IJRPOSE. ' The Railroad hereby grants to the Contractor the right, during, the term hereinafter stated and upon and subject to each and all of the terms, provisions and conditions herein contained, to ' enter upon and have ingress to and egress from the property described in the Recitals hereof and as shown on the attached print dated May 29, 2001, marked Exhibit A, for the purpose Of performing the work described in the Recitals above. The right herein granted to Contractor is limited to those portions of the Railroad's property specifically described herein, or designated by the Railroad representative named in Article V. Article III. TERMS AND CONDITIONS CONTAINED IN EXIII13ITS B AND.U- The The terms and conditions contained in Exhibits B and B-1, hereto attached, arc hereby made a part of this Agreement, Article IV. ADMIN�ISTItATI�VE FEE, ' Applicant shall pay to the Railroad FIVE HUNDRED DOLLARS (S500.00) as reimbursement for clerical, administrative and handling expense in connection with the processing of this Agreement, Article V. ALL EXPENSES TO BE BORNE BY CONTRACTOR; RAILROAD R.EPRESEIeITATT-E. The Contractor shall bear any and all costs and expenses associated with any work performed by the Contractor, or any costs or expenses incurred by the Railroad relating to this Agreement. All work performed by Contractor on Railroad's properly shall be performed in a manner satisfactory to the respective local Superintendent of Transportation Services of the Railroad or his authorized representative (hereinafter the "Railroad Representative"), Article VI. TERM; TERMINATION. r A. The grant of right herein trade to Contractor shall commence on and continue until , unless sooner terminated as herein provided, or at such time as Contractor has completed its work on Railroad's property, whichever is earlier, Contractor agrees to notify the Railroad Representative in writing when it has completed its work on Railroad property. B. This Agreement may be terminated by either party on ten (10) days' written notice to the other party. Article VII. CERTIFICATE OF INSURANCE. A. Before commencing any work, the Contractor will provide the Railroad with a Certificate, identifying Folder No. 01988-23, issued by its insurance carrier providing the insurance coverage required pursuant to Exhibit B-1 of this Agreement in a policy which contains the following type of endorsement, UNION PACIFIC RAILROAD COMPANY is named as additional insured with respect to all liabilities arising out of Insured's, as Contractor, performance of any work on the property of the Railroad, B. Contractor warrants that this Agreement has been thoroughly reviewed by its insurance agents)/broker(s) and that said agent(s)/broker(s) has been instructed to procure insurance coverage and an endorsement as required herein. r C. All insurance correspondence shall be directed to: Folder No. 01988-23, Union Pacific Railroad Company, Real Estate Department, 1800 Farnam Street, Omaha, Nebraska 68102. Article VIII. CHOICE OF FORUM. Litigation arising out of or connected with this Agreement tnay be instituted and maintained in the courts of the States of Nebraska and Missouri only, and the parties consent to jurisdiction over their person and over the subject matter of any such litigation, in those courts, and consent to service of process issued by such courts. IN WITNESS WHEREOF, the parties hereto have executed this Agreement in duplicate as of the date first herein written. UNION PACIFIC RAILROAD COMPANY B _ Contracts Representative (Contractor Namc) By Title: _ Telephone:_, Fax: �L..CE ARROW INDICATING NORTH FORM DR-0404-B DIRECTION RELATIVE TO CROSSING o` REV. 5- 15-99 w,4 www.uprr.c ENCASED NON-FLAMMABLE av� PIPELINE CROSSING NOTE: ILL AVAILABLE DIMENSIONS MUST DE NO SCALE_ rILLED IN TO PROCESS THIS APPLICATION. /L)p Mlle Mk,2-r.CfG 12(0,E) t/ RN•S R,. I�-FT. 44c3 Fr, FT. 'T 1 iT,----- (sa NOTE 3 A s) ` , ` (SEE NOTE J R SI _ ,� �FT. a � To ° W 1:�ZlyE Ll I ND Lv L: 0 4 ctTl to INEAACSF R.R. IORNI w`~, N f1NtCr c (ANGLt OF CROSSING) "� INCANCST ;1,1;1,111, , OWNS • 4 , (Of I,CA IOC MFG OOJLCI c o SCA'IE Ir.CO OOJLC / �. �W (SL[ C ) i 1 fC[ MIL f) f! ��>,. N� GaRt�t�Q QF �o �t R R BP1(J� a (� _ C4,;� A•r IOISIANCE ALONG YMCCAA W SECTION LINO CAOSSINGI CA WA11 -( FT. NOYC: INIS DINIION AEOUi M RCO IN ALL CASES. V G� Wears �r�e k ~ ± ( AT LOCATIONS Not USING $let IONS, DISTANCE 10 A LEGAL SLwVIY LINE IS ALOUTAIG) _ FT, I —J T. C CAOLM STEEL CASING WALL "IN. 01St SURrAct THICKNESS CHART I�I Sao Nor• 2T i AIIHIut1Ft 01AAIETER 0 "CRAOE I THICKNESS CASING PIP i I :3125 5/I6' 12- VER 12"-I6' rT. .3750' 3/8' OVER IB•- (A.S f uIN,) I i• .4375" 7/16• OVER 2 iT. (to rr. AIAx ) Ct' FT, SIAL C`AI(OG •5000' 1/2' OVER 2 SEAL CASING / GsING NI►L IS.. Nor. A) .5625' 9/16' OVER 3 { 6250' 516' OVER 4 r --_— __. _ __—_ \-- OVER 4B' MUST BE / CAPMIEA PIPE ♦ APPROVED 9Y R.R. CO. 1'� /� — — — NOTES THIS CHART IS ONL D i'1 y C- T-T�G►lit�i Fr j o✓,C, � `� I PIPES/TH A41NIMW YIEL / I STRENGTH OF 35,000 PSI. ((( S rT, .�,,` FT, ---—►� �*—--- _FT, FORMULA TO FIGURE CASING I ! LENGTH WITH ANGLE OF IiT• CROSSING OTHER THAN 900 6F T. --. B ZL!0_ NOIES I (CASING LEN4TN n Ln W"SURCO ALONG PIPEI.INC. 11 ALL NONI20NIAL DISTANCES TO CC NfASUREO AT AIGN/ ANGLES FROU 11 Or TRAM G) SIN 71 CASING f0 CXTEI* OLYO„O TNE! OF TRACA AT RIWT ANGLES THI MAMA OF 20 • 70 PT., OR SO FT., B AND REYONO LIMIT Or AILROAD AIGHT-OF-TAT IT NECESSARY 10 PAOVIOE MLOPEA LENGTH OUTSIDE Or TRACI.71 UINIMn Or SO' FROAJ THE CNO Or ANY RAILNOAD ORIOCC, l OF ANY CLA.VCRT, OR FROM ANY SWI101ING 'ACA. U`Mott I2)T 41 SIOHAL REPRESENTATIVE MAT OC MCSINT OLYIING INSIALLATION IF RAILROAD SIGNALS AAE IN THC YIC,NIYY OF CAOSSING. S1 ALLORA&LE rIXCD OBJECTS INCLUDE: IA"WALLS Of TWIDG(SI It Or ROAD CAOSSIHOS S OYERNEAD VIAOUCTS IOIVE MU) NAWI, OR CUL.VEATS. 61 CASINO ANO CARRIER PIPE LUST RC PLACED A MINI"Or t rCCT REL(O rHC CAIStING FIECR OPTIC CAALC. ANY CXCAVArION AEOUIRCD WITHIN S /CET OF TW EXISTING ►IRCIR OPTIC CARLC WLIST Of NANO Mt(1. A) IS PIPELINE CROSSING WITHIN DEDICATED STREET ?__YES; 0; EXHIBIT "An 01 IF YES, NAME OF STREET _ _ Ira RAILAW VM OKI$ 0) DISTRIBUTION LINE OR TRANSMISSION LINE l C) CARRIER PIPE : �er UNION PACIFIC RAILROAD CO. COMMODITY TO BE CONVEY D )11-r� 'C C(i1� / OPERATING PRESSURE PSI C.4-11 4 7� 1r'L .I-(/B• �QtQGNE�C .T.✓D. LEAD WALL THICKNESS.OL-2 3 ;D I AMET ER -�'� ;MATER I AL�.Lo h ; 1,4.01+1S1oN1 E CASING PIPE Cdr I( e M, P AR s . E. S. ��}� P WALL THICKNESS ��t„_,;MATERIALS�� ; NOTE ;CASING MUST HAVE 2" CLEARANCE BETWEEN GREATEST ENCASED CROSSING AT OUTSIDE DIAMETER OF CARRIER PIPE AND INTERIOR DIAMETER OF CASING PIPE. WHEN FURNISHING DIMENSIONS, GIVE OUT S I OE OF ,r� 'f�/ ��f�' Q24 e_" CARRIER PIPE AND INSIDE OF CASING PIPE. ""'L" ""' IcoimlvI IIIA111 F) METHOD OF INSTALLING CASING PIPE UNDER TRACK( S): a � 'Z r�/ ORY BORE AND JACK (WET BORE NOT PERMITTED) � yErFFR ON —TUNNEL ; OTHER ---- RR FILE NO./VfZ' a 7_ DATE GI WILL CONSTRUCTION BE BY AN OUTSIDE CONTRACTOR? YES;..,—NO; H) DISTANCE FROM CENTER LINE OF TRACK TO NEAR FACE OF BOfil C ANO It A R N I N G JACKING PITS WHEN MEASURED AT RIGHT ANGLES TO TRACK..._— —— - --- 11 APPLICANT HAS CONTACTED I-©00-336-9193, (S0, "IK) )HALL OCCUlAkS, LL P. CWAMICAIIo" U. P. COMMUN C TION DEPARTMENT, AND HAS DETERMINED FIBER OEIART 110 HEAT 1I CONTACTED IN ADVANCE -OPTIC CABLE DOES ; DOES NOT EXIST I VIC N Y OF °r "'� W ro O[IEIA Cl ExlfAbLL AAIp WORK TO 8E P RFORMED T I CKET N0.— (. �. �� Lour1W I rIEKJ1 3W 1 CAA>t C. I9101K I I•DOD•)W 1117 U'TII.ITIGS x k r ROF 990701 P Will Approved,AVI'-Law EX11111IT 13 TO CONTRAC'TOR'S R1G11T OF ENTRV AGREEMENT Section 1. _NOTICE,OF COMME,NCEMFNT OF WORK- FLAGGING. The Contractor agrees to notify the Railroad Representative at least 48 hours in advance of Contractor commencing its work and at least 24 hours in advance of proposed performance of any work by the Contractor in which any person or equipment will be within 25 feet of any track, or will be near enough to any track that any equipment extension (such as, but not limitccr to,it crane boom)will reach to within 25 feet of any track, Upon receipt of such notice,the Railroad Representative will determine and inform the Cori troctorwhclher a flagman need be present and whether the Contractor need implerrlerll any special protective or safety measures. If any flagmeri or other special protective or Safety measures arc performed by the Railroad,such services will be provided at Contractor's expense with the understanding that if the Railroad provides any flagging or other services the Contractor shall not be relieved of arty of its responsibilities or liabilities set forth herein. Section 2. NO INTERFERENCE W1TI1 RAILROAD'S OPERATION. No work performed by Contractor shall cause any interference with the constant,continuous and uninterrupted use of the tracks,property and facilities of the Railroad its lessees, licensees or others, unless specifically permitted under this agreement, or specifically authorized in advance by the Railroad Representative. Nothing shall be done or suffered to be done by the Contractor at any time that would in any manner impair the safety thereof, When not in use,Contractor's machinery and materials shall be kept at least 50 feet from the centerline of Railroad's 1 nearest track,and there shall be no vehicular crossings of Railroad's tracks except at existing open public crossings. Section 3. MECHANIC'S LIENS, ' The Contractor shall pay in full all persons who perform labor or provide materials for the work to be performed by Contractor. The Contractor shall not create, permit or suffer any mechanic's or malcrialmen's liens of any kind or nature to be created or enforced against any property of the Railroad for any such work performed. Ilic Contractor.shall indemnify and hold harmless the Railroad from and against any and all liens,claims,demands,costs or expenses of whatsoever nature in any way connected with or growitiv out of such work done,labor performed, or materials furnished. Section 4. PROTECTION OF FILLER OPTIC CABLE SYSI_h.111S. a). Fiber optic cable systems may be buried on the Railroad's property. Protection of the fiber optic cable systems is of extreme importance since any break could disrupt service to users resulting in business interruption and loss of revenue and prof its, Contractor shall telephone the Railroad at 1-800-336-9193 to determine if fiber optic cable is buried anywhere on the Railroad's premises to be used by the Contractor. If it is, Contractor will telephone the telecommunications company(ics) involved,arrange for a cable locator,make arrangements for relocation or other protection of the fiber optic cable, all tit Contractor's expense, arid will commence no work on the right of way until all such protection or relocation has been accomplished. b). In addition to other indemnity provisions in this Agreement, the Contractor shall indemnify and hold the Railroad harmless from and against all costs,liability and expense whatsoever(including,without limitalion,attorneys' fees,corm costs and expenses)arising out of any act ' or omission of the Contractor, its contractor, agents and/or employees, that causes or contributes to (1) any damage to or destruction of any telecommunications system on Railroad's property, and/or (2) any injury to or death of any person employed by or on behalf of any telecommunications company, and/or its contractor,agents and/or employees,on Railroad's property. Contractor shall not have or seek recourse against Railroad for any claim or cause of action for alleged loss of profits or revenue or loss of service or other conscquentinl damage to a ' telecommunication company using Railroad's property or a customer or user of services of the fiber,optic cable oil Railroad's property. Section 5, COMPLIANCE, WITH LAWS. ' In the prosecution of the work covered by this agreement, the Contractor shall seciue any and all necessary permits and shall comply with all applicable federal,state arid local laws, regulations and enactments afl'ectinp the work, The Contractor shall use only such methods as are consistent with safety, both as concerns the Contractor, the Contractor's agents and employees, the officers, agents, employees and property of the Railroad and the public in general.The Contractor(without linliting the generality of the foregoing)shall comply with all applicable state nd federal occupational safety and health acts and regulations. All federal Railroad Administration regulations shall be followed when work P,rformed on the Railroad's property. If any failure by the Contractor to comply with any such laws,regulations,and enactments,shall result fine, penalty,cost or charge being assessed, imposed or charged against the Railroad, the Contractor shall reimburse all(] indemnify the Page I of! Exhibit 13 M UTILITIES X k L'ROE 990701 FqV Approved,AVr-Ln%v Railroad for any such fine, penalty, Cost, or Charge, Including;without limitation attorneys' fees,court costs and expenses. 'life Contractor furth agrees in the event of any such action, upon notice thereof tieing;provided by file Railroad, to defend such action free ofcost, charge,or expen to the Railroad, Section 6. SAmrl' INSTRUCTIONS. Safety of personnel,property,nail operations and the public is of paramount importance in the prosecution of the wort: pursuant to this agreement. As reinforcement and in furth^ranee of overall safety measures to be observed by the Contractor(and oat by way of limitation),Ili following special safety rules shall be followed; a). The Contractor shall keep the job site free from safety and health hazards and ensure that its cn►ployces are competent an adequately trained in all safety and health aspects of the job. The Contractor shall 1mve proper first aid supplies available on the jo site so that prompt first aid services can be provided to any person that may be injured on the job site. The Contractor shall prompt! notify the Railroad of any U.S.Occupaitional Safety and Health Administration reportable injuries occurring to any person that may arise during the work performed on the job site. The Contractor shall have a non-delegable duty to control its employees,while they are o the job site or any other property of the Railroad to be certain they do not use,be under the influence of,or have in their possession ani alcoholic beverage, drug, narcotic or other substance that rnoy inhibit the safe performance of work by the employee. b). The employees of the Contractor shall be suitably dressed to perform their duties safely and in a manner that will not interfer� with their vision, hearing or free use of their hands or feet. Only waist length shirts with sleeves and trousers that cover the entire le are to be worn. If flare-legged trousers fare worn, the trouser bottorns must be tied to prevent catching;. The employees should wear sturdy and protective work boots and at least the following protective equipment: (1) Protective head gear that meets American National Standard-7.l39.I-latest revision. It is suggested that all hardhats, be affixed with Contractor's or subcontractor's company logo or name. (2) Eye protection that meets American National Standard for occupational and educational eye and face protec 287.1-latest revision. Additional eye protection must be provided to meet specific job situations such as welding,grindi , burning;, ctc,; and (3) Hearing protection which affords enough attenuation to give protection from no se levels that will be occurring on the job site, c). All heavy equipment provided or leased by the Contractor shall be equipped with audible I ack-up warning devices. If in the opinion of the Railroad Representative any of Contractor's or any of its subcontractor's equipment i:;unsafe for use on the Railroad's right-of-way, the Contractor, at the request of the Railroad Representative, shall remove such equipment from the Railroad's right-of-way, Section 7, INDEMNITY. a). As used in this Section, "Railroad" includes 4her railroad companies using, the Railroad's property tat or !tear the location of the Contractor's installation and their officers, agents, and employees; "Loss" includes loss, damage, claims, demands, actions, causes of action, penalties,costs,and expenses of whatsoever nature, including court costs and attorneys' fees, which nmy rc5ult froth: (a) injury to or death of persons whomsoever(including the Railroad's officers,agents, and employees, the Contractor's officers,agents,and employees,as well as any other person);and/or(b)damage to or loss or destruction of property whatsoever(including Contractor's property,damage to the roadbed, trucks, equipment,ov other property of the Railroad, or property in its care or custody), b). As a major inducement and in consideration of the license and pennission herein granted, the Contractor agrees to indemnify and hold harmless the Railroad from any Loss which is due to or arises from any cause and is associated in whole or in part with the work performed under this agreement,a breach of the agreement or the failure to observe the health and safety provisions herein,or any activity, omission or negligence arising out of performance or nonperformance of this agreement. However, (Ile Contractor shall nol indemnify the Railroad when the Loss is caused by the sole negligence of the Railroad. c). The Contractor shall maintain whatever insurance coverage is necessary to adequately underwrite its general find contractual liab under the terms of this Agreement. Inge 2 of J [:�hih►t [m UTILITIES X do E ROE 990701 I%m Approved,AVP-t.Nw Section 8, ,RPSTORATION OF PR¢I ERTY. In the event the Railroad authorizes the Contractor to take down any fence of the Railroad or In any manner move or disturb any of the other,property of the Railroad in connection with the work to be performed by Contractor, then In that event the Contractor shall,as soon as. possible and at Contractor's sole expense,restore such fence and other property to the some condition as the same were In before such fence was taken down or such other property was moved or disturbed, Section 9. WAIVER OF 11REAC11. The waiver by the Railroad of the breach of any condition,covenant of agreement herein contained to be kept,observed and performed. by the Contractor shall in no way impair the right of the Railroad to avail itselrof any remedy for any subsequent breach thereof. Section 10. ASSIGNMENT-SUBCONTRACTING. The Contractor shall not assign,sublet or subcontract this agreement,or any interest therein, without the written consent of the Railroad and any attempt to so assign,sublet or subcontract without the written consent of the Railroad shall be void. If the Railroad gives the Contractor permission to subcontract all or any portion of the work herein described, the Contractor is and shall remain responsible for all work of subcontractors and all work of subcontractors shall be governed by(fie terms of this agreement. Page 3 or EXI Mt B CONTRACTOR'S RIGHT OF ENTRY INS,02/16/01 %VOLVING PIPELINE,WIRELINE B DRAINAGE WORK Form Approved,AVP•Law EXHIBIT B-1 Union Pacific Railroad Company Insurance Provisions For Contractor's Right of Entry Agreement Involving Pipeline, Wireline, or Drainage Work on Union Pacific Property Contractor shall, at its sole cost and expense, procure and maintain during the life of this Agreement the following Insurance coverage: A. Commercial General Liability Insurance, This insurance shall contain broad form contractual liability with a single limit of at least $2,000,000 each occurrence or claim and an aggregate limit of at least $4,000,000 Coverage must be purchased on a post 1998 ISt� or equivalent form, including but not limited to coverage for the following: • Bodily Injury including death and personal injury • Property damage • Fire legal liability(Not less than the replacement value of the portion of the premises occupied) • Products and completed operations The policy shall also contain the following endorsements which shall be Indicated on the certificate of insurance: • "For purposes of this Insurance, Union Pacific Railroad payments related to the Federal Employers Liability Act or a Uniont Pacific Wage Continuation Program or similar programs are deemed not to be either payments made or obligations assumed under any Workers Compensation, disability benefits,or unemployment compensation law or similar law." • The exclusions for railroads (except where the Job site is more than fifty feet (50) from any railroad including but riot limited to tracks, bridges, trestles, roadbeds, terminals, underpasses or crossings), and explosion, collapse and underground hazard shall be removed, • Coverage for Contractor's (and Railroads) employees shall not be excluded • Waiver of subrogation 0 B. Business Automobile Coverage insurance. This insurance shall contain a combined single lirnit of at least $2.000 000 per occurrence or claim, including but not limited to coverage for the following• • Bodlly injury and property darnage • Any and all motor vehicles including owned, hired and non-owned The policy shall also contain the following endorsements which shall be indicated on the certificate of insurance: • "For purposes of this insurance, Union Pacific Railroad payments related to the federal Employers Liability Act a a Union Pacific Wage Continuation Program or similar programs are deemed riot to be either payments made or obligations assumed unr3er any Workers Compensation, disability benefits, or unemployment compensation law or similar law." • The exclusions for railroads (except where the Job site is more than fifty feet (50') from any railroad including but rXN limited to tracks, bridges, trestles, roadbeds, terminals, underpasses or crossings), and explosion, collapse and underground hazard shall be removed. • Motor Carrier Act Endorsement- Hazardous materials clean up (MCS-90) if required by law. C. Workers Compensation and Employers liability insurance including but not limited to: • Contractor's statutory liability under the workers'compensation laws of the state(s) affected by this Agreement • Employers'Liability(Part B)with limits of at least $500,000 each accident, $500,000 disease policy limit $500,000 each employer, If Workers Compensation Insurance will not cover the liability of Contractor in stales that require participation in state workers' compensation fund, Contractor shall comply with the laws of such slates. If Contractor is self-insured, evidence of state approval m be provided along with evidence of excess workers compensation coverage. Coverage shall include liability arising out of the Longshoremen's and Harbor Workers'Act, the Jones Act, and the Outer Continental Shelf Land Act, if applicable. The policy shall also contain the following endorsement which shall be indicated on the certificate of insurance: • Alternate Employer Endorsement Page 1 of 2 , 7� CONTRACTOR'S RIGHT OF ENTRY INS,02/10I01 IVOLVINO PIPE LINE,WIRELINE d.DRAINAGE WORK Fo Approved,AVP•Law D. Umbrella or Ex, toss Policies in the event Contractor utilizes Urnbrelln or excess policies, these policies shall "follow form" and afford no less coverage than the primary policy. E. Railroad QJot2clive Liability_Insurance naming only the Railroad as the insured with a combined single limit of $2,000,000 per occurrence with a $6,000,000 aggregate. The policy shall be broad form coverage for "Physical Damage to Property" (ISO Form CG 00 35 07 08 or equivalent). A binder stating the policy Is in place must be submitted to the Railroad until the original policy is forwarded to the Railroad. Qther Requirements F. Punitive damage exclusion must be deleted,which deletion shall be Indicated on the certificate of Insurance. G. Contractor agrees to waive its right of recovery, and its insurers, through policy endorsement, agree to waive their right of subrogation against Railroad, Contractor further waives Its right of recovery, and Its insurers also waive their right of subrogation against Railroad for loss of its owned or leased property or property under its care, custody and control. Contractor's insurance shall be primary with respect to any Insurance carried by Railroad. All waivers of subrogation shall be indicated on the certificate of Insurance. H. All pollcy(les) required above (excluding Workers Compensation) shall provide severability of interests and shall name Railroad as an additional insured. Soverability of Interest and naming Railroad as additional insured shall be indicated on the certificate of Insurance. I. Prior to commencing the Work, Contractor shall furnish to Railroad original certificates) of insurance evidencing the required coverage, endorsements, and amendments. The cerifficate(s) shall contain a provision that obligates the Insurance company(res) issuing such policy(ies) to notify Railroad in writing of any cancellation or material alteration. Upon request from Railroad, a certified 19upficate original of any required policy shall be furnished. J. Any insurance policy shall be written by a reputable Insurance company acceptable to Railroad or with a current Best's Insurance Guide Rating of A-and Class VIi or better, and authorized to do business in the state(s)in which the service Is to be provided K. Contractor WARRANTS that this Agreement has been thoroughly reviewed by Contractor's insurance ageni(s)/broker(s), wtio have been Instructed by Contractor to procure the insurance coverage required by this Agreement and acknowledges that Contraclo• 6 insurance coverage will be primary. L. The fact that Insurance Is obtained by Contractor or Railroad on behalf of Contractor shall not be deemed to release or dimorwsh tt,e liability of Contractor, Including, without limitation, liability under the indemnity provisions of this Agreement. Damages recoversb4c by Railroad shall not be limited by the amount of the required insurance coverage. Page 2 of 2 RtQUESTS FOR APPLICATION I'ORM I2AILIZOAD I'1zonxTIVT LIABILITY INSURANCE ($2,000,000 per occurrence56,000,000 aggregate) Applications forms for inclusion in the Railroad's Blanket Railroad Protective Liability Insurance Policy may be obtained from Union Pacific's web page at; www.u)rrr.coin/reus/group/rringtire or by calling-, Judi Scott at (402) 271-2215 and rc,quc.trng that a copy of the application form be mailed to you by the Railroad's Insurance Carrier. r . t a. UNION PACIFIC RAILROAD COMPANY tioal Estate Depaitmenl n.D Winch J 1. llnwkrn9 Ass stanl Vice Prnsutonl C.1mK for 01•nnrtians%upport J A Anthony M E Hnunan Duector•Contracts Diroctor Administration d Budgets D D mown D.H.Lightwine Duector•Real Estate a Dnector-Roal BMW h1 W.Casey S 1' K Lovo General Director-Special Properties 1aha Fn.nam suer,•' Dirnclor-Rnnl Estate J P.Gallo Omaha, ►Jnbrnska GrJ102 Director.Facility Manapemern Fax (402)997•9601 November 7, 2001 Folder Nu: 01988-'.i7 I'o the Contractor: Be('ore the Railroad Con'tlrury can permil you to perform work on its right of way For the installation of pipeline crossing Pert•CI FY O1: JI;I Ff RSON, it will be necessary to complete the enclosed Contractor's (tight of Entry Agreement as follows: 1 I. fill in the complete legal name of* the contractor in the space provided on Page I of the C'ontractor's Right of Entry Agreement, If' a corporation, give the state. of incorporation. If a partnership, give the names ofall paruicrs. 2. (Fill in the date construction will begin and he completed lit Articic VI, I'aragra ph A. I 3. Fill in (he name of, the contractor in the space provided in the �tgnature block at the end of the Contrac:tor's Right of I•;ntry Agreement. II' the contractor is a corporation. (he person signing on its behalf,most be an elected corporate oflicer. A. Return all copies oI' the C'ontractor's Right ol' F'Jitry Agreement, together with your Certificate of Insurance, idcntifying Folder No. 01988-27, as required in Exhibit B-I, in the attached sell'- addressed envelope. 5. Check, with Folder No. 01988-27 written on the 1'ront, made payable to the Union Pacific Railroad Company in (he anunuit of FIVE 11111NDRE'D DOLLARS ($500.00). If you rcquirc formal billing, you nia;; consider this letter as a formal hill. In compliance with the Internal Revenue Service's new policy regal-(ling dicir Forst 1099, 1 cenik, that 94-6001323 is the Railroad Company's correct Federal 'taxpayer Identilication Number and that Union Pacific Railroad Company is doing business as a corporation. Under I:xhibit 11-1 of the enclosed Contractor's Right of Entry Agreement, you art• rc(luired to Procure Raill'Old I'lotecli\e I.iahility Insurance WII.I) for the (luration of' this project. As a service to you, Union I'!tcilic is makint! this Coverage available to you. You are not required to pul•chasc this coverage from (he. Railroad and tUc encouraged to s1101) the market for the hest available rate. II' you decide, however, that acquiring this coverage from (he. Railroad is of benefit to You, simply follow the insh•nctions on the enclosed Torsi. After approval of the Contractor's Right of hitry Agreement and the Insurance Certificate, your I'll lly-cWccuted document will he returned to you, with instructions to procecd• in no event should you begin work until YOU have received n copy;of the signed Contractor's Right of Entry Agreement. .3642.Ifyu III, 'o any yucstions, piensc contact me at (402) 997 Yours truly, R.li!►nCl W edige Ctmtrncts Represenultivc r r ° a t . t i }t , , t'L X&I itot_940201 Dorm Approved, AVP-Law Folder No: 01988-27 CONTRACTOR'S RIGHT Or ENTRY AGREEMENT THIS AGRE1717MENTis made and entered into as of the _ day of 20 _, by and between UNION PACIFIC. RAILROAD COMPANY, a Delaware corporation, (hereinafter the "Railroad") and a _ corporation/partnership, whose address is (hereinafter the "Contractor"). RECITALS: The Contractor has been employed by CITY Oh ,11"1 hE'RSON for the purpose of constructing (hereinafter "work") only a 36 inch sanitary wastewater pipeline crossing on and across property of the Railroad at or ticar Mile Post 125,900, Jefferson City Subdivision/Branch, near Jefferson City, Cole County, Missouri. The Contractor has requested the Railroad to perrnit it to perform the work raid Railroad is agreeable thereto, subject to the following terms and conditions. AGREEMENT: NOW, THF,RE-FORI , it is mutuall)' agreed by and between the Railroad and Contractor, as follows: Article 1. DEFINITION OF CONTRACTOR. For purposes of this Agreement, all references in this Agreement to the Contractor shall include the Contractor's contractors, subcontractors, officers, agents and employees, and others acting under its or their authority. ' Article 11. RIGHT GRAN'T'ED; iT14PO,SE1. The Railroad hereby grants to the Contractor the right, during the term hereinafter stated and upon and subject to each and all of the terms, provisions and conditions herein contained, to enter upon and have ingress to and egress from the property described in the Recitals hereof and as shown on the attached print dated May 29, 2001, marked IAhibit A, for (.lie purposr of performing the work described in (lie Recitals above. The right herein granted to Contractor is limited to those portions of the Railroad's property specifically described herein, or designated by the Railroad representative nru»ed in Article V. Article III. TERMS AND CONDITIONS CONTAINED IN E X111131'I'S 13 AND 11-1. The terms and conditions contained in Exhibits 13 and 13-1, hereto attached, are hereby made a part of this Agreement. Article IV. ADMINISTRATIVE FEE. Applicant shall pay to the Railroad FIVE HUNDRED DOLLARS ($500.00) as reimbursement for clerical, administrative and handling expense in connection with the processing of this Agreement. Article V. ALL EXPENSES '1'O BE BORNE BY C'ONTRAC"I'OR; RAILROAD REPRESENTATIVE, The Contractor shall bear any and all costs and expenses associated with any work performed by the Contractor, or any costs or expenses incurred by the Railroad relating to this Agreement. All work performed by Contractor on Railroad's property shall be performed in a manner satisfactory to the respective local Superintendent of Transportation Services of the Railroad or his authorized representative (hereinafter the "Railroad Representative"). Article V1. TERM; A. The grant of right herein made to Contractor shall commence trrr , arrd continue until unless sooner terminated as herein provided, or at such time as Contractor has completed its work on Railroad's property, whichever is earlier. Contractor agrees to notify the Railroad Representative: in writing when it has completed its work on Railroad property. 13. This Agreement may be terminated by cider party on ten (10) clays' written notice to the other. party. Article V11. CERTIFICATE, OF INSURANCE- A, Before commencing any work, the Contractor will provide the Railroad with it Certificate, identifying Folder No. 01988-27, issued by its insurance carrier providing the insurance coverage required pursuant to Ixhihit 13-1 of' this Agreement in a policy which contains the Billowing type of endorsement. UNION PAC'IF'IC RAILROAD 'OM ' •ti r C I AN1 r. named as additional rnsu►ed with respect to all liabilities arising out of` Insured's, as Contractor, performance of any work on the property of the Railroad. B, Contractor warrants that this Agreement has been thoroughly reviewed by its insurance agents)/broker(s) and that said agent(s)/broker(s) has been instructed to procure insurance coverage and an endorsement as required herein. C. All insurance correspondence shall be directed to: bolder No. 01988-27, Union Pacific Railroad Company, heal Estate Department, 1800 Farnam Street, Omaha, Nebraska 68102, Article V111. CI-IOit"r Or FORUM. Litigation arising out of or connected with this Agreement may be instituted and maintained in the courts of the States of Nebraska and Missouri only, and the parties consent to r jurisdiction over their person and over the subject matter of any such litigation, in those courts, and consent to service of process issued by such courts, IN WITNEM W111.3R1301', the parties hereto have executed this Agreement in duplicate its of the date first herein written. ' UNION PACIFIC RAILROAD COMPANY By. Contracts Representative (Contractor Name) + By_ Telephone: _,„ Fax: z. lqa ,11l 'CE ARROW f NI)I CA T I NG NFiR T!1 -r ...-..�.�......-.. �......-.�-....--..� FORM DR-0404-8 DIRECTION RELATIVE TO CROSSING o� REV. 5- I5-98 4 www.uprr. ENCAISED NON-FLAMMABLE PIPELINE CROSSING N Qk' T / ELI; NOTE: ALL AVAILAIILE DIMENSIONS MUST BE r'�•A[`� NO SCAI.L FILLFD IN TO PROCESS THIS APPLICATION. �y...A..-V _..._.._.__R_...._._...... ,. •, l ,_.. (sfF"'NUTc � 1 I^ rr. ,��FF£RS� rx TO ` E;?�l.�t�1L'_LL. 't•Ip. L0'«-y 10 Gl��� 1 AR S sl TrlRrll �, '' a �-(ANGII Of CNOSSI M; 4 WIN TRACT 1 N(AN 3 ,R, OAN1�� r = o (Uisc et(r„IUI-MRtT, + (tflw?”' 1'Ir`rb•Zrn/E"TcTT J ISI co�e2 {A�IS1.NCt ALONG InACN r11D4 srcl lON (Iw C110731NCI I�� +�.A4�. •t ',�.""{' LL FT. ` . (NUTS: INIs OIL(NSIO I N R(OUR(0 IN ALL CAS(S. At LOCATIONS NO USNG S[CrIO.S. OISTANCf (� TO A LOCAL SUAVI'T LINE IS Rlp/IR(0) _ - •--_ ---- ?F T. -_. . .,f, OFT. ILF Frs�r^ C cnaAO STEEL CA51NO WALL MIN. 01sr + sLwrACC THICKNESS CHART •• _�i.ls.n Nar. iT._.._._..._-� �I MINI MtIJ 0 R 0 "rRAOE THICKNESS GSiNO PIP aw 114" 12' 08 LES I I 31 t5' 5/16` OVER 17'-IN' �U FT. _.. .3750, 3/1" OVER I r �' IA,SiI NIN.) .1315• 1116• OVER r r. (10 r r. NAx,I I (' f r. .SOOO' 1/2" OVER -w�CASING /" us1Nr PIP( IsN. Na•. A) . ,Alr`) suL�AsrNr Sirs' 9/16' OVER .6250' 5/6• OVER 1 OVER 4H' MUST BE CA1011to RIP( � � APPROVED BY R.R. CO. -' -- ••• •� ••e.J[LJL 61..4^ L.Y'i_.:a._ ...C_ • -ii•.1_.sTl_S.Y�..i'•••••�i�..Lfl_Ci..+�.'f..1=..3' .Jt:.����..Jll NOTCT 71115 CHART 15 ONL `' / ��' �- Y-�.�<II (' F��' rr /��.i'_L.� ►` I�) lti �c , FOR SMOOTH STEEL CASIN `J I PIPES WITH MINIWt YIE � STRENGTH OF 35,000 PSI. iZ 0 _ �. i s 1 1 _._..I _ .i �.—._._a._ lQFT. _...._ _ _ FORIM,A TO FIGURE CASING I�'Fr ZEROTH WITH ANGLE OF CROSSING OTHER THAN 90• 0 �AKIfL3 i (CAS III. L(TWIN »itN w(ATI.fILn ALOnc rlrtLlNL.) 11 ALL HORIZONTAL 013TANCES 10 if NCA.SIJI(D AT RIC4T AATGLES rmu-t Of INACA. (A SIN 4 li CASING TO 111CM NLTO+aO rNt! Or ,MCA AT NIOIT AW.LL3 rfAr CALArril M 10 • 10 FT., m s0 rY, % ANO OtYONO LINT/ QF M I(IWAD Alplf-Of-.AY If HICC31AMY 10 MOVIOE ~EA L[IIGTN OUISIDC OF TRACK. 4•M B 31 YINIIUA OF SO' rROAA RA,, (110 (>< ANP MILROAO 1AIDCE. l OF ANY CLLVCAT� on rROl1 ANY SRI ICTIITAC ARCA_ �l1 MI�rc 1,j dl SI WIAL R(PRES(NTATIVE WST OC PACSfNT "JOG INSTALLATICN IF RAILAOM) SIGNALS AAC IN 111( VICINITY Of CI•A111NC. 1NA� 1 SI ALLOWAOLI FIXED OBJECTS INCLUOCS SACS V ALL 1 OF ORIOG(S( l OF ROAD CPOASINOS A OVIRREAD YIACIICTS 1 01VC ralAO NAN(,1, OA CUI.VVATS, IN CASINO ANO CAAAIVA ►1►E WST NC PLAC10 A MINIMLIM OF 1 CM WOW tHC [,(STING fIACR OPTIC. CARL(. AN'r CXCAwrinl RCOUTA(O IITN(N S ft(T Of ,W [LI3t ING f1AfR OPTIC CAILC 1AAT 1T NANO OWL Al IS PIPELINE CROSSING WITHIN DEDICATED STREET N0; E�'I-iII3IT "AL" 81 IF YES, NAME OF STREET _ EXHIBIT vs(^V) O1 DISTRIBUTION LINE OR TRANSMISSION LINE �w C) CARRIER PIPE : c N I�T��� fnJ(15 f L A T( IZ UN I ON PACIFIC RAILROAD CO. COMMODITY TO BE CONVEYED, _ OPERAT I NG PRESSURE PSI D bof.S . 4 WALL TH I CKNESS 1 ' ;O I AME T Eli �� MATER I AL , T suwlrlslwi E CASING PIPE ' S� ^ M. R 2d-r, Qo E. S. 66n&!V_0' WALL THICKNESS _;DIAMETF-R-- IMATE:RIAL.S1eV_L_; NOTE :CASING MUST HAVE 2' CLEA ANCE BETWEEN GREATEST' ENCASED �� CROSSING AT OUTSIDE DIAMETER OF CARRIER PIPE NSI INTERIOR DIAMETER OF � � CASING PIPE. WHEN FURNISHING 0 I MENS I DNS, GIVE OUTSIDE OF COG C7 CARRIER PIPE AND INSIDE OF CASING PIPE. •call cn., ICa,A.n� Isnrc, F) METHOD INSTALLING CASING PIPE UNDER TRACK( S): DRY BORE AND JACK ( WET BORE NOT PE.RWITTED) ; am,,, TUNNEL ; OTHER RR FILE N0. [.7=.CZ0_:*A1Z DATE Oi WILL CONSTRUCTION BE BY AN OUTSIDE CONTRACTOR1-=YES;-______JO; HI DISTANCE FROM CENTER LINE OF TRACK TO NEAR FACE OF BORI C AND JACKING PITS WHEN MEASURED AT RIGHT ANGLES TO TRACK_..-._n_ M N I N C 11 APPLICANT HAS CONTACTED I-BOO-336-9 193, (Tot MIN') IN ALL OCWIW16 u P. CITA0"ICAffOks U. P. COMMUNICATION DEPARTMENT, AND HAS DETERMINED FIBER OC!•AAT►CNT TAUT C[ cofllACrto IN CEAM OF AlfP .aa ro Of:TENA1I NC C:ISrcNCt AM OPTIC CABLE-- d DOES ;-DOES NOT EXIST IN Y I IITY OF LoarloN a ►I+t[A o►Tle wlt, WORK TO BE PERFORMED . TICKET NO. I .Q_41' 0 �_.__ moo 1 I**w3w1111 UTILITIES X&13 14013 99070 1 P it Approved,AVV-lAw EXIIJBIT 13 TO C ON'I'RAC"FOR'S R G11-11 f OF ENTRY ACRE-F NIEN'T Section 1. NOTICh,C)P C(1�11111:N(:'1:111h,N'i'_l)h WORK- hLACCINC�. The Contractor agrees to notify,the Railroad Representative at least 48 hours in advance of Contractor commencing;Its work and at least 24 hours in advance of proposed perfonnance of any work by the Contractor in which any person or equipment will be within 25 feel of any track, or will be near enough to any track that tiny equipment extension(such as, but not limited to, it crane boon))wit; reach to within 25 feet of any truck. Upon receipt of such notice,the Railroad Representative will determine and inform the Co,,tractor whrther n Ilagpnwt need be present and whether the Contractor need implemcni any special protective or safely measures. If any flagmen or other special protective or safety measures arc performed by the Railroad,such services will be provided at Contractor's expense with (lie understanding that if the Railroad provides any flagging or other services the Contractor shall not be relieved orally of Its responsibilities or liabilities set forth herein. Section 2. No INTI:RVEIRENCE WITH ItA11,140AWS 011 Ed ItA'i'I0N. No work performed by Contractor shall cause any Interference with the constant,continuous and uninterrupted use of the tracks,property and facilities of the Railroad its lessees, licensees or others, unless specifically permitted under this agreement, or specifically authorized in advance by the Railroad Representative. Nothing shall be done or suffered to be done by the Contractor at arty time that would In any manner Impair the safety thereof When not in use,Contractor's machinery and materials shall he kept at least 50 feet from the centerline of Railroad's nearest track,and there shall be no vehicular crossings of Railroad's tracks except tit existing open public crossings. Section 3. MECHANIC'S LIENS. The Contractor shall pay in full all persons who perform labor or provide materials ('or the work to be per formed by Contractor. The Contractor shall not create, permit or suffer any mechanic's or rnaterialmen's liens of any kind or nature to be created or enforced against any loproperty of the Railroad for any such work perforated. Ilse Contractor shall indemnify and hold harmless the Railroad from and agninst any and all(fens,claims,demands,costs or expenses of whatsoever nature in any way connecled wilh or growing out of such work done, labor performed, or materials furnished. Section 4. PROTh.0 TION ou, 1'fltri( ()('TIC C'AIWE SYSTEMS. a). Fiber optic cable systems may be buried an the Railroad's property. Protection of the fiber optic cable systems is of extreme importance since any break could disrupt service to users resulting in business interruption and loss of revenue and prof ils. Contractor shall telephone the Railroad at 1.800-336.9193 to determine if fiber optic cattle is buried anywhere on(fit Railroad's prenuscs to be used by the Contractor. If it is, Contractor will telephone the telecommunications conlpany(ies) involved,arrange for it cable locator,make arrangements for relocation or other protection of the fiber optic cable, all at Contractor's expense, and will commence no work on the right of way until all such protection or relocation has been accomplished. tb). In addition to other indenmity provisions in this Agreement,the Contractor shall indemnify and hold the Railroad harmless from and against all costs,liability and expense whillsoever(including, without lintitalton, attorneys' fees, court costs and expenses)arising out orally act or omission of the Contractor, its contractor, agents and/or employees, that causes or contributes to (I) any damage to or destruction of any telecommunications system on Railroad's property, and/or (2) tiny injury to or death of any person employed by or on behalf of any telecommunications company,and/or its contractor,agents and/or employees,on Railroad's property. Contractor shall not have or seek recourse against Railroad for any claim or cause of action for alleged lofts of profits or revenue or loss of service or other consequential damage to a telecommunication company using Railroad's property or it customer or user of services of the fiber optic cable oil Railroad's property. Section 5, COMPLIANCE,WITH LAWS, tit the prosecution of the work covered by this agreement,the Contractor shall secure any and all necessary permits and shall comply with all applicable federal, stale and local haws, regulations and enactments affecting;the work. The Contractor shall use only such methods as arc consistent with safety, both as concerns the C:unlrnrtor, the Conractor's agents and employees, the officers,agents, employees and property of the Railroad and the public in general.The Contractor(without limiting.;the generality of the foregoing;) shall comply with all applicable state nd federal occupational safety and health acts and regulations. All Federal Railroad Administration regulations shall be followed when work performed on(tie Railroad's property. If ally fililure by the Contractor to comply with any such laws, regulations, and enact►nents,shall result any fine, penalty,cost or charge being assessed, imposed or charged agamist the Railroad, the Contractor shall reimburse and indemnify the I'al�r I ul'1 lixhabll t3 UTILITIES X& E ROV 990701 F%n Approved,AVP-IAA Railroad for any such line,penally,cost,or charge, including;without limitation attorneys' fees,court costs and expenses. The Contractor agrees in the event of any such action, upon notice thereof being;provided by the Railroad, to defend SUCK action fret:of cost,charge.or expen to the Railroad. Section 6. SAFC N INSTRUCTIONS. Safety of personnel,property,rall operations autd file public is of,paramount importance in the prosecution of the work pursuant to this agreement. As reinforcement and in furtherance of overall saf^ty measures to be observed by the Contractor(and not by way of limitation),t following special safety rules shall be followed: a). The Contractor shall keep lire job site free from safety and hcahh harirds and ensure that its employees are competent and adequntcly trained in all safety find health aspects of thc.job. The Contractor shall have proper first aid supplies available on the jo site so that prompt first aid services can be provided to any person that may be injured on the job site. The Contractor shall prompt, notify tic Railroad of any U.S.Occupational Safety and health Administration reportable injuries occurring to tiny person that may arls during the work performed on the job site. The Contractor shall have a non-delegable duty to control its employees,while they are on the job site or tiny other property of the Railroad to be certain they do not use,be under the influence of,or have in their possession an alcoholic beverage,drug, narcotic or other substance that may inhibit the safe performance of work by the employee. by The employees of the Contractor shall be suitably dressed to pe.rlimn their duties safely and in it manner that will not interfer with their vision, hearing or free use of their hands or feet. Only waist length shirts with sleeves and trousers that cover the entire le are to be worn. If flare-legged trousers are worn, the trouser bottoms must be tied to prevent catching. 'rhe employees should we) sturdy and protective work hoots and at least the following protective equipment: (1) Protective head gear that meets American National Standard-M.1-latest revision. It is suggested that all hatrdhat� be affixed with Contractors or subcontractor's company logo or name. (2) Eye protection that rnects American National Standard for occupational and educational eye and face prote 287.1-latest revision. Additional eye protection must be provided to meet specific,job situations such as welding, gnn burning,etc.; and (3) Hearing;protection which affords enough attenuation to give, protection from noise levels that will be occurring the job site. c), All heavy equipment provided or leased by the Contractor shall be equipped with audit le back-up warning devices If in the opinion of the Railroad Representative any of Contractor's or any of its subcontractor's equipment is unsafe for use on the RS11r%1,& right-of-way, the Contractor, tit the request of the Railroad Representative, shall remove such equipment from the RaouuAf right-of-way. Section 7. INph:NINITY, a). As used in this Section, "Railroad" includes other railroad companies using the Railroad's property fit or near the location of the Contractor's installation and their officers, agents, and employees; "Loss" includes loss, damage, claims, demands, actions, causee of atititKa, penalties,costs,and expenses of whatsoever nature, including rouil costs and attorneys' fees, which may result from: (a) injury to or deAth of persons whomsoever(including the Railroad's officers,agents, and employees, the Contractor's officers,agents,and employees, as well a% an) other person); and/or(b)darnag;e to or loss or dCSln1C1i0n of properly Whatsoever(including,C:ontraclor's property,dan)ag a to the roadbed, tra:Ra, equipment,or other property of the.Raiiruad,of property in its care or custody). b). As a major inducement and in consideration of the liccose and permission hciein granted, the Contractor agrees to indemnify and hold ham)less the Railroad from any Loss which is due to or arises front tiny cause and is associated in whole or in part will) the work performed under , this agreement,a breach of the agreement or till. failure to observe the health and safety provisions herein,or any activity,omission or negligence arising out of performance or nonperformance of this agreement, However,the Contractor shall not indemnify the Railroad when the Loss is caused by the sole negligence of the Railroad. c). The Contractor shall maintain whatever insurance coverage is necessary to adequately underwrite Its general and contractual lia under the terms of this Agreement, Page 2 tit 3 tixhibn I! UTILITIES X k 0 Ron 990701 FV Approved,AVp-t.aw Section 8. BBS.TSUiATION OF PROPERTY. . y*g In the event the Railroad authorizes titre Contractor to take down any fence of the Railroad or lit any manner move or disturb any of the l other properly of the Railroad In connection'wlth the work to be performed by Contractor, then in that event lit Contractor shall, as soon es possible and at Contractor's soft expense,restore such fence and other property to the same condition as the same were In befort such fence woe taken down or such other property was moved or disturbed. Section 9, 4'V�� -ER OfF BRfF.AC�1 . The waiver by the Railroad of the breach ofany condition,covenant or agreement herein contained to be kept,observed and performed by the Contractor shall In no way impair the right of the Railroad to avall Itself of any remedy for any subsequent breach thereof. Section 10, AS1CNMENT-5UBCON'1'RACTIjVG, The.Contractor&hull not assign,sublet or subcontract this agreement,or any interest therein, without the written consent of the Railroad and any attempt to so assign,sublet or subcontract without the written consent of the Railroad shall be void, if tht Railroad gives the Contractor. permission to subcontract ail or any portion of the work herein described, the Contractor is and shall remain responsible for all work of subcontractors and all work of subcontractors shall be governed by the tenns of this agreement. r k ;t. :. .. Page 3 of Exhibit B CONTRACTOR'S RIGHT OF ENTRY INS,02/16/01 IMXOLVING PIPELINEARELINE & DRAINAGE WORK Form Approved,AVID-Low EXHIBIT B-1 Union Pacific Railroad Company Insurance Provisions For Contractor's Flight of Entry Agreement Involving Pipeline, Wireline, or Drainage Work on Union Pacific Property Contractor shall, at Its sole cost and expense, procure and maintain during the life,of(Ills Atlivement the following insurance coveragr A. Commercial General Llability Insurance. This insurance shall contain broad form contractual liability with a single limit of at least $2,000,000 each occurrence or claim and an aggregate limit of at least $4,000,000 C;overage must be purchased on a post 1998 1 or equivalent form, including but not limited to coverage for the following: • Bodily Injury Including death and personal injury • Property damage • Fire legal liability(Nat less than the replacement value of the portion of the premises occupied) • Products and completed operations The policy shall also contain the following endorsements which shall be indicated on the certificate of Insurance: • "For purposes of this Insurance, Union Pacific Railroad payments related to the Federal Employers Liability Act or a Uniol Pacific Wage Continuation Program or similar programs are deemed not to be either payments made or obligations assumed under any Workers Compensation, disability benefits, or unemployment compensation law or similar law," • The exclusions for railroads (except where the Job site is more than fifty feet (50) from any railroad including but n� limited to tracks, bridges, trestles, roadbeds, terminals, underpasses or crossings), and explosion, collapse and undergroun hazard shall be removed. • Coverage for Contractor's (and Railroad's)employees shall not be excluded • Waiver of subrogation 4k B. Business Automobile Coverage insurance. This insurance shall contain a combined single limit of at least $2,000,000 pe� occurrence or claim, including but not limited to coverage for the following: • Bodily Injury and properly damage • Any and all motor vehicles including owned, hired and non-owned The policy shall also contain the following endorsements which shall be Indicated on the certificate of Insurance: ' • "For purposes of this insurance, Union Pacific Railroad payments related to the Federal Employers Liability Act or a Union Pacific Wage Continuation Program or similar programs are deemed not to be either payments made or obligations assumed under any Workers Compensation, disability benefits, or unemployment compensation law or similar law." • The exclusions for railroads (except where the Job site is more than fifty feet (50') from any railroad including but not limited to tracks, bridges, trestles, roadbeds, terminals, underpasses or crossings), and explosion, collapse and underground hazard shall be removed. • Motor Carrier Act Endorsement- Hazardous materials clean up(MCS-90)if required by law. C. Workers Compensation and Employers Liability insurance including but riot limited to, • Contractor's statutory liability under the workers'compensation law.-, of the state(s) affected by this Agreement • Employers' Liability (Part B)with limits of at least $500,000 each accident, $500,000 disease policy limit $500,000 each employer: If Workers Compensation Insurance will not cover the liability of Contractor in states that require pariicipalion in stale workers' compensation fund, Contractor shall comply with the laws of such states. if Contractor is self-insured, evidence of state approval m be provided along with evidence of excess workers compensation coverage. Coverage shall include liability arising out of the Longshoremen's and Harbor Workers'Act, the Jones Act, and the Outer Continental Shelf Land Act, if applicable. The policy shall also contain the following endorsement which shall be indicated on the certificate of insurance: • Alternate Employer Endorsement Page 1 of 2 CONTRACTOR'S RIGHT OF ENTRY INS,02/18101 IN1(OLVING PIPE LINE,WIRELINE&DRAINAGE WORK Forts Approved,AVP•Lsw D. Umbretl or excess Pollcles in the event Contractor utitlxes Umbrolta or excenv, policies, these policies shall "follow form" and afford no less coverage than the primary policy. E. Rallfoad Protective Liability_Insurance naming only the Railroad as the insured with a combined single limit of $2,000,000 per occurrence with a $6,000,000 aggregate. The policy shall be broad form coverage for "Physical Damage to Property" (ISO Form CG 00 35 07 98 or equivalent), A binder staling the policy is in place must be submitted to the Railroad until the original policy is forwarded to the Railroad, Gatos Rogtdremonlq F. Punitive damage exclusion must be deleted, which deletion shall be indicated on the certificate of Insurance. G. Contractor agrees to waive its right of recovery, and its insurers, through policy endorsement, agree to waive their right of subrogation against Railroad, Contractor further waives its right of recovery, and Its insurers also waive their right of subrogation against Railroad for loss of Its owned or leased property or properly under its care, custody and control. Contractor's insurance shall be primary with respect to any insurance carried by Railroad. All waivers of subrogation uhall be indicated on the certificate of Insurance. H. All policy(les) required above (excluding Workers Compensation) shall provrdo sovarability of Interests and shall name Railroad as an additional Insured, Severabllity of Interest and naming Railroad as additional insured shall be Indicated on the certificate of Insurance. I. Prior to commencing the Work, Contractor shall furnish to Railroad original certificalo(s) of insurance evidencing the required coverage, endorsements, and amendments. The certificate(s) shall contain a provision that obligates the insurance company(ies) Issuing such policy(ies) to netfy Railroad In writing of any cancellation or matorial alteration. Upon request from Railroad, a certified 10 uplicate original of any required policy shall be furnished, J. Any Insurance policy shall be written by a reputable Insurance company acceptable to Railroad or with a current Best's Insurance Guide Rating of A- and Class VII or better, and authorized to do business in the stale(s)in which the service Is to be provided. K. Contractor WARRANTS that this Agreement has been thoroughly reviewer! by Contractor's insurance agent(s)/broker(s), who have been Instructed by Contractor to procure the insurance coverage required by this Agroement and acknowledges that Contractor's Insurance coverage will be primary. L. The fact that insurance is obtained by Contractor or Railroad on behalf of Contractor shall not be deemed to release or diminish the liability of Contractor, Including, without limitation, liability under the Indemnity provisions of this Agreement. Damages recoverable by Railroad shall not be limited by the amount of the required insurance coverage, Page 2 of 2 Ikk RL QUf S'f'S I-OR APPLICATION CORM RAILROAD PROTECTIVE LIABILITY INSURANCE ($2,000,000 per occurrence/$6,000,000 aggregate) Applications forms for inclusion in the Railroad's Blanket Railroad Protective Liability Insurance Policy may be obtained from Union Pacific's web page at; www.tiprr.coin/rcus/Lroun/rrinsur or I calling: Judi Scott at 402 271-221 S and requesting that a co of theapplication form be � by � ) 1 � PY pp mailed to you by the Railroad's Insurance Carrier, WALNUT S I'REET I UMP STATION CI'T'Y OF JEFFERSON, MISSOURI ADDENDUM NO. 3, December 13, 2001 RE: Walnut Street Pump Station City of Jefferson MDNR Project C295401-01 FROM: Sverdrup Civil, Inc. 501 North Broadway St. Louis, Missouri 63102 314-335-4000 ® TO: Prospective Bidders and Suppliers �! This addendum forms a part of the Contract Documents and modifies the original Bidding Documents dated March 2001. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject Bidder to disqualification. 'Phis Addendum consists of. 4 pages; one temporary construction easement drawing, C- 01 A; 2 specification sections, 00300- Bid Form, 00500 Agreement. eCHANGES TO PREVIOIJS ADDENDA I. Section 00100 - Instructions To Bidders, replace paragraph 19.06 with: If the contract is to be awarded, OWNER will award the Contract to the lowest - on the basis of the Total Bid amount--•responsive, responsible Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interests of the Project. The Contract Price will be the base Bid amount minus the amount for any alternate selected by OWNER, 2. Replace Section 00300 - Bid Form (lt 1) with Section 00300 - Bid Dorm (112). 3. Replace Section 00500 -Agreement (R 1) with Section 00500 - Bid Form (R2) CHANGES TO SPECIFICATIONS 1 I. Section 02240 - Dewatering: Add subparagraph 3.2 1.1: Contractor shall be responsible and the Bid cost shall include all costs for the means and rrrcthods of implementing the dewatering system including overexcavation; additional bracing„ sheeting, shoring; concrete, concrete seals, trcmie seals or other Work required for the installation. ' 2. Section 02300- Earthwork: Add subparagraph 1.2.A,7: Excavating, transporting and stockpiling of petroleum impacted soil. 3. Section 02300- Earthwork: Add subparagraph 2.1.1-1: Petroleum Impacted Soil: Soil to be excavated that exhibits a discernable petroleum fuel odor, is visually impacted, C5-4199-00 ADDENDUM 3-1 WA1.NU'I' S'I'Itl;l 'I" PIJMI' S'1'A'i'ION CITY O J `V ERSON, MISSOURI or exhibits an elevated organic vapor reading utilizing a pholoionization detector (i'lU). 4. Section 02300-- Earthwork: Add subparagraph 3A.I3: Petroleum Impacted Sail: During the performance of authorized excavations, there is a potential that petroleum impacted soil may be encountered. This determination will be made by the identification ofa petroleum odor in the removed soil, visually identifying impacted soil, and/or during; the periodic monitoring of the soil and excavation zone by the 1?ngineer using it I'll). Additional monitoring by the Contractor may also be performed at no additional expense to the Owner. I. Soil identified as petroleum impacted will be excavated and isolated from other removed soil and shall be transported to a location at the JeIT.-rson City wastewater treatment plant. This location to be identified by the Owner. 2. Following initial identification, the Contractor shall implement any additional personnel protection procedures necessary to prevent direct contact with the impacted soil with personnel. This may include coveralls and protective gloves. 3. Any additional cost impacts either directly or indirectly related to the excavating and transporting of the soil shall be included in the Contractor's unit price for petroleum impacted soil included on the Laid Form, 5. Section 02300— Earthwork: Add subparagraph 3.9.13: Petroleum impacted soils that are encountered as part of authorized excavation shall be transported to and stockpiled at the Jefferson City wastewater treatment plant. The material will be stock piled in an area determined by the Owner. The Owner will also be responsible For preparing the lay down area with plastic sheeting and covering the material to prevent exposure to the elements and from erosion. 6. Section l 131 1 -- Submersible Sewage Pumps: Add subparagraph 1.6 I: Manufacturer's certification that the motors are designed and built in accordance with the requirements specified in NEMA 1ViG-1, Part 31. 7. Section 1 131 1 — Submersible Sewage Pumps: Add to the last sentence of subparagraph 1.8, A : for the first 18 months after startup, and stair stepped after that: • Months 19 through 39 (hours 3000-6500) will have a 50% warranty, • Months 40 through 60 (hours 6500-10000) will have a 25% warranty. 8. Section 11311 — Submersible Sewage Pumps: Add to the second paragraph of sub , paragraph 2.2 1), after the words "NEMA MG 1" insert the words "Part 31". 9. Section 1 131 1 -- Submersible Sewage Pumps: In subparagraph 2.3, C wherever the word "cable" is utilized, substitute with the word "chain". C5-4199-00 ADDENDUM 3-2 WA1., IJ'I' S ' T.' ',,'I' PUMP STATION CITY 01"JEF I-R.SON, MISSt�t►RI CHANGES TO DRAWINGS 10. Add Drawing C-OIA - Temporary Construction F.asemcnts. 11. Drawing C-03 - Sitc/Layout flan: Remove Nutt 9, (Sec Drawing E-04 fbr outside lighting.) 12. Drawing C-06 - Yard Piping ]'],in: 0 Replace Note 4 with: Manhole to be 8 ft diameter fc)r a clear inside height o1' 12 ft from the invert and then reduced to 4 11 diameter with an eccentric cone type reducer and continued with 4 it diameter riser sections. The topmost section shall be an eccentric cone type reducer. (See Note 6 below,) Y Add note 5 for the manhole, at the existing Seplic Acceptance Structure: Replace existing manhole with a new 5-11 diameter manhole with an eccentric cone type reducer at the top. (See Note 6 below.)" Add Note 6: New manholes shall be precast conforming to ASTM C478 with provision for rubber gasket or bituminous mastic sealant joints. Gaskets shall conForm to ASTM C443 and mastic sealant shall conform to AASFITO M-198B. Pipe connections shall be per ASTM 0923, resilient, of size required for each pipe connection. Base slab shall protrude minimum 6" beyond the outside face of the riser section and shall be precast or cast-in-place and designed according to ASTM C857 for loading. The invert of the manhole shall be provided with a U- shaped channel as a smooth continuation of the pipe and benches on both sides of the channel. Benches shall be pitched to drain to the channel with a slope of 1 in 12. Provide steps conforming to AS"TM 0478 and shall be PS 1-PP manhole steps as manufactured by M.A. Industries, Inc. or equal. Manhole frame and cover shall conform to ASTM A536, grade 60-40-18, traffic bearing heavy duty ductile iron. All exposed concrete surfaces inside manholes caul the diversion chamber shall be coated with coal tar epoxy per Specification Section 09900. Contractor shall submit shop drawings and product data fir manholes Im review." 13. Drawing 1;-05 - Electrical Power Plan • Add to Note 8: "Boxes typical all pumps. Also install an Allen Bradley Motor Terminator [(Catalog No. 1204 'F B2-NGMA 41 at the (11TI311) Power Terminal Box for each of the VFD driven pumps. f • Add Note 13: Security alarm panel shall be 3001 Series by Simplex, or equal. Security alarm panel shall include model number 3001-9002 security panel, model number 3009-9501 Grade-A enclosure with bell, and model number 3009- 9802 keypad with LCD. The door alarm switches, dr,.signated as type "AS", shall be surface mounted reed contacts, model number 7939WI•I as manufactured by ADCMCO, or equal. The Contractor shall leave required wall space beside the Security Alarm Panel for telephone company equipment. Contractor shall coordinate with the telephone company, and provide a conduit Gom this wall C5-4199-00 ADDENDUM 3-3 WAL,NU7 S I"REEs'I PUMP STATION CITY 011 JI FFERSON, MISSUIJIti space through outside wall and leave proper."stub-out" to receive telephone company service. Contractor will coordinate the installation of telephone service with the Owner and the telephone company. AND OF ADDENDUM NO. 3 OF i . 1 � 1 . i } �Y h k q , C5-4199-00 ADDC3NI)UM 3-4 t GYM _.1"' / 1 �.'._ ..•... __ -�- f'f�r)PCft1Y V) NEW 1 (.- � - STREET I 1 I d PUMP ) M I �r .-r STATION f]. �{ I7 J n. �n- /== NEW a ± o ° �Trr TRANSFORMER 0 0 . It i, ° cv _ FAD L oL, 1. Determine Contractor Laydown Area by ' .` scaling �.. . . ._ . .. l' 1 2. Contractor Laydown Area is on Ameren 1 •`- o property. Due to their remediotion work, Ameren has the right to adjust the available a area upon 30 days notice. 3. Access to the Contractor Laydown area is only from the Walnut Street Purnp Slution site. C:ONTRACTOf- r 4. Access to the Temporary Conntruction _ LAYDOWN 'i Easement Area is only from Walnut Street or w AREA a the Walnut Street Pump Station Site. � 5. Security fencing as specified in Specification C Section 01500 must be provided around both U- the Temporary Construction Easement Area a and the Contractor Laydown Area. For the i Contractor Laydown Area, fence posts can only be installed by driving the posts, without excavation. f ,j Ln 6, When the temporary easement areas ore no �i longer needed, repair in. accordance with 4� `r Specification Section 01500. In addition, 1 moged concrete or other paving In the - mporory Construction Easement Area must e replaced to the nearest construction joint u� to provide a restored surface without patched FICI_ R[ C--01A A hales. TEMPORARY CONSTRUCTION hASf-'MFN TS WALNUT aTRFF'f {='UME=' S1 � PION SHE WALNLI't` S'f`iti;Li"i' PiJMi' STATION CiTY OF JEFFERSON, MISSOURI DOCUMEN"I" 00300 - BID FORM Project Identification: Walnut Street Pump Station City of Jefferson, Missouri us ' Submitted ed to: City of.lef Person Missouri 1 n�.. 13td is St bm t y , 320 Bast McCarty Street Jerflerson City, Missouri 65101 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the lorrn included in the Bidding Documents to perlbrm all Work as specified or indicated itl the Bidding Documents fir the prices and within the times indicated in this Laid iuld in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and instructions to Bidders, including without iimitation those olcahng With the disposition of Bid security. The i3id will remain subject to acceptance Im 60 days after the Bid opening, or for such longer period of lino that Bidder may agree to in writing upon request ofOWNER. 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, arid the 1o1lowing Addenda, receipt of which is hereby acknowledged: Addendum Numhcr Addendum Date 13. Bidder has visited the Site and become Familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, and performance of the Work. I). Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or substtrlace structures at or contiguous to the Site (except Underground Facilities) which have been identified to the Supplementary Conditions as provided in paragraph 4.02 of the Cieural Clonditions, rand (2) reports C5-4199-00 00300-1 BID FORM R2 — 12/13/01 WAI.NU'I' S`I'1�.I.;I 1' I'UMI' STATION CI'T'Y OF JETFI RSON, MISSOURI and drawings of a Hazardous E=nvironmental Condition, if any, which has been identified in the Supplementary (-ond►tions as provided in paragraph 4.06 of the General Conditions, L. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning; conditions (stirlace, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific: means, 1110110ds, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by I3idder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further cxauminadons, investigations, explorations, tests, studies, or data are necessary tzar the determination of this Bid for performance of the Work at the price(s) bid and within the tunes and in accordance with the other terms and conditions of the Bidding focuments. G. I3idder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work as indicated in the i3idding Documents. 1-1. Bidder has correlated the information known to Bidder, info►rrr►ation and observations obtained from visits to the site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding iocuments. 1. Bidder has given I:NGINEi IZ written notice ofall conflicts, errors, ambiguities, or , discrepancies that Bidder has discovered in the Bidding; Documents, and the written resolution thereof by 1'sNGIN1L R is acceptable to Bidder, J. 'Ihe Biddin b Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that this Bid is genuine and nut math; in the interest of or on behalf of any undisclosed individual or entity 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 I3idder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 5.01 BIDDER certifies by executing; the attached EPA Forin 5700-49 that it, or any affiliate, is not presently debarred or suspended from covered transactions by any federal department or C5-4199-00 00300-2 BID FORM R2 — 12/13/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI agency, in accordance with 40 CFR 32 and ExCeuliVe Order 12540. BIDDER will obtain certifications regarding debarment fiom its subcontractors. BIDDER will maintain auld retain such certificates in its files for the duration of the Project. 6.01 Bidder will complete the Work in accordance with the Contract Documents lbr the following price(s): BASE BID PRICE_ ($ (use words) (figures) 6.02 Additional effort related to the excavation, handling and transportation of petroleum ✓'P impacted soil, if encountered, will be priced and paid utilizing the following unit price: $ _ __/cubic yard X actual cubic yards handled as impacted soil For pricing purposes, contractor is to assume 1000 cubic yards to be handled as impacted soil. Additional Bid Price shall be: $ /cubic yard x 1000 cubic yards = $ 6.03 Total Bid price shall be the Base Bid Price plus the petroleum impacted soil allocation (unit price x 1000 cubic yards) TOTAL BID PRICE _ ($____ (use words) (figures) 6.04 ALTERNATES DEDUCT AMOUNT DEDUCT AMOUNT (words) (figures) Alternate Submersible Sewage Pump Manufacturer C5-4199-00 00300-3 BID FORM R2— 12/13/01 WALNUTS'l`RI�ET PUMP S'fA' `lON CITY OF JEFFERSON, MISSOURI Alternate Variable Frequency Drive Manufacturer Alternate Motor Control Center Manufacturer Alternate Medium-Voltage Metal-Enclosed ' Switchgear Manufacturer Alternate D ry Type "[' Unit Substation 'rransformer Manufacturer 7.01 Bidder agrees that the Work will be substantially complete within 520 calendar days after the , date when the Contract'rimes commence to run as provided in paragraph 2.03 of the General Conditions,and completed and ready for final payment in accordance with paragraph 14.078 of the General Conditions within 550 calendar days after the date when the Contract Times commence to run. C5-4199-00 00300-4 BID FORM R2 -- 12/13/01 WALNUT STREET PUMP STATION CITY OF ZFF ERSON, MISSOURI 7.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the Event of failure to complete the Work within the times specified Above, which shall be stated in the Agreement, 8.01 The following documents are attached to and made a condition of this laid: A. Required Bid Security; B. A tabulation of Major Subcontractors and Major Equipment Manufacturers required . to be identified in this Bid; C. EPA Region VII Minority and Women's Business Enterprise Utilization Worksheet; D. Certification Regarding Debarment, Suspension and Other Responsibility Matters. E. Certificate of Nonsegrated Facilities �. 9.01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on , 20�. C5-4199-00 00300-5 BID FORM R2-- 12/13/01 WAI.NUT STREI;'I' PI"JMI' sTATION CITY OF JF,' 1"'CItSON, MISSOURI If Bidder is: An Individual Name (typed or printed): By (SE,AL) (Individuals sign(1r►ur) Doing business as Business address: Phone No. .�_� _ _ ___ FAX No.: A Partnership Partnership Name: (SEAL) By r (Signature r f general partner--attach evidence oj'authority to sign) Name (typed or printed): Business address: Phone No. _ _ FAX No.: A Corporation Corporation Name: _ (SEAL) State of Incorporation: _ Type: ❑ General Business, ❑ Professional, ❑ Service, ❑ Limited Liability By (Signature--attach evidence of aulhoruy to sign) Name (typed or printed): Title: Attest (Signature of Corporate Secretary) Business address: Phone No. w FAX No.:_ r Date of Qualification to do business is C5-4199-00 00300-6 BID DORM R2 — 12/13/01 i WALNUT S I RLC.,T L MI, STATION A7 ION CITY OF.IE FERSON, MISSOURI A Joint Venture Joint Venturer Name: _ (SEAL) By: (Signature of joint venture partner-- attach evidence of authority to sign) Name (typed or printed): Title: Business Address: Phone No. -- I�AX No.: Joint Venturer Name: W _ (SEAL) By. (Signature of joint venture partner--attack evidence of authority to Sign) Name (typed or printed): Title: Business Address: Phone No. l-AX No.:~r r� Phone and FAX Number, and Address for receipt of official communications (Each joint venturer must sign. The manner of si gnin for each individual, partnership, and 6 S p P corporation that is a party to the joint venture should be in the manner indicated above). END OF DOCUMEN'r 00300 CS-4199-00 OU300-7 F31I� 1-ORM R-?— 12/13/01 WAI,N11'1" S'1'1�1. I::'I' Pt IMP STATION CITY OF JEFFERSON, MISSOURI DOCUMENT 00500 - AGR1 f:MENT THIS AGREEMUNT is by and between the City of.lef erson, Missouri (hercinaf"ter called OWNER) and (hereina(er called CONTRACTOR). OWNER and CONTRACTOR, in consideration cal the, mutual covenants hereinafter set forth, agree as follows: ARTICLE i - WORK 1.01 CONTRACTOR shall complete all work as specified or indicated in the Contract DOCUmenls. The Work is generally described as follows: Construction of a new pump station and demolition of the existing Walnut Street Pump Station. ARTICLE 2 - TIIE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Walnut Street Pump Station. ARTICLE 3 - ENGINEER 3.01 The Project has been designed by Sverdrup Civil, tile., who is hereinafter called ENGINEER rj and who is to act as OWNIR's representative, assume all duties and responsibilities, and �1 have the rights and authority assigned to @NGINE-FIZ in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 - C.ONTRACT TIM1.1'5 4.01 Time of the Essence A. All time limits for Milestones, ifany, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Days to Achieve Substantial Completion and Final Payment A. The Work will be substantially completed within 520 days after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions within 550 days after the date when the Contract"Times commence to run. C5-4199-00 00500-1 AGRI"EM i?N'T R2 -- 12/13/01 WAI,NEJ'f S'C'REI "I' I'UMI' S'l'A'1'ION CITY OP JE ,FFF',RSON, MISSOURI 4.03 Liquidated Damages A. CONTRACTOR and OWNF-A recognize that time is of the essence of this Agreement and that OWNI:;R will suffer financial loss if the Work is not completed within the times specified in paragraph 4.02 ahovc, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties also recognize the delays, expense, and dil'licultics involved in proving in a legal or arbitration proceeding the actual loss suf Bred by OWNER if the Work is not completed oil time. Accordingly, instead of requiring any such proof, OWNER rind CONTRACTOR agree that as liquidated damages for delay (but not as it penalty) CONTRACTOR shall pay OWNER $500.00 liar each ofthe first 14 days that expires after the time specified in paragraph 4.02 for completion and readiness Tor final payment until the Work is completed and ready for final payment. "Thereafter, the CONT'RACT'OR shall pay OWNER $750.00 for each of the next 7 days that expires until the Work is completed and ready for final payment. If tic Work is not completed and ready for final payment after 21 days from the time specified in paragraph 4.02, the CONTRACTOR shall pay OWNER $1,000.00 for arch day that expires until the Work is completed and ready (or final payment. ARTICLE 5 - CONTRACT T'RIC'E;. 5.01 OWNER shall pay C'ONTRAC'TOR for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the lump sure price contained in the Bid Form: I3ASE' BID (use worcEs).__._.__..____._ _ (figures) DEDUCTS I"OR AT,'TERNA"T'I:'S Submersible Sewage Pump Manufacturer ' (use words) (figures) Variable Frequency Drive Manufacturer (use words) (figures) C5-4199-00 00500-2 AG R I"'F,M1 NT R2 — 12/13/01 STREET WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI Motor Control Center Manufacturer (use words) (figures) Medium-Voltagc Metal-Enclosed Switchgear Manufacturer (use words) (figures) r Dry Type Unit Substation Transformer Manufacturer (use words) (figures) FINAL LUMP SUM PRICE" (use words) (figures) 5,02 Additional effort related to the excavation, handling and transportation of petroleum impacted soil if encountered will ' p v 11 be priced and paid utilizint, the following, unit price: $ ,/cubic yard X actual cubic yards handled as impacted soil 054199-00 00500-3 AGREEMENT R2— 12/13/01 { WAL,NI I'i' S'i'R[;i 'f Pl1MP STATION CITY OF' JEFFERSON, M1SS(AIRI ARTICLE 6 - 1'AYMEN'I' I'1ZUC'l;i:)LJIZT?S, 6.01 Submittal and Processing;of Payments A. CONTRACTOR shall submit Applications fir Payment in accordance with Article 14 of the General Conditions. Applications for 1'aynicnt will be processed by ENGiNII-ER as provided in the General C'onclitions. 6.02 Progress Payments: Itetainagc A. OWNh;IZ shall make progress payments in accordance with Section 34.057, RSMo, on account of the Contract Price oil the basis of'C(.)NTli AC T(..)R's Applications for Payment during; perlormance of*the Work as provided in paragraphs 6.02.A.l and 6.02.A.2 below. All such payments will be measured by the schedule of values established in paragraph 2.07.A ol'the General Conditions (and in the case of Unit Price Work based on the number of tn7its completed) or, in the event there is no schedule of values, as provided in the General Requirements: I. Prior to Substantial Completion, progress payments will bC mule in aut amount equal to the percentage indicated below, hut, in each case, less the aggregate of payments previously made and less such amounts as FINGINI:ER shall determine or OWNER may withhold, in accordance with paragraph 14.02 of"the General Conditions. a. 90 % of Work completed (with the balance being; retainag;c). If Work has been 50% completed as determined by L'NGINL:ER, and ii the character and progress ofthe Work have been satisfactory to OWNER and EMANHTR, OWNER, on recommendation of ENGINEER, may determine that as Jong as the character and progress ol'the Work remain satisfactory to thorn, there will be no rctainage on account of Work subsequently completed, in which arse the remaining progress payments prior to Substantial Completion will be in art anunrrtt equal to 100'% of the Work completed Jess the aggregate of payments previously made., and b. 90 % of'cost of materials and equipment not incorporated in the Work ('.vith the balance being retainage). 2. Upon Substantial Completion, OWNER shall pay an amount sufficient to increase total payments to CONTRACTOR to 100% of the Work completed, less such amounts as I,NGINEI;It shall determine in accordance with paragraph 14.02.I1.5 of the General Conditions and less 100';% of ENGINEI R's estimate of the value of Work to be completed or corrected as shown on the tentative list of items to be completed or corrected attached to the certificate of Substantial Completion. C,5-4199-00 00500-4 AGItEEIv11aNT R2 — 12/13/01 WALNtJ'I' S'i'R1 I."I' l'(JMI' STATION CITY OF JEFFI RSON, MISSOURI 6.03 Final Payment A. U poll final completion and acceptance of the Work in accordance with paragraph h f 1 l 17 6 p 14.07 ofthe General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.07. ARTiCLE 7 - INTEREST 7.01 All moneys not pair( when due as provided in Article 14 ol'the General C..onditions shall bear interest. at the rate specified in Section 34.057, RSMo. ARTICLE, 8 - CONTRACTOR'S RI?i Ri:SI NTATIONS 8.01 In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the Hollowing representations: A. CON'TRACT'OR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 13. CONTRACTOR has visited the site and become familiar with and is satisfied as to the general, local, and Site conditions that may aficct cost, progress, and perfornimce of the Work. C. CONTRACTOR is familiar with and is satisfied as to all fccleral, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. C:ONTRAC''rm has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (,,xcept Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which has been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. I.. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface and Underground facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Contract C5-4199-00 00500-5 AGREENENr R2 -- 12/13/01 .r WALNUT 5 CRCI,1 PUM1 STATION CI'T'Y OF JEFFERSON, MISSOURI Documents to be employed by CON'T'RACTOR, and safety precautions and programs incident thereto. F. CONTRACTOR does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terns and conditions of the Contract Documents. G. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. Ff. CONTRACTOR has correlated the information known to CONTRACTOR, infonmation and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance of the Work. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement 2. Performance Bond 3. Payment Bond 4. General Conditions 5. Supplementary Conditions C. Specifications as listed in the table of contents of the Project Manual 7. Drawings with each sheet bearing the following general title: Walnut Street Pump Station, City of Jefferson 8. Addenda (numbers__._to , inclusive) 9. i?xhibits to this Agreement (enumerated as follows): a. Notice to Proceed b. CONTRACTOR's Bid c, Documentation submitted by CONTRACTOR prior to Notice of Award C5-4199-00 00500-6 AGREEMENT R2 — 12/13/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 10. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: a. Written Amendments b. Work Change Directives C. Change Orders B. The documents listed in paragraph 9.01.A are attached to this Agreement (except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 9. D. The Contract Documents may only be amended, modified, or supplemented as provided in paragraph 3.04 of the General Conditions. ARTICLE 10 - MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract 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(except 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. 10.03 Successors and Assign A. 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 to all covenants, agreements, and obligations contained in the Contract Documents. 10.02 Severability C5-4199-00 00500-7 AGREEMENT R2 — 12/13/01 WALNUT S'I'Itl,l;'I' I't MI STATION ION "* CITY 0P J F 1,FERSON, MISSOURI A. Any provision or part ol'tlte Contract Documents held to be void or unenForeeable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and hinding upon OWNi R and C..ONfIZAC TOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or print thereofwith a valid and enforceable provision that eornes as close: as possible to expressing the intention of the stricken provision. AR'1'IC LI'll i I - NON-DISC:'RIMINATION IN EMPLOYMENT 11.01 CONTRACTOR will not discriminate against any employee or applicant for employment because of mce, creed, color, or national origin. The CONTRACTOR will take affirmative action to ensure that applicants; arc employed, and that employees arc treated during employinent, without regard to their race, creed, color or national origin. Such action shall include, but not be limited to, the following; ernploynrent, upgrading, denrotiorr, or transfer; recruitment or recruitment advertising; layoffor termination; rates of'pay or other forms ol'compensation; and selection for training, including apprenticeship. 11.02 CONTRACT(, R will post in conspicuolls places, available to employees and applicants for employment, notices setting li►rdi (he provisions of this non-discrimination clause. A. CONTRACTOR will, in rill solicitations or advertisements for employees placed by or on behall' o!' the CONTRACTOR, slate That all qualified applicants will receive consideration liar employment without regard to race, creed, color, or national origin. 13. CONTRACTOR will send to each labor union or representative of'workcrs with which he has a collective bargaining agreement or other contract or understanding, a notice, to he provided by the agency contracting ol'licer, advising the labor union or workers' representative ol'the CONI'RACfOR's commitments under Section 202 of 13xccutivc Order No. 11246 of September 24, 1965, and shrill post copies of' the notice in conspicuou., places available to employees and applicants for employment. ('. CONTRACT()R will comply with all provisions of Executive Order No 11246 of Sel►(embcr 24, 1965, and ol'the rules, regulations, and relevant orders ol'the Secretary of I.rrhor, 1). CONTRACTOR will fumish all infiornn►tion rrnd reports required by EAccutive Order No. 112,16 of September 24, 1905, ;rod by the rules, regulations, and orders of the Secretary ol'Labor, or pursuant therelo, and will permit access to his books, records, and accounls by the contracting agency and the Secretary of Labor fir purposes of investigation to ascertain complianec with such rules, regulations, and orders. I-?. In the event oi' the CONTRA("I OR's non-compliance with the non-discrimination clauses of this; Contrut or with any of such rules, regulations, or order's, this Contract C:5-4199-00 00500-K AGREEMENT R2 -- 12/13/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI may be cancelled, tcrminated or suspended in whole or in part and the CONTRACTOR may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965,and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965,or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. F. CONIRAC'rOR will include the provisions of Article I i in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The CONTRACTOR will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that in the event the CONTRI..CTOR becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the CONTRACTOR may request the United States to enter into such litigation to protect the interests of the United States. C54199-00 00500-9 AGREEMENT R2-- 12/13/01 WAI.NI.I'I' S'1'IZI I''I' PI.IMP S'T'ATION CITY OF JI I'FliRSON, MISSOURI IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRAC'T'OR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. t n which is the Effective Date ofthe This Agreement will be effective o _, 20 Agreement). OWNER: CON'I'RAUMR: By: 13y: (.CORPORATE, SEAL] [CORPORATE SEAL] Attest Attest Address for giving notices: Address forgiving notices: If OWNER is a corporation, attach evidence License No. _ of authority to sign. If OWNER is a public body, attach evidence of authority to sign Agent for service of process: and resolution or other documents authorizing execution of OWNER- CONTRACTOR Agreement. (it' CON'rRAC'I'OR is a corporation or a partnership, attach evidence orauthority to sign). Designated Representative: Designated Representative: Name: Name: Title; — Title: Address: Address: _ Phone: Phone: Facsimile: _ Facsimile: C5-4199-00 00500-10 AGREEMENT RO--3/19/01 r WALNUT S'T'REET PUMP STATION CITY OI*-'JI:FI;ERSON, MISSOURI TABLI 0l'CON'I'I'N'I'S Section 'Title 00020 Invitation to Bid 00100 Instructions to Bidders 00300 Bid Form 00411 Bid Bond & Bid Forms 00500 Agreement 00600 Bonds and Certificates 00610 Performance Bond O0620 Payment Bond 00700 Standard General Conditions of the Construction Contract 0080O Supplementary Conditions 00820 Federal and State Requirements DIVISION 1 —GENERAL REQUIREMEN`1'S 01100 Summary 01310 Project Management and Coordination 01311 Partnering 01320 Construction Progress Documentation 01330 Submittal Procedures 01400 Quality Requirements 01500 'Temporary Facilities and Controls 01600 Product Requirements 01700 Execution Requirements 01731 Cutting and Patching 01732 Selective Demolition 01770 Closeout Procedures DIVISION 2 — SITEWORK 02221 Building Demolition 02230 Site Clearing 02240 Dewatering 02260 Excavation Support and Protection 02300 Earthwork 02510 Water Distribution 02605 Ductile Iron Pipe 02610 Reinforced Concrete Pipe 02710 Jack and Bore 02726 Manhole Construction 02741 Hot-Mix Asphalt Paving 02751 Cement Concrete Pavement. 02764 Pavement Joint Sealants 02821 Chain-Link Fences and Gates 02900 Landscaping DIVISION 3 — CONCRETE 03310 Concrete Work C5-4199-OU 00010-1 'I'ABLE OF CONTENTS RO—3/19/01 WALNUT STREET IIIJMI' S'T'ATION CITY Of ,1[ T'l l"sRSON, MIS,5O1JR1 TABLE 01 CONTENTS Section 'Title DIVISION 4 •- MASONRY 04722 Custom Cast Stolle 04810 Unit Masonry Assemblies DIVISION 5 —METALS 05120 Structural Steel 05400 Cold-Formed Metal framing 05500 Metal Fabrications 05510 Metal Stairs 05521 Pipe and Tube Railings 05530 Gratings DIVISION 6-- WOOD AND PLASTICS 06105 Miscellaneous Carpentry DIVISION 7 --_THERMAL AND MOISTURE PROTECTION 07420 Aluminum Composite Panel System 07610 Sheet Metal Roofing 07620 Sheet Metal Flashing and '1Trim 07920 Joint Sealants DIVISION 8 -- DOORS AND WINDOWS 08114 Stainless Steel Doors and l rimes 08362 Horizontally Bi-Folding Doors 08950 Translucent Wall Assemblies DIVISION 9 — FINISHE'S 09255 Gypsum Board Assemblies 09900 Painting DIVISION 10— SPEC IALTI EIS 10200 Louvers and Vents 10522 Fire Extinguishers and Accessories 10800 Toilet and Bath Accessories DIVISION 11 — 1?QUIPMENT 11160 Loading Dock Equipment 11285 Hydraulic Gates 11300 Septage Acceptance Plant 11301 Automatic Samplers 11311 Submersible Sewage Pulllps 11350 Activated Carbon Odor Control System 11400 Polyethylene Tank C5-4199-00 00010-2 TABLE OF CON'1'I: WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI TABLE OF CONTENTS Section Title DIVISION 12 — FURNISHINGS DIVISION 13 — SPECIAL CONS'TRUC'TION 13100 Lightning Protection 13410 I3asic Control Instrumentation Materials & Methods 13420 Instruments 13430 Control Panels ' 13445 Electric Valve and Gate Operators 13450 Supervisory Control System 13455 Programmable Logic Controllers DIVISION 14— CONVEYING SYS'T'EMS_ 14620 Trolley Hoists DIVISION 15 — MECHANICAL 15011 Plumbing General Provisions 15050 Basic Mechanical Materials and Methods 15055 Motors 15060 Hangers and Supports 15061 Plumbing Pipe and Pipe Fittings - General 15075 Mechanical Identification 15080 Mechanical Insulation 15101 Valves, Strainers and Piping Accessories—General 15141 Plumbing Pipe Supports and Anchors 15220 Process Water and Waste Piping 15221 Ductile Iron Process Piping 15222 Carbon Steel Process Piping 15223 PVC Process Piping 15224 Stainless Steel Process Piping 15226 Fiberglass Duct (Air Piping) 15229 Process Piping Equipment and Valves 15241 Mechanical Vibration Controls and Seismic Restraints ' 15262 Plumbing Piping Insulation 15412 Domestic Water Piping Systems 15414 Soil, Waste and Sanitary Drain Piping, Vent Piping and Appurtenances 15431 Drains, Cleanouts and 'Traps 15440 Plumbing Fixtures and 'I'rim 15762 Electric Radiators 15767 Propeller Unit l leaters 15853 Power Ventilators 15900 FIVAC Instrumentation and Controls 15940 Sequence of Operations 15990 Testing, Adjusting, and Balancing C5-4199-00 00010-3 'I°ABLE OF CONTENTS RO— 3/19/01 WALNUT STREET PUMP STATION CITY Of JI:.FFERSON. MISSOIJIZI TABLE' OF CONTI.-N`I'S Section Title DIVISION 16 -- ELECTRICAL 16010 Basic Electrical Requircments 16030 Electrical Testing and Installation Check-nut 16110 Raceways 16120 Wires and Cables 16130 Electrical Boxes and fittings 16140 Wiring Devices 16157 Variable frequency Drive Controllers 16160 Panelboards 16170 Motor and Circuit Disconnects 16190 Supporting Devices 16195 Electricalldentilication 16289 Transient Voltage Suppression 16300 Medium Voltage Cable 16351 Medium-Voltage Metal-Enclosed Switchgear '. 16450 Grounding 16461 Dry-Type Transformers 16470 Dry-Type Unit Substation Transformer 16481 Individual Motor Controls and Auxiliaries 16482 Motor Control Centers 16500 Lighting End of Section 00010 C54199-00 00010-4 TABLE Of CONTENT'S RO - 3/19/01 W?�LN1.1T S'T'ItEF'T PUMP STA"CIUN CITY OF JrTFI-RSON, MISSOUrti DOCUMENT 00300 - 1311) DORM Project Identification: Walnut Street Pump Station City of Jefferson, Missouri This Bid is Submitted to: City of Jefferson, Missouri 320 East McCarty Street Jefferson City, Missouri 65101 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices acid within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3.01 In submitting this Bid, Bidder represents, as set for t h m the A greement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of which is hereby acknowledged: Addendum Number Addendum Date One 09/17/2001 Tvio 11/16/2001 _Three _ 12/1312001 B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and (2) reports C5-4199-00 00300-1 BID FORM R2 — 12/13/01 1 1 . WA1_,NUT STREET PUMP S'I'A'f'1C')N CITY OF JEFFERSON, MISSOURI and drawings of a Hazardous Environmental Condition, if any, which has been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that an further examinations, investi investigations, explorations, Y g � tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terns and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work as indicated in the Bidding Documents. 1-1. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. J. Mlle Bidding Documents are generally sufficient to indicate and convey understanding of all tenors and conditions for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed- individual or entity 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 individual or entity to refrain from bidding; and r Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 5.01 BIDDER certifies by executing the attached EPA Fonn 5700-49 that it, or any affiliate, is not presently debarred or suspended from covered transactions by any federal department or C5-4199-00 00300-2 1BD FORM R2— 12/13/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI agency, in accordance with 40 CFR 32 and Executive Order 12549. BIDDER will obtain certifications regarding debarment from its subcontractors. BIDDER will maintain and retain such certificates in its files for the duration of the Project. 6.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): BASE BID PRICE S;X r2acr (s 5.��6 � (use words) (figures) 6.02 Additional effort related to the excavation, handling and transportation of petroleum ..�� impacted soil, if encountered, will be priced and paid utilizing the following unit price: $_ --= /cubic yard X actual cubic yards handled as impacted soil For pricing purposes, contractor is to assume 1000 cubic yards to be handled as impacte d soil. Additional Bid Price shall be: $ S. /cubic yard x 1000 cubic yards= $�C)Qe) 6.03 Total Bid price shall be the Base Bid Price plus the petroleum impacted soil allocation (unit price x 1000 cubic yards) TOTAL BID PRICE a/lals ($_j 8 4-1000 ) (use words) (figures) 6.04 ALTERNATES DEDUCT AMOUNT DEDUCT AMOUNT (words) (figures) Alternate Submersible Sewage Pump Manufacturer CS-4199-00 00300-3 BID FORM R2— 12/13/01 WAL N'UT ST Rr-,E'T PUMP STATION CITY OF JL•FhERSON, MISSOURI Alternate Variable Frequency Drive Manufacturer r Alternate Motor Control Center Manufacturer Alternate Medium-Voltage Metal-Enclosed Swttchgear Manufacturer Alternate Dry Type Unit Substation Transformer Manufacturer ;J 7.01 Bidder agrees that the Work will be substantially complete within 520 calendar days after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.07B of the General Conditions within 550 calendar days after the date when the Contract Times corrunernce to run. C54199-00 00300-4 BID FORM R2— 12/13/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 7.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement: 5,01 The following documents are attached to and made a condition of this Bid: A. Required Bid Security; B. A tabulation of Major Subcontractors and Major Equipment Manufacturers required to be identified in this Bid; C. EPA?:Region VIII Minority and Women's Business Enterprise Utilization Worksheet; D. Certification Regarding Debarment, Suspension and Other Responsibility Matters. E. Certificate ofNonsegrated. Facilities 9,01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. eSUBMITTED on December 20 , 20 O1 . a C541 99_00 00300-5 BID FORM R2— 12/13/01 • WALNUT STREET PUMP STA11ON CITY OF JEFFERSON, MISSOURI If Bidder is: An Individual Name (typed or printed): N/A By _ N/A (SEAL) (Individual's signature) Doing business as N/A Business address: N/A N/A Phone No.: N/A FAX No.: N/A A Partnership Partnershi N/A SEAL P Narne: (SEAL) By : N/A - (Signature of gen Na partner--attach evidence. of authority to sign) Name (typed or printed). A Business address: N/A N/A Phone No.: N/A FAX No.: N/A A Corporation Corporation Name: Huffman , Inc. (SEAL) State of Incorporation: Delaware Type- ZMJ General Business, ❑ Pro a sional, ❑ Service, ❑ Limited Liability (SignatullA attach evidence of authority to sign) Name (typed orprinted): Mi hael J. Huffman Title: President Attest L _ ignature o rporate Secretary) Business address: PO Box 279 Poplar Bluff MO 63902-0279 Phone No.: 573-686-1426 FAX No.: 573-785-1428 Date of Qualification to do business is 04/06/1984 C5-4199-00 00300-6 BID FORM R2— 12/13/01 WALNUT STREET PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI A Joint Venture Joint Venturer Name: N/A (SEAL) By: N/A (Signature of joint venture partner--attach evidence of authority to sign) Name (typed or printed): N/A r Title: N/A Business Address: N/A N/A Phone No.: N/A _ FAX No.: N/A rq Joint Venturer Name: N/ (SEAL) By: (Signature ofjoint venture partner— attach evidence of authority to sign) Name(typed or printed). Title: NIA Business Address: N/A N/A Phone No.: N/A FAX No.: N/A _ r Phone and FAX Number, and Address for receipt of official communications N/A N/A N/A (Each joint venturer must sign. The manner of signing for each individual, partnership,and corporation that is a party to the joint venture should be in the manner indicated above). ' END OF DOCUMENT 00300 r r C5-4199-00 00300-7 BID FORM R2— 12/13/01 r RECORD OF PROCEEDINGS CERTIFICATE OF RESOLUTION OF HUFFMAN, INC. 1 I, Sherry J. Huffman, Do Hereby Certify, that the following is a complete, true and correct copy of a certain resolution of the Board of Directors of Huffman, Inc. , a corporation duly organized and existing under the laws of the State of Delaware, which resolution was duly adopted at a duly called meeting of the said Board, held on April 9, 1995, a quorum being present, and is set forth in the minutes of the said meeting; that I am the keeper of the corporation seal and of the minutes and records of this Corporation; and that the said resolution has not been rescinded or modified: RESOLVED, that the proper officer of this Corporation as herein set out; Michael J. Huffman, President, is hereby authorized and directed to execute and deliver in the name and on behalf of this Corporation and under its Corporate seal, any contract, transfer or assignment he shall deem necessary and proper to carry out the purpose of the aforesaid Corporation. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed the seal of the said Corporation, this 11`" day of .April, 1995. CORPORATE SEAL RP Sherry J. Uf&kn—, se66r1Vry iic 4t Ak It 16, A A i% A IL elk A Ay-a W sQUA-ILY-P. AX.Y.0 NVATIVIloyt LF No . F00167629 O o A4I&c �30 4CIlEp 14 P 4, At/s. 9X I Matt Blunt of State -y Secretai w"": 4ad CORPORATION DIVISION CERTIFICATE OF CORPORATE RECORDS j:HUFFMAN, INC . using in Missouri the name HUFFMAN CONSTRUCTION, INC . I , MATT BLUNT, Secretary of State of the State of Missouri and Keeper of the Great Seal thereof , do hereby certify ��`�[W✓�r that the annexed pages contain a full , true and complete copy of those certain original documents on file and of record in this office for which certification has been requested . 0-41 IN TESTIMONY WHEREOF, I have set my hand and imprinted the GREAT SEAL of the State of Missouri, on this , the 17th day of AUGUST, 2001 . 0 'n -41 IN, VIOX SAL C-) Secretary of State DCCC W . Jill Iry hr dV*ll loytr 4-1,%J 11Z WV;.";VW.-Ii eat I'l ex I Al •fs30 11.01) 1 STATE of MISSOURI 1�• WAS "•! JAMES C. KIRKPATRICK, Secretary of State 7 Corporation Division i 4rasov*t Amended Certificate of Authority of a ]foreign Corporation WHEREAS,..HUFFMAN r INC. d/b/a HUF'FMAN CONSTRUCTION. ZNC.....f FPRMERLY: 1gfFMAN _.............................. Incorporated under the Laws of lha State of....DE and now in existence and in good standing in said State, and qualified to transact business in Missouri has delivered to me, duly authen• ticated evidence of an amendment to it:! Articlv:r of incorporation as provided bY law, and has, in all respects, complied with the requirement:i of The Gencrul and Business Corporation Law of Missouri. governing Amendments to the Articlos of Incurinrrntion of Foreign Corpornlium.: NOW, THEREFORE, 1, JAMES C. KIRKPATRICK, Secretary of State of the State of Missouri, by virtue of the authority vested in me, do hereby certify that I have filed said Articles of Amendment as pro• vided by law and in accordance therewith issue this Certificat - of .Amendment. IN TESTIMONY IIHEREOF, I have hereunto set my hand and affixed the GREAT SEAL of the State of Missouri, at the City of Jefferson thi.4......6. h....dny of.......ARr it............................... 19.14... e Seueror�of Stae ' RECEIVED OF:...E.17FFMA .f INC. rl/b/a IIUFFMAN CONSTRUCTION, INC .. .... ................. TWENTY.FIVE..DOLLARS-.. 77 7__7,__.7DoI inrs, S............... 5.rQ0............... For Credit of General Revenue Fund, on Account of Incorporation Tax and Fee. N 0...!00167629 ....... DAMAGES FORM BID FOND BIDDER (Warne and Addhe:52j: Huffman, Inc. P.O. Box 279 Poplar Bluff, MO 63902-0279 SURM NgMe InndAddress of Principal PlaCe of usinessl: Fireman's Fund Insurance Company 777 San Marin Drive Novato, CA 94998 (415)899-2000 OWN1~R fNamg and Addres LI: City of is Orson, Missouri 320 East McCarty Street Jefferson City, MO 65101 December 20, 2001 BID DUB DATE: PROJECT(Brief Description Including Location): Walnut Street Pump Station, Project No. MONK# C295401-01 Jefferson City MO BOND NUMBER: N/A DATE (Not later than Bid due date): Dpcemner 20 2001 PENAL SUM: Five Percent of Amount Hid 5% Amt. Bid (Words) (Figures) IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Bid Bond to be duty executed on its behalf by its authorized officer, agent or representative. BIDDER SURETY Huffman, Inc. (Seal) Fireman's Fund Insurance Company (Seal) Bidder's Name and Corporate o-M Surety's Name and Corporate Seal 1 r, signature a 0e M Signature and T e Michael J. Huffman, President `-_.,�."..__. ..(Atta _ ower_.o(Attorney) Janet Rehkop; etc pey-in-F ct Attest=' ti �� rit Attest: __< Signatur n Title � ....._� '•Signature and-rtie Sherry J. Hufffmmr, Secretary Veronica Lawyer Witness Note: (1) Above addresses are to be used for giving required notice. (2) Any singular reference to Bidder, Surety, OWNER or other parry shall be considered plural where applicable. IMPORTANT— Surety companies executing BONDS must appear on the Treaswry Department's most current list(Clrcular 570 as amended) and be authorized to transact business in Mlssouri. EJCDC NO. 1910-29-D (1996 Edition) 00411-1 0h,14(AGES FORM 1. Bidder Lad Surety, jointly and severally, bind 6. No suit or aeaoc shall be cotnmcaccd under this themselves, their bens, executors, admiaistratars, Bond prior to 30 caleadz days after the nodet of drfault successors and assigns to pay to OWNER upon default required in paragraph 4 above is received by Bidde: and of Bidder any differcuce betwern the total amount of Surety and in no case later than one year after Bid due Bidder's Bid and the total amount of the Bid of the neat date. lowest, responsible and responsive Bidder as dr-mr:zined by OWNER for the Work required by the Contract 7. Any suit or action under this Bond shall be Documents, provided chat: commenced only in a court of eompetrnt jurisdiction I.L. If there is no such next low cat, responsible and located in the state in wWch the Project is located. responsive Bidder, and OWNER dots not abandon the Project, then Bidder and Surr:ry 11. Node ss required heretmder shall be in writing and ' sball pay to OWNM the penal sum set forth on seat w Bidder and Surety at their respective addressca the face of this Boad, and shown on the face of this Bond. Such notices may be 1.2. In no event shall Bidder's and Surety's sent by persona1 delivery, commercial courier or by obligation hereunder exceed the pena1 sum set United States Registered or Certifier! Mail, return forth on the face of this Bond, ro ceipt request.-d, postage prepaid, and shall be deemed to be effective upon receipt by the parry concerned. 2. Default of Bidder shall occur upon the failure of Bidder to dcllver within the time mquirLd. by rive Bidding 9. Surety shall cause to be .attar:hcd to this Bond a Documents (or any extension thereof agreed to In current and effective Power or Atrorney evidencing the wtidng by OWNER) the execated Agreement required authority of the officer, agent or represc=dve who by the Bidding Docttmenm and any perfonn aucc and executed this Bond on behalf of Surety to execlue, seal payment Bonds required by the Bidding Dor:uarraa. and dcUvcx such Bond and bind the Surety thereby. 3. This obliguhon shall be null and void if: 10. This Bond is i itevded to conform w all aWlIcable 3.1. OWNER accepts Bidder's Bid and Bidder statutory requirements. Any appkabic requirement of delivers within the dmc required by the Bidding any applicable sraane that ban been omirted from this Docunieats (or any esunsion thereof agreed to . Bond shall be dc=r-d to be included berein to if set in writing by OWNER) the cx=urd forth at Length. If any provision of this Band conflicts Agre m=r q=rd by the Bidding Documeuu with any applicable smaue, then tlu provision of said and any performance and payment Bonds sman ill govern and the rermaindeer of this Bond tbu required by the Bidding Documeau, or is not is conflict therewith shall eominise in full fore: 3.2. Ali Bids are rejecr- by OWNER, ar and effc r- 3.3. OWNER fails to issue a Notice of Award to Bidder within die time specified in the Bidding 11. The term 'Bid" as used heroin includes a Bid, offer Doctnn=ts (or any exu:asion thereof agreed to or proposal as applicable. in writing by . Bidder and, if applicable, consented to by Surety when requir d by paragraph 5 harrrof). 4. Payment tm.dnr this Bond will be due and payable upon defaWt by Bidder and within 30 cal—d-1 r days after receipt by Bidder and Surety of wriaaa Douce of default from OWNER. which nod= Will be given with r=sonsble promptness, id=dfying this Bond imd the Project and including a==mcsu of the amount due. S. Surety wsives notice of and any and all. defenses basest on or arising outs of sty time exunsion m issric ' Notice of Award ;greed to in writing by OWNER and Biddc, provided dint the total time for issuing Noaco of Award inchuing extensions shall not in the aggregate a=ced 120 days 6rotn Bid tutu dare without Surety's written consents. FJCDC NO. 1910.28-D (1996 )tuition) 00411-2 FIREMAN'S MND INSURANCE. COMPANY NATIONAL SURETY CORPORATION ASSOCIATED INDEMNITY CORPORATION TUB AMERICAN INSURANCE COMPANY AMERICAN ATJTOMOBILE INSURANCE COMPANY GENERAL POWER OIr ATTORNEY MOW All.. MEN BY TM= PRESWrS: '11tat PIRE�.MAN'S FUND TNSUILkNCH COMPANY, A California cotporation, NATIONAL LT LM. CORPORATION, an Illinois corporation,THE AMERICAN INSURANCE COW'IANY,a New Jersey corporation redomesticated in raska, ASSOCIATED INDEMNITY CORPORATION, a California corporation, and AMERICAN AUTOMOBILE INSURANCE MPANY,a Mssouri corporation,(herein collectively called"the Companies")does each hereby appoint Kevin D. lCalish, Debra J. Scarborough, Sharolyn L. Rice, John T. Lockton, III, David M. Lockton, Katherine D. Morin, James C. Pateidl, Patrick 1'. Pribyl, Michael C. Frost, Kathy M. Loftus, Beth E. White, Michael D. Whipps, Kevin B. Alexander, Janet L. Rchkop, Melissa D. Evans, Toni P. O'Rear, Veronica Lawver or Claudia Mandato of Kansas City, MO their true and lawful Attoruey(s)-in•Fact, with full power of authority hereby conferred in their name, place and stead, to execute, seal, acknowledge rued deliver any and all bonds,undertakings,recognizances or other written obligations in the nature thereof I•----� ------- and to bind the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seals of the Companies and duly attested by the Companies'Secretary,hereby ratifying and confumivg all that the said Attorneys}in-Pact may do in the premises. This power of attorney is granted under mid by the authority of Article VII of the By-laws of each of the Companies which provisions are now in full force and effect. This power of attomey is signed and sealed under the authority of the following Resolution adopted by the Board of Directors of each of the Companies at a meeting duly called and held,or by written consent,on the 19th day of March, 1995, and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Vice-President,Assistant Sxrctarf, and Resident Assistant Secretary of the Companies, and the seal of the Companies may be affixed or printed on any power of attorney,on any revocation of any power of attomey, or on any certificate relating thereto, by facsimile, and any power of attorney,any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Companies." IN WITNESS WHEREOF,the Companies have caused these presents to be signed by their Vice-President,and their corporate scaLs to be hereunto affixed this 1.5 day of A lig u s t_ 2 0 Q Q , n-Y 4e+ur� ''""` rG ���•;I:,",Frf o� •,.� FJ)':ZE 'S FUND INSURANCE COMPANY ,, •, - *,, + :<y e NATIONAL SURETY CORPORATION " .• ''- , �' �•` i� THL:AMEFUCAN INSURANCE COMPANY Sam.3. y ('R E A L.r 50 ASSOCLTEM INDEMN=CORPORATION +�^cj ro�� °+, +�o��� ht `, Ah'1ERIC AUTOMOBILE INSURANCE-,COMPANY cc M LATE OF CALIFORNIA SS. By 6,L"_ L� . ��-•�--- COUNTY OF MARIN VIa•P,rsidew 15 day of Aua , 2 000 ,before me Qersonrdly came Donn R. Kolbeck kannown,who,being by me duly sworn,did depose and say: that he is a Vice-President of each company,described in and which executed the above instrument; that he knows the seals of the said Companies;that the seals affixed to the said instrument are such company seals;that -they were so affixed by order of the Board of Directors of said companies and that he signed his name thereto by like order. WITNESS WHERE-OF, I have hereunto set m hand an a frxod my gLTIcial seal, the day and year herein first above written. KRISTIN A.GAZZOLI COMM.01262236 'n '1 NOTARY PUBLIC,CALIFORNIA �6s MAFIIN COUNTY 0 / . •'i My Comm.Expltos AprO 2V,2004 'l Naary- bll LIUNTY OF CALIFORNIA SS, CER11rICATE OF MAR.LN the undersigned, Resident Assistant Secretary of each company, DO H�TSY CERTIFY dint the foregoing and attached POWER OF ORNEY remains in full force and has not been revoked; and furthemiore that Article VII of the fly-laws of each company,and the Resolution the Board of Directors;set forth in the Power of Attorney,are now in fora. Igned and sealed at the County of Mann. Dated the day of E' �> 20 tVf.lYtO, � , x r•. � � ��r A LR��F ep ''"••"•,, {A'Ctf �� `r�MCI+/ �� �-Rcsldeat Assistant Se= WALNUT STREET PUMP STATION CITY OF JEFFERSON; MJSSOURI LIST OF MAJOR SUBCONTRACTORS AND MAJOR�EQUIPMENT MANUFACTURERS The names of Subcontractors and Equipment Manufacturers to be used for the Work shall be entered in the spaces provided below as required by Paragraph SC•6.06 of the Supplementary Conditions. Upon award of a contract, the named Subcontractors and Equipment Manufacturers shall be used. The completed List of Major Subcontractors and Major Equipment Manufacturers ® shall become a part of the Contract Documents. ° Preliminary acceptance of Equipment Manufacturers name shall not in ari Y Y wa constitute a waiver of the specifications covering such equipment; final acceptance will be based oil full conformity with the Contract Documents. Substitution of Subcontractors shall be as outlined by the provisions of the General Conditions. Substitutions shall be subject to concurrence of the Owner and shall be confirmed by Change Order. rEquipment substitutions will be permitted only if named manufacturer does not meet the requirements of the Contract Documents; is unable to meet the delivery requirements of the construction schedule; is dilatory in complying with the requirements of the Contract Documents; or for other reason specified in the General Conditions. Substitutions shall be subject to concurrence of the Owner and shall be confirmed by Change Order. Failure to furnish all information requested in the listing may be cause for rejection of the Bid. �I Area of Work Name of Subcontractor 1. Earthwork -S �/c 2. Concrete 3. Mechanical �- 4 r Electrical M nn CC 5. Instrumentation & Control E ui meat Items Name of Manufacturer 1. Activated Carbon Odor Cont7ol System 2. Septage Acceptance Unit or C5-4199-00 00411-3 RI — 10/12/01 ,1 WALNUT SI EET PUMP S'rATION CITY OF JEFFERSON,,MISSOURI EPA REGION VI1 MINORITY AND WOMEN'S BUSINESS ENTERPRISE UTILIZATION WORKSHEET Grant Applicant City of Jefferson , Missouri Project No. C225AQI-01 Contractor/En gsneer u man , Inc. Address PO Box 2 o ar 57f MU 639=- UT Contact Person Michael J. Hut•fman President _"Telephonel 0. 573-686-1426 Amowit of Contract Percentage _ WBE Percentage 1. MBE Subcontractor bcr WBE 5_Address N;xe mo Contact Pcrson Tee hone oo / Amount of Subcontract �Q,,i2csb t Scope of Work Ci/1Jr ,;'; , AA M/ . 2. MBE Subcontractor _ WBE Address Contact Person I clep lone Ro. Amount of Subcontract Scope of Work _ 3. MBE _Subcontractor WBE Address Contact Person I'elep one No. Amount. of Subcontract Scope of Work 4. MBE Subcontractor! WBE _Address Contact Person Telephone No. _ Amount of Subcontract Scope of Work 5. MBE Subcontractor �r WBE Address Contact Person _ _ "Telephone No. _ Amount of Subcontract _ Scope of Work C54199-00 00411-4 RO —3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI EPA REGION VII MINORI'T'Y AND WOMEN'S BUSINESS ENTERPRISE UTILIZATION WORKSHEET 6. MBE Subcontractor "E _Address Contact Person Telephone No, Amount of Subcontract Scope of Work Comments i �r 573-686-1426 December 20, 2001 Pre p By Telephone No. Date Michael J. Huffma , President t l C54199-00 00411-5 3 R0—3/19/01 iov F, , SAW EPA Pfolec;Control Number PA Unhed SWes Emdronmental Protection Agency Washington,DC 20460 , Certification Regarding Debarment, Suspension, and Other Responsibility Matters The prospective participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b).Have not within a three year period preceding this proposal been corrActed of or had a civil Judgement rendered against them for commission of fraud or a criminal offense In connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; vicladon of Federal or State antitrust statutes or commission of embezzlement. theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently Indicted for or otherwise criminally or civilly.charged by a government en (Federal, State, or local) with commission of any of;the offenses enumerated in paragraph (t�b) of this certification;and (d) Have not within a three-year period preceding this applicatlon/proposal had one or more public transactions(Federal, State, or local) terminated for cause or default. I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. in addition, under 18 USC Sec. 1001, a false statement may result in a One of up to$10,000 or imprisonment for up to 5 years, or both Huffman, Inc. Typed Name&lids of Authorized Representative Michael J. Huffman , President Signature of Authorized Reprssentattve pats ZZ December 20, 2001 �.J ❑ I am unable to certify to the above statements. My explanation is attached. EPA form 5700.48 (1144) U. S. ENVIRONMENTAL PROTECTION AGENCY WATER QUALITY OFFICE CERTIFICATION OF NONSEGREGATED FACILITIES (Applicable to federally assisted construction contracts and related subcontracts exceeding , $10,000 that are not exempt from the Equal Opportunity clause), The federally assisted construction contractor certifies that it does not maintain or provide for its employees any segregated facilities to perform their services at any location, under its control. The contractor certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certificatinn, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for the employees that are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The federally assisted construction contractor agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 that are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. December 20, 2001 4Sinan1re (Date) Michael J. Huffman, President (Name and Title of Signer) NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. WAI,NCJ'!' S'TREI1' I'l1MP S'TA'TION CITY O ,IFF ERSON, MISSOURI I:)OC:UMENT 00500 - AGRFEMENT THIS AC;ItI?EMEN'I' is by and betwcm the City of.lemrson, Missouri (hereinaftercalled OWNER) and _ !III flillan LlIg .__ (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration ol'the mutual covenants hereinafter set filrth,agree as follows: ARTICL.I I - WORK 1.01 CONTRACTOR shall complete all work as specified or indicated in the Contract Docunlerlts. The Work is generally described as Rollows: Construction of a r1CW pllrllp Station and demolition or the existing Walnut Street Pump Station. ARTICLE 2 - 'I FIE PRO.11?CT 2.01 The Project for which the Work wider the Contract Documents may be tile' whole or only a part is generally described as follows: Walnut Street Purnp Station. ARTICLE 3 - faNGINL: "'R 3.01 The Project has been designed by Sverdrup Civil, Inc.,who is hcreinal'tcr called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEf::R in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 - CONTRACT TIMES 4.01 Time orthe Pssence A. All time linlits liar Milestones, irany, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents arc orthe essence of the Contract. 4.02 Days to Achieve Substantial Conli lotion and final Payment A. "Tile Work will be substantially completed within 520 days after the (late when the Contract Tinlcs commence to run as provided in paragraph 2.03 of the General Conditions, and completed and ready (or final payment in accordance with paragraph 141.07 of the General Conditions within 550 days alicr the (laic when the Contract 'Tinlcs commence to run. C5-4199-00 00500-1 AGREEMEN!' R2 — 12/13/01 WAiNIl'I' S'I'REL'I' EpUMIr STATION CITY Or JEFFERSON, MISSOURI 4.03 Liquidated llamages A. CONTRACTOR and OWNER 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 times specified in paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties 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,OIV NCR and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) r CONTRACTOR shall pay OWNER$500.00 for each of the first 14 days that expires ® after the time specified in paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. Thereafter, the ® CONTRACTOR shall pay OWNER$750.00 for each of the next 7 days that expires until the Work is completed and ready for final payment. If the Work is not completed and ready for final payment after 21 days from the time specified in paragraph 4.02, the CONTRACTOR shall pay OWNER$1,000.00 for each day that expires until the Work is completed and ready for final payment. ARTICLE 5 - CONTRACT PRICE. 5.01 OWNER. shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the lurrrp sum price contained in the Bid Form: — rive million, eight hundred BASE BID PRICE forty six thousruid dollars ($__M000 (use words) (figures) DEDUCTS FOR ALTERNATES Submersible Sewage Pump Manufacturer r — not accepted ($__ {use words) (figures) Variable I�rec acne Y 1 Drive Manufacturer not accepted (use words) (figures) C54199-00 00500-2 AGREEMENT R2 – 12/13/01 r WALNUT STI2EE`1' PUMP STATION CITY OF JEFFERSON, MISSOURI Motor Control Center Manufacturer not accepted _. use words (figures) Medium-Voltage Metal-Enclosed Switchgear Manufacturer not accented (use words) (figures) Dry Type Unit Substation Transformer Manufacturer not accepted (�►�, ) (use words) (figures) Dive million, eight hundred FINAL LUMP SUM fortv six thousand dollars ($__.5,840,000 PRICE (use words) (figures) 5.02 Additional effort related to the excavation, handling and transportation of petroleum impacted soil, if encountered, will be priced and paid utilizing the following unit price; 8.00 /cubic yard X actual cubic yards handled its impacted soil CS-4199-00 00500-3 AGIZEEMEN'1' R2-- 12/13/01 WALNUT STRF i' PUM1' STATION CITY OV .(I?FFFIRSON, MISSOl IRI ARTICLE, G - I'AYtill:?N'l' PROCf?l)URI,S. 6.01 Subrrrittal and I?rocessing of Payments A. CONTRACTOR shall submit Applications (or Payment, in accordance with Article 14 of the General Conditions. Applications 16; Payment will he processed by I? WAI,NU•I• STRI?I:"f l'I llvil' STATION CITY ()I .11:1 I I,RS()N, MISSOURI 0.03 Final Payment A. Upon filial completion and acceptance ol'the Work in accordance dvilh paragraph 14.07 ol•(hc (lencral Conditions, OWNI R shall pay (he remainder ol•the Contract Price as recommended by FINOINI-TR as provided in said paragraph 14.07. 7,01 All moneys not paid when duc as provided in Arlicic 1-1 of•the(icuer d Conditions shall he'll. interest at the rate specified in Section 341.057, R.SWIo. ARTICLE R - CONTRACTOR'S Itl.:l RI,,,I?N'fA'I'iONS 8.01 In order to induce OWNFR to cnler into this Agreement, CONTRACTOR makes the filllmving representations: A. CONTRACTOR has examined and cal•cfully studied the Contract t)octllllcllts and the other related data idenlilicd in the Bidding Documents. 13, CONTRACTOR has visited the site a nd become furlriti'lr with and is satisfle* d as to the gencral, local,and Site coluli(iolls that may allcct cost, progress,and performance of•the Work. C. CONTRACTOR is lamiliar with and is satislicd ns to nil fC(ICral, state, and local Laws and Regulations that play afTect cost, progress, and performance ( fthe Work. I). CONTRA(."I'UR has carellllly studied all: (1) reports c.&explorations and tests of subsurf;.lce conditions at or contiguous to (lie Site and all drawings of physical c:onditiolis in or relating to existing surface or:.uhsul•lace structures al irr•contiguaus to the site (except Underground facilities) which have been identilied in the Supplementary Conditions as provided in paragraph 41.02 ot'thc General Conditions and (2) reports and drawings of"I I lazardous Filvirorintcntnl Condition, ifauly,at the Site which has been identified in the Supplementary Conditions as provided in paragraph 41.06 of*(lie General Conditions. I;. CONTRACTOR has obtained 111d carefully studied (cu• assume:; responsibility for having (toile So) all shell additional or supplementary examinations, Investigations, explorations, tests, sluctles, 'lnd data concerning conditions(surface, subsurlilcc and Underground Facilities) at or contiguous to the Site which may alTect cost, progress, or perlornlanee of' the Work or which relate to any aspect of' the means, methods, techniques, sequences, and procedures of construction to lie employed by CONTRACTOR, including applying the specific nlealns, rnethods, techniques, sequences, and procedures of' construction expressly required by the Contract C5.11199-00 00500-5 Ac)Itlf?N1IN`I' R2 -- 12/13/01 r WAi,NUT STIZ1 1"T IIIJMP STATION t'iTY 01- .11`FFE-RSON, MISSOURI Documents to be employed by C.'ONiRAC OR,and safety precautions tend programs incident thereto, i,. CONTR.ACTOR dogs not consider that any additional extullinalioils, investigations, explorations, tests, studies or data are nccessu;y for the pertornlance of the Work at the Contract Price, within the Contracl Thies,and in accordance with the other terms and conditions of'(lie Contract Documents. ' . , ,of the general t► ire ►('work to be performed b OWNER G. CONTRACTOR i:,aw�u(,c I t)l �,(.n(.r�ll n tt ( 1 y and others ill the Site that relates to tile Work as iildicated in the Contract Documents. 11. CON'IRAC.i'OR. has correlatcd the inflornlation known to CONTRACTOR, inRlrmation and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents,and all additional examinations,investigations, explorations, tests, studies, and data with the Contract Documents. 1. CONTRACTOR has given I;NGiN1 HR written notice of all conflicts, errors, ambiguities or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the writteii resolution thereol' by I:;NG1NF'F'R is acceptable to CONTRACTOR. 1. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions flor pertornlance ol'the Work. ARTICLL 9 - CONTRA C I' DOCUMI?NI'S 9.01 Contents A. The Contract Documents consist ol'the Following: 1. This Agreement 2. Performance Bond 3. Payment Bond 4. General Conditions 5. Supplementary Conditions ' C. Specifications as listed in the table ofcontcnls ofthe Proleot Manual 7. Drawings with each sheet bearing the following general title: Walnut Street Pump Station, City of.Ieficrson (under separate cover— not attached hereto) fi. Addenda (numbers_I to 3_, incltisivc) 9. Fxhihits to this Agreement (cntlnlerated as follows): il. Notice to Proceed (under separate cover_. not attached hereto) b. CONTRACTOR'S Bid C. Documentation submitted by CONTRACTOR prior to Notice of Award C5-4199-00 00500-6 AGREIMEN'T R2 — 12/13/01 WARN J'I` 5'I'Rlsr'I' I't1Ml' STATION t � A CITY OF ,11'JTERSON, MISSOURI 10. The Collowing which nuty be delivered or issued alter the (affective Date of the Agreement and arc not attached hereto: a. Written Amendments h. Work Change Directives C. Change Orders 13. The documents listed in paragraph 9.01.A arc atlachc d to this Agrcenncnt (except as expressly noted otherwise above). C. 'There are no Contract DOCLIments other than those listed above in this Article 9. D. The Contract Documents may only be amended, modified, or supplemented as provided in paragraph 3.04 of the General Conditions. ARTICLE, 10 - MISCL L.L,ANI OI.JS 10.01 'terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto ofany rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound;and,specifically but without linlitation, moneys that may become due and motleys that are due may not be assigned withOUt SUCK consent except to the extent that the effect of this restriction nlay be limited by 1►1W),and unless specif ically stated to the contrary in any written consent to an assignment, no assignment will release or rdischarge the assignor front any duly ur responsibility under the Contract Documents, 10.03 Successors and Assign A. OWNER and CONTRACTOR each hinds itself, its partners,successors,assigns,and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents, ' 10.02 Severablllty A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken,and all remaining provisions C54199-00 00500-7 A(i I t I"l"'M E,NT R2 -- 12/13/01 WALNUT STRI-A."T PUMP STATION CiTY OF ,ll?F I?RSON, MISSOURI shrill continue to be valid and binding upon ( WNFA and CONTRACTOR, who agree that the Contract Documents shrill be reformed to replace such stricken provision or part thereol'with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. ARTICLE 1 I - NON-DISCRIMINATION IN i;MI LOYML..NT 11.01 CONTRACTOR will not diseriminme against any employee or applicant for employment because of race,creed,color,or national origin.The C'ONTRA(:;'T'OR wIlltake afiirinative notion to ensure that appl icants are employed,and that employees arc treated during employment,without regard to their race,creed,color or national origin. Such action shall include,but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoffor termination; rates of'pay or other bras ofcompensation; and selection for training, including apprenticeship. 11.02 CONTRACTOR TOR will post in conspicuous places, available to employees and applicants for employment, notices setting firth the provisions of this non-discrimination clause. A. CONTRACTOR will,in all solicitations or advertisements liar employees placed by or on behalf of the CONTRACTOR, state that all qualified applicants will receive consideration ('or employmment without regard to race, creed, color, or national origin. 13. CONTRACTOR will send to each labor union or representative ofworkers with which he has a collective bargaining agreement or other contract or understanding,a notice,to be provided by the agency contracting officer, advising the labor union or workers' representative ofthe C:ONI'RACTOIt's commitments under Section 202 ofLsxecutive Order No, 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and aipplicruits for cmployncnt. C. CONTRACTOR will comply with all provisions of Executive Order No. 112,16 of September 24, 1965, ,111d of the rules, regulations, and relevant orders of the Secretary of Labor. I). CONTRACTOR will flurnish all inlornuition rill reports required by I:?xeculive Order No. 11246 of Septembcr 21, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will pern-iit access to his hooks, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such ('Liles, regulations, and orders. rf;. In the event of the CONTRAC'TOR's non-conipliance with the non-discrimination clauses of this Contract or with any of such rules, regulations, or orders, this Contract may be cancelled,terminated or suspended in whole or in part and the CONTRACTOR may be declared ineligible fbi- filrther (iovcrrunent contracts in accordance with 054199-00 00500-8 AG R E M I N'1' R2 -- 12/13/01 WAI,NU r 1 1 S i I.ItEls. . I't.JM1; STATION C'ITY OIL Jl'sF E:,RSON, MISSOURI procedures aul.horized in Executive Order No. 11246 of September 24, 1965,rind sucli other sanctions may be imposed and remedies involved as provided in lsxecutive Order No. 11246 of September 2.4, 1965, or by rule, regulation,or order of the Secretary of Labor,or as otherwise provided by law. 11. CONTRA(,TOR will include, the, provisions o1 Article. I I in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issucd pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor.The CON1'RACrI'OR will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of cnliorcing such provisions including sanctions Ibr non-compliance: Provided, however, that in the event the CONTRACTOR becomes involved in, or is threatened with, litigation with a r subcontractor or vendor as a result. of such direction by the contracting agency, the CONTRACTOR may request the United States to enter into such litigation to protect the interests of the United States, r r C5-4199-00 00500-9 AGREEMEN'C R2— 12/13/01 ,...I I , I% � . � � I . 0 1,.,� I, I I * I I I� I,. I I I� � I � � I � .. . �i I . �, � . I � I I I ,. 11 I : I I �� I I I.I � 1, I � I I � . I I .. � . I �I I � �, il . t ,. .. _1. 11 , . .;1 .. �, ..k: .kr ,.a'•,... .,.. , ... .,, j E i a i s ; ..., ty _ .1 .1 I t: z iY i .., .. :.� I i"I * ` I r 1 .. t;.;...I�( .. :�•i i I — I I 111. � , ,�, i� I . . . � I I,, : �,, � , It , , , . . , ,,� � ��, . , , , �, — I I I I . I I.1 ,, :1 .. : . s . ..1. I„ -,,*­,, --�,-, �,::,,.` ... -� <a.. .. .. I ,. .. .. .. . .. 1. f - .. . ”',-, i I :� , : .I I�� I I �I I I I . �I I,, I i I I I � ,, I ,�.I I � L� I I�I� I�,, �� I I I . , . I �I , �-��,I -- �.:�c . I � . I , �: I � I � I I I : . !, I � � , I, �I:I � , �:: � I .. 1: I . . { ... :�-1 �--.:, 11 I I I c .-, �:. , . I I.�. :, , , .�I I� ��I �. : I . I � . �-",I: :.� 1. .1. � i:: I I I � � I -�� I I�i � I _: : I , �I ;.I��:I � I i I .I� . � I� . I . : ,I I..� I. -,, ,� .�i. .. � .� �.I I I�I.,I I I " � ,, !,,:�-", ,. . ,:�I . I� I . I . � , � I , I I I � I I I I� I : � �, � - I I �,,,..;-�� � � I ,.. ,,. I I � �: .. -, . . I I � :,., �,: I, .I � I �.,I I 1 1 ; � I � . ��� � . � ,� � I I �I � . . � , � ��,�,F :i : I I � I I ; I � i, ,-,�,:. ��r.I-I I I I I : , : ,,,, �,�:% ��,I�� � .I , e .. I .. "� t!�,, :�':. ,, . I'll I.. o I , , � � :1 * . . : � I . . I I I I : —I I I..I I I�il � ,I :i � i � ,I�j �; I c � I I � � . I I I .1 ,. I. . . .I I . 11 I �: I I� . I�I I �i .�.L�%-,. �l �,: � , .� I . 11 I�� i, I�t . I . - � - I � � — I � — I — � " ., ,�I �,I I � �. �� ,. 4%1�1- �, ::� � � ,�— � � � �, : � . I� � � �:. � . � , I :I I I , , I �I ::,::. , �:: ,�, " :, �� , �� , � , i,, I I �,I I, , , :�� , �, 1, � � � ,.i � .F� I,, . I , , � - :�I� I I I i I� . I, � . , ��,� � , . , �,, , � I I� I�I I � �� I I I� . I I 1.I.� � I�,. �I 1, . I.� :���I I I I�� I,t ��� I I I I, .I I z,�� ��— .— I :,. � 1, � I� L��: I I i ,o�I I . . 4 . . I p � i! ` ,- , � � I I.p �, I . I I . - �. .I� , I I .I I I p I� I ; , , , , , ;,, .I��.I . � � I.��. . � :.: i, , t ",• t. . ' .. .. 1� � r tr .. �.�I 1.t .. - r. ,,, ,,%, , �. , � I I I 11 ,. I I ,-�. I . . . I � I � I I I . I .���I: I�, . � . I I.I I I I � �.I t) t trr i4 �,,� , ,.",1,; � 11 ,� 1, I :� .I ; . I I I I I I . � � I - : :I , ,— : � � -�,� .: 1. , I I . I .1 � I I I , I I . — I ; , .. , ,-, 1. �-- I I— I AppvOd �o /"�j�' 1'.. f s. i � { 1 +City C�ungior 'r••''t y 2 . li,L 4 �� � is P,." £} r $, 'E�i �..r,it s '4:1 ������ Y Z,All///Fl; s �� .� t x` ,,�y21 Sf } SlX.S`l Y $Fytt yr I.,ifi Z lj� l Y� S 'i r,. WALNUT STRI?ET 1'1)Ntl> STATION CITY OF .11.01.I?RSON, MISS01IRI IN WI'.1'NFSS WI Il:;ltl OI,,OWNER and C'ONTRAC TOR have signed this Agreement in duplicate. One counterpart each hats hcen delivered to OWNPR and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNFR caul CONTRACTOR or on their behtt l f. This Agreement will be effective on . J�l...._�?.l'c'--, 211_x-(which is the I;(feeti�e L ate of the Agreement). OWNL-'R: CONTRACTOR: ' I_T. _'?r l r' _ r _._ Huffman . I n c . Michael J. Iluf rna es Wlll. 1CORPORATF, TAI,) 1CORPORATI" SI AI.j Attest ! ��'.(�- l r�_..:=�'_'. c...r. r Allcsl Sherry J. tluF>rrkin , Srt't7ry Address for giving notices: Address lire giving notices: 1,550 Black River Incfust:rial Park Road PO Box 279 _ PU1a►� 131uff 110 63902-0270 If OWNER is a corporation, attach evidence License No. .­ F107629 ofaulhorit.y to sign. I('OWNI?R is a public hotly, attach evidence of itttllority to sign Agent lint• set-vice of process: and resolutionoi- otherdocuments Michael J._Illuffman , President: authorizing execution ol'UWNFR- -` CONTRACTOR Agreement. (If CONTRACTOR is it corporation or it partnership, allach evidence ol'aulhorily to sign). Designated Representative: Designated Representative: Name: Pat Sullivan Dlrector of Community Development _ Name: _Michael J. Huffman Jefferson City, MO 6S 101 'Title: __,_ Pre si_rlerrito Address. NO 65101 C O nox 279 573-634.6410 Address: Poplar Bluff MO 63902-0279 5-73-634.6457 Phone: 573-686-1426 r-� I,acsiniile• 571•785-1428 C54199-00 00500-10 AGRI::1 M1;N`I' RO— 3/19/01 RECORD OF PROCEEDINGS CERTIFICATE OF RESOLUTION OF HUFFMANt INC. I, Sherry J. Huffman, Do Hereby Certify, that the following is a complete, true and correct copy of a cortain resolution of the Board of Directors of Huffman, 11►C. , a corporation duly organized and existing tinder the laws of th(--! StaLo of Delaware, which resolution was d►Aly adopLed '.it a duly call.ed ineeLinq of the said Board, held on April 4, 1995, a quorum 1.)ein(i present, and is set forth in the ininutes of t'-.he said fiieeLing; ghat T am the keeper of the corporation seal. and of t-he minutes and records of this Corporation; and that the said has not been rescinded (-.),r modified: RESOLVED, that the proper officer of this Corporation as herein set out; Michael J. Huffman, President, is hereby authorized and directed to execute and deliver in the name and on behalf of this Corporation and under its Corporate seal , any contract, transfer or assignment he shall deem necessary and proper to carry out the purpose of the aforesaid Corporation . IN WITNESS WHEREOF, I iny name and affixed the seal of the said CarporaLi.()n, tld. -; lt'"' day of April, 1995 . Vi CORPORATE SEAL -lerry J. r Secr. ry 1, r 1 N-r 1 4�(��c ' r Perrorinance bond Bond No. 400SM3940 Any singular reference to Contractor, Surety, Owner or other parry shall be coasidcred plural where applicable. CONTRACTOR (Name and Address): SUR.M (Name and Address of Principal Place Huffman, Inc. of Business): 1590 016ck Rivor Induntrial Pml Road wt. Paul Fire and Marino TrmurFanco Company Poplar Bluff, MO 36902 385 Waeh.ington Street. OWNER (Name and Address): St, Paul , MN 55102 City of Jofforson, Mlnsouri (651)310-7911 320 Foot McCarty Strout Jefferson City, MO 45101 CO T Date: ,a�►fa �',��i o7p,0a` Amount: $5,846,000.00 (FIVE MILLION LIGHT HUNDRED FORTY SIX THOUSAND & NO/100 DOLLARS) Descripdon (Name and Location): Jofferson City Walnut Street Pump Station Project No, 0295401-03 Barra `� �4 1 Date (Not earlier tha Contract Date): Amount: $5,844,000.00 (FIVE MILLION EIGHT HUNDRED FORTY SIX THOUSAND tt NO/100 DOLLARS) Modifications to this Bond Form: Surety and Contractor, intending to be legally bound hereby, subject to the tcims printed on the reverse side hereof, do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agenc or representative: CONTRACTOR AS PRNCTPAL f SURETY St . Pau1 Fire and Marine Insurance Company Company: Huffman, Inc. (Corp. . ) Company: `(Corp. Seal) Signature _ Signauue: Fa Name and Title: ichael J. f � n , President, Name and T"itic: Janet L, Rehkop, Attarnay-in-Fact (Attach Power of Attorney) (Space is provided below for signanrres of additional p.wdes, if required.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corp. Seal) Company: (Corp. Seal) Slpanrre: Signature: Name and Title: Name and Title: E7CDC No. 1910-23-A (1996 Edition) Originally prtpared through the joint effocss of die Surety,+,.ua:iacion of America, Engineers Jouu Connect Dociunenes Comminae, the Assoriatcd Crerreral Conaa.:mrs of America, and the American[=a=of Ambitc= IMPORTANT — Surety companies executing BONDS must appear on the Trcastuy Department's most current list (Circular 570 u amended)and be autho6 ed to transact business in Liissauri. r00610-1 I. The COtrr'RACTbR aryl the $,itery, primly and u.,taily, 'furl thrnnvlo+ i, 't�r,f plurvmlity, in .nose or in;m2. emu:+,n 6anhcr nrntct tar OWTrF7. dull be rhtal w heirs, eseruuars, ulmint.ttrimri, suurA.txue srxl a.Ltrgrtt :n the I1wrrr far vv nlarrr any femr,J.avadabir.tG:te perfontur"of the Contact. ah,cm is u,cnrt-if-wd rw-rein nv e'-tnr c 6. After thr OWT4"E',R has tenntr,2vA the CONTKACTOR't right to uxrpleu to 2. If the CGNTA,1(."T0R perforrm the Contn.ct, die Sur-ry and the CONTRACT OP. Contr4rt_ arvi if ttk Suraty elw-LA w a.t urxler paragraph 4.:, 4.2, or 4,1 u...,,. :<n have no oblmgauon unccr thus Bond.cat-pt to particmpatc tan c m(rrrn.r_,am pruv,dnl in the restxunibdniet n(tr.e Surety to'.'ie OWNFM than flat use gmiter Uun'mac of.re paragraph 3.1. CC T-,i.A� ,'OR urdcr Cie Caruraa, arrcl the re-xansibtitics of uric OWtiF1Z to CC :Ku-ty thht rsx be greater dun tbr=of the OWNER under die CoatracL To a liftu:t of 3. If there u tw OWNU.Default, the Surety's otligauan uMer this Bt-Al Stull arse the atrraara of this 13,oM,but shtblo a to wmmttment by the OWNr"'R t,of the allar"of After; the Contract Fria in miuplion of carts and damages on to Coruna, Car.Suzy ts tihligatrrl wiUwxat duphataon for: 3.1. The OWNER has rwtlfial the CONTRACTOR aril the Surety as the adorr—wa dcut kxd in paragraph 10 below,dut din OWNM ii cnrrldenng 6.1, -lie r mIximibiliues of the- CONTRACTOR for xrrcmon of deftrrave deeluing a CONTRACTOR Default and hu requetuai and anemptrd w port arid uxnpleuon of the Contract; arrange a wnferencc with the CONTRACTOR aril Use,5urxy w be held rrx later than fihmn days ahrtr receipt of such rout: w disc" methcnts of b « Additional Ic411, design profmshonal and delay costs r=;altint from the performing the Contact. If the OWNER, tie CONTRACTOR aril UK CONTRACTOR's C+fault, Arid rz.ulung from the actions or f2utuc to act Surety agree, the CONTRACTOR shall be allowed a rcunnable time w of thie Surery under pangnph 4;aid per`,orm the Contract but such an agreement s.'ull rrx waive the OWNEA's tight,if any,subsequently w deebre a CONTR.a.CTOR Default; irvl 6 3. Liqui.tatnl darnyges, ar if rxa liquidated d4magf= are srcctfcd L'1 :he t:onnua, urPual tlarrSaXcs eiumd by delayed perforturr.e or non 3.2. The OWNED. his dm[ired a CONI-RACT'OR Df!.fauit and farnully ,Yrfurtnarre of t'ie CONTRACTOR. terminauxl the CONTRACTOR'S right to complm the CanuuL .rush CONTRACTOR Default shall not be declared earlier than rwcnty days ahrr 7. The Surety Stull to( b liable in the O`,VNFR or others for obligations of the the CONTRACTOR and the Surcry have received no6cr u pruvidnl in COh"i'RAC_ 0R that arc unretatr,l to ttu Cantraet, and the Balarez of the Cono-ars paragraph:1.1; arwl hnct Shull rrx ne reduced or tet off on account of any such unr*latrd obiigaubns. No tight of auxin stall xxntc on Cw Prml to any person or enury othrr than the OVIra 31. The OWNER has agrevi to pay the Saaurr of the Contra Pace to nr its heirs, executors, allrnintsrrimm,or svoccssors. 3,3.1. The Surery in accnrdancac with the terrrd of the Contort; ti TIw:Surer/nerdry waives")eee of any change, including Uinge2 of tune,to the Contrast or to n uteri rutxontneu,puretute orders and other abligatiores. 3,3.2 Another eonuwtor x lerted pursuara to paragraph 4.3 tb perform tie Contract. 7. Any pracmding,legal or equiuhle,under this Bond rrray use instiauad in any emn Of compeirtu huriy: Y Paynxnt Bond Bond No. 400SM3940 Any singular reference to Contractor, Surety, Owner or other parrf shall be cocsidered plural wherc applicable. CONTRACTOR (Name and Address): SURETY (Name and Address of Principal Place Huffman, Inc,. of Rusittcss): 1550 Black River Industrial Park Road St . Paul Fire and Marine inruranco Company Poplar- Bluff, MO 6'3902 385 W,�t>hington Street OWNER (Name and Address); City of Jefferson, Missouri St. P310 ?. 5510 320 Cast McCarty Streot (t�'>1)-',10-7 91 11 Jefferson City, MO 65101 CONTRACT ja m A'G I Zoo Z Amount: $5,846,000.00 (FIVE MILLION EIGHT HUNDRED it)RIY ;SIX 'fll(±IISlNU P, N0 11GO DOLLARS) Description (Name and Location): Jefferson City Walnut Street Pump Station Project No. C295401-03 BOND Date (Noc earlier th=LCoatracc Date): Amount: $5,846,000.00 (FIVE MILLION EIGHT HUNDPED f'ORTY SIX THOUSAND F NO/100 ()0LLARS) Modifications to this Bond Form: Surety and Contractor, intending to br, legally bound hereby, subject to the t.er ns prinred on the reverse side hereof, do each cause di Payment Mond to be duly executed on its behalf by its authon-,zd ofItccr, agent, or representative. CONTRACTOR AS PRINCIPAL. SURETY St. Paul Fire and Marine Innuranco Company Company: Huffman, Inc, _orp. S -d% Company: (Corp. Seal) Sipantre � S t},*»azure: Name and Title: hit:hael �). ��`� I , rt?S1rleNt• Name andT"ide: Janmt L. Rehkop, Arta noy-in-Fact (Attach Power of Atmrucy) (Space is provided below for signarurcs of additional parties, if required.) CONTRACTOR AS PRINCIPAL SURE"T"Y Company: (Corp. Seal) Company: (Corp. &al) Signa=e: Signature: Nacre and Tide: Name and Title: E1CDC Nc. 1910-28-B (1996 Edition) Originally preprai-ed tl•.rvugh the joint efforts oche Surety Assocauon o(Arncriea.. Engincets Joint Canner Documents Cornmirme, tie Associated General Contnc, of America, the American Insdatta of Architects, the Amentan Subccntncrors A.tux:iauon. And d1c Associamtd Spccialry Contractors. IMPORTANT - Suety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended)and be utthorizcd to transact hwineas in Missouri. 00620-1 r I. Tlx u:ONTP_4CT'C;lt anti die Surcry,1ciuuly ores)scvcraily, bust!lr.insrlw:s, :,v.u' g Anxiti«s r)wrrl try u>< Cs'7/`d,:j� tar the C0tfTa.AC70R urotcr Ise t",nnttycl tF.al! %Tries, es.ecuters, administrators, svccttxxs aril assigns in the OWNKA w r14y fnr tr. Umd for 7r Iwflwlrursx Of the!',onti-set arvd has satisfy claintt, if dry, under am l.abax, iriterials tad aturprr,ent furnished for use in die p i-ftxmuxt of dsc Curu>.:t, T'-tftxrnats:t Mital. By dw.CON,R,a.CT OR furnishing,ant ttx 0Wl1rcR attesung which is un:orlx)tastxl herrus by rtfertrx.c this floral, iftcy agror that all funds r_&r xl by the CONTRACTOR in the perforttan°e of the Cnmract art dedicatesd to azisfy obiigaions of use 2. With maspcet to the OWNER. this obiigznon shall tic Dull ud void if air. C'Olh—M1A.CTOR aid dsc Surcry urtier this BOW, ubjat to Lhc OWNT:M's prionry CONTRACTOR: to use the furols for the cnnipletior.of the Work, 7.1, Promptly makes payment, directly or itdutethy, for all sums due 9. 1te Surety dull ixx toes liable to Ilse OWNED,Claimantss or odierrs fat obliptiorss Claimaanu,and of the CONTRACTOR that air,unrelated to the ComtneL no OWNER shall tax be liWo far paytrsent of any arts or expenses of any Claltnuu under chit lknd, and 2:, Defends, indemnifies ant holds harmless ttr.OWNa from all claims, %hill have under this Boraf no Obligations to nuke paymcnu to, give notices& an deaunds, liens or soots by any persim or emuty who furnistied labor, trttalf of,Or Otherwise have Ohiiinuonu to CWmams under this Bond. materials or equipment for use in the perfrxTaA= of the Comrut, provided the OWT M- his promptly oodffet the CONTRACTOR ud itie 10. The Surety hcitby waives ry-xiee at sty change, including changes of one, to Surety (u the uAresscs described in paragnph 12) of any dire.&, (lue.Contract or to rclataf 50contncts,purchase orders aid Other obligations. dematuls, liens or suits and wderchd defense of such claims, acrrunilt, liens or suits to Ise CONT ACMR aryl Ise Surcry, aril ptuvitlat these is 11. Nu twit or x-oox)&lull h.- comincrictA by a Ctainunt under this Bond other thin no OWNER DebUlL i7 i lash of csmrpcu:m luriWktion in use Irranon in which the Work or pis.of the Wortr ti lixauxl or after the zxpiradon of one year tram the date.(1)on which the J. With respect w Claimants, this oblig.irion shall be mill and voHh If ate Claimuu gave Ise txxice rcgaimi by pangriph 4.1 or paragnph 4.2,3,or(2) on COhf'1YY..ACTOR prvmNy makes payment-dirxdy or indirtedy,for all stains 4ve, which Ise last lalar or service was performed by anyone or the last materials or mluipinerit writ furtushaJ by acyare under the Construcoon Contract,whichever of 4, 71v.Surety shall have no obligation to Claimants under this Bond unul,. !1)or(2)first titian&, If thto provisions of this panyraph arc void or prohibited by law, use miurnnum lientyl of limitation available to sureties is a defense in the 4.1. Ciatittsanu who tit emplaynl by or have a oittct ceotract with use lunscltcuun of the suit shall be appficahie, CON'T'RACTOR love given nadee to die Surcry (at the xktr-saes desen'bed in pangnph 11.) and sent a copy, or niece tsernsf to the 11. Nrxsur to the Surer/, the 04/TER or the.CONTRACTOR shall be%nailed or OWNER, stating that a claim is being made uudcr this Nord ard, wtu: dclin;rod to dr -tx7vm on the signature page. Aetual receipt of notice by substantial accuracy, ttse amtwru or the chin. Surcry, die OWNFE2 Or are CONTRACTOR, however arsomplishod, shall be vill"scicnt compliant u of the date rcctnved at the address shown on the signansr. 4.2. Claitnusu who do acct have a direct coca=with chc CONTilA4TOR- page. 1. Have(urrdO r!written rrotice to the CONTRACTOR and writ a copy, 13. When this dart Itu born fotnished to comply with a n=tory or other legal or notice thereof, to the OWNER within 90 days atirr having last rcaluirtawnu in dsc ks_anon where the Contract was to be performed, arty provision perfornuxd iabor or last furnisfwA ttiatettals or cquipinem.included to in this Milo coufllcisng writ& sax/ a=tnry or legal requiremcmt shall be deemed the claim sating, with substantial aetxtracy, the unaant of the claim dcletrd hertfmm and provstatu conforming to such smaitary cc, other legal and the tame of tae party to whom the rrsaterais were funusbr.d or rtyutrtnxm stall tvs dex'ttr-d ur-0rpor2wd nemi _ The intent is, that this Bond skull supplied or for whom the labor was done or performed: ani be c00%vimi as a statutory Burl and Writ as a cornrnon law bond. 2. Have either rcceivcd a rtiectdou in whole or in p-art from :tin H. tJTasn rc ftir:t of airy p ran or cnury appearing to to a pnicntial betseficiary of CONTRACTOR, or not tecrrivcd within 30 days of furnishing die this fsriol,ttu Cf)irt"r'A( 1'OR shall ptompuy F.arnish a'capy of this Bond or shall above raxiee any communication frarn the COI'MACrOR try which p-milt a rri�,y In)r rrtarlr, the CONTRACTOR had indicated the claim will be paid dually or itAirrcily; an! IS. Ui: 'T;4TI3(�tt5 3, Not having been paid withuh the above '{)days,have Vtat a wnncn 15 1. (:la,minc .krs irativ.itud or :nuty having a direct enntract with the robe:tar the Surety and s-_tu a copy,or trti,:e die-rcuf, to the Ovv;) . CcJN "".CTOR or with a Sub:.onrrmtor of the CUKMAX.7171OR to furnish sunng dw a claim is being made tinder this Boxal an!ericitxunp a crspy lab.-Aw, matcrals or equipment for use in the perfontuiscc of use CotnncL of the pm nou3 wnuen notice furni:hcd to the CONTRACTOR. Ttr urttrit Of this Botd shsall tit to incluxie without limitation in the[elan& 'labor,maaterals rx equiprnt:ru'taut par,of w-ester, gas, power,light, hest. S. If a nodee required by paragraph 4 is given by the OWNER in du oil.Sasoline, trigphon service or rend!zqurpment used in the Contram CONTRACTOR,or to the Surety,that is sufficient compfiarre, irchitrcnml ust enguscering serNiccs rewind for perfornsanee of the Wcxk a(ttsc MrTRAC-MR ani the COKMACTOR's Subeontrauars, 6. When the C1aim:am hu satisfied use conditions of paragtaphh 4, etic Surcry Stull aril Al other rterm lux which a mechanic's lien may be asserted in the promptly and at the Surery's erpcnse tike Ate following actions: ;us-LOKrioO wher-Ise labor, matcnais Or equipment wort furrsuhsed. 6.1. Send in amwer to the Clainrmst, with a copy to die OWNF_t?, witstn 45 15.2. Cfmrrac.:: 11sc agrrcmcnt berwecn the 0VrNER and the CONTRACTOR days a11ar receipt of the etairn,u2ang mac uraxints that ir-Urrlss;,strnd mil Klcntifiral oo the ugnanirc page, including all Contract Uocutnaatt and the lnsis for challenging any amounts that tit dispuurt, changrt pmctc:o. 6.... Pay Of anangt fax Payment of any undfspttuxf atrsainu. 1.5.3. OWNM Gefaulr: Failure. of use O%VN7-7?, which has %&tither been hcnic.fic.i nor wasvrd, to pay die CONTRACTOR m xequind by the 7. The Surety's tea)obligatiun shall Dot eTeaal die amount of ttis Bond, and this: C.01MrACt W trs p rform ataf .:nmplctc or comply with the o dser teTM3 asnatnt of this Bond stall be credited fix any p yrsx-nrs amic :n goW 6sth by the ttrrtasf. Surety. (FOR INFORN{ATION ONLY—Name, Adt!r=s and Telephone) AGENCY or BROKER: OWNER'S R-EPIt::SENT:ATTVE (Fnl ineer or other pany); Locktan Compiarites Jracohr Eti(lineoring, Etvrsr&U(.) CRVI1, lne. 444 W. 47th St„ Ste. 900 50 N'�drrattciwtiy ����—� — Knrmas City, MO 64112 St. 1-t:ntit&, MO 0062Q_ (816)960-90,00 7he.— 11011 ER OF ILTT litNFN 5ruhnnrd 5urel� 1'uulpuny Ittifrd Sltdr, I idelfl� and liun!•mnl� ('oulpuny St.Paul Fire and NImrint Ill,llrllllt'I,(ltlnpun� I Idrlfl\ m1d(iunrnnl,t Intiurntnrr ClImpam St.I'lnll Cuardhul lusurnm'e('onlpall I idrlll� and(inaranit lo,ur:utco 1'nderarilrt,, Iuc, St.Paul\lercul•) in,ur111we('nnlimo� Pmdt'r nr,lttm nr\ No. 23132 ( rrrnralr Vin, 1117883 • KNOW ALL NII':N BY"1'111:51? I'IZhSI•;1"'1'S: I flat Sr,11+o,u,l Sulri\ t'un1l..nn i•.1 ..alnn.un,n,1111\ o1,,.uu;r,l unarl rile iat',,of the Slue ill tictt Toth,anal Ihal St, I'a I I I I�me anti M;IIIIiv I I I IIIaller('nllipmly,S I, P;1 1 7 1(i,1 odt,tn In,ulam r(',unl+an} .111,1 ',I P.rnl %Ir1,I I\ 111•,111,111.r ('outll;ulc ale cc,lp,)I aLlons dmik ole:umicd millet the lim I of the Stale nl \liuneso4l.,Ind Thal I'nilra SLnr, I illchl ..Jill(h1,n.nut ( ,11111)"M I,.1,1111+.1,;,1.11,lull ,a,;un;,a.malcl the Im\,nl Ihr Stale of Mmyliuld,and 111111 Fidelity and Olat:uut In,ulanl-c ('ompam\ i, ;I c,+Ipowli,u1 dtdt ol!"Itmird ulidt-I Ihr la\tl. .a Ihr tif•mc• of Iou.l. 'Ind I11,11 I i,lrlll.\ ,Ina (ivaranl) fliglI;ulce t'ndrrttnler,, Inr. I,a cotporaion dolt ol,!anI/e•l unarl U,c Lo\,of III, .,late..I \\r.,oI:•rn rl!,t 111 i, ,,Jilt/rh, "('omp,nm\ ')• soul Ihml the ('onlp:nlies do hru by nla(r,con•,tiunc and appoint Kathy M. Loftus,Debra J,Scarborough,James C. Pateidl, Michael C. Frost, David M, Lockton, Janet L, Rehkop,Melissa D. Evans, Patrick'1', Pribyl, Michael D. Whipps,"I•oni I'. O'Rear, Veronica La%vver, Claudia Mandato, Christy M. McCart,Mary T. Flanigan and Kevin E,Alexander Kansas City Missouri of Iht`('ity Ill �1a1r ihru trot ana 1,111lul:\Ilol't1r)l,l-In-I':ICI. each in Iheit ,eh,n:lle capmcm If ttune Ihall one r. Valued ,Ih.,\,, 11 ,Ir11 It,, n.uur ..•.Jul,1\ 111 ,111.1 L.,`.r,1.Ir. .,,.11 nil a,i,mo (cdp•r ,ory and all honds.mndeilakinp,. conlralAh and olhtr t\ullen in,lrunlclik in the n,llule Ihe1e11 un 1+,11.111 .'1 mfr r'•,ny+.lul, 111 OwIl I.tt m,•.•. . I u,n.,ntt't Ihr fhlelln of I,rl,un,. ptlaralliceiltl: the pelfoouartce of cllnhael,and ew:nun('ill }•u 10111•cilll,hmid,ar,l nndrlt 11.10•` Ir411111,.11+1 l+rinrlrli'd 111 .111, ;r.tt.,n'.,n l.11n,rangp,allotted h.� I.m. rIN WITNESS 11'11FRI".01'.Ihr( olnp;lnlc,ha\r mused I1111 nr.mm11lrnl I-+Ilk' a+'med.md -r.11c.) till, 18th ,.1;11 ..I January 2002 5rahn:nd Surcl� ('ontpuny I IIilyd Sfntt•,I,idelily and Gmaranly('umptuly St. Paul 1.11.1-mid \luring In%linloct•('onllmll� hidrlil.% and Guaranf.� In,urantI.('mupam St, PIIIII I:umrdian Insuranec( nnlp.ut} I-idriih Ilat+l(;uarmuf) II1,111•Illice I ndrrt\ritrr,. Inc. St. 1'011 Mercury In,urnnrr t'rinlpan) 1111"0 w ,� k n�: ,��.r\ ��� rc.„��� till �/. t)i '��`••`o Y6 f� �. to•'... 'rir� , ���_.- `�, K 'kvivgryG ij Ni71U:11tr1 1 11)27 tpeaun '.l i, 100; 1477 + I H I\ I I'III\.VI 1.\'Ire Prr,iarm 'At.� SF..At r `OP •���� /1/' 1451 v State III ,1:11,hill ('ll\'of 11,d111no1r 1111 1\I\1 I Ili IlSlilc\,I tit..;1+v,6um Srrtclmv 011 IIII, I Bth 1;1% oll January 2002. ,, nir Inr 11; nn, ..III,c1. I n'I,r ,11 \ I. I'hnunry and 'I'llonel, F. I lulhn•}'l,c• t\ho,chin a\leJrell IhrnLcl\r,n, 1•,• Ihr \1, • I'",idrlit .111,' \. I,Lull `„Irl,u\. rr•1,,,LI\rl\, ul ',r.lhn,ud tilurl\ ('onllmli).tit. foul 1•ir0 and Mhuule Insurance( oillimm. tit. I'anl llnaoh.ul lu,ulan,e(',ul,l+:nn• '11 P.1i11 \1.1.1.1\ lit.n1•n,;r r',•nq+.ult. I'Illwd tit.nr I Id,ht\ ,111d(iu,uanl\ ('ontli'll) Fidelity and (illar;nlly In,llril @a`('nnlpan)•and 1 1,Ielif\ and(in.manl\ III.tn.111,.' 1 Ilk,•1\\IIWI, hi; 111.1 111,11 Ill, .rat,allrnr,l 1,.111, I,nr .•nr.' Insionnt•nl .mi'Ihr colpotetc ,t•als of, ,Itid ('olnp;ulie,;,Ind Ihal %ho,a` ,1101,hrolc ,'nUr.n1„.i I...I'., rw(III,•d Ihr love olir, n1.uu0nrnl I'd th, lm11411r,au 11'111 . ,manna III, sn"1111! ihr Hynes of the culponatorl•,h\ Ihcnl,ehrs,IS dull ,1u1h.,oirJ 1,111 r1. / F In 1Yilnt".,11'hel•col',I hrn'uulo ,rl n1y Ilaua un•I.+III,1,11 c.d. ,,•1 /'utl�lrV Al ('nnulll„Inu rtpui's the I !th d.:\ •+I [Ill\,_'IIU.' b� lit I?I!+'\I \',I 11't)\Ito\I.\.\uury 1'uhhr )' t�1trt�; 86203 Rov, 7.2000 Printod in U.S.A This I lowei of At tomey is gtil n I et I u I it IV I mid by v Ille autholitly ill 11111'hillim fill, it,�.oltilww,'Itlopwd If., Ille llo;ild"ol,I)i1ectol"(11 Scallmild s(Irt-ly( ollillawy,St.Ilillif l"ile find 'Mlivilic 111"llallce ("ollipany. St. flatif(iminfiall losullinct,(llmlmlly, sc 1%1111 NI"It(in 11wil'in't. •oml)arl). 1111ilctl Slates FIfIclily ond Guillmlly Collillally, Hilelity;1nd Otlantilly, Insurance Compally,mill Fidelity and I;tlalaw.N fil-ilwllt t. I lilvls. lac,on Sclitt-11111v1 2. 1098,%kilich resolutions are lit)%%,Ill ['fill foicc and ell,vo,reading as ltllkms; RESOLVEID,Ilial ill conncrtion%\fill Ilit•Iide[fty and Nut-.Iy in"111mice bliql1c."of Ow( oillimll.N.all holid"kim I'A ulkillp"votillacts and olliel i1millmenk IcIalinj! to said 1111,,illvsN may ho signed,occifled,illid acklilm lvdc ct Illy I if-I I i I Is of vI I W it",Oipouucd r.1\1(of I ivy(%I-I I I-k1t:I j?W 411;1111 if) i Ilim vi of A I I orney ismici I in 411110111alli.t.wilb Ilit-W 1cm,11111oll%. Said Pim cl(N)ill Allotlio, lit[ and oll lich.111 ill Owl' ompill1%, ill;),\ and 'hall be ewt'llled ill ill('liallic and oil holmll,of the Collipally,Other by life Chaillilan.(it lilv lllvsidvlll.Ili .111\ Vi(v Pic,lilt-111,m mil Vit-V Pic"Oviii, jointly %%fill file StTIOMY Of Mi Asskwm Secretary, 1111dallicil rt'speclive dvsipmliolls, 'lilt-Nitmallilt•of'1101 offict-Is Ina lifulfcd(if 11111111,1.1111led. 'lilt-sipliallac of each of the loll.,gomp ollivers 1111d [Ile svol(it file 01111pallY,Itlay Ile 11111WIl 11,Y IM'Nilllilt' 10 Ally Powot td Allots w,% k)l 11).111.\ t vlllfl.',110 IVU11111"010100 itillil mlt illl!,\Uonuw(sl-inJ;111 for pmp11ers only ol,ewculing ond illic%ling homl%and and t)IIII'l \%I illllj's oldl!1-:1:111\' m Ow 11.1111o.Illelvol.and '(!bled I it)ally lifililatiolis Nei filth lbelcill,any slicil Ilimel ofAtiortlev of cellilicalt. ImIlilip sIlkll filk-similr silt'moo,lit l.(t-,i111fIv sr,d Owl)Ill. kalill and minding upon file Compayjy,mill any such Power So excLuled 111111 vollifiod by such lavNilillit."ivilohlic and hicsillillc st-.11 -11.111 It,- t alld alld himillit, illion lilt-I 4111111allY \\fill Iv,11110 to ally 11111111 of 11lldvItlkIJ11g to %\11ich it is validly alladled;mill RESMAIED 11,140,111"R.that A110111CN(l) 110+00 111.111 Ild\v flit, illid, ill all's COIL'. S11111V01 In ilic tctm nod limitations of the Iowa of Atimllcy kstled them,it)necill"and dcll\vl on ficluill of fliv and It,alf.f.11 flit, •al of ille( offivam ill;lilt and all ponds ami uulrrlO6ings,and other •0lings obligaloly,in lilt,lialill •IllervO alld,111\"I'll Ilmlitili•ill vwk Bled by mli 11 nr I ac! N11,111 lic:1,1);Ildilip upon ilik-( I)II111:111y.if%ff siglictl by fill I;wctilke Offik-el.and-waled and 4111v'It'll Ili h\ Ow Sci-icliltv of flit- ('11111pall) 1.1 homas F. I luilireptse.A,;sist;1111 sc(Ivial\ of st.;11141ilid 'mill'am. Is( 11.1111 I'lik.and M.11111c 11'stilifl),c "'ollllmlly, SL Paul (itilloliall Insillance Compally, St. Il;116 I%lt7lt:lllv Ill"Illance Comjmlll.I Illlted Slaw"I"IdAm and(illmality( ololmlit, f ldvlliy mud(i(Imola% IoNmall(c ond I uh Im and(illattmlv filimance Undemrilvis,lilt'.do II•FL'I1)'LTIlit% 111;11 Ill"JI'M V 01141 1010)!'Mly 11.1(1111''110 k(,lit•,I C q,y of Ow Pw.kvi H Allmlw\ c'cctllcd by"ifid Compmlws,which 1,In Itill Colce and CII'm and his 11ol lict-11 ft•wixti, -'STIMONY WHE'REOF I livicuni,l m fit, hasid this d;1y IN T1 7 j Og ", I 6�1,G9 (111�-5"D.) W)verif y the atthentirl(,o�flds llinv r ill'Alti ir.i call l.8fl0-4'/-JNNO and mkfi;r lific!torn ofAttiorticY clert. Pleaw reler tip ill,,illower oflitarney number, the above-manned individuaA and the details ofthe bmid to which the pun rr is affitchril, LOCKTON February 1l, 2002 City of Jefferson, Missouri 320 East McCarty Street Jefferson City, MO 65101 RE Huffman, Inc. Bond No. 400SM3940 Jefferson City Walnut Street Pump Station $5,846,000 This letter will serve as your authority to date the Bonds and the Powers of Attorney on the above captioned project. Yours truly, St. 1'nul Fire and Marine Insurance Company Janet L. Rchkop Attorney-in-Fact cc: St. Paul Fire and Marine Insurance Company 1A.11 ON Ci7NOIANRIIti ImuranC4 and Risk t\fanagrnu nt ti1 ci ialisn 444 W 47th Street,Suitr 900 K:msau city,,mo 04112.1906 �. (816),961AVO/Ft%(810)900 9099 This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted to the particular r ircurnstances of the contemplated Project and the Controlling Law. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly By ��� 10% National Society of Professional Engineers AMERICAN CONSULTING Professional Engineers In Private Practice AMERICAN SOCIETY OF ENGINEERS COUNCIL CIVIL ENGINEERS PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE a practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEERS This document has been approved and endorsed b PP Y The Associated General �,c� Contractors of America Construction Specifications Institute ,e..,,..-... These General Conditions have been prepared for use with the Owner-Contractor Agreements (No. 1910-8-A-1 or 1910- 8-A-2)(1996 Editions). Their provisions are interrelated and a change in one may necessitate a change in the other. Comments concerning their usage are contained in the EJCDC User's Guide (No, 1910-50). For guidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (No. 1910-17) (1996 Edition). EJCDC No. 1910-8 (1996 Edition) xx Copyright '01996 National Society of Professional.Fngineers ` 1420 King Street, Alexandria, VA 22314 ry 3 American Consulting Engineers Council < 1015 15th Street N,W,, Washington, DC 20065 i, >, American Society,,of Civil Engineers x 345 East 47th Street, New York, NY 10017 G ).. f A� 00700 2 TABLE. OF CON l'EM`S ARTICLE 1 - DEFINITIONS AND TERMINOLOGY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 6 1.01 Defined Terms . . . . . . I . I I . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700-6 1,02 Terminology . . . . . . . . . . . . . . I I . . . , . . . . I . . I . . . I . . , . . , I . . . . . I . I . I . . . . 00700 - 8 ARTICLE 2 PRELIMINARY MATTERS . . , . . . . . , 1 1 . . . + . . . . . . . . , , . . . . . . . . 00700 - 9 2.01 Delivery of Bonds , 00700 -9 2.02 Copies of Documents . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700. 9 2,03 Conunencement of Contract Times; Notice to Proceed . . . . . . . . . . . . . . . . . . . . . . . . . . 00700- 9 2,04 Starting the Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 9 2.05 Before Starting Construction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 9 2.06 Preconstruction Conference . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 10 2.07 Initial Acceptance of Schedules . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 10 ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE . . . . . . . . . . . . . . . . . . . . 00700- 10 3,01 Intent . . . . . . . . . . . . . . . . . . . . . . . . . . . . . * * , , * . . . . . . . , . . . . . . . . , , * , * ' 00700 - 10 3.02 Reference Standards . . . . . . . . . . . 00700 - 10 . . . . . . . . 1 . . . . . . . . , . . . . . , . . . . . . . . . . . 3.03 Reporting and Resolving Discrepancies 00700 - 11 3.04 Amending and Supplementing Contract Documents . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 11 3,05 Reuse of Documents . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700- 11 ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAI. CONDITIONS; REFERENCE POINTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 11 4.01 Availability of Lands . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 11 4.02 Subsurface and Physical Conditions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 12 4.03 Differing Subsurface or Physical Conditions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700- 12 4.04 Underground Facilities . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700- 13 4.05 Reference Points . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I . . . . . . . . . . . . . 00700 - 13 4,06 Hazardous Environmental Condition at Site . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 14 ARTICLE 5 - BONDS AND INSURANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700- 15 5.01 Performance, Payment, and Other Bonds . , . • . . , , • ' , . . ` , . , • . . , ' , . . . . , I . • . , 00700 15 5.02 Licensed Sureties and Insurers 00700 - 15 5.03 Certificates of Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 15 5.04 CONTRACTOR's Liability Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 15 5.05 OWNER's Liability Insurance : . . . . . . : . . . . . I . . . . . . . . . . . . . . I . . . . . . . I I . I . 00700 16 5.06 Property Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 16 5.07 Waiver of Rights . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 17 5.08 Receipt and Application of Insurance Proceeds . . . . . . . : : : : : : : . : : . : . : : : : : : : . . . 00700 - 18 5.09 Acceptance of Bonds and Insurance, Option to Replace 00700 - 18 5.10 Partial Utilization, Ackawwledgment of Property Insurer . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 18 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES ' . . , . . , ' . . " ' • , , . ' . • , • , . " 1 • . " . . • 00700 - 18 6.01 Supervision ant!Superintendence 00700 - 18 6.02 Labor; Working Hours . . I . . . . , I I . I I I . I I I , I I I . . I I . . . . . . . . . . . . . . . . . . . 00700 - 19 6,03 Services, Materials, and Equipment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 19 6.04 Progress Schedule . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 19 6.05 Substitutes and "Or-Equals" . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 19 6.06 Concerning Subcontractors, Suppliers, and Others . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 20 6,07 Patent Fees and Rayalties , , , , • , , , I . . • . . • • . . . . . • . • . . . . . . , " • . . . 00700 21 6.08 Permits " , . , 00700 - 21 6.09 Laws and Regulations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 22 6,10 Taxes . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 22 6,11 Use of Site and Other Areas . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 22 6,12 Record Documents . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 22 6.13 Safety and Protection . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 23 6.14 Safety Representative . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 23 6.15 Hazard Communication Programs . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 23 00700 - 3 6.16 Emergencies . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 23 6.17 Shop Drawings and Samples . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 23 6.18 Continuing the Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 24 6.19 CONITACTOR's General Wananty and Guarantee . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 25 6.20 Indemnification . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 25 ARTICLE 7 - OTHER WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 26 7.01 Related Work at Site . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 26 7.02 Coordination . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 26 ARTICLE 8 - OWNER'S RESPONSIBILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 26 8.01 Communications to Contractor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 26 8.02 Replacement of ENGINEER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 26 8.03 Furnish Data . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 26 8.04 Pay Promptly When Due . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 26 8.05 Lands and Easements, Reports and Tests . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 26 8.06 Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 27 8,07 Change Orders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 27 8.08 Inspections, Tests, and Approvals . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 27 8.09 Limitations on OWNER's Responsibilities . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 27 8.10 Undisclosed Hazardous Environmental Condition . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 27 8,11 Evidence of Financial Arrangements . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 27 ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 27 9.01 OWNER'S Representative . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 27 9.02 Visits to Site . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 27 9.03 Project Representative . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 27 9.04 Clarifications and Interpretations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 28 9.05 Authorized Variations in Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 28 9.06 Rejecting Defective Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 28 9.07 Shop Drawings, Change Orders and Payments . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 28 9.08 Determinations for Unit Price Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 28 9.09 Decisions on Requirements of Contract Documents and Acceprabiliry of Work . . . . . . . . . . 00700 - 28 9.10 Limitations an ENGINEER's Authority and Responsibilities . . . . . . . . . . . . . . . . . . . . . . 00700 - 28 ARTICLE 10 - CHANGES IN THE WORK; CLAIMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 219 10.01 Authorized Changes in the Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 29 10.02 Unauthorized Changes in the Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 29 10.03 Execution of Change Orders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 29 10.04 Notification to Surety . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 29 10.05 Claims and Disputes . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 . 30 ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK . . . . . . . . . . . . . . 00700 - 30 11.01 Cost of the Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 . 30 11.02 Cash Allowances . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 3.2 11.03 Unit Price Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 . 32 ARTICLE. 12 - CHANGE OF CONTRACT" PRICE; CHANGE OF CONTRACT TIMES . . . . . . . . . . . . . 00700 - 33 12,01 Change of Contract Price . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 33 12.02 Change of Contract Times . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 . 33 12.03 Delays Beyond CONTRACTOR's Control . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 33 12.04 Delays Within CONTRACTOR's Control . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 34 12.05 Delays Beyond OWNER's and CON?RACTOR's Control . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 34 12.06 Delay Damages . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 34 ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 34 13.01 Notice of Defects . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 34 13.02 Access to Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 34 13.03 Tests and Inspections . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 34 13.04 Uncovering Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 35 13 05 OWNER May Stop the Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 . 35 13,06 Correction or Removal of Defective Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 . 35 00700 - 4 13,07 Correction Period . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700. 35 13,08 Acceptance of Defective Work . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . , (YJ700. 36 13,09 OWNER May Correa Defective Work . . . . . . . . . . . . . . . . . , . . . 00700,- 36 ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION . . . . . . . . . . . . . . . , . . , . , 00700- 36 . 14.01 Schedule of Values . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700-36 14.02 Progress Payments . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . 00700.37 14.03 CONTR•ACTOR's Warranty of Title . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700- 38 14.04 Substantial Completion . . . . . . . . . . . . . . . . . . . . . . ' . . . , , ' . . . ' . , . . , 00700. 38 14.05 Partial Utilization . . . . . 00700 -39 14.06 Final Inspection . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700. 39 14.07 Final Payment . . . . . . . . . . . . . . . . . . . . . . . . . . 4 . . . . . . . . . . . . . . . . . . . . . . . 00700-39 14,08 " Final Completion Delayed . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700.40 14.09 Waiver of Cl aims . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700-40 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . 40700 .4.0 15.01 OWNER May Suspend Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 .40 15.02 OWNER May Terminate for Cause . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700-40 15.03 OWNER May Terminate For Convenience . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 .41 15.04 CONTRACTOR May,Stop Work or Terminate . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700-41 ARTICLE 16 - DISPUTE RESOLUTION . . 00700 .41 16.01 Methods and Procedures . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700.41 ARTICLE 17 - MISCELLANEOUS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ' . . . . . . . . . . . . 00700-42 17.01 Giving Notice 00700 -42 17.02 Computation of Times . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 -42 17.03 Cumulative Remedies . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700-42 17.04 Survival of Obligations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700-42 17.05 Controlling Law . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 -42 00700 - 5 GENERAL CONDITIONS ARTICLE I - DEFINITIONS AND TERMINOLOGY Contract Times, issued on or after the Effective Date of the Agreement. 1.01 Defined Terror 10. Claim—A demand or assertion by OWNER or CONTRACTOR seeking an adjustment of Contract Nicc A. Wberever used in the Contract Documents vnd or Contract Times, or both, or other mtief with respect to printed with initial or all capital letters, the terms listed the terms of the Contract. A demand for money or below will have the meanings indicated which arc applicable services by a third party is not a Claim. to both the singular and plural thereof. 11. Contract--Thc entire and integrated written 1. Addenda—Written or graphic instruments issued agreement between the OWNER and CONTRACTOR prior to the opening of Bids which clarify, correct, or concerning the Work. The Contract supersedes prior change the Bidding Requirements or the Contract negotiations, representations, or agreements, whether Documents. written or oral. 2. Agreement—The written instrument which is 1.2. Contract Documents--The Contract Documents evidence of the agreement between OWNER anti establish the rights and obligations of the parties and CONTRACTOR covering the Work. include the Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including 3. Application for Payment—The form acceptable to documentation accompanying the Bid and tiny post Bid ENGINEER which is to be used by CONTRACTOR documentation submitted prior to the Notice of Award) during the course of the Work in requesting progress or when attached as an exhibit to the Agreement, the Notice final payments and which is to be accompanied by such to Proceed, the Bonds, these General Conditions, the supporting documentation as is required by the Contract Supplementary Conditions, the Specifications and the Documents. Drawings as the same are more specifically identified in the Agreement, together with all Written Amendments, 4. Asbestos--Any material that contains more than Change Orders, Work Change Directives, Field Orders, one percent asbestos and is friable or is releasing asbestos and ENGINEER's written interpretations and fibers into the air above current action levels established clarifications issued on or after the Effective Date of the by the United States Occupational Safery and Health Agreement. Approved Shop Drawings and the reports Administration, and drawings of subsurface and physical conditions are not Contract Documents. Only printed or hard copies of 5. Bid--TTne offer or proposal of a bidder submitted die items listed in this paragraph are Contract Documents, on the prescribed form setting forth the prices for the Files in electronic media format of text, data, graphics, Work to be performed. and the like that may be furnished by OWNER to - CONTRACTOR art not Contract Documents. 6, Bidding Documents--The Bidding Requirements and the proposed Contract Documents (including all 13, Contract Price--T he moneys payable by OWNER Addenda issued prior to receipt of Bids). to CONTRACTOR for completion of tine Work in accordance with the Contract Documents as stated in the 7, Bidding Requirements--The 'kdvertisement or Agreement (subject to ttne provisions of paragraph 11.03 Invitation to Bid, Instructions to Bidders, Bid security in Elie case of Unit Price Work), form, if any, and the Bid form with any supplements. 14. Conrract 77mes--The number of days or the dates 8. Bonds--Performance and payment bonds and stated in the Agreement to; (t) achieve Substantial other instnrments of security. Completion; and (.ii) complete the Work so that it is ready for final payment as evidenced by ENGINEER's written 9. Change Order--A document recommended by recommendation of final payment. ENGINEER which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion, or revision 15, C0M7?ACTOR--T?te. individual or entity with in the Work or an adjustment in the Contract Price or the whom OWNER has entered into the Agreement. W7Q0 6 16. Cost of the Work—See, paragraph 11.0l.A for 27. Milestane•-A principal event specified in the definition. Contract Documents relating to an intermediate comple- tion date or time prior to Substantial Completion of all the 17. Drawings—That pan of the Contract Documents Work. prepared or approved by ENGINEER which graphically shows the scope, extent, and character of the Work to be 28, Notice of Award—The written notice by OWNER performed by CONTRACTOR. Shop Drawings and to the apparent successful bidder staring that upon timely other CONTRACTOR submittals are not Drawings as so compliance by the apparent successful bidder with the defined. conditions precedent listed therein, OWNER will sign and deliver the Agreement. 18, Effective Date of the Agreement--The date indicated in the Agreement on which it becomes effective, 29. Notice to Proceed--A written notice given by but if no such date is indicated, it means the date on OWNER to CONTRACTOR fixing the date on which the which the Agreement is signed and delivered by the last Contract Times will commence to nun and on which of the two parties to sign and deliver. CONTRACTOR shall start to perform the Work under the Contract Documents. 19, ENGINEER—The individual or entity named as such in the Agreement. 30. OWNER—The individual, entity, public body, or authority with whom CONTRACTOR has entered into 20. ENGINEER's Consultaw—An individual or entity the Agreement and for whom the Work is to be having a contract with ENGINEER to furnish services as performed. ENGINEER's independent professional associate or consultant with respect to the Project and who is 31. Partial Utilization—Use by OWNER of a substan- identified as such in the Supplementary Conditions. tially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to 21. Field Order—A written order issued by ENGI• Substantial Completion of all the Work. NEER which requires minor changes in the Work but which does not involve a change in the Contract Price or 32. PCBs--Polychlorinated biphenyls. the Contract Times. 33. Petroleum--Petroleum, including crude oil or any 22. General Requirements—Sections of Division 1 of fraction thereof which is liquid at standard conditions of the Specifications. The General Requirements pertain to temperature and pressure(60 degrees Fahrenheit and 14.7 all sections of the Specifications. pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil 23, Hazardous Environmerual Condition--The mixed with other non-Hazardous Waste and crude oils. presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such 34. Project—T"he total construction of which the quantities or circumstances that may present a substantial Work to be performed under the Contract Documents danger to persons or property exposed thereto in may be the whole, or a part as may be indicated connection with the Work. elsewhere in the Contract Documents. 24. fazardous Waste--The term Hazardous Waste 35. Project Manual--The bound documentary shall have die meaning provided in Section 1004 of the information prepared for bidding and constructing the Solid Waste Disposal Act (42 USC Section 6903) as Work. A listing of die contents of the Project Manual, amended from time to time, which may be bound in one or more volumes, is contained in the tables) of contents. 2S. Laws and Regulations;Laws or Regulations--Any and all applicable paws, rules, regulations, ordinances, 36, Radioactive Material--Source, special nuclear, or codes, and orders of any and all governmental bodies, byproduct material as defined by the Atomic Energy Act agencies, authorities, and courts having jurisdiction. of 1954 (42 USC Section 2011 et sr-q,) as amended from time to tune. 26. Liens--Charges, secutiry interests, or encumbrances upon Project funds, real property, or 37. Resident Project Representative--The authorized personal property, representative of ENGINEER who may be assigned to the Site or any part hereof, 00700 - 7 38, Samples--Physical examples of materials, steam, liquid petroleum products, telephone or other equipment, or workmanship that are representative of communications, cable television, water, wastewater, some portion of the Work and which establish the storm water, other liqui& or chernica.ls, or traffic or staudards by which such portion of the Work will be other control systems. judged. 47, Unit Face Work--Work to be paid for on the 39. Shop Drawings--All drawings, diagrams, illusu;r- basis of unit price;;, Lions, schedules, and other data or inform tdon which are specifically prepared or assembled by or for CON- 48, Work The entire completed construction or the TRACTOR and submitted by CONTRACTOR to various separately identifiable parts thereof required to be illustrate some portion of the Work. provided under the Contract Documents. 'Work includes and is the result of performing or providing all labor, 40. Site--Larids or areas indicated in the Contract services, and documentation necessary to produce such Documents as being furnished by OWNER upon which construction, and furnishing, installing, and incorporating die Work is to be performed, including rights-of-way and all materials and equipment into such construction, ail as easements for access thereto, and such other lands required by the Contract Documents. furnished by OWNER which are designated for the use of CONTRACTOR. 49. Work C7range Directive—A written statement to CONTRACTOR issued on or after the Effective Date of 41. Specifications--'That part of the Contract die Agreement and signed by OWNER and recommended Documents consisting of written technical description., of by ENGINEER ordering an addition, deletion, or revision materials, equipment, systems, standards, and in the Work, or responding, to differing or unforeseen workmanship as applied to the Work and certain subsurface or physical conditions under which the Work administrative details applicable thereto. is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the 42. Subcontractor--An individual or enbry having a Contract Tunes but is evidence that the parties expect that direct contract with CONTRACTOR or with any other the change ordered or documeuted by a Work Change Subcontractor for the performance of a part of the Work Directive will be incorporated in a subsequently issued at the Site., Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract 43. Substantial Cornplerion--The time at which the Times. Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER, die Work (or 50. Written Amendment--A written statement a specified part thereof) is sufficiently complete, in modifying the Contract Documents, signed by OWNER accordance with the Contract Documents, so that the and CONTRACTOR on or after the Effective Date of the Work (or a specified part thereof) can be utilized for the Agreement grid normally dealing with the nonengineering purposes for which it is intended. The terms or nontechnical rather than strictly construction-related "substantially complete" and "substantially completed" as aspects of the Contract Documents. applied to all or part of the Work refer to Substantial Completion thereof. 1.02 Terminology 44, Supplementary Conditions--That pan of the A. lNent of Certain Teens or,4djectives Contract Documents which amends or supplements these General Conditions, 1. Whenever in the Contract Documents the terms "its allowed," "as approved," or teens of like effect or 45. Supplier--A manufacturer, fabricator, supplier, import are used, or the adjectives "reasonable," distributor, materialman, or vendor having a direct "suitable," "acceptable," "proper," "satisfactory," or contract with CONTRACTOR or with any Subcontractor adjectives of like effect or import are used to describe an to furnish materials or equipment to be incorporated in action or determination of ENGINEER as to the Work, it the Work by CONTRACTOR or any Subcontractor, is intended that such ar.tion or dete;nninnuon will be solely to evaluate, ui general, the completed Work for 46. Underground Facilities--All undergrownd compliance with the requirements of and information in pipelines, conduits, ducts, cables, wires, manholes, die Contract Docudncnts and conformance with the design vaults, tanks, tunnels, or other such facilities or concept of the completed Project as a functioning whole attachments, and any encasements containing such as shown or indicated in the Contract Documents (unless facilities, including those that convey electricity, gases, there is a specific statement indicating otherwise). The 00700 - 8 use of any such term or adjective shall not be effective to ARTICLE 2 - PRELIMINARY MATTERS assign to ENGINEER any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility contrary to the 2.01 Delivery of Bonds provisions of paragraph 9.10 or any other provision of the Contract Documents. A. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver B. Day to OWNER such Bonds as CONTRACTOR may be required to furnish. 1. The word "day" shall constitute a calendar day of 24 hours treasured from midnight to the next midnight, 2.02 Copies of Documents C. Defecrive A. OWNER shall furnish to CONTRACTOR up to ten copies of the Contract Documents. Additional copies will be 1. The word "defective.," when modifying the word furnished upon request at the cost of reproduction. "Work," refer, to Work that is unsatisfactory, faulty, or deficient in that it does not conform to the Contract 2.03 Commencement of Conrract Times; Notice to Proceed Documents or does not meet the requirements of any inspection, reference standard, test, or approval referred A. The Contract Times will commence to run on the to in the Contract Documents, or has been damaged prior thirtieth day after the Effective Date of the Agreement or, if to ENGINEER's recommendation of final payment a Notice to Proceed is given, on the day indicated in the (unless responsibility for the protection thereof has been Notice to Proceed. A Notice to Proceed may be given at any assumed by OWNER at Substantial Completion in accor- time within 30 days after the Effective Date of the dance with paragraph 14.(4 or 14.05). Agreement. In no event will the Contract Times commence to run later than the sixtieth day after the day of Bid opening D. Furnish, Install, Perform, Provide or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 1. 'Che word "furnish," when used in connection with services, materials, or equipment, shall mean to 2.04 Starting the Work supply and deliver said services, materials, or equipment to the Site(or some other specified location) ready for use A. CONTRACTOR shall start to perform the Work on or installation and in usable or operable condition. the date when the Contract Times continence to run. No Work shall be done at the Site prior to the date on which the 2. The word "install," when used in connection Contract Time commence to run, with services, materials, or equipment, shall mean to put into use or place in final position said services, materials, 2.05 Before Starting Construction or equipment complete and ready for intended use. A. CON7RACTOR's Review of Contract Documents 3. The words "perform" or "provide," when used Before undertaking each part of the Work, CONTRACTOR in connection with services, materials, or equipment, shall carefully study and compare the Contract Documenu shall mean to furnish and install said services, materials, and check and verify pertinent figures therein and all or equipment complete and ready for intended use, applicable field measurements. CONTRACTOR strall promptly report in wtiting to ENGINEER any conflict, error, 4. When "furnish," "install," "perform," or "pro- anibiguky, or discrepancy which CONTRACTOR may vide" is not used in connection with services, materials, discover and shall obtain a written interpreumon or or equipment in a context clearly requiring an obligation clarification from ENGINEER before proceeding with any of CON'T'RACTOR, "provide" is implied. Work affected thereby; however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any E. Unless stated otherwise in the Contract Documents, conflict, error, ambiguity, or discrepancy in the Cotimact words or phrases which have a well-known technical or Documents unless CONTRACTOR knew or reasonably construction industry or trade meaning are used in the should have known thereof, Contract Documents in accordance with such recognized meaning. B, Preliminary Schedules: Within ten days after the Effective Jute of the Agreement (unless otherwise specified 00700 - 9 in the General Requirements), CONTRACTOR shall submit 1. The progress schedule will be acceptable to to ENGINEER for its tamely review: ENGINEER if it provides an orderly progression of the Work to completion within any specified Milestones and 1, a preliminary progress schedule indicating the the Contract Times. Such acceptance will not impose on tiutes (numbers of days or dates) for starting and ENGL14EER responsibility for the progress schedule, for completing the various stages of the Work, including any sequencing, scheduling, or progress of the Work nor Milestones specified in the Contract Documents; interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor, 2. a preliminary schedule of Shop Drawing and Sample submittals which will list each required submittal 2. CONTRACTOR's schedule of Shop Drawing and and the times for submitting, reviewing, and processing Sample submittals will be acceptable to ENGINEER if it such submittal; and provides a workable arrangement for reviewing and processing the required submittals. 3. a preliminary schedule of values for all of the Work which includes quantities and prices of items which 3. CONTRACTOR's schedule of values will be when added together equal the Contract Price and subdi- acceptable to ENGINEER as to form and substance if it vides the Work into component parts in sufficient detail provides a reasonable allocation of the Contract Price to to serve as the basis for progress payments during component parts of the Work. performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE C. Evidence of Insurance: Before any Work at the Site Ls started, CONTRACTOR and OWNER shall each deliver to the other, with copies to each additional insured identified 3.01 Intent in the Supplementary Conditions, certificates of insurance (and other evidence of insurance which either of them or any A. The Contract Documents are complementary; what additional insured may reasonably request) which is called for by one is as binding as if called for by all. CONTRACTOR and OWNER respectively are required to purchase and maintain in accordance with Article 5, B. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be 2.06 Preconstruction Conference constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment A. Within 20 days aher the Contract Times start to run, that may reasonably be inferred from the Contract Docu- but before any Work at the Site is started, a conference ments or from prevailing custom or trade usage as being attended by CONTRACTOR, ENGINEER, and others as required to produce the intended result will be provided appropriate will be held to establish a working understanding whether or not specifically called for at no additional cost to among the parties as to the Work and to discuss the schedules OWNER. referred to in paragraph 2.05.13, procedures for handling Shop Drawings and other submittals, processing Applications C. Clarifications and interpretations of the Contract for Payment, and maintaining required records. Documents shall be issued by ENGINEER as provided in Arl.icle 9. 2.07 Inisial Acceptance of Schedules 3.02 Reference Standards A. Unless otherwise provided in the Contract Docu- ments, at least tan days before submission of the first A. ,Standards, Specifications, Codes, Laws, and Application for Payment a conference attended by CON- Regulun'ons 1RACTOR, ENGINEER, and others as appropriate will be held to review for acceptability to ENGINEER as provided 1. Reference to standards, specifications, manuals, below the schedules submitted in accordance with paragraph or codes of any technical society, organization, or 2.05.B. CONTRACTOR shall have an additional ten days to association, or to Laws or Regulations, whether such make corrections and adjustments and to complete and reference be specific or by implication, shall mean the resubmit the schedules. No progress payment shall be made standard, specification, manual, code, or Laws or Regula- to CONTRACTOR until acceptable schedules are submitted tions in effect at the time of opening of Bids (or on the to ENGINEER. Effective Date of the Agreement if there were no Bids), 00700 • 10 , except as may be otherwise specifically stated in die 3.04 Amending and Supplementing Contract Documents Contract Documents, A. "The Contract Documents may be amended to provide.. 2. No provision of any such standard, specification, for additions, deletions, and revisions in the Work or to manual or code., or any instruction of a Supplier shall be modify the terms and conditions thereof in one or more of the effective to change the duties or responsibilities of following ways; (i) a Written Amendment; (ii) a Change 0WNER, CONTRACTOR, or ENGMEER, or any of Order; or (iii) a Work Change Directive. their subcontractors, consultants, agents, or employees from those set forth in the Contract Documents, nor shall B. The requirements of the Contract Documents may be any such provision or itutruction be effective to assign to supplemented, and minor variations and deviations in the OWNER, ENGINEER, or any of ENGINEER's Work may be authorized, by one or more of the following Consultants, agents, or employees any duty or authority ways: (i) a Field Order; (ii) ENGINEER's approval of a to supervise or direct the performance of the Work or any Shop Drawing or Sample; or (iii) ENGINEER's written duty or authority to undertake responsibility inconsistent interpretation or clarification. with the provisions of the Contract Documents. 3.05 Rcrcre of Documents 3.03 Reporting and Resolving Discrepancies A. CONTRACTOR and any Subcontractor or Supplier A. Reporting Discrepancies or other individual or entity performing or furnishing any of the Work under a direct or indirect contract with OWNER: 1. If, during the performance of the Work, (i) shall not have or acquire any title to or ownership rights CONTRACTOR discovers any conflict, error, ambiguity, in any of the Drawings, Specifications, or other documents or discrepancy within the Contract Documents or between (or copies of any thereof) prepared by or bearing the seal of the Contract Documents and any provision of any Law or ENGINEER or ENGINEER's Consultant, including Regulation applicable to the performance of the Work or electronic media cWtions; and (ii) shall not reuse any of such of any standard, specification, manual or code, or of any Drawings, Specifications, other documents, or copies thereof instruction of any Supplier, CONTRACTOR shall report on extensions of the Project or any other project without it to ENGINEER in writing at once. CONTRACTOR written consent of OWNER and ENGINEER and specific shall not proceed with the Work affected thereby (except written verification or adaption by ENGINEER. This in an emergency as required by paragraph 6.16.A) until prohibition will survive final payment, completion, and an amendment or supplement to the Contract Documents acceptance of the Work, or termination or completion of the has been issued by one of the methods indicated in Contract. Nothing herein shall preclude CONTRACTOR paragraph 3.04; provided, however, that CONTRACTOR from retaining copies of the Contract Documents for record ' shall not be liable to OWNER or ENGINEER for failure purposes. to report any such conflict, error, ambiguity, or dis- crepancy unless CONTRACTOR knew or reasonably should have known thereof. ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; B. Resolving Discrepancies REFERENCE POINTS 1. Except as may be otherwise specifically stated ill the Contract Documents, the provisions of the Contract 4.01 Availability of!.ands Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the A. OWNER shall punish die Site. OWNER shall notify provisions of the Contract Documents and: CONTRACTOR of any encumbrances or restrictions not of gr.neral application but specifically related to use of the Site a. the provisions of any standard, specification, with which CONTRACTOR must comply in performing the manual, =* or instruction (whether or not spccifi- Work. OWNER will obtain in a timely manner and pay for cally incorporated by reference in the Contract easements for perriument structures or permanent changes in Documents); or existing facilities. If CONTRACTOR and OWNER are unable to agree on entitlement to or on the amount or extent, b. the provisions of any Laws or Regulations if any, of any adjustment in the Contract Price or Contract applicable to the performance of the Work (unless Times, or both, as a result of any delay in OWNER's such an interpretation of the provisions of the furnishing the Site, CONTRACTOR may make a Claim Contract Documents would result in violation of such therefor as provided in paragraph 10.05. Law or Regulation). 00700 - 11 B, Upon reasonable written request, OWNER shall 4,03 Differing Subsurface or Physical Conditions furnish CONTRACTOR with a current statement of record legal title and legal description of the lands upon which the A, Notice; if CONTRACTOR believes that any substu- Work is to be performed and OWNER's interest therein as face or physical condition at or contiguous to the Site that is necessary for giving notice of or filing a mechanic's or uncovered or revealed either: construction lien against such lands in accordance with applicable Laws and Regulations. 1. is of such a nature as to establish that any "technical data" on which CONTRACTOR is entitled to C. CONTRACTOR shall provide for all additional lands rely as provided in paragraph 4.02 is materially and access thereto that may be required for temporary inaccurate; or construction facilities or storage of materials and equipment. 2. is of such a mature as to requite a change in the 4.02 Subsurface and Phrysical Conditions Contract Documents; or A. Reports and Drawings; The Supplementary 3. differs materially from that shown or indicated in Conditions identify: the Contract Documents; or 1. those reports of explorations and tests of 4, is of an unusual nature, and differs materially subsurface conditions at or contiguous to the Site that from conditions ordinarily encountered and generally ENGINEER has used in preparing the Contract Docu- recognized as inherent in work of the character provided meats; and for in the Contract Documents; 2. those drawings of physical conditions in or then CONTRACTOR shall, promptly after becoming aware relating to existing surface or subsurface structures at or thereof and before further disturbing the subsurface or contiguous to the Site (except Underground Facilities) that physical conditions or performing any Work in connection ENGINEER has used in preparing the Contract therewith (except in an emergency as required by paragraph Documents. 6.16.A), notify OWNER and ENGINEER in writing about such condition. CONTRACTOR shall not. further disturb B. limited Reliance try CONTRACTOR on Technical such condition or perform any Work in connection therewith Data Authorized; CONTRACTOR may rely upon the (except as aforesaid) until receipt of written order to do so. ' general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not B. ENGINEER's Review.' After receipt of written notice Contract Documents, Such "technical data" is identified in as required by paragraph 4.03.A, ENGINEER will promptly the Supplementary Conditions. Except for such reliance on review the pertinent condition, determine the necessity of such "technical data," CONTRACTOR may not rely upon or OWNER's obtaining additional exploration or tests with make any Claim against OWNER, ENGINEER, or any of respect thereto, and advise OWNER in writing (with a copy ENGINEER's Consultants with respect to: to CONTRACTOR) of ENGINEER's findings and conclusions. 1. the completeness of such reports and drawings for CONTRACTOR'S purposes, including, but not C. Possible Price and Times Adjustments limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to 1. The Contract Price or the Contract Tithes, or be employed by CONTRACTOR, and safety precautions both, will be equitably adjusted to the extent that the and programs incident thereto; or existence of such differing subsurface or physical condition causes an increase or decrease in 2. other data, interpretations, opinions, and CONTRACTOR's cost of, or time required for, perfor- information contained in such reports or shown or mance of the Work; subject, however, to the following: ' indicated itt such drawings; or a. such condition must meet any one or more of 3. any CONTRACTOR interpretation of or the categories described in paragraph 4.03.A; and conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information, b. with resix:ct to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price , will be subject to the provisions of paragraphs 9.08 and 11.03. 007()0 . 12 ' 2. CONTRACTOR. shall not be entitled to any b. locating all Underground Facilities shown or adjustment in the Contract Price or Contract Times if: indicated in the Contract Documents, a. CONTRACTOR knew of the existence of c. coordination, of the Work with the owners of such conditions at the time CONTRACTOR made a such Underground Facilities, including OWNER, final commitment to OWNER in respect of Contract during construction, and Price and Contract Times by the submission of a Bid or becoming bound under a negotiated contract; or d. the safety and protection of all such Under- ground Facilities and repairing any damage thereto b, the existence of such condition could resulting from the Work, reasonably have been discovered or revealed as a result of any examination, investigation, exploration, B. Nor S/town or Indicated test, or study of the Site and contiguous areas required by the Bidding Requirements or, Contract 1, if an Underground Facility is uncovered or Documents to be conducted by or for CON- revealed at or contiguous to the Site which was not shown TRACTOR prior to CONTRACTOR's making such or indicated, or not shown or indicated with reasonable final commitment; or accuracy in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before c. CONTRACTOR failed to give the written further disturbing conditions affected thereby or notice within the time and as required by paragraph performing any Work in connection therewith (except in 4.03.A. an cmergenty as required by paragraph 6.16.A), identify the owner of such Underground Facility and give written 3. If OWNER and CONTRACTOR are unable to notice to that owner and to OWNER and ENGINEER. agree on entitlement to or on the amount or extent, if any. ENGINEER will promptly review the Underground of any adjustment in the Contract Price or Contract Facility and determine the extent, if any, to which a Times, or both, a C1ah-n may be made therefor as change is required in the Contract Documents to reflect provided in paragraph 10.05. However, OWNER, and document the consequences of the existence or ENGINEER, and ENGINEER's Consultants shall not be location of the Underground Facility. During such time, liable to CONTRACTOR for any claims, costs, losses, or CONTRACTOR shall be responsible for the safety and damages (including but not lirrAted to all fees and charges protection of such Underground Facility. of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution 2. If ENGINEER concludes that a change in the costs) sustained by CONTRACTOR on or in connection Contract Documents is required, a Work Change with any other project or anticipated project. Directive or a Change Order will be issued to reflect and document such consequences, An equitable adjustment 4.04 Underground Facilities shall be made in the Contract Price of Contract Times, or both, to the extent that they are attributable to the A. Shown or Indicated: The information and data shown existence or location of any Underground Facility that or indicated in the Contract Documents with respect to was not shown or indicated or not shown or indicated existing Underground Facilities at or contiguous to the Site with reasonable accuracy in the Contract Documents and is based on information and data furnished to OWNER or that CONTRACTOR did not know of and could not ENGINEER by the owners of such Underground Facilities, reasonably have been expected to be aware of or to have including OWNER, or by others. Unless it is otherwise anticipated. If OWNER and CONTRACTOR are unable expressly provided in the Supplementary Conditions: to agree on entitlement to or on the amount or extent, if any, of any such adjustment in Contract Price or Contract 1. OWNER and ENGINEER shall not be Times, OWNER or CONTRACTOR may make a Claim responsible for the accuracy or completeness of any such therefor as provided in paragraph 10.05. ' information or data; and 4.05 Reference Points 2, the cost of all of the following will be included in the Contract Price, and CONTRACTOR shall have full A. OWNER shall provide engineering surveys to responsibility for: establish reference points for constriction which in ENGINEER's judgment are necessary to enable CON- E. reviewing and checking X11 such information TRACTOR to proceed with the Work. CONTRACTOR and data, shall be responsible for laying out the Work, shall protect and preserve the established reference points and property e00700 - 13 monuments, and shall make no changes or relocations Ettvrronrncntal Condition, CONTRACTOR shall inunedi- without the prior written approval of OWNER. ately: 0) secure or otherwise isolate such condition; (ii) stop CONTRACTOR shall report to ENGINEER whenever any all Work in connrction with such condition and in any area reference point or property monument is lost or destroyed or affected thereby (except in an emergency as required by requires relocation because of necessary changes in grades or paragraph 6.16); and (iii) notify OWNER and ENGINEER locations, and shall be responsible for the accurate (and promptly thereafter confirm such notice in writing). replacement or relocation of such reference points or OWNER shall promptly consult with ENGINEER concerning property monuments by professionally qualified personnel, the necessity for OWNER to retain a qualified expert to evaluate such condition or take corrective action, if any. 4.06 Hazwdous Environrneraal Condition at Site E, CONTRACTOR shall not be required to resume A. Reports and Drawings: Reference is made to the Work in connection with such condition or in any affected Supplementary Conditions for the identification of those area until after OWNER has obtained any required permits mtports and drawings relating to a Hazardous Environmental related thereto and delivered to CONTRACTOR written Condition identified at the Site, if any, that have been utilized notice: (i) specifying that such condition and any affected by the ENGINEER in the preparation of the Contract area is or has been rendered safe for the resumption of Work; Documents. or (ii) specifying any special conditions under which such Work may be resumed safely. If OWNER and B. Limited Reliance by CONTRACTOR on Technical CONTRACTOR cannot agree as to entitlement to or on the Dato Authorized: CONTRACTOR may rely upon the amount or extent, if any, of any adjustment in Contract Price general accuracy of the "technical data" contained in such or Contract Times, or both, as a result of such Work stop- reports and drawings, but such reports and drawings are not page or such special conditions under which Work is agreed Contract Documents. Such "technical data" is identified in to be resumed by CONTRACTOR, either party may make a the Supplementary Conditions. Except for such reliance on Claim therefor as provided in paragraph 10.05. such"technical data," CONTRACTOR may not rely upon or make any Claim against OWNER, ENGINEER or any of F. If after receipt of such written notice ENGINEER's Consultants with respect to: CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to 1. the completeness of such reports and drawings resume such Work under such special conditions, then for CONTRACTOR's purposes, including, but not OWNER may order the portion of the Work that is in the limited to, any aspects of the means, methods, area affected by such condition to be deleted from the Work techniques, sequences and procedures of construction to if OWNER and CONTRACTOR cannot agree as to be employed by CONTRACTOR and safety precautions entitlement to or on the amount or extent, if any, of an and programs incident thereto; or adjustment in Contract Price or Contract Times as a result of ' deleting such portion of the Work, [lien either parry may 2. other data, interpretations, opinions and make a Claim therefor as provided to paragraph 10 05 information contained in such reports or shown or OWNER may have such deleted portion of the work indicated in such drawings; or performed by OWNER's own forces or others in accordAnce with Article 7. 3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such G. To the fullest extent permitted by Laws am! ' other data, interpretations, opinions or information. Regulations, OWNER shall indemnify and hold harmless CONTRACTOR, Subcontractors, ENGINEER. C. CONTRACTOR shall not be responsible for any ENGINEER's Consultants and the officers, directors. Hazardous Environmental Condition uncovered or revealed partners, employers, agents, other consultants, and at the She which was not shown or indicated in Drawings or subcontractors of each and any of them from and against all Specifications or identified in the Contract Documents to be claims, costs, losses, and damages (including but not limited within the scope of the Work. CONTRACTOR shall be to all fees and charges of engineers, architects, attorneys, and , responsible for a Hazardous Environmental Condition created other professionals and all court or arbitration or other with any materials brought to the Site by CONTRACTOR, dispute resolution costs) arising out of or relating to a Subcontractors, Suppliers, or anyone else for whom CON- Hazardous Environmental Condition, provided that such TRACTOR is responsible. Hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in D. If CONTRACTOR encounters a Hazardous the Contract Documents to be included within the scope of Envirotunental Condition or if CONTRACTOR or anyone for the Work, and (ii) was riot created by CONTRACTOR or by whom CONTRACTOR is responsible creates a Hazardous anyone for whom CONTRACTOR is responsible. Nothing 00700 - 14 ' in this paragraph 4.06.E shall obligate ON' NER to indemnify of paragraph 5.01.B. CONTRACTOR shrill withut 20 days any individual or entity from and against the con=luences of thereafter substitute another Bond and surety, both of which that individual's or entity's own negligence. shall comply with the requirements of paragraphs 5.01.8 and 5.02. H. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold 5.02 Licensed Sureties and Insurers harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees, agents, other A. All Bonds and insurance required by the Contract consultants, and subcontractors of each and any of them from Documents to be purchased and maintained by OWNER or and against all claims, costs, losses, and damages (including CONTRACTOR shall be obtained from surety or insurance but not limited to all fees and charges of engineers, companies that are duly licensed or authorized in the architects, attorneys, and other professionals and all court or jurisdiction in which the Project is located to issue Bonds or arbitration or other dispute resolution costs) arising out of or insurance policies for the limits and coverages so required. relating to a Hazardous Environmental Condition created by Such surety and insurance companies shall also meet such CONTRACTOR or by anyone for whom CONTRACTOR is additional requirements and qualifications as may be provided responsible. Nothing in this paragraph 4.06.F shall obligate in the Supplementary Conditions. CONTRACTOR to indemnify any individual or entity from and against the consequences of that individual's or entity's 5.03 Certificates of Insurance own negligence. A. CONTRACTOR shall deliver to OWNER, with 1. The provisions of paragraphs 4.02, 4.03, and 4.04 copies to each additional insured identified in the Supple- are not intended to apply to a Hazardous Environmental mentary Conditions, certificates of insurance (and other Condition uncovered or revealed at the Site. evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is rec*ed to purchase and maintain. OWNER shall deliver to ARTICLE 5 - BONDS AND INSURANCE CONTRACTOR, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by 5.01 Performance, Payment, and Other Bonds CONTRACTOR or any other additional insured) which OWNER is required to purchase and maintain. A. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal to the 5.04 CONTRACTOR's Liability Insurance Contract Price as security for the faithful performance and payment of all CONTRACTOR's obligations under the A. CONTRACTOR shall purchase and maintain such 1 Contract Documents. These Bonds shall remain in effect at liability and other insurance as is appropriate for the Work least until one year after the date when final payment being performed and as will provide protection from claims becomes due, except as provided otherwise by Iaws or set forth below which may arise out of or result from 1 Regulations or by the Contract Documents. CONTRACTOR CONTRACTOR's performance of the Work and shall also furnish such other Bonds as are required by the CONTRACTOR's other obligations under the Contract Contract Documents. Documents, whether it is to be performed by CONTRACTOR, any Subcontractor or Supplier, or by B. All Bonds shall be in the form prescribed by the anyone directly or indirectly employed by any of them to Contract Documents except as provided otherwise by Laws perform any of the Work, or by anyone for whose acts any or Regulations, and shall be executed by such sureties as are of them may be liable; named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as 1. claims under workers' compensation, disability Acceptable Reinsuring Companies" as published in Circular benefits, and other similar employee benefit acts; 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All Bonds 2, claims for damages because of bodily injury, signed by an agent must be accompanied by a certified copy occupational sickness or disease, or death of of such agent's authority to act. CONTRACTOR's employees; C. If the surety on any Bond furnished by CON- 3. claims for damages because of bodily injury, TRACTOR is declared bankrupt or becomes insolvent or its sickness or disease, or death of any person other than right to do business is terminated in any state where any part CONTRACTOR's employees; of the Project is located or it ceases to meet the requirements 00700 - 15 - 4. claims for damages insured by reasonably correcting, removing, or replacing defective Work in available personal injury liability coverage which are sus- accordance with paragraph 13.07; and tained: (i) by any person as a result of an offense directly or indirectly related to the employment of such person by 7, with respect to completed operations insurance, CONTRACTOR, or (ii) by any other person for any and any insurance coverage written on a claims-made other reason; basis, remain in effect for at least two years after futa.l payment (and CONTRACTOR shall furnish OWNER and 5, claims for damages, other than to the Work each other additional insured identified in the Supple- itself, because of injury to or destruction of tangible mentary Conditions, to whom a certificate of insurance property wherever located, including loss of use resulting has been issued, evidence satisfactory to OWNER and therefrom; and any such additional insured of continuation of such insurance at final payment and one year thereafter). 6. claims for damages because of bodily injury or death of any person or property damage arising out of the 5.05 OWNI?R's Liability Insurance ownership, maintenance or use of any motor vehicle. A. In addition to the insurance required to be provided B. The policies of insurance so required by this by CONTRACTOR under paragraph 5.04, OWNER, at paragraph 5.04 to be purchased and maintained shall: OWNER's option, may purchase and maintain at OWNER's expense OWNER's own liability insurance as will protect 1. with respect to insurance required by paragraphs OWNER against claims which may arise from operations 5.04.A.3 through 5.04.A.6 inclusive,, include as under the Contract Documents. additional insureds (subject to any customary exclusion in respect of professional liability) OWNER, ENGINEER, 5.06 Propem,Insurance ENGINEER's Consultants, and any other individuals or ' entities identified in the Supplementary Conditions, all of A. Unless otherwise_ provided in the Supplementary whom shall be listed as additional insureds, and include Conditions, OWNER shall purchase and maintain property coverage for the respective officers, directors, partners, insurance upon the Work at the Site in the amount of the full employees, agents, and other consultants and replacement cost thereof(subject to such deductible amounts subcontractors of each and any of all such additional as may be provided in the Supplementary Conditions or insureds, and the insurance afforded to these additional required by laws and Regulations). This insurance shall: insureds shall provide primary coverage for all claims covered thereby; 1. include the interests of OWNER, CONTRAC- TOR, Subcontractors, ENGINEER, ENGINF.ER's 2. include at least the specific coverages and be Consultants, and any other individuals or entities identi- written for not less than the limits of liability provided in fied in the Supplementary Conditions, and the officers, the Supplementary Conditions or required by Laws or directors, partners, employers, agents, and other Regulations, whichever is greater; consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and 3. include completed operations insurance; shall be listed as an additional insured; 4. include contractual liability insurance covering 2. be written on a Builder's Risk "all-risk" or open CONTRACTOR's indemnity obligations under para- peril or special causes of loss policy form that shall at graphs 6,07, 6.11, and 6.20; least include insm-ance for physical loss or damage to the Work, temporary buildings, false work, and materials and ' 5. contain a provision or endorsement that the equipment in transit, and shall insure against at least the coverage, afforded will not be canceled, materially following perils or causes of loss: fire, lightning, changed or renewal refused until at least thirty days prior extended coverage, theft, vandalism and malicious written notice has been given to OWNER and mischief, earthquake, collapse, debris removal, , CONTRACTOR and to each other additional insured demolition occasioned by enforcement of Laws and identified in the Supplementary Conditions to whom a Regulations, water damage, and such other perils or certificate of insurance has been issued (and the causes of loss as may be specifically required by the certificates of insurance furnished by the CONTRACTOR Supplementary Conditions; pursuant to paragraph 5.03 will so provide); 3, include expenses incurred in the repair or 6. remain in effect at least until final payment and replacement of any insured property (including but not at all times thereafter when CONTRACTOR may be limited to fees and charges of engineers and architects); 00700 - 16 4. cover materials and equipment stored at the Site at the Site, OWNER shall in writing advise CONTRACTOR or at another location that was agreed to in writing by whether or nrit such other insurance has been procured by OWNER prior to being incorporated in the Work, OWNER. provided that such materials and equipment have been included in an Application for Payment recommended by 5.07 Waiver of Rights ENGINEER: A. OWNER and CONTRACTOR intend that all policies 5, allow for partial utilization of the Work by purchased in accordance with paragraph 5.06 will protect OWNER: OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants, and all other individuals or 6. include testing and startup; and entities identified in the ;supplementary Conditions to be listed as insureds or additional insureds (and the officers, 7. be maintained in effect until final payment is directors, partners, employees, agents, and other consultants made unless otherwise agreed to in writing by OWNER, and subcontractors of each and any of them) in such policies CONTRACTOR, and ENGINEER with 30 days written and will provide primary coverage for all losses and damages notice to each other additional insured to whom a certifi- caused by the perils or causes of loss covered thereby. All cate of insurance has been issued. such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will B. OWNER shall purchase and maintain such boiler and have no rights of recovery against any of the insureds or machinery insurance or additional property insurance as may additional insureds thereunder. OWNER and CONTRAC- be required by the Supplementary Conditions or Laws and TOR waive all rights against each other and their respective Regulations which wiU include the interests of OWNER, officers, directors, partners, employees, agents, and other CONTRACTOR, Subcontractors, ENGINEER, consultants and subcontractors of each and any of them for ENGINEER's Consultants, and any other individuals or all losses and damages caused by, arising out of or resulting entities identified in the Supplementary Conditions, each of from any of the perils or causes of loss covered by such whom is deemed to have an insurable interest and shall be policies and any other property insurance applicable to the listed as an insured or additional insured. Work; and, in addition,. waive all such rights against Subcontractors, ENGINEER, ENGINEER's Consultants,and C. All the policies of insurance (and the certificates or all other individuals or entities identified in the Supplemen- other evidence thereof) required to be purchased and tary Conditions to be listed as insureds or additional insureds maintained in accordance with paragraph 5.06 will contain a (and the officers, directors, partners, employees, agents, and provision or endorsement that the coverage afforded will not other consultants and subcontractors of each and any of them) be canceled or materially changed or renewal refused until at under such policies for losses and damages so caused. None least 30 days prior written notice has been given to OWNER of the above waivers shall extend to the rights that any party and CONTRACTOR and to each other additional insured to making such waiver may have to the proceeds of insurance whom a certificate of insurance has been issued and will held by OWNER as trustee or otherwise payable tinder any contain waiver provisions in accordance with paragraph 5.07. policy so issued. D. OWNER shall not be responsible for purchasing and B. OWNER waives all rights against CONTRACTOR, maintaining any property insurance specified in this Subcontractors, ENGINEER, ENGINEER's Consultants, and paragraph 5.06 to protect the interests of CONTRACTOR, the officers, directors, partners, employees, agents, and other Subcontractors, or others in the Work to the extent of any consultants and subcontractors of each and any of them for: deductible amou nLs that are identified in the Supplementary Conditions. The risk of loss within such identified deductible 1. loss due to business interruption, loss of use, or amount will be bonne by CONTRACTOR, Subcontractors, other consequential loss extending beyond direct physical or others suffering any such loss, and if any of them wishes loss or damage to OWNER's property or the Work property insurance coverage within the limits of such caused by, arising out of, or resulting from fire or other amounts, each may purchase and maintain it at the peril whether or not insured by OWNER; and purchaser's own expense. 2, loss or damage to the completed Project or part E. if CONTRACTOR requests in writing that other thereof caused by, arising out of, or resulting from fire or special insurance be included in the property insurance other insured peril or cause of loss covered by any licies provided under paragraph 5.06, OWNER shall, if property insurance maintained on the completed Project possible, include such insurance, and the cost thereof will be or part thereof by OWNER during partial utilization charged to CONTRACTOR by appropriate Change Order or pursuant to paragraph 14.05, afar Substantial Completion Writtern Amendment. Prior to commencement of the Work ' 00700 - 17 pursuant to paragraph 14.W, or after final paymew of such party by the Contract Docuute.nts, siich party shall purstuwt to paragraph 14.07, notify the other party in writing of such failure to purchase prior to the set►n of tic Work, or of such failure to maintain C. Any insurance policy maintained by OWNER cciver- prior to any change in the required coverage. Without ing any loss, damage or consequential loss referred to in prejudice to any other right or remedy, the other parry may paragraph 5.07.13 shall contain provisions to the effect that in elect to obtain equivalent Bonds or insurance to protect such the event of payment of any such loss, damage, or other party's interests at the expense of the party who was , consequential loss, the insurers will have no rights of required to provide such coverage, and a Clumge Order shall recovery against CONTRACTOR, Subcontractors, be issued to adjust the Contract Price accordingly. ENGINEER, or ENGDMM's Consultants and die officers, diremrs, partners, employers, agents, and other consultant., 5.10 Partial Utilization, Acknowledgment of Property and subcontractors of each and any of them. Insurer 5.08 Receipt and Application of Insurance Proceeds A. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial A. Any insured loss under the policies of insurance Completion of all the Work as provided in paragraph 14.05, required by paragraph 5.06 will be adjusted with OWNER no such use or occupancy shall commence before the insurers and made payable to OWNER as fiduciary for the insureds, providing the property insurance pursuant to paragraph 5.06 as their interests may appear, subject to the requirements of have acknowledged notice thereof and in writing effected any any applicable mortgage clause and of paragraph 5.08.13. changes in coverage necessitated thereby. The insurers OWNER shall deposit in a separate account any money so providing the property insurance shall consent by endorse- received and shall distribute it in accordance with such agree- ment on the policy or policies, but the property instirance ment as the parties in interest may reach. If no other special shall not be canceled or permitted to lapse on account of any agreement is reached, the damaged Work shall be repaired or such partial use or occupancy. replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. ARTICLE 6 . CONTRACTOR'S RESPONSIBILITIES B. OWNER as fiduciary shall have power to adjust and r settle any loss with the insurers unless one of the parties in 6.01 Supervision and Superintendence interest shall object in writing within 15 days after the occurrence of loss to OWNER's exercise of this power. If A. CONTRACTOR shall supervise, inspect, and direct such objection be made, OWNER as fiduciary shall make tie Work competently and efficiently, devoting such attention settlement with the insurers in accordance with such diereto and applying such skills and expertise as may be agreement as the partics in interest may reach. If no such necessary to perform the Work in accordance with the agreement among the parties in interest is reached, OW14ER Contract Documents. CONTRACTOR shall be solely as fiduciary shall adjust and settle the loss with the insurers responsible for the means, method,, techniques, sequences, and, if required in writing by any party in interest, OWNER and procedues of construction, but CONTRACTOR shall as fiduciary shall give bond for the proper performance of not be responsible for the negligetice of OWNER or such duties. ENGINEER in due design or spx:cification of a specific means, method, technique, sequence, or procedure of 5.09 Acceptance of Bonds and Insurance; Option to constniction which is shown or indicated in and expressly Replace required by the Contract Document,. CONTRACTOR shall be responsible to see that die completed Work complies , A. If either OWNER or CONTRACTOR has any accurately with die Contract Documents, objection to the coverage afforded by or other provisions of the Bonds or insurance required to be purchased and B. At all times during the progress of the Work, maintained by the other parry in accordance with Article 5 on CONTRACTOR shall assign a competent resident superin- the basis of non-conformance with the Contract Documents, icndent thereto who shall not be replaced without written the objecting parry shall so notify the other party in writing notice to OWNER and ENGINEER except under within 10 days after receipt of the certificates (or other extraordinary circumstances. The superintendent will be evidence requested) required by paragraph 2.05.C. OWNER CONTRACTOR's representative at the Site and shall have and CONTRACTOR shall each provide to the other such authority to act on behalf of CONTRACTOR. All additional information in respect of insurance provided as the communications given to or received from the superintendent other may reasonably request. If either parry does not shall be binding on CONTRACTOR. purchase or maintain all of the Bonds and insurance required 007CX) - 18 6.02 Labor; Working Hours any provisions of the General Requirements applicable thereto. A. CONTRACTOR shall provide competent, suitably b qualified personnel to survey, lay out, and construct the 2. Proposed adjustments in the progress schedule Work as required by the Contract Documents. CON- that will change the Contract Times (or Milestones) shall TRACTOR shall at all times maintain good discipline and be submitted in accordance with the requirements of order at the Site. Article 12. Such adjustments may only be made by a Change Order or Written Amendment in accordance with B. Except as otherwise required for the safety or Article 12. protection of persons or the Work or property at the Site or ' adjacent thereto, and except as otherwise stated in the 6.05 Substitutes and "Or-Equals" Contract Documents, all Work at the Site shall be performed during regular working hours, and CONTRACTOR well not A. Whenever an item of material or equipment is permit overttrne work or the performance of Work on specified or described in the Contract Documents by using Saturday, Sunday, or any legal holiday without OWNER's the name of a proprietary item or the name of a particular written consent (which will not be unreasonably withheld) Supplier, the specification or description is intended to given after prior written notice to ENGINEER. establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed 6.03 Services, Materials, and Equipment by words reading that no like, equivalent, or "or-equal" item or no substinition is permitted, other items of material or A. Unless otherwise specified in the General Re- equipment or material or equipment of other Suppliers may quirements, CONTRACTOR shall provide and assume full be submitted to ENGINEER for review under the circum- responsibilitty for all services, materials, equipment, labor, stances described below. transportation, construction equipment and machinery, tools, appliances, fuel, power, light, beat, telephone, water, 1. "Or-Equal" items; If in ENGINEER's sole sanitary facilities, temporary facilities, and all other facilities discretion an item of material or equipment proposed by and incidentals necessary for the performance, testing, CON'T'RACTOR is functionally equal to that named and start-up, and completion of the Work. sufficiently similar so that no change in related Work will he required, it may be considered by ENGINEER as an B. All materials and equipment incorporated into the "or-equal" item, in which case review and approval of ' Work shall be as specified or, if not specified, shall be of the proposed item may, in ENGINEER's sole discretion, good quality and new, except as otherwise provided in the be accomplished without compliance with some or all of Contract Documents. All warranties and guarantees the requirements for approval of proposed substitute specifically called for by the Specifications shall expressly items. For the purposes of this paragraph 6.05.A.1, a run to the benefit of OWNER. If required by ENGINEER, proposed item of material or equipment will be CONTRACTOR shall furnish satisfactory evidence considered functionally equal to an item so named if: (including reports of required tests) as to the source, kind, ' and quality of materials and equipment. All materials and a. in the exercise of reasonable judgment equipment shrill be stored, applied, installed, connected, ENGINEER determines that: (i) it is at least equal in erected, protected, used, cleaned, and conditioned in quality, durability, appearance, strength, and design accordance with instructions of the applicable Supplier, characteristics; (ii) it will reliably perform at least except as otherwise may be provided in the Contract Docu- equally well the function imposed by the design ments. concept of the completed Project as a functioning whole, :rid; 6.04 Progress Schedule b. CONTRACTOR certifies that: (i) there is no A. CON'T'RACTOR shall adhere to the progress schedule increase ui cost to the OWNER; and (ii) it will established in accordance with paragraph 2.07 as it may be conform substantially, even with deviations, to the adjusted from time to time as provided below, detailed requirements of the item named in the Contract Documents. 1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragraph 2.07) 2. Substitute Items proposed adjustments in the progress schedule that will not result in changing the Contract Times (or Milestones). a. If in ENGINEER's sole discretion an item of ' Such adjustments will conform generally to the progress material or equipment proposed by CONTRACTOR schedule then in effect and additionally will comply with dons nct qualify as an "or-equal" item under 00700 - 19 paragraph 6.05.A.I, it will lie considered a proposed required by the Contract Documents, CONTRACTOR may substitute item. furnish or utilize a substitute means, methM, technique, sequence, or procedure of construction approved by ENGI- 1 b. CONTRACTOR shall submit sufficient NEF.R. CONTRACTOR shall submit sufficient information information as provided below to allow ENGINEER to allow ENGINEER, in ENGINEER's sole discretion, to to determine that the item of material ur equipment determine that the substitute proposed is equivalent to that proposed is essentially equivalent to that named and expressly called for by the Contract Documents. The proce- an acceptable substitute therefor. Requests for dure for review by ENGINEER will be similar to that review of proposed substitute items of material or provided in subparagraph 6.05.A.2. equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. C. Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or c. The procedure for review by ENGINEER submittal made pursuant to paragraphs 6.05.A and 6.05.8. will be as set forth in paragraph 6.05.A.2.d, as ENGINEER will be the sole judge of acceptability. No supplemented in the General Requirements and as "or-equal" or substitute will be ordered, installed or utilized ENGINEER may decide, is appropriate under the until ENGINEER's review is complete, which will be circumstances. evidenced by either a Change Order for a substitute or an approved Shop Drawing for w "or equal." ENGINEER will d. CONTRACTOR shall first make written advise CONTRACTOR in writing of any negative application to ENGINEER for review of a proposed determination. substitute item of material or equipment that CONTRACTOR seeks to furnish or use. Tbc D. Special Guarantee: OWNER may require CON- application shall certify that the proposed substitute 'TRACTOR to furnish at CONTRACTOR's expense a special item will perform adequately the functions and performance guarantee or other surety with respect to any achieve the results called for by the general design, substitute. be similar in substance to that specified, and be suited to the same use as that specified. The application E. ENGINEER's Cost Reimbursement: ENGINEER will will state the extent, if any, to which the use of the record time required by ENGINEER and ENGINEER's proposed substitute item will prejudice Consultants in evaluating substitute proposed or submitted by CONTRACTOR's achievement of Substantial CONTRACTOR pursuant to paragraphs 6.05.A.2 and 6.05.8 Completion on time, whether or not use of the and in making changes in the Contract Documents (or in the proposed substitute item in the Work will require a provisions of any other direct contract with OWNER for change in any of the Contract Documents (or in the work on the Project) occasioned thereby. Whether or not provisions of any other direct contract with OWNER ENGINEER approves a substitute item so proposed or for work on the Project) to adapt the design to the submitted by CONTRACTOR, CONTRACTOR shall proposed substitute item and whether or not reimburse OWNER for the charges of ENGINEER and incorporation or use of the proposed substitute item ENGINEER's Consultants for evaluating each such proposed in connection with the Work is subject to payment of substitute. any license fee or royalty, All variations of the pro- posed substitute item from that specified will be F. C'OM 4CTOR's Expense: CONTRACTOR shall identified in the application, and available provide all daui in support of any proposed substitute or engineering, sales, maintenance, repair, and "or-equal" at CONTRACTOR's expense. replacement services will bc: indicated. The application will also contain an itemized estimate of 6.06 Concerning Subcontractors, Suppliers, and Others all costs or credits that will result directly or indi- rectly from use of such substitute item, including A, CONTRACTOR shall not employ any Subcontractor, costs of redesign and claims of other contractors Supplier, or other individual or entity (including those ' affected by any resulting change, all of which will be acceptable to OWNER as indicated in paragraph 6.06.13), considered by ENGINEER in evaluating the proposed whether initially or as a replacement, against whom OWNER substitute item. ENGINEER may require CON- may have reasonable objection. CONTRACTOR shall not be TRACTOR to furnish additional data about the pro- required to employ any Subcontractor, Supplier, or other posed substitute item. individual or entity to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. B. Substitute Construction Methods or Procedures: If a specific means, methcA, technique, sequence, or procedure C, If the Supplementary Conditions require the identity of construction is shown or indicated in and expressly of certain Subcontractors, Suppliers, or other individuals or 00700 . 20 7i entities to be submitted to OWNER in advance for acceptance or Supplier which specifically binds the Subcontractor or by OWNER by a specified date prior to the Effective Date of Supplier to the applicable terms and conditions of the the Agreement, and if CONTRACTOR has submitted a list Contract Documents for the benefit of OWNER and thereof in accordance with the Supplementary Conditions, ENGINEER. Whenever any such agreement is with a ' OWNER's acceptance (either in writing or by failing to make Subcontractor or Supplier who is listed as an additional written objection thereto by the date indicated for acceptance insured on the property insurance provided in paragraph or objection in the Bidding Documents or the Contract 5.06, the agreement between the CONTRACTOR and the Documents) of any such Subcontractor, Supplier, or other Subcontractor or Supplier will contain provisions whereby individual or entity so identified may be revoked on the basis the Subcontractor or Supplier waives all rights against of treasonable objection afar due investigation. CON- OWNER, CONTRACTOR, ENGINEER, ENGINEER's TRACTOR shall submit an acceptable replacement for the Consultants, and all other individuals or entities identified in rejected Subcontractor, Supplier, or other individual or the Supplementary Conditions to be listed as insureds or entity, and the Contract Price will be adjusted by the differ- additional insureds (and the officers, directors, partners, ence in the cost occasioned by such replacement, and an employees, agents, and other comultants and subcontractors appropriate Change Order will be issued or Written of each and any of them) for all losses and damages caused Amendment signed. No acceptance by OWNER of any such by, arising out of, relating to, or resulting from any of the Subcontractor, Supplier, or other individual or entity, perils or causes of loss covered by such policies and any whether initially or as a replacement, shall constitute a other property insurance applicable to the Work. If the waiver of any right of OWNER or ENGINEER to reject insurers on any such policies require separate waiver forms defective Work. to be signed by any Subcontractor or Supplier, CONTRAC- TOR will obtain the same. C. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the 6.07 Patent Fees and Royalties Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as A. CONTRACTOR shall pay all license fees and CONTRACTOR is responsible for CON'IRACTOR's own royalties and assume all costs incident to the use in the ,,,,acts and omissions. Nothing in the Contract Documents shall performance of the Work or the incorporation in the Work of create for the benefit of any such Subcontractor, Supplier, or any invention, design, process, product, or device which is other individual or entity any contmcnW relationship between the subject of patent rights or copyrights held by others. If OWNER or ENGINEER and any such Subcontractor, a particular invention, design, process, product, or device is Supplier or other individual or entity, nor shall it create any specified in the Contract Documents for use in the obligation on the part of OWNER or ENGINEER to pay or performance of the Work and if to the actual knowledge of to see to the payment of any moneys due any such Subcon- OWNER or ENGINEER its use is subject to patent rights or tractor, Supplier, or other individual or entity except as may copyrights calling for the payment of any license fee or otherwise be required by Laws and Regulations, royalty to others, the existence of such rights shall be disclosed by OWNER in the Contract Documents. To the D. CONTRACTOR shall be solely responsible for fullest extent permitted by Laws and Regulations, scheduling and coordinating the Work of Subcontractors, CONTRACTOR shall indemnify and bold harmless Suppliers, and other individuals or entities performing or OWNER, ENGINEER, ENGINEER's Consultants, and the furnishing any of the Work under a direct or indirect contract officers, directors, partners, employees or agents, and other with CONTRACTOR. consultants of each and any of them from and against all claims, costs, losses, and damages (including but not limited E. CONTRACTOR shall require all Subcontractors, to all fees and charges of engineers, architects, attorneys, and Suppliers, and such outer individuals or entities performing other professionals and all court or arbitration or other or furnishing any of the Work to communicate with ENGI- dispute resolution costs) arising out of or relating to any NEER through CONTRACTOR, infringement of patent rights or copyrights incident to the use in the performance' of the Work or resulting from the ' F. The divisions and sections of the Specifications and incorporation in the Work of any invention, design, process, the identifications of any Drawings shall not control product, or device not specified in the Contract Documeuts. CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any 6.08 Permits specific trade. A. Unless otherwise provided in the Supplementary G. All Work performed for CONTRACTOR by a Conditions, CONTRACTOR shall obtain and pay for all Subcontractor or Supplier will be pursuant to an appropriate construction permits and licenses. OWNER shall assist agreement between CONTRACTOR and the Subcontractor CONTRACTOR, when necessary, in obtaining such permits 00700 - 21 r and licenses. CONTRACTOR shall pay all povcmmctutal unreasonably encumber the Site and other areas with charges and inspection fees necessary for the prosecution of construction equipment or other materials or equipment. the Work which are applicable at the time of op ruing of Bids, CONTRACTOR shall assume full responsibility for any or, if there are no Bids, on the Effective Date of the damage to any such land or area, or to the owner or Agreement. CONTRACTOR shall pay all charges of utility occupant thereof, or of any adjacent land or areas owners for connections to the Work, and OWNER shall pay resulting from the performance of the Work. all charges of such utility owners for capiud costs related thereto, such as plant investment fees, 2. Should any claim be made by any such owner or occupant because of the performance of the Work, 6.09 Laws and Regulations CONTRACTOR shall promptly xttle with such other party by negotiation or otherwise resolve the claim by A. CONTRACTOR shall give all notices and comply arbitration or other dispute resolution proceeding or at with all Laws and Regulations applicable to the performance law. of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor 3. To the fullest extent permitted by Jaws and ENGINEER shall be responsible for monitoring Regulations, CONTRACTOR shall indemnify and hold CONTRACTOR's compliance with any Laws or Regulations. harmless OWNER, ENGINEER, ENGINEER's Consultant, and the officers, directors, partners, B. If CONTRACTOR performs any Work knowing or employees, agents, and other consultants of each and any having reason to know that it is contrary to Laws or of them from and against all claim,, costs, losses, and Regulations, CONTRACTOR shall bear all claims, costs, damages (including but not limited to all fees and charges losses, and damages (including but not limited to all fees and of engineers, architects, attorneys, and other professionals cbarges of engineers, architects, anorneys, and other and all court or arbitration or other dispute resolution professionals and all court or arbitration or other dispute costs) arising out of or relating to any claim or action, resolution costs) arising out of or relating to such Work; legal or equitable, brought by any such owner or occupant however, it shall not be CONTRACTOR's primary against OWNER, ENGINEER, or any other parry responsibility to make certain that the Specifications and indemnified hereunder to the extent caused by or based Drawings are in accordance with Laws and Regulations, but upon CONTRACTOR's performance of the Work. this shall not relieve CONTRACTOR of CONTRACTOR's obligations under paragraph 3.03. B, Removal of Debris During Performance of the Work: During the progress of the Work CONTRACTOR shall keep C. Changes in Laws or Regulations not known at the the Site and other areas free from accumulations of waste time of opening of Bids (or, on the Effective Date of the materials, rubbish, and other debris. Removal and disposal Agreement if there were no Bids) having an effect on the cost of such waste materials, rubbish, and other debris shall con- or time of performance of the Work may be the subject of an form to applicable Laws and Regulations. adjustment in Contract Price or Contract Times, If OWNER and CONTRACTOR are unable to agree on entitlement to or C. Cleaning: Prior to Substantial Completion of the on the amount or extent, if any, of any such adjustment, a Work CONTRACTOR shall clean the Site and make it ready Claim may be trade therefor as provided in paragraph 10.05. for utilization by OWNER. At the completion of the Work CONTRACTOR shall remove from the Site all tools, 6.10 Taxes appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all A. CON'TRACT'OR shall pay all sales, consumer, use, property not designated for alteration by the Contract and other similar taxes required to be paid by CONTRAC- Documents. ' TOR in accordance with the Laws and Regulations of the place of the Project which are applicable during the D. Loading Structures: CONTRACTOR shall not load performance of the Work. nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall ' 6.11 Use of Site and Other Areas CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it, A. Limitation on Use of Site and Other Areas 6.12 Record Documents 1. CONTRACTOR shall confine construction equipment, the storage of materials and equipment, and A. CONTRACTOR shall maintain in a safe place at the ' the operations of workers to the Site and other areas Site one record copy of all Drawings, Specifications, permitted by Laws and Regulations, and shall not Addenda, Written Amendments, Change Orders, Work 00700 - 22 ' Change Directives, Field Orders, and written interpretatiom responsibilities for rafcty and for protection of the Work shall and clarifications in gtxxl order and annotated to shuw continue until such time as all the Work is completed and changes made during consmicaon. 'Chess, record doe.uments ENGINEER has issued a notice to O"NNER and together with all approved Samples and a counterpart of all CONTRACTOR in accordance with paragraph 14.07.B that approved Shop Drawings will be available to ENGINEER for the Work is acceptable, (except ;Ls otherwise expressly reference. Upon completion of the Work, these record provided in connection with Substantial Completion). documents, Samples, and Sbop Drawings will be delivered to ENGINEER for OWNER. 6.14 Safety Representative 6.13 Safety and Protection A. CONTRACTOR shall designate a qualified and experienced safety representative at the Site whose duties and A. CONTRACTOR shall be solely responsible for responsibilities shall be the prevention of accidents and the iaidating, maintaining and supervising all safety precautions maintaining and supervising of safety precautions and and programs in connection with the Work. CONTRACTOR programs. shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage 6.15 Hazard Communication Programs injury or loss to; A. CONTRACTOR shall be responsible for coordinating 1. all persons on the Site or who may be affected any exchange of material safety data sheets or other hazard by the Work; communication information required to be made available to or exchanged between or among employers at the Site in 2. all the Work and materials and equipment to be accordance with Laws or Regulations. incorporated therein, whether in storage on or off the Site; and 6.16 Emergencies 3. other property at the Site or adjacent thereto, A. In emergencies affecting the safety or protection of including trees, shrubs, lawns, walks, pavements, persons or the Work or property at the Site or adjacent roadways, structures, utilities, and Underground Facilities thereto, CONTRACTOR is obligated to act to prevent not designated for removal, relocation, or replacement in threatened damage, injury, or loss. CONTRACTOR shall the course of construction. give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or B. CONTRACTOR shall comply with all applicable variations from the Contract Documents have been caused Laws and Regulations relating to the safety of persons or thereby or are required as a result thereof. If ENGIIrNEER property, or to the protection of persons or property from determines that a change in the Contract Documents is damage, injury, or loss; and shall erect and maintain all required because of the action taken by CONTRACTOR in necessary safeguards for such safety and protection. response to such an emergency, a Work Change Directive or CONTRACTOR shall notify owners of adjacent property and Change Order will be issued. of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate 6.17 Shop Drawings and Samples with them in the protection, removal, relocation, and replacement of their property. All damage, injury, or loss to A. CONTRACTOR shall submit Shop Drawings to ' any property referred to in paragraph 6.13.A.2 or 6.13.A.3 ENGINEER for review and approval in accordance with the caused, directly or indirectly, in whole or in pan, by CON- acceptable schedule of Shop Drawings and Sample TRACTOR, any Subcontractor, Supplier, or any other submittals. All submittals will be identified as ENGINEER individual or entity directly or indirectly employed by ar.ry of may require and in the number of copies specified in the them to perform any of the Work, or anyone for whose acts General Requirements. The data shown on Oe Shop any of them may be liable, shall be remedied by Drawings will be complete with respect to quantities, dimen- CONTRACTOR (except damage or loss attributable to the sions, specified performance and design criteria, materials, fault of Drawings or Specifications or to the acts or and similar data to show ENGINEER the services, materials, omissions of OWNER or ENGINEER or ENGINEER's Con- and equipment CONTRACTOR proposes to provide and to sultant, or anyone employed by any of them, or anyone for enable ENGINEER to review the information for the limited whose acts any of them may be liable, and not attributable, purposes required by paragraph 6,17.E. irectly or indirectly, in whole or in part, to the fault or egligence of CONTRACTOR or any Subcontractor, 13, CONTRACTOR shall also submit Samples to Supplier, or other individual or entity directly or indirectly ENGINEER for review and approval in accordance with the employed by any of them). CONTRACTOR's duties and acceptable schedule of Shop Drawings and Sample 00700 23 r submittals. Each Sample will be identified clearly as to Drawing and Sample submitted to ENGINEER for review tuaterial, Supplier, pertinent data such as catalog numbers, and approval of each such variation. and the use for which intended and otherwise as ENGINEER may require to enable ENGINEER to review the submittal E. ENGINEER's Review for the limited purposes required by paragraph 6.17.E. The ntuabers of each Sample to be submitted will be as specified 1. ENGINEER will timely review and approve in the Specifications. Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals C. Where a Shop Drawing or Sample is required by the acceptable to ENGINEER. ENGINEER's review and Contract Documents or the schedule of Shop Drawings and approval will be only to determine if the items covered by Sample submittals acceptable to ENGINEER as required by the submittals will, after installation or incorporation in paragraph 2.07, any related Work performed prior to the Work, conform to the information giveu in the ENGINM's review and approval of the pertinent submittal Contract Documents and be compatible with the design will be at the sole expense and responsibility of concept of the completed Project as a functioning whole CONTRACTOR. as indicated by the Contract Documents. D. Submittal Procedures 2. ENGINEER's review and approval will not extend to means, methods, techniques, sequences, or 1. Before submitting each Shop Drawing or Sample, procedures of construction (except where a particular CONTRACTOR shall have determined and verified; means, method, technique, sequence, or procedure of cow-wauction is specifically and expressly called for by the a. all field measurements, quantities, dimen- Contract Documents)or to safety precautions or programs sions, specified performance criteria, instillation incident thereto. The review and approval of a separate requirements, materials, catalog numbers, and item as such will not indicate approval of the assembly in similar information with respect thereto; which the item fiincdons. b. all materials with respect to intended use, 3. ENGINEER's review and approval of Shop fabrication, shipping, handling, storage, assembly, Drawings or Samples shall not relieve CONTRACTOR and installation pertaining to the performance of the from responsibility for any variation from the require- Work; meats of the Contract Documents unless CONTRACTOR has in writing called ENGINEER's attention to each such c. all information relative to means, methods, variation at the time of each submittal as required by techniques, sequences, and procedures of construe- paragraph 6.17.D.3 and ENGINEER has given written tion and safety precautions and programs incident approval of each such variation by specific written thereto; and notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval d. CONTRACTOR shall also have reviewed by ENGINEER relieve CONTRACTOR from and coordinated each Shop Drawing or Sample; with responsibility for complying with the requirements of ' other Shop Drawings and Samples and with the paragraph 6.17.D.1. requirements of the Work and the Contract Docu- ments. F. Resubminal Procedures 2. Each submittal shall bear a stamp or specific 1. CONTRACTOR shall make corrections required written indication that CONTRACTOR has satisfied by ENGINEER and shall return the required number of CONTRACTOR's obligations under the Contract corrected copies of Shop Drawings and submit as Documents with respect to CONTRACTOR's review and required new Samples for review and approval. CON- approval of that submittal. TRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGI- 3. At the time of each submittal, CONTRACTOR NEER on previous submittals. shall give ENGINEER specific written notice of such variations, if any, that the Shop Drawing or Sample 6.18 CAntinuing the Work submitted may have from the requirements of the Contract Documents, such notice to be in a written com- A. CONTRACTOR shall carry on the Work and adhere munication separate from the submittal; and, in addition, to the progress schedule during all disputes or disagreements ' shall cause a specific notation to be made on each Shop with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except 00700 - 24 as permitted by paragraph 15.04 or is OWNER and and against all claims, costs, losses, and damages (including CONTRACTOR may otherwise agree in writing, but not limited to all fees and charges of engineers, architects, anornrys, and other professionals and all court or 6.19 CONTRACTOR's General Warranty and Guarantee arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any A. CONTRACTOR warrants and guarantees to such claim, cost, loss, or damage: OWNER, ENGINEER, and ENGINEER's Consultants that all Work will be in accordance with die Contract Documents 1, is attributable to bodily injury, sickness, disease, and will not be defective. CONTRACTOR's warranty and or death, or to injury to or destruction of tangible guarantac hereunder exrludes defects or damage caused by: property (other than the Work itself), including the loss of use resulting therefrom; and 1. abuse, modification, or improper maintenance or operation by persons other than CONTRACTOR, Sub- 2. is caused in whole or in part by any negligent act contractors. Suppliers, or any other individual] or entity or omission of CON'T'RACTOR, any Subcontractor, any for whom CONTRACTOR is responsible; or Supplier, or.arry individual or entity directly or indirectly employed by any of them to perform any of the Work or 2. normal wear and tear under normal usage. anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any B. CONTRACTOR's obligation to perform and negligence or omission of an individual or entity indem- complete the Work in accordance with the Contract nified hereunder or whether liability is imposed upon such Documents shall be absolute. None of the following will indenulified patty by laws and Regulations regardless of constitute an acceptance of Work that is not in accordance the negligence of any such individual or entity. with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in E. In any and all claims against OWNER or ENGINEER accordance with the Contract Documents: or any of their respective wnsultants, agents, officers, directors, partners, or employees by any employee (or the 1. observations by ENGINEER; survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, or any 2. recommendation by ENGINEER or payment by individual or entity directly or indirectly employed by any of OWNER of any progress or final payment; them to 1 erform any of the Work, or anyone for whose acts any of t em may be liable, the Indemnification obligation 3. the issuance of a certificate of Substantial under paragraph 6.20,A shall not be limited in any way by Completion by ENGINEER or any payment related any lira •ation on the amount or type of damages, thereto by OWNER; compensa ion, or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier, or other individual or 4. use or occupancy of[tie Work or any pan thereof entity under workers' compensation acts, disability benefit by OWNER; acts, or other employee benefit acts. 5. any acceptance by OWNER or any failure to do C. The indemnification obligations of CONTRACTOR so; under paragraph 6.20.A shall not extend to the liability of ENGINEER and ENGINEER's Consultants or to the 6. any review and approval of a Shop Drawing or officers, directors, partners, employees, agents, and other Sample submittal or the issuance of a notice of accrptabil. consultants and subcontractors of each and any of them ity by ENGINEER; arising out of: 7. any inspection, test, or approval by others; or 1, the preparation or approval of, or the failure to prepare or approve, maps, Drawings, opinions, reports, 8. any correction of defective Work by OWNER, surveys, Change Orders, designs, or Specifications; or 6.20 Indemnification 2. giving directions or instructions, or failing to give thern, if that is the primary cause of the injury or A. To the fullest extent permitted by Laws and Regula- damage. ions, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them from 00700 - 25 M ARTICLE 7 - OTHER WORK 7.112 Coordination A. If OWNER intends to contract with others for the 7.01 Related Work at Site performance of other work on the Project at the Site, the following will be sat forth in Supplementary Conditions:A. OWNER may perform other work related to the Project at the Site by OWNER's employers, or let other 1. the individual or entity who will have authority direct contracts therefor, or have other work performed by anti responsibility for coordination of the activities among utility owners. If such other work is not noted in the Con- the various contractors will be identified; tract Documents, then: 2. the specific matters to be covered by such 1, written notice thereof will be given to CON- authority and responsibility will be itemized; and TRACTOR prior to starting any such other work; and 3, the extent of such authority and responsibilities 2, if OWNER and CONTRACTOR are unable to will be provided, agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Tunes B. Unless otherwise provided in the Supplementary that should be allowed as a result of such other work, a Conditions, OWNER shall have sole authority and respon- Claim may be made therefor as provided in paragraph sibility for such coordination. 10.05. B. CONTRACTOR shall afford each other contractor ARTICLE 8 - OWNER'S R.ESPONSIBILITTES who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is performing the other work with OWNER's employees) proper and safe access to the Site and 8.01 Ca»ununications to Contractor a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other A. Except as otherwise provided in these General Condi- work and shall properly coordinate the Work with theirs. bons, OWNER shall issue all communications to Unless otherwise provided in the Contract Documents, CON- CONTRACTOR through ENGINEER. TRACTOR shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise, 8.02 Replacement of ENGINEER make its several parts come together and properly integrate with such other work. CONTRACTOR shall not endanger A. In case of termination of the employment of ENGI- any work of others by cutting, excavating, or otherwise NEER., OWNER shall appoint an engineer to whom , altering their work and will only cut or alter their work with CONTRACTOR makes no reasonable objection, whose status the written consent of ENGINEER and the others whose under the Contract Documents shall be that of the former work will be affected. The duties and responsibilities of ENGINEER. CONTILhCTOR under this paragraph are for the benefit of such utility owners and otter contractors to the extent that 8.03 Furnish: Data there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER A. OWNER shall protnpdv furnish the data required of and such utility owners and other contractors. OWNER under the Contract Documents. C, if the proper execution or results of any part of 8.04 Pay Promptly Whet Due CONTRACTOR's Work depends upon work performed by others under this Article 7, CONTRACTOR shall inspect A. OWNER shall make payments to CONTRACTOR such outer work and promptly report to ENGINEER in promptly when they are due as provided in paragraphs writing any delays, defects, or deficiencies in such other 14.02.0 and MOTC. ' work that render it unavailable or unsuitable for the proper execution and results of CONTRgCTOR's Work. 8.05 Lands and Easements; Reports and Tests CONTRACTOR's failure to so report will constitute an acceptance of such other work as fit and proper for A. OWNER's duties in respect of providing lands and integration with CONTRACTOR's Work except for latent casements and providing engineering swveys to establish defects and deficiencies in such other work. reference points are set forth in paragraphs 4.01 and 4.05. Paragraph 4.02. refers to OWNER's identifying and snaking available to CON'T'RACTOR copies of reports of explorations 00700 - 26 and tests of subsurface cottditionti and drawings of physical APMCLE 9 - ENGINEER'S STATUS DURING conditions in or relating to existing surf,ict.. or subsurface CONSTRUCTION structures at or contiguous to the Site that have teen utilized by ENGINEER in preparing the Contract Documents. 9.01 OWNER'S Representative 8.06 Insurance A. ENGINEER will be OWNER's representative during A. OWNER's responsibilities, if any, in respect to pur- the construcdon period. The duties and responsibilities and chasing and maintaining liability and property insurance are the limitations of authority of ENGINEER as OWNER's set forth in Article 5. representative during construction are set forth in the Contract Documents and will not be changed without written 8.07 Change Orders consent of OWNER and ENGINEER. A. OWNER is obligated to execute Change Orders as 9.02 Visits to Site indicated in paragraph 10.03. A. ENGINEER will make visits to the Site at intervals I 8.08 Inspections, Tests, and Approvals appropriate to the various stages of eonstiuction as ENGINEER deems necessary in order to observe as an A. OWNER's responsibility in respect to certain inspec- experienced and qualified design professional the progress dons, tests, and approvals is set forth in paragraph 13.03.B, that has been tnade and the quality of the various aspects of CONTRACTOR's executed Work. Based on information 8.09 Limitations on OWNER's Responsibilities obtained during such visits and observations. ENGINEER, for the benefit of OWNER, will determine, in general, if the A. The OWNER shall not supervise, direct, or have Work is proceeding in accordance with the Contract control or authority over, nor be responsible for, Documents. ENGINEER will not be required to snake CONTRACTOR'S means, methods, techniques, sequences, exhaustive or continuous inspections on the Site to check the or procedures of construction, or the safety precautions and quality or quantity of the Work. ENGINEER's efforts will programs incident thereto, or for any failure of CON- be directed toward providing for OWNER a greater degree TRACTOR to comply with ]Laws and Regulations applicable of confidence that the completed Work will coaform to the performance of the Work. OWNER will not be generally to the Contract Documents. On the basis of such responsible for CONTRACTOR's failure to perform [lie visits and observations, ENGINEER will keep OWNER Work in accordance with the Contract Documents, informed of the progress of the Work and will endeavor to guard OW14ER against defective Work. 8.10 Undisclosed Hazardous Environmental Condition B. ENGINEER's visits and Observations are subject to A. OWNER's responsibility in respect to an undisclosed all the limitations on ENGINEER's authority and Hazardous Environmental Condition is set forth in paragraph responsibility set forth in paragrapb 9.10, and particuJuly, 4.06, but without limitation, during or as a result of ENGINEER► visits or observations of CONTRACTOR's Work 8.11 Evidence of Financial Arrangements ENGINEER will not supervise., direct, control, or have authority over or be responsible foi- CONTRACTOR's A. If and to the extent OWNER has agreed to furnish means, methods, tccWques, sequences, or procedures of CONTRACTOR reasonable evidence that fui racial construction, or the safety precautions and programs incident arrangements have been made to satisfy OWNER'S thereto, or for any failure of CONTRACTOR to comply with obligations under the Contract Documents, OWNER's laws and Regulations applicable to the performance of the responsibility in respect thereof will be as set forth in the Work, Supplementary Conditions. 9.03 Project Representative A. If OWNER and ENGINEER agree.., ENGINEER will furnish a Resident Project Representative to assist ENGINEER in providing more extensive observation of the Work. The responsibilities and authority and limitations ' thereon of any such Resident Project Representative and assistants will be as provided in paragraph 9.10 and in the Supplementary Conditions, If OWNER designates another r00700 - 27 representative or agent to represent OWNI:R at tltc Site who It In couriectaun with ENGI,NLE'R's .authority as to is not ENGINEER's Consultant, agent or employee, the Chang Orders, see Articles 10, 11, and 12, responsibilides and authority and limitations thereon of such other individual or entity will be as provided in the Supple- C. In connection with ENGiNEER's authority as tc mentary Conditions. Applications for Payment, scc Article 14. 9.04 Clarifications and Intetpretations 9.011 Determinations for Unit Price Work A. ENGINEER will issue with reasonable promptness A. ENGINEER will determine the actual quantities and such written clarifications or interpretations of the require- classifications of Unit Price Work performed by ments of the Contract Documents as ENGINEER may deter- CONTRACTOR. ENGINEER will review with CON- thine necessary, which shall be consistent with the intent of TRACTOR the ENGINEER's preliminary determinations on and reasonably inferable from the Contract Documents, Surh such smatters before rendering a written decision thereon (by written clarifications and interpretations will be, binding on recommendation of an Application for Payment or OWNER and CONTRACTOR. If OWNER and CON- otherwise.). ENGINEER's written decision thereon will be TRACTOR arc unable to agree on entitlement to or on the final and binding (except as modified by ENGINEER to amount or extent, if any, of any adjustment in the Contract reflect changed factual conditions or more accurate data) Price or Contract Times, or both, that should be allowed as upon OWNER art CONTRACTOR, subject to the a result of a written clarification or interpretation, a Claim provisions of paragraph 10.05. may be made therefor as provided in paragraph 10.05. 9.09 Decisions on Requirements of Contract Documents 9.05 Authorized Variation.; in Wont and Acceptability of Work A. ENGINEER may authori7.e minor variations in the A. ENGINEER will be the initial interpreter of the Work from the requirements of the Contract Documents requirements of the Contract Documents and judge of the which do not involve an adjustment in the Contract Price or acceptability of the Work thereunder. Claims, disputes and the Contract Times and arc compatible with the design other matters relating to the acceptability of the Work, the concept of the completed Project as a functioning whole as quantities and classifications of Unit Price Work, the indicated by the Contract Documents. These may be interpretation of the requirements of the Contract Documents accomplished by a Field Order and will be binding on pertaining to the performance of the Work, and Claims OWNER and also on CONTRACTOR, who shall perfomi seeking changes in the Contract Price.or Contract Times will the Work involved promptly. If OWNER. and CONTRAC- be referred initially to ENGINEER in writing, in accordance TOR are unable to agree on entitlement to or on the amount with the provisions of paragraph 10.05, with a request for a or extent, if any, of any adjustment in the Contract Price or formal decision. Contract Times, or both, as a result of a Field Order, a Claim may be made therefor as provided in paragraph 10.05. 1.3. When functioning as interpreter and judge under this paragraph 9.09, ENGINEER will not show partiality to 9,06 Rejecting Defective Work OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in A. ENGINEER will have authority to disapprove or good faith in such capacity. The rendering of a decision by reject Work which ENGINEER believes to be defective, or ENGINEER pursuant to this paragraph 9.09 with respect to that ENGINEER believes will not produce a completed any such Claim, dispute, or other matter (except any which Project that conforms to the Contract Documents or that will have been waived by the making or acceptance of final prejudice the integrity of the design concept of the completcd payment as provided in paragraph 14.07) will be a condition Project as a functioning whole as indicated by the Contract precedent to any exercise by OWNER or CONTRACTOR of Documents. ENGINEER will also have authority to require. such rights or remedies as either may otherwise have under special inspection or testing of the Work as provided in the Contract Documents or by laws or Regulations in respect paragraph 13,04, whether or not the Work is fabricatvt, of any such Claim, dispute, or other matter. installed, or completed. 9.10 Limitations on ENGINEER's Authority and Respon- 9.07 Shop Drawings, Change Orders and Payments sibilities A. In connection with ENGINEER's authority as to Shop A. Neither ENGINEER's authority or responsibility Drawings and Samples, see paragraph 6.17, under this Article 9 or under any other provision of the Contract Documents nor any decision made by ENGINEER in goal fault either to exercise or not exercise such authority 00700 - 29 °J. or responsibility or the uuderalcing, r_xercise, or performance Directive, a Clain may be made therefor as provided in of any authonry or responsibility by ENGINEER shall creatr., paragraph 10,05, impose, or give rise to any duty in contract, tort, or otherwise owed by ENGINEER to CONTRACTOR, any 10.03 Unauthorized Changes in the '.York Subcontractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. A. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times E. ENGINEER will not supervise, direct, control, or with respect to any work performed that is not required by have authority over or be responsible for CONTRACTOR's the Contract Documents as amended, modified, or means, methods, techniques, sequences, or procedures of supplemented as provided in paragraph 3.04, except in the construction, or the safety precautions and programs incident case of an emergency as provided in paragraph 6.16 or in the thereto, or for any failure of CONTRACTOR to comply with case of uncovering Work as provided in paragraph 13.04.B. Laws and Regulations applicable to the performance of the Work. ENGINEER will not be responsible for 10.03 Execution of Change Orders CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. A. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by ENGINEER(or C. ENGINEER will not be responsible for the acts or Written Amendments) covering: omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other individual or entity performing any 1. changes in the Work which are: (i) ordered by of the Work. OWNER pursuant to paragraph 10.0l.A, (ii) required because of acceptance of defective Work under para- D. ENGINEER's review of the final Application for graph 13.08.A or OWNER's correction of defective Payment and accompanying documentation and all mainte- Work under paragraph 13.09, or (iii) agreed to by the nance and operating instructions, schedules, guarantees, parties; Bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by paragraph 2. changes in the Contract Price or Contract Times 14.07.A will only be to determine generally that their content which are agreed to by the parties, including any complies with the requirements of, and in the case of undisputed sum or amount of time for Work actually certificates of inspections, tests, and approvals that the results performed in ,tcordance with a Work Change Directive; ' certified indicate compliance with, the Contract Documents. and E. The limitations upon authority and responsibility set 3. changes in the Contract Price or Contract Times forth in this paragraph 9.10 shall also apply to ENGINEER.'s which embody the substance of any written decision Consultants, Resident Project Representative, and assistants. rendered by ENGINEER pursuant to paragraph 10.05; provided that, in lieu of executing any such Change ARTICLE 10 - CHANGES IN THE WORK; CLAIMS Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but 10.01 Authorized Changes in the Work during any such appeal, CONTRACTOR shall carry on 1 the Work and adhere to the progress schedule as A. Without invalidating the Agreement and without provided in paragraph 6.18.A. notice to any surety, OWNER may, at any time or from time to tune, order additions, deletions, or revisions in the Work 10.04 Notification to Surery by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, A. If notice of any change affecting the gener;J scope CONTRACTOR shall promptly proceed with die Work of the Work or the provisions of the Contract Documents involved which will be performed under the applicable (including, but not limited to, Contract Price or Contract conditions of the Contract Documents (except as otherwise Times) is required by the provisions of any Bond to be given specifically provided). to a surety, the giving of any such notice will be CONTRACTOR's responsibility, The amount of each B. If OWNER and CONTRACTOR are unable to agree applicable Bond will be adjusted to reflect the effect of any on entitlement to, or on the amount or extent, if any, of an such change. adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a Work Change 00700 - 29 . 10.05 Claims and Disputes D. No Claim for an adjustment in Contract Price or Contract '1'irnes (or Milestones) will be valid if not submitted A. Notice: Written notice stating the general nature of in accordancx with this paragraph 10.05. each Claim, dispute, or other matter shall be delivered by the claimant to ENGINEER and the other party to the Contract promptly (but in no event later than 30 days) after the start of ARTICLE 11 - COST OF THE WORK; CASH the event giving rise thereto. Notice of the amount or extent ALLONVANCE.S; UNIT PRICE WORK of the Claim, dispute, or other matter with supporting data shall be delivered to the ENGINEER and the other parry to the Contract within 60 days after the start of such event 11.01 Cost of the Work (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of such A. Costs Inchided: The term Cost of the Work means Claim, dispute, or other matter), A Claim for an adjustment the sum of all costs necessarily incurred and paid by CON- in Contnct Price shall be prepared in accordance with the TRACTOR in the proper performance of the Work. When provisions of paragraph 12.01.13. A Claim for an adjusrnunt the value of any Work covered by a Change Order or when in Contract Time shall be prepared in accordance with the a Claim for an adjustment in Contract Price is determined on provisions of paragraph 12.02.$. Each Claim shall be the basis of Cost of the Work, the costs to be reimbursed to accompanied by claimant's written statement that the adjust- CONTRACTOR will be only those additional or incremental meat claimed is the entire adjustment to which the claimant costs required because of the change in the Work or because believes it is entitled as a result of said event. The opposing of the event giving rise to the Claim. Except as otherwise party shall submit any response to ENGINEER and the may be agreed to in writing by OWNER, such costs shall be claimant within 30 days after receipt of the claimant's last in amounts no higher than those prevailing in the locality of submittal (unless ENGINEER allows additional tune). the Project, shall include only the following items, and shall not include any of the roses itemized in paragraph l 1.01.B. B. ENGINEER'S Decision: ENGINEER will render a formal decision in writing within 30 days after receipt of 1. Payroll costs for employees in the direct employ the last submittal of the claimant or the last submittal of the of CONTRACTOR in the performance of the Work opposing party, if any. ENGINEER's written decision on under schedules of job classifications agreed upon by such Claim, dispute, or other matter will be final and binding OWNER and CONTRACTOR. Such employees shall upon OWNER and CONTRACTOR unless: include without limitation superintendents, foremen, and other personnel employed full time at the Site. Payroll , 1. an appeal from ENGINEER's decision is taken costs for employees not employed full time on the Work within the time limits and in accordance with the dispute shall be apportioned on the basis of their time spent on resolution procedures set forth in Article 16; or the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits, 2. if no such dispute resolution procedures have which shall include social security contributions, unem- been set forth in Article 16, a written notice of intention ployment, excise, and payroll taxes, workers' to appeal from ENGINEER's written decision is compensation, health and retirement benefits, bonuses, delivered by OWNER or CONTRACTOR to the other sick leave, vacation and holiday pay applicable thereto. and to ENGINEER within 30 days after the date of such The expeases of performing Work outside of regular decision, and a formal proceeding is instituted by the working hours, on Saturday, Sunday, or legal holidays, appealing parry in a forum of competent jurisdiction shall be included in the above to the extent authorized by within 60 days after the date of such decision or within OWNER, 60 days after Substantial Completion, whichever is later (unless otherwise agreed in writing by OWNER and 2. Cost of all materials and equipment furnished CONTRACTOR), to exercise such rights or remedies as and incorporated in the Work, including costs of the appealing patty may have with respect to such transportation and storage thereof, and Suppliers' field Claim, dispute, or other matter in accordance with services required in connection therewith. All cash applicable Laws and Regulations, discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with C. If ENGINEER does not render a formal decision in which to make payments, in which case the cash writing within the time stated in paragraph 10.05.13, a discounts shall accrue to OWNER. All trade discounts, decision denying the Claim in its entirety shall be deemed to rebates and refunds and returns from sale of surpltu have been issued 31 days after receipt of the last submittal of materials and equipment shall accrue to OWNER, and the claimant or the last submittal of the opposing party, if CONTRACTOR shall make provisions so that they may any• be obtained. 00700 - 30 , 3. Payments made by CONTRACTOR to and royalty paytnrnts and fees for permits and Subcontractors for Work performed by Subcontractors. licenses. If required by OWNER, CONTRACTOR shall obtain competitive bids from subcontractors accrptable to f. Losses and damages (and related expenses) OWNER and CONTRACTOR and shall deliver such caused by damage to the Work, not compensated by bids to OWNER, who will then determine, with the insurance or otherwise, sustained by advice of ENGINEER, which bids, if any, will be CONTRACTOR in connection with the perfor- acceptable. if any subcontract provides that the mince of the Work (except losses and damages Subcona=tor is to be paid on the basis of Cost of the within the deducible amounts of property insurance Work plus a fee, the Subcontractor's Cost of the Work, established in accordance with paragraph 5.06.D), ' and fee shall be determined in the same manner as provided such losses and damages have resulted CONTRACTOR's Cost of the Work and fee as provided from causes other than the negligence of in this paragraph 11.01. CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or 4. Costs of special consultants (including but not for whose acts any of them may be liable. Such limited to engineers, architects, testing laboratories, losses shall include settlements made with the surveyors, attorneys, and accauntants) employed for written consent and approval of OWNER. No such services specifically related to the Work. losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining S. Supplemental costs including the following: CONTRACTOR's fee. a. The proportion of necessary transportation, g. The cost of utilities, fuel, and sanitary travel, and subsistence expenses of facilities at the Site. CONTRACTOR's employees incurred in discharge of duties connected with the Work. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the b. Cost, including transportation and mainte- Site, expressage, and similar petty cash items in nance, of all materials, supplies, equipment, connection with the Work_, machinery, appliances, office, and temporary facili- ties at the Site, and hand tools not owned by the i. When the Cost of the Work is used to workers, which are Consumed in the performance of determine the value, of a Change Order or of a the Work, and cost, less market value, of such items Claim, the cost of premiums for additional Bonds used but not consumed which remain the property of and insurance required because of the changes in the CONTRACTOR. Work or caused by the event giving rise to the Claim. c. Rentals of all construction equipment and machinery, and the parts thereof whether rented j. When all the Work is performed on the from CONTRACTOR or others in accordance with basis of cost-plus, the costs of premiums for all rental agreements approved by OWNER with the Bonds and insurance CONTRACTOR is required by advice of ENGINEER, and the costs of the Contract Documents to purchase and maintain. transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs B. Costs Excluded, The term Cost of the Work shall shall be in accordance with the terms of said rental not include any of the following items: ' agreements. The rental of any such equipment, ma- chinery, or parts shall cease when the use thereof is 1. Payroll costs and other compensation of no longer necessary for the Work. CONTRACTOR's officers, executives, principals (of partnerships and sole proprietorships), general manag- d. Sales, consumer, use, and other similar ers, engineers, architects, estimators, attorneys, audi- taxes related to the Work, and for wltich CON• tors, accountaruts, purchasing and contracting agents, TRACTOR is liable, imposed by Laws and Regu- expediters, time-keepers, clerks, and other personnel lations. employed by CONTRACTOR, whether at the Site or in CONTRACTOR's principal or branch office for general e. Deposits lost for causes other than negli- administration of the Work and not specifically included ' gence of CONTRACTOR, any Subcontractor, or in the agreed upon schedule of job classifications anyone directly or indirectly employed by any of referred to in paragraph 11.OI.A.1 or specifically them or for whose acts any of them may be liable, covered by paragraph 11.01.A.4, all of which are to be 00700 - 31 considered administrative costs covered by the antes have been included in the Contract Price and not CONTRACTOR's fee. to the allowances, and no demand for additional payment on account of any of the foregoing will be valid. 2. Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the B. Prior to final payment, an appropriate Change Order Site, will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work 3. Any part of CONTRACTOR's capital expenses, covered by allowances, and the Contract Price shall be including interest on CONTRACTOR's capital employed correspondingly adjusted. for the Work and charges against CONTRACTOR for delinquent payments. 11.03 Unit Price Work 4. Costs due to the negligence of CONTRACTOR, A. Where the Contract Doc=ents provide that all or any Subcontractor, or anyone directly or indirectly pan of the Work is to be Unit Price Work, initially the employed by any of them or for whose acts any of them Contract Price will be deemed to include for all Unit Price may be liable, including but not limited to, the Work an amount equal to the sum of the unit price for each correction of defective Work, disposal of materials or separately identified item of Unit Price Work times the equipment wrongly supplied, and making good any estimated quantity of each item as indicated in the Agree- damage to property. ment. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of 5. Other overhead or general expense costs of any comparison of Bids and determining an initial Contract Price. kind and the costs of any item not specifically and Determinations of the actual quantities and classifications of expressly included in paragraphs 11.01.A and 11.01.B. Unit Price Work performed by CONTRACTOR will be made by ENGINEER subject to the provisions of paragraph C. CONTRACTOR's Tree: When all the Work is 9.08. performed on the basis of cost-plus, CONTRACTOR's fee shall be determined as set forth in the Agreement. When the B. Each unit price will be deemed to include an amount value of any Work covered by a Change Order or when a considered by CONTRACTOR to be adequate to cover Claim for an adjustment in Contact Price is determined on CONTRACTOR's overhead and profit for each separately the basis of Cost of the Work, CONTRACTOR's fee shall be identified item. determined as set forth in paragraph 12.01.C. C. OWNER or CONTRACTOR may make a Claim for D. Documenmtion: Whenever the Cost of the Work for an adjustment in the Contract Price in accordance with any purpose is to be determined pursuant to paragraphs paragraph 10.05 if: 11.01.A and 11.01.13, CONTRACTOR will establish and maintain records thereof in accordance with generally 1. the quantity of any item of Unit Price Fork accepted accounting practices and submit in a form performed by CONTRACTOR differs materially and acceptable to ENGINEER an itemized cost breakdown . significantly from the estimated quantity of such item together with supporting data, indicated in the Agreement; and 11.02 Cash Allowances 2. there is no corresponding adjustment with respect any other item of Work; and A. It is understood that CONTRACTOR has include in the Contract Price all allowances so named in the Contract 3. if CONTRACTOR believes that Documents and shall cause the Work so covered to be CONTRACTOR is entitled to an increase in Contract performed for such sums as may be acceptable to OWNER Price as a result of having incurred additional expense or and ENGINEER. CONTRACTOR agrees that: OWNER believes that OWNER is entitled to a decrease in Contract Price and the panics are unable to agree as 1. the allowances include the cost to CONTRAC- to the amount of any such increase or decrease. TOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and 2. CONTRACTOR's costs for unloading and handling on the Site, labor, installation toss, overhead, profit, and other expenses contemplated for the allow- 00700 - 32 ARTICLE 12 - CHANGE OF CONT`1tACT PRICE; fixed fee is agreed upon, the intent of paragraph CHANGE OF CONTRACT TIMES 12.0i.C.2.a is that the Subcontractor who actually performs the Work, at whatever der, will be paid a fee of 15 percent of the costs incurred by such 12.01 Change of Contract Price Subcontractor under paragrapbs 11.01.A.1 and 11.0l.A.2 and that any higher tier Subcontractor A. The Contract Price may only be changed by a and CONTRACTOR will each be paid a fee of five Change Order or by a Written Amendment. Any Claim for percent of the amount paid to the next lower tier an adjustment in the Contract Price shall be based on written Subcontractor; notice submitted by the pasty snaking the Claim to the ENGINEER and the other party to the Contract in accor- d. no fee shall be payable on the basis of costs dance with the provisions of paragraph 10.05. itemized under paragraphs 11.01.A.4, 11.0I.A.5, and 11.01.13; B. The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price will e. the amount of credit to be allowed by be determined as follows: CONTRACTOR to OWNER for any change which results in a net decrease in cost will be the amount 1. where the Work involved is covered by unit of the actual net decrease in cost plus a deduction in prices contained in the Contract Documents, by applica- CONTRACTOR's fee by an amount equal to five lion of such unit prices to the quantities of the items percent of such net decrease; and involved(subject to the provisions of paragraph 11.03 ); or f. when both additions and credits are in- volved in any one change, the adjustment in 2. where the Work involved is not covered by unit CONTRACTOR's fee shall be computed on the prices contained in the Contract Documents, by a basis of the net change in accordance with para- mutually agreed lump sum (which may include an graphs 12.0l.C.2.a through 12.0l.C.2.e, inclu- allowance for overhead and profit not necessarily in live. accordance with paragraph 12.0l.C.2); or 12.02 Change of Contract Times 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agree- A. The Contract Times (or Milestones) tnay only be ment to a lump sum is not reached tinder paragraph changed by a Change Order or by a Written Amendment, 11.11.13.1, on the basis of the Cost of the Work Any Claim for an adjustment in the Contract Times (or (determined as provided in paragraph 11.01) plus a Milestones) shall be based on written notice submitted by the CONTRACTOR's fee for overhead and profit (deter- parry making the claim to the ENGINEER and the other mined as provided in paragraph 12.01.0). party to the Contract in accordance with the provisions of paragraph 10.05. C. CONTRACTOR's Fee: The CONTRACTOR's fee for overhead and profit shall be determined as follows: B. Any adjustment of the Contract Times (or Milestones) covered by a Change Order or of any Claim for 1, a mutually acceptable fixed fee; or an adjustment in the Contract Times (or Milestones) will be determined in accordance with the provisions of this 2, if a fixed fee is not agreed upon, then a fee Article 12. ' based on the following percentage:; of the various portions of the Cost of the Work: 12.03 Delays Beyond CONTRACTOR's Control ' a. for costs incurred under paragraphs A. 'Albert CONTRACTOR is prevented from 11.0l.A.1 and 11.0l.A.2, the CONTRACTOR's completing any part of the Work within the Contract Times fee shall be 15 percent; (or Milestones) due to delay beyond the control of CONTRACTOR, the Contract Times (or Milestones) will be b. for costs incurred under paragraph extended in an amount equal to the time lost due to such I1.0l.A.3, the CONTRACTOR's fee shall be five delay if a Claim is trade therefor as provided in paragraph ' percent; 12.02.A. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by c. where one or more tiers of subcontracts are OWNER, acts or neglect of utility owners or other on the basis of Cost of the Work plus a fee and no contractors performing other work as contemplated by 00700 - 33 Article 7, fires, floexis, epidemics, abnormal weather to CON'T'RACTOR. All defective Work may be rejected, conditions, or acts of God. corrected, or accepted as provided in thi., Article 13. 12.04 Delays Within CONTRACTOR's Control I3.02 Access to Work A. The Contract Times (or Milestones) will not be A. OWNER, ENGINEER, ENGINEER's Consultants, extended due to delays within the control of other representatives and personnel of OWNER, independent CONTRACTOR. Delays attributable to and within the testing laboratories, and governmental agencies with control of a Subcontractor or Supplier shall be deemed to be jurisdictional interests will have access to the Site and the delays within the control of CONTRACTOR. Work at reasonable times for their observation, inspecting, and testing. CONTRACTOR shall provide them proper and 12.05 Delays Beyond OWNER's and CONTRACTOR's safe conditions for such access and advise them of Control CONTRACTOR's Site safety procedures and programs so that they may comply therewith as applicable. A. Where CONTRACTOR is prcventr�l from complet- ing any pan of the Work within the Contract Times (or 13.03 Tests and Inspections Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Times (or A. CONTRACTOR shall give ENGINEER timely Milestones) in an amount equal to the time lost due to such notice of readiness of the Work for all required inspections, delay shall be CONTRACTOR's sole and exclusive remedy tests, or approvals and shall cooperate with inspection and for such delay. testing personnel to facilitate required inspections or tests. 12.06 Delay Damages B. OWNER shall employ and pay for the services of an independent testing laboratory to perform all inspections, A. In no event shall OWNER or ENGINEER be liable tests, or approvals required by the Contract Documents to CONTRACTOR, any Subcontractor, any Supplier, or any except: other person or organization, or to any surety for or employee or agent of any of them, for damages arising out of 1. for inspections, tests, or approvals covered by or resulting from: paragraphs 13.03.0 and 13.03.D below; 1. delays caused by or within the control of CON- 2. that costs incurred in connection with tests or TRACTOR; or inspections conducted pursuant to paragraph 13.04.13 shall be paid as provided in said paragraph 13.04.13; and 2. delays beyond the control of both OWNER and CONTRACTOR including but not limited to fires, 3, as otherwise specifically provided in the Con- floods, epidemics, abnormal weather conditions, acts of tract Documents. God, or acts or neglect by utility owners or other contractors performing other work as contemplated by ' C. If Laws or Regulations of any public body having Article 7. jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other B. Nothing in this paragraph 12.06 bars a change in representative of such public body, CONTRACTOR shall Contract Price pursuant to this Article 12 to compensate assume full responsibility for arranging and obtaining such CONTRACTOR due to delay, interference, or disruption inspections, tests, or approvals, pay all costs in connection directly attributable to actions or inactions of OWNER or therewith, and furnish ENGINEER the required certificates anyone for whom OWNER is responsible. of inspection or approval. D. CONTRACTOR shall be responsible for arranging ' ARTICLE 13 - TESTS AND INSPECTIONS; and obtaining and shall pay all costs in connection with any CORRECTION, REMOVAL OR ACCEPTANCE OF inspections, tests, or approvals required for OWNER's and DEFECTrVE WORK ENGINEER's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to 13.01 Notice of Defects CONTRACTOR's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be ' A. Prompt notice of all defective Work of which performed by organizations acceptable to OWNER and OWNER or ENGINEER has actual knowledge will be given ENGINEER. 00700 - 34 r E. If any Work (or the work of others) that is to be the Work shall not give rise. to any duty on die part of inspected, tested, or approved is covered by CONTRACTOR OWNER to exercise this right for the benefit of without written concurrence of ENGINEER, it must, if CONTRACTOR, any Subcontractor, any Supplier, any other requested by ENGINEER, be uncovered for observation. individwil or entity, or any surety for, or employee or agent of any of them. F. Uncovering Work as provided in paragraph 13.03.E shall be at CONTRACTOR's expense unless CON- 13.06 Correction or Removal of Defective Work TRACTOR has given ENGINEER timely notice of CONTRACTOR's intention to cover the same and ENGI- A. CONTRACTOR shall correct all defective Work., NEER has not acted with reasonable promptness in response whether or not fabricated, installed, or completed., or, if the to such notice. Work has been rejected b) ENGINEER, remove it frorn the Project and replace it with Work that is not defective. 13.04 Uncovering Wot;: CONTRACTOR shall pay all Claims, costs, losses, and damagcs (including but not limited to all fees and charges of A. If any Work is covered contrary to the written engineers, architects, attorneys, and other professionals and request of ENGINEER, it nnust, if requested by ENGINEER, all court or arbitration or other dispute resolution costs) be uncovered for ENGINI ER's observation and replaced at arising out of or relating to such correction or removal CONTRACTOR's expense. (including but not limited to all costs of repair or replacement of work of others). B. if ENGINEER considers it necessary or advisable that covered Work be observed by ENGINEER or inspected 13.07 Correction Period or tested by others, CONTRACTOR, at ENGINEER's request, shall uncover, expose, or otherwise make available A. if within one year after the date of Substantial for observation, inspection, or testing as ENGINEER may Completion or such longer period of time as may be require, that portion of the Work in question, furnishing all prescribed by laws or Regulations or by the terms of any necessary labor, material, and equipment. If it is found that applicable special guarantee required by the Contract such Work is defective, CONTRACTOR shall pay all Documents or by any specific provision of the Contract Claims, costs, losses, and damages (including but not limited Documents, any Work is found to be defective, or if the to all fees and charges of engineers, architects, attomeys, and repair of any damages to the land or area.-, made available for other professionals and all court or arbitration or other CONTRACTOR's use by OWNER or permitted by Laws and dispute resolution costs) arising out of or relating to such Regulations as contemplated in paragraph 6.1 LA is found to uncovering, exposure, observation, inspection, and testing, be defective, CONTRACTOR shall promptly, without cost and of satisfactory replacement or reconstruction (including to OWNER and in accordance with OWNER's written but not limited to all costs of repair or replacement of work instructions: (i) repair such defective land or areas, or (il) of others); and OWNER shall be entitled to an appropriate correct such defective Work or, if the defective Work has decrease in the Contract Price. If the parties are unable to been rejected by OWNER, remove it from the Project and agree as to the amount thereof, OWNER nnay make a Claim replace it with Work that is not defective, and (iii) satisfac- therefor as provided in paragraph 10.05. If, however, such torily correct or repair or remove and replace any damage to Work is not found to be defective, CONTRACTOR shall be other Work, to the work of others or other land or areas allowed an increase in the Contract Price or an extension of resulting therefrom. if CONTRACTOR does not promptly the Contract Times (or Milestones), or both, directly attribut• comply with the terms of such instructions, or in an able to such uncovering, exposure, observation, inspection, emergency where delay would cause serious risk of loss or testing, replacement, and reconstruction. If the parties are damage, OWNER may have the defective Work corrected or unable to agree as to the amount or extent thereof, repaired or may have the rejected Work removed and CONTRACTOR may make a Claim therefor as provided in replaced, and all Claims, costs, losses, and damages paragraph 10.05. (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and 13.05 OWNER May Stop the Work a1] court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such A. If the Work is defective, or CONTRACTOR fails to removal and replacement (including but not limited to all supply sufficient skilled workers or suitable materials or costs of repair or replacement of work of others) will be paid equipment, or fails to perform the Work in such a way that by CONTRACTOR. the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop -,tie B. In special circumstances where a particular item of Work, or any portion thereof, until the cause, for such order equipment is placed in continuous service before Substantial has been eliminated; however, this right of OWNER to stop Completion of all the Work, the correction period for that r00700 - 35 item may sta t to run from an earlier date if so provided in connection with such corrertive and remedial action, the Specifications or by Written Amendment. OWNER may exclude CONTRACTOR from all or part of the Site, take possession of all or part of the Work and C. Where defective Work (and damage to other Work suspend CONTRACTOR's services related thereto, take resulting therefrom) has been corrected or removed and possession of CONTRACTOR's tools, appliances, con- replaced under this paragraph 13.07, the correction period struction equipment and machinery at the Site, and incotpo- hereunder with respect to such Work will be extended for an rate in the Work all materials and equipment stored at the additional period of one year after such correction or removal Site or for which OWNER has paid CONTRACTOR but and replacement has been satisfactorily completed. which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees, D. CONTRACTOR's obligations under this paragraph OWNER's other contractors, and ENGINEER and 13.07 are in addition to any other obligation or warranty. ENGINEER's Consultants access to the Site to enable The provisions of this paragraph 13.07 shall not be construed OWNER to exercise the rights and remedies under this as a substitute for or a waiver of the provisions of any paragraph. applicable statute of limitation or repose. C. All Claims, costs, losses, and damages (including 13.08 Acceptance of Defective Won* but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or A. If, instead of requiring correction or removal and arbitration or other dispute resolution costs) incurred or replacement of defective Work, OWNER (and, prior to sustained by OWNER in exercising the rights and remedies ENGINEER's recommendation of final payment, under this paragraph 13.09 will be charged against CON- ENGINEER) prefers to accept it, O'NNER may do so. TRACTOR, and a Change Order will be issued incorporating CONTRACTOR shall pay all Claims, costs, losses, and the necessary revisions in the Contract Documents with damages(including but not limited to all fees and charges of respect to the Work; and OWNER shall be entitled to an engineers, architects, attorneys, and other professionals and appropriate decrease in the Contract Price. If the parties are all court or arbitration or other dispute resolution costs) unable to agree as to the amount of the adjustment, OWNER attributable to OWNER's evaluation of and determination to may make a Claim therefor as provided in paragraph 10.05. accept such defective Work (such costs to be approved by Such claims, costs, losses and damages will include but not ENGINEER as to reasonableness) and the diminished value be limited to all costs of repair, or replacement of work of of the Work to the extent not otherwise paid by others destroyed or damaged by correction, removal, or CONTRACTOR pursuant to this sentence. If any such replacement of CONTRACTOR's defective Work. acceptance occurs prior to ENGINEER's recommendation of final payment, a Change Order will be issued incorporating D. CONTRACTOR shall not be allowed an extension the necessary revisions in the Contract Documents with of the Contract Times (or Milestones) because of any delay respect to the Work, and OWNER shall be entitled to an in the performance of the Work attributable to the exercise by appropriate decrease in the Contract Price, reflecting the OWNER of OWNER's rights and remedies under this diminished value of Work so accepted. If the panies are paragraph 13.09. unable to agree as to the amount thereof, OWNER may make a Claim therefor as provided in paragraph 10.05. If the acceptance occurs after such recommendation, an appropriate ARTICLE 14 - PAYMENTS TO CONTRAC'T'OR AND amount will be paid by CONTRACTOR to OWNER. COMPLETION , 13.09 OWNER May Correct Defective Work 14.01 Schedule of Values A. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective A. The schedule of values established as provided in Work or to remove and replace rejected Work as required by paragraph 2.07.A will serve as the basis for progress , ENGINEER in accordance with paragraph 13.06.A, or if payments and will be incorporated into a form of Application CONTRACTOR fails to perform the Work in accordance for Payment acceptable to ENGINEER. Progress payments with the Contract Documents, or if CONTRACTOR fails to on account of Unit Price Work will be based on the number comply with any other provision of the Contract Documents, of units completed. OWNER may, after seven days written notice to CONTRACTOR, correct and remedy any such deficiency. B. In exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously. In 00700 - 36 t 14.02 Progress Payments a. the Work has progressed to the paint indicated; A. Applications for Payments b, the quality of the Work is generally in 1 1. At least 20 days before the date established for accordance with the Contract Documents (subject to each progress payment (but not more often than once a an evaluation of the Work as a functioning whole month), CONTRACTOR shall submit to ENGINEER prior to or upon Substantial Completion, to the for review an Application for Payment filled out and results of any subsequent tests called for in the signed by CONTRACTOR covering the Work Contract Documents, to a final determination of completed as of the date of the Application and quantities and classifications for Unit Price Work accompanied by such supporting documentation as is under paragraph 9.08, and to any other required by the Contract Documents. If payment is qualifications stated in the recommendation); and requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably c. the conditions precedent to stored at the Site or at another location agreed to in CONTRACTOR's being entitled to such payment writing, the Application for Payment shall also be appear to have been fulfilled in so far as it is accompanied by a bill of sale, invoice, or other docu- ENGINEER's responsibility to observe the Work. mentation warranting that OWNER has received the materials and equipment free and clear of all Liens and 3. By recommending any such payment ENGI- evidence that the materials and equipment are covered NEER will not thereby be deemed to have represented by appropriate property insurance or other arrangements that: (i) inspections made to check the quality or the to protect OWNER's interest therein, all of which must quantity of the Work as it has been performed have been be satisfactory to OWNER, exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work 2, Beginning with the second Application for beyond the responsibilities specifically assigned to Payment, each Application shall include an affidavit of ENGINEER in the Contract Documents; or (ii) that CONTRACTOR stating that all previous progress there may not be other matters or issues between the payments received on account of the Work have been parties that might entitle CONTRACTOR to be paid applied on account to discharge CONTRACTOR's additionally by OWNER or entitle OWNER to withhold legitimate obligations associated with prior Applications payment to CONTRACTOR. for Payment. 4. Neither ENGINEER's review of 3. The amount of retainage with respect to pro- CONTRACTOR's Work for the purposes of recom- gress payments will be as stipulated in the Agreement. mending payments nor ENGINEER's recommendation of any payment, including final payment, will impow B. Review of Applications responsibility on ENGINEER to supervise, direct, or control the Work or for the means, methods, techtuques, 1. ENGINEER will, within 10 days after receipt of sequences, or procedures of construction, or the safe each Application for Payment, either indicate in writing precautions and programs incident thereto, or for COti a recommendation of payment and present the TRACTOR's failure to comply with Laws and Rcgu Application to OWNER or return the Application to lations applicable to CONTRACTOR's performance of CONTRACTOR indicating in writing ENGINEER's the Work, Additionally, said review or recommendation reasons for refusing to recommend payment. In the will not impose responsibility on ENGINEER to make latter case, CONTRACTOR may make the necessary any examination to ascertain how or for what purposes corrections and resubmit the Application. CONTRACTOR has used the moneys paid on account of the Contract Price, or to determine that title to any of 2. ENGINEER's recommendation of any payment the Work, materials, or equipment has passed to requested in an Application for Payment will constitute OWNER Free and clear of any Liens. a representation by ENGINEER to OWNER, based on ENGINEER's observations on the Site of the rxecuted 5. ENGINEER may refuse to recommend the Work as an experienced and qualified design profession,- whole or any part of any payment if, in ENGINEER's al and on ENGINEER's review of the Application for opinion, it would be incorrect to make the representa- Payment and the accompanying data and schedules, that tions to OWNER referred to in paragraph 14.02,8.2. to the best of ENGINEER's knowledge, information and ENGINEER may also refuse to recommend any such belief: payment or, because of subsequently discovered evidence or the results of subsequent inspections or tests, 00700 - 37 revise or revoke any such payment recontntendation OWNI=R shall promptly- pay CONTRACTOR the previously made, to such extent as ntay be necessary in atuowu so withheld, or my adjwsunent thereto agreed to ENGINEER's opinion to protect OWNER from loss by OWNER and CONTRACTOR, when CONTRAC- because: TOR corrects to OWNER's satisfaction the reasons for such action. a. the Work is defective, or completed Work has been damaged, requiring COrTCCtion or replace- 3. If it L, subsequently determined that OWNER's ment; refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as b. the Contract Price has been reduced by determined by paragraph 14.02.C.1. Written Amendment or Change Orders; 14.03 CON-IZACTOR'x Warranty of 7-ale c. OWNER has been required to correct defective Work or complete Work in accordance A. CONTRACTOR warrants and guarantees that title with paragraph 13.09; or to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project d. ENGINEER has actual knowledge of the or not, will pass to OWNER no later than the time of occurrence of any of the events enumerated in pare- payment free and clear of all Liens. graph 15.02.A. 14.04 Substantial Completion C. Payment Becomes Due A. When CONTRACTOR considers the entire Work 1. Ten days after presentation of the Application ready for its intended use CONTRACTOR shall notify for Payment to OWNER with ENGINEER's recom- OWNER and ENGINEER in writing that the entire Work is mendation, the amount recommended will (subject to the substantially complete (except for items specifically listed by provisions of paragraph 14.02.D) become due, and when CONTRACTOR as incomplete) and request that ENGINEER due will be paid by OWNER to CONTRACTOR. issue a certificate of Substantial Completion. Promptly thereafter, OWNER, CONTRACTOR, and ENGINEER D. Reduction in Payment shall make an inspection of the Work to determine the status of completion. If ENGINEER does not consider the Work 1. OWNER may refuse to make payment of the substantially complete, ENGINEER will notify full amount recommended by ENGINEER because: CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers the Work substantially complete, a. claims have been made against OWNER ou ENGINEER will prepare and deliver to OWNER a tentative account of CONTRACTOR's performance or fur- certificate of Substantial Completion which shall fix the date nishing of the Work; of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or b. Liens have been filed in connection with the corrected before final payment. OWNER shall have seven e Work, except where CONTRACTOR has delivered days after receipt of the tentative certificate during which to a specific Bond satisfactory to OWNER to secure make written objection to ENGINEER as to any provisions the satisfaction and discharge of such Liens; of the certificate or attached list. If, after considering such objections, ENGINEER concludes that the Work is not c. there are other items cuutling OWNER to substantially complete, ENGINEER. will within 14 days after a set-off against the amount recommended; or submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. If, d. OWNER has actual knowledge of the occw•- aftcr consideration of OWNER's objections, ENGINEER rence of any of the events enumerated in paragraphs considers die Work substantially complete, ENGINEER will 14.02.B.5.a through 14.02.B.5.c or paragraph within said 14 days execute and deliver to OWNER and 15.02.A. CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be 2. If OWNER refuses to make payment of the full completed or corrected) reflecting such changes from the amount recommended by ENGINEER, OWNER must tentative certificate as ENGINEER believes justifier: after give CONTRACTOR immediate written notice (with a consideration of any objections from OWNER. At the time copy to ENGINEER) stating the reasons for such action of delivery of the tentative certificate of Substantial Comple- and promptly pay CONTRACTOR any amount tion ENGINEER will deliver to OWNER and CONTRAC- , remaining after deduction of the amount so withheld. TOR a written recommendation as to division of respoasibili- 00700 - 38 ties pending fuual payment I,e:wecn OWNER and No otc upincy or separate operation of part of CONTRACTOR with respect to security, operation, safety, the Work may occur prior to compliance with due and protection of rile Work. tnaimcnanr_c, licat, utilities, requirements of paragraph 5.10 regarding proprtty insurance, and warranties and guarantect:. Unless OWNER insurance. and CONTRACTOR agree otherwise to writing and so inform ENGINEER in writing prior to ENGINEER's issuing 14.06 Final Inspection the definitive certificate of Substantial Completion, ENGINEER's aforesaid recommendatiou will be binding on A. Upon written notice from CONTRACTOR that the OWNER and CONTRACTOR until final payment. entire Work. or an agreed portion thereof is complete, ENGINEER will promptly make a final inspection with B, OWNER shall have the right to exclude OWNER and CONTRACTOR and will notify CON- CONTRACTOR from the Site after the date of Substantial TRACTOR in writing of all particulars in which this Completion, but OWNER shall allow CONTRACTOR inspection reveals that the Work is incomplete or defective, reasonable access to complete or correct items on the CONTRACTOR shall immediately takr. such measures as are tentative list. necessary to complete such Work or remedy such deficiencies, 14.05 Partial Utilization 14.07 Final Payment A. Use by OWNER at OWNER's option of any substantially completed part of the Work which has A. App!ication for Payment specifically been identified in the Contract Documents, or which OWNER, ENGINEER, and CONTRACTOR agree 1. After CONTR-ACTOR has, in the opinion of constitutes a separately functioning and usable part of the ENGINEER, satisfactorily completed all corrections Work that can be used by OWNER for its intended purpose identified during the final inspection and has delivered, without significant interference with CONTRACTOR's in accordance with the Contract Documents, all main- performance of the remainder of the Work, may be tenance and operating instructions, schedules, guaran- accomplished prior to Substantial Completion of all the Work tees, Bonds, certificates or other evidence of insurance subject to the following conditions. certificates of inspection, marked-up record documents (as provided in paragraph 6.12), and other documents, 1. OWNER at any time may request CON- CONTRACTOR may make application for final TRACTOR in writing to permit OWNER to use any payment following the procedure for progress payments. such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If 2. The final Application for Payment shall be ' CONTRACTOR agrees that such part of the Work is accompanied (except as previously delivered) by: (d) all substantially complete, CONTRACTOR will certify to documentation called for in the Contract Documents, OWNER and ENGINEER that such part of the Work is including but not limited to the evidence of insurance substantially complete and request ENGINEER to issue required by subparagraph 5.04.B.7; (ii)_consent of the j a certificate of Substantial Completion for that pan of surety, if any, to final payment; and (iii) complete and the Work. CONTRACTOR at any time may notify legally effective releases or waivers (satisfactory to OWNER and ENGINEER in writing that OWNER) of all Lien rights arising out of or Liens filed CONTRACTOR considers any such part of the Wcrk in connection with the Work. ready for its intended use and substantially complete and request ENGINEER to issue a certificate of Substantial 3. In lieu of the releases or waivers of Liens Completion for that part of the Work. Within a specified in paragraph 14.07.A.2 and as approved by reasonable time after either such request, OWNER, OWNER, CONTRACTOR may furnish receipts or CONTRACTOR, and ENGINEER shall make an releases in full and an affidavit of CONTRACTOR that: inspection of that pan of the Work to determine its status (i) the releases and receipts include all labor, services, of completion. If ENGINEER does not consider that material, and equipment for which a Lien could be filed; part of the Work to be substantially complete, and (ii) all payrolls, material and equipment bills, and ENGINEER will notify OWNER and CONTRACTOR other indebtedness connected with the Work for which in writing giving the reasons therefor. If ENGINEER OWNER or OWNER's property might in any way be considers that part of the Work to be substantially responsible have been paid or otherwise satisfied. If any complete, the provisions of paragraph 14.04 will apply Subcontractor or Supplier fails to furnish such a release with respect to certification of Substantial Completion of or receipt in full, CONTRACTOR may furnish a Bond that part of the Work and the division of responsibility or other collateral satisfactory to OWNER to indemnify in respect thereof and access thereto. OWNER against any Lien. 00M) - 39 B. Review of Application and Acceptance 1. a waiver of all Claims by OWNER against CONTRACTOR, except Claims arising, from unsettled 1, lf, on the basis of ENGINEER's observation of Dens, from defective Work appev-ing after final the Work during construction and final inspection, and inspection pursuant to paragraph 14.06, from failure to ENGINEER's review of the final Application for comply with the Contract Documents or the terms of any Payment and accompanying documentation as required special guarantees specified therein, or from by the Contract Documents, ENGINEER is satisfied that CONTRACTOR's continuing obligations under the the Work has been completed and CONTRACTOR's Contract Documents; and other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after 2. a waiver of all Claims by CONTRACTOR receipt of the final Application for Payment, indicate in against OWNER other than those previously made in writing ENGINEER's recommendation of payment and writing which are still unsettled. present the Application for Payment to OWNER for pay- ment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the ARTICLE 15 - SUSPENSION Or WORK AND Work is acceptable subject to the provisions of TERMINATION paragraph 14.09. Otherwise, ENGINEER will return the Application for Payment to CONTRACTOR, indicating in writing the reasons for refusing to 15.01 OWNER May Suspend Work recommend final payment, in which case CON- TRACTOR shall make the necessary corrections and A. At any time and without cause, OWNER may resubmit the Application for Payment, suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to CON- C. Payment Becomes Due TRACTOR and ENGINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the 1. Thirty days after the presentation to OWNER of Work on the date so fixed. CONTRACTOR shall be allowed the Application for Payment and accompanying docu- an adjustment in the Contract Price or an extension of the mentation, the amount recommended by ENGINEER Contract Times, or both, directly attributable to any such will become due and, when due, will be paid by OWN- suspension if CONTRACTOR makes a Claim therefor as ER to CONTRACTOR. provided in paragraph 10.05. 14.08 Final Completion Delayed 15.02 OWNER May Terminate for Cause A. If, through no fault of CONTRACTOR, final A. The occurrence of any one or more of the following ' completion of the Work is significantly delayed, and if events will justify termination for cause: ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and 1. CONTRACTOR's persistent failure to perform recommendation of ENGINEER, and without terminating the the Work in accordance with the Contract Documents Agreement, make payment of the balance due for that portion (including, but not limited to, failure to supply sufficient of the Work fully completed and accepted. If the remaining skilled workers or suitable materials or equipment or balance to be held by OWNER for Work not fully completed failure to adhere to the progress schedule established or corrected is less than the retaimage stipulated in the under paragraph 2.07 as adjusted from time to time Agreement, and if Bonds have been furnished as required in pursuant to paragraph 6.04); paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully 2. CONTRACTOR's disregard of Laws or completed and accepted shall be submitted by CON- Regulations of any public body having jurisdiction; TRACTOR to ENGINEER with the Application for such payment. Such payment shall be made under the terms and 3. CONTRACTOR's disregard of the authority of conditions governing final payment, except that it shall not ENGINEER; or constitute a waiver of Claims. 4. CONTRACTOR's violation in any substantial 14.09 Waiver of Claims way of any provisions of the Contract Documents. A. The making and acceptance of final payment will B. If one or more of the events identified in paragraph constitute: 15.02.A occur, OWNER may, after giving CONTRACTOR (and the surety, if airy) seven days written notice, terminate 00700 • a0 , the services of CONTRACTOR, exclude CONTRACTOR engineers, architects, attorneys, and other professionals from the Site, and take possession of the Work and of all and all court or arbitration or other dispute resolution CONTRACTOR's tools, appliances, construction equipment, costs) incurred in settlernent of terminated contracts and machinery at the Site, and use the same to the full extent with Subcontractors, Suppliers, and others; and they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in 4. for reasonable expenses directly attributable to the Work all materials and equipment stored at the Site or for termination. which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem B. CONTRACTOR shall not be paid on account of loss expedient. In such case, CONTRACTOR shall not be of anticipated profits or revenue or other economic loss entitled to receive any further payment until the Work is arising out of or resulting from such termination. finished. if the unpaid balance of the Coturact Price exceeds all claims, costs, losses, and damages (including but not 15.04 CONTRACTOR May Stop Work or Temtlnate Limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration A. If, through no act or fault of CONTRACTOR, the or other dispute resolution costs) sustained by OWNER Work is suspended for more than 90 consecutive days by arising out of or relating to completing the Work, such excess OWNER or under an order of court or other public authority, will be paid to CONTRACTOR. If such claims, costs, or ENGINEER fails to act on any Application for Payment losses, and damages exceed such unpaid balance, within 30 days after it is submitted, or OWNER fails for 30 CONTRACTOR shall pay the difference to OWNER. Such days to pay CONTRACTOR any sum finally determined to claims, costs, losses, and damages incurred by OWNER will be due, then CONTRACTOR may, upon seven days written be reviewed by ENGINEER as to their reasonableness and, notice to OWNER and ENGINEER., and provided OWNER when so approved by ENGINEER, incorporated in a Change or ENGINEER do not remedy such suspension or failure Order. When exercising any rights or remedies under this within that time, terminate the Contract and recover from paragraph OWNER shall not be required to obtain the lowest OWNER payment on the same terms as provided in price for the Work performed. paragraph 15.03. In lieu of terminating the Contract and without prejudice to any other right or remedy, if ENGI- C. Where CONTRACTOR's services have been so NEER has failed to act on an Application for Payment within terminated by OWNER, the termination will not affect any 30 days after it is submitted, or OWNER has failed for 30 rights or remedies of OWNER against CONTRACTOR then days to pay CONTRACTOR any sum finally determined to existing or which may thereafter accrue. Any retention or be due, CONTRACTOR may, seven days after written notice payment of moneys due CONTRACTOR by OWNER will to OWNER and ENGINEER, stop the Work until payment not release CONTRACTOR from liability. is made of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph 15.04 are 15.03 OWNER May Terminate For Convenience not intended to preclude CONTRACTOR from malting a Claim under paragraph 10.05 for an adjustment in Contract A. Upon seven days written notice to CONTRACTOR Price or Contract Times or otherwise for expenses or damage grid ENGINEER, OWNER may, without cause and without directly attributable to CONTRACTOR's stopping the Work prejudice to any other right or remedy of OWNER, elect to as permitted by this paragraph. terminate the Contract. In such case, CONTRACTOR shall be paid (without duplication of any items): ARTICLE 16 - DISPUTE RESOLUTION 1. for completed and acceptable Work executed in ' accordance with the Contract Documents prior to the effective date of termination, including fair and 16.01 Methods and Procedures reasonable sums for overhead and profit on such Work; A. Dispute resolution methods and procedures, if any, 2. for expenses sustained prior to the effective date shall be as set forth in the Supplementary Conditions. If no of termination in performing services and furnishing method and procedure has been set forth, and subject to the labor, materials, or equipment as required by the provisions of paragraphs 9.09 and 10.05, OWNER and Contract Documents in connection with uncompleted CONTRACTOR may exercise such rights or remedies as Work, plus fair and reasonable sums for overhead and either may otherwise have under the Contract Documents or profit on such expenses; by Laws or Regulations in respect of any dispute, 3. for all claims, costs, losses, and damages (including but not limited to all fees and charges of 00700 - 41 ARTICLE 17 - MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice; 17.02 Computation of Times A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.03 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents, and the provisions of this paragraph will be as . effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 17.04 Survival of Obligations A. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Agrrement. 17.05 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located. 00700 -42 WAi..NUT STREET PUMP SCAT ION CITY OF JIT113RSON, MISS01110 DOCUMENT 00300 — SUPPLE"MENT'ARY CONDITIONS These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (No. 1910-8, 1996 Edition) and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in Full forcc and effect. 'I'hc terms used in these Supplementary Conditions will have the meanings indicated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. SC-4.02 Add the following new paragraph immediately after paragraph 4.02.13: C. In the preparation of the Drawings and Specifications, ENGINETR relied upon the following reports of'explorations and tests of'subsurtace conditions at the Site; 1. Report dated October 2000, prepared by Sverdrup Civil. Inc., St. Louis, Missouri, titled "Geotechnical Investigation Phase 11 Report for The New Administration r Building, The Missouri River force Main Crossing and the Walnut Street Pump Station of the Water Pollution Control Facility Improvements, .lef_f'erson City, Missouri." T he "technical data"contained in this report upon which CONTRACTOR may rely are the boring methods, boring location plan, boring logs, and laboratory test methods and results, all as of the (fates made. D. In the preparation of the Drawings and Specifications, [ NGiNLI-R relied upon the following drawings of'physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the Site: I. Drawings dated February 1963 of the original construction of the Walnut Street Pump Station, prepared by Horner & Shifrin, inc., titled "Pollution Abatement Project." consisting of 77 sheets numbered 1 to 77, inclusive. All of*the information in such drawings constitutes "technical data" on which CONTRACTOR may rely. L. Copies ofreports and drawings itemized in SC-4.02.0 and SC:-4.02.1) that are not included ' with the Bidding Documents may be examined at the Office ofthe Director of Public Works during regular business hours. These reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which CONTRACTOR may rely ' as identified and established above are incorporated therein by reference. CONTRACTOR is not entitled to rely upon other information and data utilized by LNGINEIER. in the preparation of the Drawings in(] Specifications. C5-4199-00 00800-1 SUPPLEMI NTARY CONDITIONS RO-- 3/19/01 WALNUT STRE ET PUMP STATION CI'T'Y Oh ,IfsFiT"IRSON, MISSOURI SC-5.04 Add the following new paragraph immediately after paragraph 5.04.13: C. The limits of liability flor the insurance required lay paragraph 5.04 coif the General Conditions shall provide coverage fir not less than the following anlount5 or greater where required by Laws and Regulations: 1. Workers' Compcllsatlon, and related coverages under paragraphs 5.04.A.I and A.2 of the General Conditions: a. State: Statutory b. Applicable Federal (e.g. Longshoreman's) Statutory C. I'nlployer's Liability: Statutory 2. Contractor's General Liability under paragraphs 5.04.A.3 through A.6 of the General Conditions which shall include completed operations and product liability coverages and eliminate the exclusion with respect to property wider the care, custody, and control of Contractor: a. General Aggregate $2,000,000 b. Products — Completed Operations Aggregate $2,000,000 C. Personal and Advertising Injury $ 300.000 per person $2,000,000 per organization d. Each Occurrence (Bodily Injury and Property Damage) $2,000,000 e. Property Damage liability insurance will provide Fxplosion, Collapse, and Underground coverages where applicable. f'. Excess or Umbrella Liability 1) General Aggregate $5,000,000 2) Each Occurrence $2,000,000 3. Automobile Liability under paragraph 5.04.A.6 of the General Conditions: a. Bodily injury: Each person $ 300,000 lach Accident $2,000,000 b. Property Damage: Each Accident $2,000,000 C. Combined Single Limit of $2,000,000 C54199-00 OO800-2 SUPPIA'NIENfARY CONDITIONS RO -- 3/19/01 WALNUT smEE 1' PUMP S'rAT1C.)N CITY OI: ,1E1TERSON, MISSOURI 4. The Contractual Liability coverage required by paragraph 5.04.13.4 of the General Conditions shall provide coverage for not less than the following amounts: a. Bodily injury: Each Accident $ 300,000 Annual Aggregate $2,000,000 b. Property Damage. Each Accident $ 300.000 Annual Aggregate $2,000,000 SC-5.06.A Delete paragraph 5.06.A in its entirety and insert the following in its place: A. CONTRAC'TOR 811,111 pLu-chase and maintain property insurance upon the Work at the Site in the amount ol'the full replacement cost thereof. '['his insurance shall: 1, include the interests ofOWNER, CONTRACTOR. Subcontractors, ENGINEER, ENG1Nl?ER's Consultants and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of any of them each of whom is deerned to have tin insurable interest and shall be listed as an insured or additional insured; 2. be written on a Builder's Risk "till-risk"or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, falsework, and materials and equipment in transit and shall insure against at least the following perils or causes of loss: f ire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water rdamage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions. 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges ofengincers and architects); r4. cover materials and cquiprru:nt stored at the Site or at another loctition that was agreed to in writing by OVVNER prior to being iricurporuted in the Work, provided that such materials and equipment have been included in un Application for Payment recommended by ENGINE-17R, and 5, allow for partial utilization of the Work by O\A,NI:R: 6. include testing and startup; and 054199-00 00800-3 SUPPLEMENTARY CONDITIONS ` RO — 3/19/01 Mill WALNUT STRII:T PUMP STA'T'ION CITY OF .1111 1-1.'sRSON, MISSOURI 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER. CONTRACTOR and ENGINE-GR with 30 days written notice to each other additional insured to whom a certificate o1'insurance has been issued. 13. CONTRACTOR shall be responsible: for any deductible or self-insured retention. C. The policies of insurance rcyuired to be purchased and maintained by CON"TRAC"TOR in accordance with this paragraph SC-5.06 shall comply with the recluirenlcnts of paragraph 5.06.C' of*tile General Conditions. SC-5.06.13 Delete paragraph 5.06.13 in its entirety and insert the Following in its place; 13. CONTRACTOR shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by Laws and Regulations which will include the interests of OWNI?R. CONTRACTOR, Suhcontractors, i NG1NI;GR, and 1-NUNEER's CoI1SUI(Lill US. each ol'whonl is deelilCd to IMVC an instlrlble interest and shall be listed as an insured or additional insured. SC-5.06.E Delete paragraph 5.06.1-H in its entirety. SC-6.011 With the Bid Form, the Major Subcontractors to be used liar the work shall hr identified and submitted to Owner. 'rile completed List of Major Subcontractors will I-iCcome a part of the Contract DoCUIlICIltS. SC-9.03 The duties, responsibilities and linlitations ol'authority of'tile Resident Project Representative are set forth in Exhibit A, attached to these SUpplClllentary Conditions. Additional Conditions 1. Legal Addresses. The business address (.)l' Contractor given in the Bid Form and Contractor's office in the vicinity of the Work are both hereby designated as the places to which all ilotices, letters, and other COI11111 Lill iCati0ll 10 Ct)IltraCtor will he mailed or delivered. The address of Owner appearing hereinbelore is hereby designated as the place to which all notices, letters, and other communication to Owner shall be mailed or delivered, Either party may change his address at any time by all illStrUllllllt Ill writing delivered to Engineer and ' to the other party. ?. Inspection-by Public Agencies. Authorized representatives of the public agellClCS, including but not limited to Missouri Department of Natural Resources, Clean Water C5-4199-00 00800.4 SUPPI..EMI-INTARY CONDITIONS RO -- 3/19/01 WALNUT STRI?I T PUMP S'rAT'ION CI'T'Y 0F JF;F'Fi,,RSON, MISSOURI Commission, and the E-IFIRA, shall have access to the Work wl►erever it is in preparation or progress. Contractor slialf provide proper lac ilitics for such access and inspection, 3. Wage Rtites. Wages shrill be paid to each employee engaged in the Work tit a rate not less than the prevailing rate o1' wages for the particular trade or occupation, as issued by the Department of Labor mid Industrial Relations of the State of Missouri. 4. Archaeological binds. If. during the course of construction, evidenee of material of historical or archaeological interest is found, the Contractor shall ccuse operations affecting the find and shall notify the Owner, who shall notify the Director, Division of Parks & Historical Preservation, 11.0. Box 176, Jefferson City, MO 65102, Teicphone Number(573) 751-2479. No further disturbance of material shall ensue until the Contractor has been notified by the Owner that he may again proceed. In the event that the archaeological examination and related work causes delay in a critical component ofthe Contractor's work schedule, he shall be entitled to an extension of time to complete the work dual to the M number ofdays that he is thus delayed. The Owner shrill retain rill right, title, and interest to artifacts which the (honer considers to he al'value that rrre 10(lild at the site. 5. Clean Air Act. Contractor shall comply with the Clean Air Act (P. L. 10)-549). END O1-- DOCUMENT 00800 a r� r C5-4199-00 00800-5 SUPPLEMI- TARY CONDI'T'IONS RO — 3/19/01 1�,xlnrrrr n Duties, Itespon sit)lilt les and I,imllalk►ns of Authority of Resident Project Representative (IiJC'DC' No. 1910-1-D1 ENGINE R shrill furnish a Resident Project Representative ("RPR"), assistants, and other field staff io assist I:NGINI:GR in observing progress and quality ofthe Work. The RPR, assistants, and other field staft'may provide full tittle representation or may provide representation to a lesser degree. Through such additional observations of C'ontractor's work in progress and field checks of mileritils and equipment by the RPR and assistanls. ENGINEER shall endeavor to provide further protection for OWN13R against defects and deficiencies in the Work, i lowevcr, N.NGINL GR shall not, during such visits or as a result of such observations of Contractor's work in progress, supervise, direct, or have conlrol over Contractor's Work nor shall ENGINLT,11 have milhority over or responsibility file the means, methods, techniques, sequences or procedures selected by Contractor, for safety precautions and programs incident to the Contractor's work in progress, f'or any failure of Contraclor to comply with Laws till([ Regulations applicable to Contractor's performing and furnishing the Work, or responsibility of construction for Contractor's firilure to furnish and perform the Work in accordance with the Conlract Documents. in addition, (he specific linlitildons set forth in the ENGINET'R's Agreement with the OWNER are applicable. The duties and responsibilities of the RPR are limited to lhose of i:NGINETR in LNOINVER's agreement with the OWNIiR and in the Conlr•act Documents, and are further limiled and dcscribed as follows• A. Gener•ui RPR is I NGINEF.R's agent m the Site, will act its directed by and under the supervision of l NGINFE'R, lilt] will confer with ENGINI'A"R regarding RHO,actions, RPR's dealings in matters pertaining to the Contractor's work in progress shall in general be with ENGINFER and Contractor, keeping OWNi,R advised as necessary. RPR's dealings with subcontractors shall only be through ur with the full knowledge and approval ol'Contractor. HTR shall generally communicate with OWNFAt with the knowledge ofand under file direction ol•FNGINFT.'R, 11. Duties and Responsibilities of RPR 1. Yehe(hiles: Review the progress schedule,schedule of Shop Drawing. anti Sample submittals, and schedule of values prepared by Contractor and consult with ENOINFER concernini;acceptability, 2. C'ogkrencc's(111(111fectings•: Altend meetings with Contractor, such as precortstruction Conti rences, progress meetings,job conferences and other project-related meetings, and prepare and circulate copies of minutes thereof, 3. Liaison: a. Serve tts ENGIN[::f R's liaison with C'unlractor, working principally through Contractor's superintendent and assist in understanding the intent ol'C'ontract Documents b. Assisi GNGINGGR in serving as OWNI R's liaison wish Conn•aclor when c'ontractor's uper Lions affect OWNFR's on-Site operations. c. Assist in obtaining from OWNFR additional details or information, Mien required for proper execution ol'the Work. 1. 111relprerurion u/C'nnnwct Doc umenr.,: Report to l:NCilNl`FR when clarifications and interpretations of the Contract Documents are needed and transmit to C'onlrrclor clarifications and interpretations as issued by ]:NGINEI_`R. 5. Mtol)Di-mvings wul,Sunlldvs: it. Record (1,114 of receipt of Samples and approved Shop Drawings. b. Receive Samples which are furnished at the site by Contractor, and notify iiN(IINF.IiR ofavailabi lit,v of Samples 161'examination. c. Advise ENGINEER and Contractor of the commencement of any portion ol'the Work requiring a Shop Drawing or Sample submittal for which RPR believes that the submittal has not been approved by 14G INFER. Page I ol'3 i EX111111T A Uutles, ltcsponslhlUtles find I.lntltutlons of Authority of Resident Project Representative (IACDC' No. 1910-1-D) 6. Modyicaliorrs: Consider and evaluate Contractor's suggestions for modifications in Drawings or Specifications and report with RPR's recommendation to E=NGINEER. Transmit to Contractor in writing decisions as issued by L;NGINEER, 7. Review(?f lVork and Refection o!Ucf vive Work: n. Conduct on-site observations of Contractor's work, in progress to assist I.M."jINI ER in determining ifthe Work Is in general proceeding in accordance with the Contract Documents. It. Report to ENGINE=ER whenever RPR believes that any part ol'C'ontractor's work fn progress will not produce it completed Project that conforms generally to the Contract Documents or will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated in the C=ontract Documents,or has been damaged, or does not meet the requirements of any inspection, test or approval required to he made; and advise ENGINE I?ofthat part of work in progress that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. 8. lnsprclions, Tests, cr)cl,Srslem Startups: a. Consult with L"NGINEER in advance of scheduled major inspections, tests, and systems startups of important phases of the Work. b. Verify that tests,equipment and systems startups and operating and maintenance training are conducted fn the presence of appropriate OWNER's personnel, and that (.'onu•actor maintains adequate records thereof. c. Observe, record and report to E-NGINEER appropriate details relative to the test procedures and systems startups. (l. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections, and report to ENGINE-S=R. 9. ilevorcls: a. Maintain at the Site orderly tiles For correspondence, reports of job conlcrences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the execution of the C omract, ENGINEER's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received frorn and delivered to Contractor, and other Project related (documents. b. Prepare it daily report or keep it diary or log book, recording Contractor's hours on the Site, weather conditions,data relative to questions of Change Orders, Field Orders, Work Change Direc=tives,or changed conditions, Site visitors, daily activities, decisions,observations Ili general, an(1 specific observations in more detail as in the cuss ofobserving test procedures;and send copies to E=NGINEER. c. Record names, addresses and telephone numbers of all Contractors, subcontractors, and major suppliers of materials and equipment, d. Maintain records fir use in preparing Project docununtadon. c. Upon completion orthe Work, furnish original set ofall RIT Prulecl documentation to I:NGINEER. 10. llc purls: a. Furnish to ENGINEER periodic reports as required of progress of the Work in(] of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. b. Draft and recommend to E=NGINEER proposed Change Orders, Work Change Directives, and Field Orders, Obtain backup material from Contractor. c. Furnish to ENGINEER and OWNER copies of all inspection, lest, and systems startup reports. d. Report immediately to ENGINEER the occurrence ol'any Site accidents, any Ilarn•dous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. Page 2 of'3 Cx11t111T A Duties, Responsibilities and Limitations of Authority of Resident Project Representative (EJCDC No. 1910.1-D) 11. Payment Requests: Review Applications for Payment with Contractor I'm compliance with the established procedure for their submission and Rn7vard with recommendations to RNGINEER, noting particularly the relationship of the payment requested to the schedule of*values, Work completed,and materials and equipment delivered at the Site but not incorporated in the Work. 12. Certyleates, Operation and A4aintenance Manuals: During the course of fhe Work, verify that materials and equipment certificates,operation and maintenance manuals, and other data required by the Specifications to be assembled and furnished by Contractor tyre applicable to the items actually installed and in accordance with the Contract Documents, and have these documents delivered to E=NGINE ER for review and forwarding to OWNER prior to payment for that part of the Work. !3. Completion: a. Before ENGINEER issues it Certificate of'Substandal Completion, submit to Contractor a list of observed items requiring completion or correction. b. Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the Work. c. Participate in it final inspection in the company of ENGINEER, OWNER, and Contractor and prepare a final list of items to be completed or corrected. d. Observe whether all items on final list have been completed or corrected and make recommendations to ENGINEER concerning acceptance and issuance of the Notice of Acceptability of the Work. C. Limitations of Authority by RI'It Resident Project Representative shall not: 1. Authorize any deviation from the Contract Documents or substitution ol'materials or equipment (including"or- equal" items). I Exceed limitations of ENGINEER's authority as set firth in the Agreement or the Contract Documents. 3. Undertake any of the responsibilities of'Contractor,subcontractors,suppliers, or Contractor's superintendent. 4. Advise on, issue directions relative to, or assume control over any aspect of the means, methods,techniques, sequences or procedures of Contractor's work unless such advice or directions are specifically required by the Contract Documents. 5. Advise on, issue directions regarding, or assurne control over safety precautions and programs in connection with the activities or operations of OWNER or Contractor. G. Participate in specialized field or laboratory tests or inspections conducted off-site by others except as specifically authorized by E=NGINEER, G. Accept Shop Drawing or Sample submittals from anyone other than Contractor. 7. Authorize OWNER to occupy the Projec=t in whole or in part. r Page 3 013 WA),NUT STREET PUMP STATION CITY OF JEFFERSON; MISSOURI DOCUMENT 00820 — FEDERAL AND STATE REQUIREMENTS The following Federal and State Requirements shall forma part of the General Conditions, In the `event of conflict between these Federal and State Requirements and the provisions of the General Conditions, the former shall govern, Region VII Procedures for Implementation of 40CFR fart 31,36(c) • Certification of Nonsegregated Facilities • Notice of Requirements for Affirmative Action to Ensure Equal Employment Opportunity • Standard Federal Equal Employment Opportunity Construction Contract Specifications State Wage Determination r C5=4199=00 00820-1 rEnERAL AND STATE RO --3/19/01 R -QUIREMI NTS WAI.,NU'I' S'Citl:;Ia"1' i'UMI' STATION CITY 01' J1"T"1 1? U. S. ENVIRONMENTAL PROTECTION AGENCY WA'I ER QUALITY OFFICE CERTIFICATION OF NONSEGREGATED I�ACIL.II'II" S (Applicable to' federally assisted construction contracts and related subcontracts exceeding $10,000 that are not exempt from the Equal Opportunity clause). The federally assisted construction contractor certifies that it does not maintain or provide for its employees any segregated facilities to perform their services at tiny location, under its control. The contractor certifies further that it will not maintain or provide for its employees any segregated fiieilitics at any of its establishments, and that it will not permit its employees to perform their services at tiny location under its control where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms. restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for the employees that are segregated by explicit directive or are in fact segregated on the basis cif race, creed, color, or national origin, because of habit, local custom, or otherwise. The federally assisted construction contractor agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 that tire not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. (Signature) (Date) (Name and Title of Signer) i4m,E: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. . NO TIC.'I, OI ttl:(,)llltrE�tl;N't' I Olt AFFIRMATIVE, ACTION T() FINSI IRF I?(}I.IAL, F;MI't,OYN(t:N'1' 01'1'O1�'I'UNI'I'Y (EXI t.'U'flVl? t.11z1)f,k 11-240) 1, "Elie Offeror's or Bidder's attention is called to the"Equal Opportunity Clause"and the"Standard Federal Equal Employment Specifications"set ftorth herein. 2. The goals and timetables I'm minority and Female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction wort in the covered area, are its follows: Goals for minority participation (ivals for female participation Timetables for each trade - in each trade~~ Until further notice These goals sire applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. II'the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals Vor both its Federally involved and nonfedcrally involved construction, The Contractor's compliance with the Executive Order and the regu lilt ionn in 41 CPR fart 60-4 shall be based Oil its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set Forth in 41 CPR 60-4,3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer ofnninority or female employees or trainees from Contractor to Contractor or' from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CPR Part 60-4. Compliance with the goals will be measured ag;tinst the total work hours performed. 3. The Contractor shall provide written notification to the Director ol'the OI'lice of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess o1' $10,000 at any tier for construction work under the contract resulting from this solicitation, The notification shall list the name, address and telephone number of the subcontractor, employer identification number of the subcontractor; estimated dollar amount ofthe subcontract; estimated starting and completion dates ol'the subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this Notice, and in the contract resulting front this soliciuttion, the "covered area" is___ 143 PR 49254, Oct. 20, 1978;43 Flt 5 140 1, Nov. 3, 1978, as amended at 45 FR 65977, Oct, 3, 19801 60-4.3 41 CFR Ch. 60 (7-1-00 Edition) res. The overall good faith performance b other Cuntroctors or Subcontractors toward a goal In an approved Plan does not excuse STANDARD FEDERAL. EWAL ENWL.oYMFNT OP- any covered Contractor's or Subcontractor's PORTVNr1Y CDXNS LrriDN CoK RACT SPEcl. failure to take good raith efforts to achieve FrICAr,ONS(FjOECUTTVE ORDER 11246) the Plan ends and timetables. 4, The Contractor shall Implement the spe• 1. As used In these specifications: 4. aMrmative action standards provided a. "Covered area' menns the geographical In paragraphs 7 a through p of these specl• area described In the solicitation from which fications. The goals set forth in the soilcica• this contract resulted; tion from which this contract resulted are b. "Director" means Director, Office of expressed as percentages or the total hours Federal Contract Compliance Programs, of employment and training of minority and United States Department of Labor, or any female utilization the Contractor should rea• person to whom the Director delegates au- sonably be able to achieve In each construc- thority; tion trade in which It has employees In the . c. Employer identification number" covered area. Covered Construction contrac• means the Federal Social Security number tors performing construction work In geo- used on the Employer's Quarterly Federal graphical areas where they do not have a Tax Return, U.S.Treasury Department For-in Federal or federally assisted conscuction 941, contract shall apply the minority and female d."Minority"includes goals established for the geographical area (1) Black (all persons having origins in any where the work Is being performed.Coals are of the Black African racial groups not of His- published periodically In the FEDERAL REC• panic origin): IS'MR In notice form, and such notices may (11) Hispanic (all persons of Mexican, Puer- be obtained from any Office of Federal Can- to Rican, Cuban.Central or South American tract Compliance Programs aMce or from or other Spanish Culture or origin, regard- Federal procurement contracting officers. less of race); The Contractor is expected to make substan- (ill) Asian and Pacific Islander(all persons dally uniform progresa in meeting Its goals having origins in any of the original peoples In each craft during the period specUled. of the Far East, Southeast Asia, the Indian 5. Neither the provisions of any collective Subcontinent,or the Pacific Islands):and bargaining agreement, nor the faUure by a (Iv) American Indian or Alaskan Native union with whom the Contractor has a col. (all persons having origins in any of the leetive bargaining agreement.to refer either original peoples of North America and main- minorities or women shall excuse the Con- taining Identifiable tribal affiliations tractor's obligations under these speciflca- through membership and participation or tions, Executive Order 11246, or the regula- community Identification). tions promulgated pursuant thereto. 2. Whenever the Contractor, or any Sub- G. In order for the nonworking training contractor at any tier, subcontracts a por- horsn of apprentices and trainees to be tion of the work Involving any construction counted In meeting the goals, such appren- trade, it shall physically Include In each sub- tices and trainees must be employed by the contract in excess of 310,000 the provisions of Contractor during the training period, and these specifications and the Notice which the Contractor must have made a commit- contains the applicable goals for minority ment to employ the apprentices and trainees and female participation and which is set at the completion of their salning, subject forth In the solicitations from which this to the avaLlabllity of employment opportunl- contract resulted. ties. Trainees must be trained pursuant to ]. U the Contractor is participating (pursu• training programs approved by the U.S, De- ant to 41 CPR 60-4.5) In a Hometown Plan ap- par went of Labor. proved by the U.S. Department of Labor in 7. The Contractor shall take specific ar- the covered area either Individually or firrnative actions to ensure equal employ- through an association, its affirmative ac- metric opportunity, The evaluation of the tion obligations on all work In the Plan area Contractor's compliance with these speci- (including goals and timetables) shall be In firations shall be based upon its effect to accordancu with that Plan for those trades achieve maximum results from its actions. which have unions participating In the Plan. The Contractor shall document these efforts Contractors must be able to demonstrate fully, and shall implement affirmative ac- their participation In and compllancu with tion steps at least as extenslve as the fol- the provisions of any such Hometown Plan. lowing: Each Contractor or Subcontractor partici- a. Ensure and maintain a working environ- pating In an approved Plan is individually ment free of harassment. Intimidation, and required to comply with Its obligations coarcion at all sites, and In all facilities at under the EEO clause, and to make a good which the Contractor's employees are as- faith effort to achieve each goal under the signed to work. The Contractor, where pas- Plan In each trade in which it has employ slble.will assign two or more women to each 150 Office of Federal Contract Compliance Programs §6f}-4.3 construction project. The Contractor shall llgntloru under these speclllcaclons with all specifically ensure that all foremen, super• employees having any responsibility for hlr• Intendents, and other on-site supervisory Ing, assignment, layoff, termination or other personnel are aware of and carry out the employment decisions Including specific re- Contractor's obligation to maintain such a view of these Items with onsite supervisory working environment, with specific atten- personnel such as Superintendents, Central tlon to minority or female Individuals work- Foremen, etc., prior to the Initiation of con- Ing at such sites or In such facilities, struction work at any job site, A written b, Establish and maintain a current list of record shall be made and maintained Idend. minority and female recruitment sources, fying the time and place of these meetings. provide written notification to minoricy and persons attending• subject matter dUcussed, female recruitment sources and to commu. and disposition of the subject matter. nity organizations when the Contractor or h. DIsseminate the Contractor's EEO pol- Its unions have employment opportunities Icy externally by Including it In any adver• available, and maintain a record or the orga• using In the newt media, specUlcally tnclud- nlzations'responses, Ing minority and female news media, and c.Maintain a current file or the names.ad• providing written notification to and dis• dresses and telephone numben of each ml- cussing the Contractor's EEO policy with nority and female off-the-street applicant other Contractors and Subcontractors with and minority or female referral from a whom the Contractor does or anticipates union, a recruitment source or community doing business, organization and of what action was taken 1. Direct Its recruitment efforts, both oral with respect to each such Individual, If such anti written, to minority, female and com- Indlvidual was sent to the union hlring hall rnunity organlzaclons. to schools with mi- for referral and was not referred back to the norlty and female students and to minority Contractor by the union or, if referred. not and female recruitment and training organl- employed by the Contractor, this shall be zctions serving the Contractor's recruitment documented In the file with the reason there- area and employment needs. Not later than for, along with whatever additional actions one month prior to the dace for the accept. the Contractor may have taken. ante of applications for apprenticeship or d. Provide Immedlace written notification other training by any recruitment source, w the Director when the union or unions the Contractor shall send written notlflca- with whlr�i the Contractor has a collective don to organizations such as C1te above, de- scribing agreement has not referred to the scribing the openings, screening procedures. Contractor a minority person or woman sent by the Contractor, or when the Contractor and tests to be used In the selection process. has other Information that the union refer- J. Encourage present minority and female ral process has Impeded the Contractor's ef- employees to recruit other minority persons fora to meet Its obligations, and women and, where reasonable, provide e, Develop on-the-Job training opportunl- after $chool, summer and var-aclon tmploy- tles and/or participate In training programs merit to minority and female youth both on for the area which expressly Include minori• the site and In other areas of a Contractor's tier and women. Including upgrading pro- work force. grams and apprenticeship and trainee pro- k- Validate all teats and other selection re- grams relevant to the Contractor's employ- quiremenr-s where there is an obligation to ment needs, especially those programs fund- do so under 41 CFR Part 60-3. ed or approved by the Department of tabor. 1. Conduct, at least annually, an Inventory The Contractor shall provide notice of chest and evaluation at least of all minority and programs to the sources compiled under 7b female personnel for promotional opportunl- above. ties and encourage these ampioyeea to seek f, DWeminate the Contractor's EEO policy or to prepare for, through appropriate train- by providing notice of the policy to unions Ing, etc„such opportunities. and training programs and requesting their m. Ensure that seniority practices, Job cooperation In assisting the Contractor In classifications, work assignments and other ' meeting its EEO obligatlorm, by including It personnel practices, do not have a dlscrind- in any policy manual and collective bar- natory effect by continually monitoring all gaining agreement: by publicizing It In the personnel and employment related activities company newpaper, annual report. etc.: by to ensure that the EEO policy and the Con- specific review of the policy with all man- tractor's obligations under these specifica- agement personnel and with all minority and lions are being carried out. female employees at least once a year. and n. Ensure that all faclUtfes and company by posting the company EEO policy on bul. activities are nonsegregated excepc that sep- letin boards accessible to all employees at crate or single-user collet and necessary each location where construction work is changing facilltlts shall be provided to as- performed. sure privacy between the saxes, g. Review, at least annually, the com- o. Document and maintain a record of all pany's EEO policy and affirmative action ob solicitations of offers for subconat-acts from 151 §60-4,4 41 CFR Ch. 60 (7-1-00 Edilion) minority and female construction contrac• Contract Compliance Programs. Any Con• tors and suppliers. Including circulation of tractor whtw fa113 to carry out such sanctions solicitations to minority and fernale con- and penalties shall be In violation of these tractor associations and other business also- specifications and Executive Order 11246, as cl amended. P. Con P. Conduct a review, ac least annually, of IJ. The Contractor, to fulflliing its oblige• all supervisors' adherence to and perform- tions under these specifications, shall Imple- ance under the Contractor's EEO policies ment specific affirmative action steps, at and affirmative action obllgutlons, least as extensive m chase standards pre- 11. Contractors are encouraged to partici- scribed In paragraph 7 of these speclflca- pate In voluntary associations which assist tiorm so as to achieve maximum results In fulfilling one or more of their affirmative from Its efforts to ensure equal employment action obligations (7a through p).The efforts opportunity. If the Contractor falls to com- of a contractor association,joint contractor- ply with the requirements of the Executive union. contractor-community,or other slml• Order, the Implementing regulations, or lar group of which the contractor is a mem• these specifications. the Director shall pro- ber and participant, may be asserted as ful• cred In accordance with 41 CFR 60-4.1, filling any one or more of Its obligations 14. The Contractor shall designate a re- under 7a through p of these Spcclllcatiorts sponsible of iclal to monitor all employment provided that the contractor actively par• related activity to ensure that the company ticipetes In the group, makes every effort to EEO policy is being carried out, to submit assure that the group has a positive Impact report/ relating to the provisions hereof as on the employment of minorities and women may be required by the Covemment and to In the industry, ensures that the concrete keep records. Records shall at least Include benefits of the program are reflected In the for each employee the name, address, tele• Contractor's minority and female workforce phone numben,construction trade,union af- partieipatlon, makes a good faith effort to flllation if any, employee Identification meet its Individual goals and timetables.and number when assigned, social security num- can provide access to documentation which ber, race,sex,status (e.g.,mechanic, appren- demonstrates the effectiveness of actions tice trainee, helper, or laborer), dates of taken on behalf of the Contractor.The obll• changes In status, hours worked per week In gation to comply, however, is the Contrac• the indicated trade, rate of pay, and loco• tor's and failure of such a group to fulfill an tions at which the work was performed. obligation shall not be a defense for the Con- Records shall be maintained In an easily un- tractor's noncompliance, demandable and retrievable form; however, 9. A single goal for minorities and a sepa• to the degree that existing records satisfy rate single goal for women have been estab• this requirement, contractors shall not be dished. The Contractor, however, Ls required required to maintain separate records. to provide equal employment opportunity 15. Nothing herein provided shall be con• and to take affirmative action for all minor- strued as a limitation upon the application Ity groups, both male and female, and all of other laws which establish different stand• women, both minority and non-minority. ards of compliance or upon the application of Consequently, the Contractor may be In vio- requirements for the hiring of local or or-her lation of the Executive Order if a particular area residents (e.g., those under the PubLlc group is employed In a suhstandally dls- Works Employment Act of 1977 and the Com- parate manner(for example,even though the munity Development Block Crant Program). Contractor has achieved Its goals for women generally, the Contractor may be In viola- (b) T1ie notice set forth In 41 CFR 60- tion of the Executive Order If a specific ml- 4.2 and the specifications set forth In 41 nority group of women is underutilized). CFR 60-4,3 replace the New Form for 10. The Contractor shall not use the goals Federal Equal Employment Oppor- and timetables or affirmative action stand- tunicy Bid Conditions for Federal and ards to discriminate against any person be- Federally Assisted Construction pub- cause of race•color,religion,sex,or national lashed at 41 FR 32482 and commonly origin. knov✓n as the Model Federal EEO Bid 11.The Contractor shall not enter Into any Conditions, and the New Form shall Subcontract with any person or nr'nn not be used after the regulations In 4l debarred from Government contracts puns- CFR Part d 4 become regulatio ant to Executive Order 11246. 12. The Contractor shall carry out such (43 FR 49254.Ocr_20, 19711;43 FR 51401,Nov. J, sanctions and penalties for violation of these 1974, as amended at 45 FR 85978, Oct. 3, 19601 specifications and of the Equal Opportunity Clause, Including suspension. termination and cancellation of existing subcontracts as may be Imposed or ordered pursuant to Exec- utive Order 11244, as amended, and its imple- menting regulations,by the Oiflce of Federal 1.52 r Office of Federal Contract Complionco Programs y60-1.4 (b) Federally assisted constmcdon con- (7) The contractor will send to each labor sisted construction work: Provided. That if tracts. (t) Except as otherwise provided, union or representative of worke.n with the applicant so participating Is a State or each administering agency shall re- which he tins a collective bargaining agree- local government. the above equal oppar- quire the Inclusion of the following ment or other contract or understanding, a tunity clause is not applicable to any agen- language as a condition of an rant notice to be provided advising the said labor cy. Instrumentality or subdivision of such y grant, ".rnlon or workers' representatives of the con• govemment which does not participate In contract, loan, Insurance, or guarantee tractor's commitments under this section, work on or under the contract. involving federally assisted construe and shall post copies of the notice In can. The applicant agrees that It will assist and tlon which is not exempt from the re- splcuous places available to employees and cooperate actively with the administering quirements of the equal opportunity applicants for employment. agency and the Secretary of Labor to obtaln• Clause: (4) The contrator will comply with all pro• ing the compliance of contractors and sub- visions of Executive Order 11246 of Sep- contractors with the equal opportunity The applicant hereby agrees that It will In- tember 24, 1965, and of the rules, regulations, clause and the rides, regulations, and rel- corporate or cause to be Incorporated Into and relevant orders of the Secretary of event orders of the Secretary of Labor, that any contract for construction work.or modi- Labor, It will furnish the administering agency and fication thereof, as defined In the regula• (5) The contractor will furnish all Informa- the Secretary of Labor such information as tionx of the Secretary of Labor at 41 CFR Lion and reports required by Executive Order they may require for the supervision of such Chapter 60, which Is paid for In whole or In 11246 of September 24, 1965, and by rules, reg. pare with funds obtained from the Federal compliance, and that It will otherwise assist ulatiorts. and orders of the Secretary o! the administering agency In the dLscharge of Government or borrowed on the credit of the Labor, or pursuant thereto, and will perm![ , Federal Government pursuant to a t, access to his books, records, and accounts by the agency's primary responsibility for se- p �n the administering agency and the Secretary curing compliance. contract, loan pursuant to n guarantee. or of Labor for u of Investigation to as. The applicant further agrees that It will gram pursuant to any Federal pro- p B refrain from entering Into an contract or ram uch rant, contract, loan. certain compliance with such rules, regula• B Y B B B bons,and orders. contract modification subject to Executive insurance, or guarantee, the fallowing equal (6) In the event of the contractor's non- Order 11246 of September 24, 1965, with a con- opportunity clause: compliance with the nondiscrimination tractor debuTed from, or who has not dem• During the performance of this contract. clauses of this contract or with any of the onstrated eligibility for. Government con- the contractor agrees as follows: said rules, regulations, or orders, this con. Lracts and federally assisted construction (I) The contractor will not discriminate pact may be canceled. terminated, or sus- contracts pursuant to the Executive order against any employee or applicant for em- pended In whole or In part and the con- and will carry out such sanctions and pen- ployment because of race, color, religion. tractor may be declared Ineligible for further allies for violation of the equal opportunity sex, or national origin. The contractor will Government contracts or federally assisted clause as may be imposed upon contractors take affirmative action to ensure that appll• construction contracts In accordance with and subcontractors by the administering cants are employed. and that employees are procedures authorized In Executive Order agency or the Secretary of Labor pursuant treated during employment without regard 11246 of September 24, 1965, and such other to Part II,Subpart D of the Executive order to their race, color, religion,sex,or national sanctions may be Imposed and remedies in- In addition, the applicant agrees that U it origin. such action shall Include, but not be voked as provided In Executive Order 1 1246 of falls or refuses to comply with these under Limited to the following: Employment, up- September 24, 1965,or by rule. regulation, or takings, the administering agency may tare grading, demotion, or transfer: recruitment order of the Secretary of Labor, or as other. any or all of the following actions: Cancer or recruitment advertising: layoff or terTnl• wise provided by law, terminate, or suspend in whole or In part nation: rotes of pay or other forms of com- (7) The contractor will Include the portion this grant (contract, loan, insurance. Qurr• pensation: and selection for training, lnclud- of the sentence Immediately preceding para• antee): refrain from extending any further ing apprenticeship. The contractor agrees to graph(1) and the provisions of paragraphs(1) assistance to the applicant under the pro- post In conspicuous places, available to em- through m In every subcontract or purchase gram with respect to which the failure or ro- ployees and applicants for employment, no- order unless exempted by rules, regulations, fund occurred until satisfactory assurance of tices to be provided setting forth the provi- or orders of the Secretary of Labor issued future compliance has been received from sions of this nondiscrimination clause, pursuant to section 204 of Executive Order such applicant: and refer the case to the Do- (2) The contractor will, In all solicitatiorts 11246 of September 24, 1965, so that such pro• partment of Justice for appropriate legal or advertisements for employees placed by or visions will be binding upon each subcon• roceedln s. on behalf of the contractor, state that all tractor or vendor. The contractor will take p B qualified applicants will receive consider- such action with respect to any subcontract ations for employment without regard to or pru Anse order as the administering agen- race, color, religion, sex, or national origin. ry may direct as a means of enforcing such provisions, including sanctions for non. compliance: Provided, however, That in the event a contractor becomes Involved In.or!s threatened with. Litigation with a subcon- tractor or vendor as a result of such dlrec- don by the administering agency the con- tractor may request the United States to enter into such litigation to protect the in- terests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect w its own employment prat• tices when It participates in federally as- r . ..issoun Division of Labor S WAGE AND HOUR SECTION + F THE s O %ALV "I 1 —1 L3 Lf o, —7 1- , L3 A, cccxfi BOB HOLDEN, Governor Annual Waae Order No . 8 Section 026 COLE COUNTY In accordance with Section 290.262 RSMo 1994, within thirty (30) days after a certified copy of this Annual Wage Order has been filed with the Secretary of State as indicated below, any person who may be affected by this Annual Wage Order may object by filing an objection In triplicate with the Labor and Industrial Relations Commission, P.O. Box 599, Jefferson City, MO 65102-0599. Such objections must set forth in writing the specific grounds of objection. Each objection shall certify that a copy has been furnished to the Division of Labor Standards, P.O. Box 449, Jefferson City. MO 65102-0449 pursuant to 8 CSR 20-5.010(1). A certified copy of the Annual Wage Order has been filed with the Secretary of State of Missouri. RECEIVED & FILED MAR 0 9 2001 c'O leen A. Balser, Director Division of Labor Standards Filed With Secretary of State: SECRETARY OF STATE ^_•� Last Date Objections May Be Filed: APR 0 9 2001 a Prepared by Missouri Department of Labor and industrial Relations Building Construction Rates for REPLACEMENT PAGE Section 026 COLE County "-� Effective Basic -over-- ver- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Rates Rates Asbestos Worker $27,54 55 ` 60 _$8.76 Boilermaker 9/01r� $24.66 57 7 $11.645 Brickla ers•Stone Mason 9/01 $22.10 59 7 1 $5.80 Carpenter _ $18.13 60 15 $6.26 Cement Mason $18.61 9 3 $5.65 Electrician Inside Wireman $21.43 28 7 _ $7.66 + 13% Communication Technician _ USE ELECTRICIAN INSIDE WIREMAN RATE Elevator Constructor 7/01 a $28.655 26 54 $8.115 Operating Enineer Group 1 5/01 $21.67 86 66 $11.64 Group 11 5/01 $21.67 86� 66 $11.64 Group III 5/01 $20.42 86 66 $11.64 Group 111-A 5/01 $21.67 86 66 $11.64 Group IV 5/01 $22.37 86 66 $11.64 Group V 5/01 $23.67 86 _ 66 $11.64 Pipe Fitter 7/01 b $27.75 91 69 $11.83 Glazier $13.00 FED -�' $1.89 Laborer Buildin : _ General $15.35 110 7 ~$5.85 First Semi-Skilled $16.20 110 7 $5.85 Second Semi-Skilled $16,20 110 7 $5.85 Lather USE CARPENTER RATE Linoleum Layer& Cutter USE CARPENTER RATE Marble Mason 9/01 $22.10 59 7 $5.80 Millwright $19.13 60 15 $6.26 Iron Worker 8/01 $20.56 11 8 $11.29 Painter 4/01 $16.94 �18 7 $4.83 Plasterer _ _ $17.68 94 5 55.39 Plumber $20.75 FED $2.26 Pile Driver $19.13 60 15 $6.26 Roofer 9/01 $22.50 12 4 $6.49 Sheet Metal Worker 7/01 $21.61 40 23 $7.36 Sprinkler Fitter _ $27.69 33 19 $7.45 Terrazzo Worker 9101 $22.10 _59 7 $5.80 Tile Setter 9/01 $22.10 59 7 $5.80 Truck Driver-Teamster Group 1 4/01 $18.05 101 5 $4.25 Group II 4/01 1 $18.75 101 5 $4.25 Group 111 4/01 $18.45 101 5 $4.25 Group IV 1 4/01 $18.75 101 5 $4.25 Traffic Control Service Driver $14.15 48 49 $2.44 _ Well Driller USE BLDG CONST. ENGINEER GROUP II RATE Welders-Acetylene & Electric Fringe Benefit Percentage is of the Basic Hourly Rate Attention Workers: If you are not being paid the appropriate wage rate and fringe benefits contact the Division of Labor Standards at 1-800-475-2130. "Annual Incremental Increase 'SEE FOOTNOTE PAGE ANNUAL WAGE ORDER N0,8 9101 w Building Construction Rates for REPLACEMENT` PAGE Section 026 COLE County Footnotes _ Effective Basic Over-� OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Rates Rates _ � ` Welders receive rate prescribed for the occupational title performing operation to which welding is incidental, Use Building Construction Rates on Building(s) and All Immediate Attachments. Use Heavy Construction rates for remainder of project. For the occupational titles not listed in Heavy Construction Sheets, use Rates shown on Building Construction Rate Sheet. a -Vacation: Employees over 5 years - 8%; Employees under 5 years - 6% `b - All work over $3.5 Million Total Mechanical Contract- $27.75, Fringes - $11.83 All work under $3.5 Million Total Mechanical Contract - $26.41, Fringes - $10,08 'Annual Incremental Increase ANNUAL WAGE ORDER NO. 8 7101 COLT: COUNTY OVERTINIE RAILS-ItUILDING CONSTRUCTION FED: Minimum requirement per lair Labor Standards Act means time and one-half(1 '/z) shall be paid for all work in excess of forty (40) hours per work week. NO. 9: Means the regular workday starting time of 8:00 a.m. (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 a.m. or delayed one hour to 9:00 a.m. All work performed in excess of the refntlar work day and on Saturday shall be compensated at one and one-half'(11/2) times the regular pay. In the event time is lost during the work week due to weather conditions, -the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated for at double the regular rate of wakes. The work week shall be Monday through Friday, except for midweek holidays. NO. 11: Means eight (8) hours shall constitute a day's work, with the starting time to he established between 7:00 a.m. and 8:00 a.m. from Monday to Friday. Time and one-half(11/2) shall be paid for first two (2) hours of overtime Monday through Friday and the first eight (8) hours on Saturday. All other overtime hours Monday through Saturday shall be paid at double (2) time rate, Double (2) time shall be paid for all time on Sunday and recognized holidays or the days observed in lieu of these holidays. NO. 12: Means the work week shall commence on Monday at 12:01 a.m. and shall continue through the following Friday, inclusive of each week. All work performed by employees anywhere in excess of forty (40) hours in one (1) work week, shall be paid for at the rate of one • and one-half (1'/z) times the regular hourly wage scale. All work performed within the regular working hours which shall consist of a ten (10) hour work day except in emergency situations. Overtime work and Saturday work shall be paid at one and one-half'(] 1/2) times the regular hourly rate. Work on recognized holidays and Sundays shall be paid at two (2) times the regular hourly rate. NO. 18: Means the regular work day shall be eight (8) hours. Working hours are from six (6) hours before Noon ('12:00) to six (6) hours after Noon (12:00). The regular work week shall be forty (40) hours, beginning between 6:00 a.m. and 12:00 Noon on Monday and ending between 1:00 p.m. and 6:00 p.m. on Friday. Saturday will be paid at time and one-half(1'/z). Sunday and Holidays shall be paid at double (2) time. Saturday can be a make-up day if the weather has forced a day off, but only in the week of the day being lost. Any time before six (6) hours before Noon or six (6) hours after Noon will be paid at time and one-half(I %). NO. 26: Means that the regular working day shall consist of eight (8) hours worked between 6:00 a.m., and 5:00 p.m„ five (5) days per week, Monday to Friday, inclusive. Hours of work at each jobsite shall be those established by the general contractor and worked by the majority of trades. (the above working hours may be changed by mutual Agreement). Work performed on Construction Work on Saturdays, Sundays and before and after the regular working day on Monday to Friday, inclusive, shall be classified as overtime, and paid for at double (2) the rate of single time. The rate of pay for all work performed on holidays shall be at two times (2) the single time rate of pay. ANNUAL WAGE ORDER No. 8 AW8026StipoT.doc Page I of(,Pages COLE COUNT)' OVERTINIE RATES- BUILDING CONSTRUCTION NO. 28: Means eight (8) hours between 7:00 a.m. and 5:30 p m. shall constitute a day's work five (5) days a week, Monday through Friday inclusive, shall constitute a work week. The Employer has the option for a workda N,Aa,ork week of four (4) ten (10) hour days (4-10's) provided: -The project must be for a ntinimutn of four (4) consecutive days. -Starting time may be within one (1) hour either side of 8:00 a.m. -Work week must begin on either a Monday or Tuesday: I f a holiday falls within that week it shall be a consecutive work day. (Alternate: If a holiday falls in the middle of a week, then the regular eight (8) hour schedule may be irnplcmented). -Any time worked in excess of any ten (10) hour work day (in a 4-10 hour work week) shall be at the appropriate overtime rate. All work outside of the regular working hours as provided, Monday through Saturday, shall be paid at one & one-half(1'h) times the employee's regular rate of pay. All work performed from 12:00 a.m. Sunday through 8:00 a.m. Monday and recognized holidays shall be paid at double (2) the straight time hourly rate of pay. NO. 33: Means the standard work day shall be eight (8) consecutive hours of work between the hours of 6:00 a.m. and 6:00 p.m., excluding the lunch period, or shall conform to the practice on the job site. Four (4) days at ten (10) hours a day may be worked at straight time, Monday through Friday and need not be consecutive. All overtime, except for Sundays and holidays shall be at the rate of time and one-half (1'/2). Overtime worked on Sundays and holidays shall be at double (2) time. NO. 35: Means the normal work. week shall consist of five (5) eight (8) hour days for a total forty (40) hours, starting on Monday at 8:00 a.m. and ending on Friday at 4:30 p.m. The starting time can be flexible between 6:00 a.m. and 8:00 a.m., and ending at 2:30 p.m. respectively. All work before designated starting time and after quitting time shall be paid at the rate of time and one-half (1'yz). All work in the excess of eight (8) hours per day, or forty (40) hours per week Monday through Friday, shall be paid for at the rate of time and one-half(1'/-). All hours worked on Saturdays, Sundays, or Holidays shall be paid at the double (2) time rate. NO. 40: Means the regular working week shall consist of five (5) consecutive (8) hour days' labor on the job beginning with Monday and ending with Friday of each week. Four (4) 10-hour days may constitute the regular work week. The regular working day shall consist of eight (8) hours labor on the job beginning as early as 7:00 a.m. and ending as late as 5:30 p.m. All full or part time labor performed during, such hours shall be recognized as regular working hours and paid for at the regular hourly rate. All hours worked on Saturday and all hours worked in excess of eight (8) hours but not more than twelve (12) hours during the regular working week shall be paid for at time and one-half(1 !%) the regular hourly rate. Ali hours worked on Sundays and holidays and all hours worked in excess of twelve (12) hours during the regular working day shall be paid at two (2) times the regular hourly rate. In the event of rain, snow, cold or excessively windy weather on a regular working day, Saturday may be designated as a "make-up" day. Saturday may also be designated as a "make-up" day, for an employee who has missed a day of work for personal or other reasons. Pay for "make-up" days shall be at remilar rates. ANNUAL \VALE ORDER NO. fi A11'$0:6 Stip OT'.dnc P;,F[c•2 of 0 llagc.� �7 CC)LE COUN'T'Y OVER TIME it,A'TES- BUILDING CONSTR1)CI'1ON NO. 48: Means the regularly scheduled work week shall lie five (5) consecutive days, Monday through Friday or Tuesday through Saturday. Eight (8) hours shall constitute a day's work. Starting time shall not be earlier than 7:00 a,tn. nor later than 10:00 a,m. Forty (40) hours shall constitute a week's work. Overtime at the rate of time and one-half(1'/,,) will be paid for all wort: in excess of forty (40) hours in any one work week. On the Monday through Friday schedule, all work performed on Saturday will be time and one-half ( i '/.) unless tinge has been lost during the week, in which case Saturday will be it make up day to the extent of the lost time. On the Tuesday through Saturday schedule, all work performed on Monday will be time and one-half (1'/z) unless time has been lost during the week, in \vhlch case Monday will be a make-up day to the extent of the last time. Any work performed on Sunday will he double (2) timc, If employees work on any of the recognized holidays, they shall be paid time and one-half(1 '1'2) their regular rate of pay for all hours worked. NO. 55: Means the regular work day shall be eight (8) hours between 6:00 a.m. and 4:30 p.m. The first two (2) hours of work performed in excess of the eight (8) hour work day, Monday through Friday, and the first ten (10) hours of work on Saturday, shall be paid at one & one-half (1'/a) times the straight time rate. All work performed on Sunday, observed holidays and in excess of ten (10) hours a day, Monday through Saturday, shall be paid at double (2) the straight time rate. 1 NO. 57: Means eight (8) hours per day shall constitute a day's work and forty (40) hours per week, Monday through Friday, shall constitute a week's work, The regular starting time shall be 8:00 a.m. The above may be changed by mutual consent of authorized personnel. When circumstances warrant, the Employer may change the regular workweek to four (4) ten-hour days at the regular time rate of pay, It being understood that all other pertinent information must be adjusted accordingly. All time worked before and after the established workday of eight (8) hours, Monday through Friday, all time worked on Saturday, shall be paid at the rate of lime and one-half(I '/) except in cases where work is part of an employee's regular Friday shift. All time worked on Sunday and recognized holidays shall be paid at the double (2) time rate of pay. NO. 59: Means that except as herein provided, eight (8) hours a day (which may begin as early as 6:00 a.m.) shall constitute a standard work day, and forty (40) hours per week shall constitute a week's work. All time worked outside of the standard eight (8) hour work day and on Saturday shall be classified as overtime and paid the rate of time and one-half(I !6). All time worked on Sunday and holidays shall be classified as overtime and paid at the rate of double (2) time, The Employer has the option of working either five (S) eight hour days or four (4) ten hour days to constitute a normal forty (40) hour wort: week. When the four (4) ten-hour work week is in effect, the standard work day shall be consecutive ten (10) hour periods between the hours of 6:30 a.m. and 6:30 p.m. Forty (40) hours per week shall constitute a weeks work, Monday through Thursday, inclusive, In the event the job is down for any reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer. be worked as a make-up day; straight time not to exceed ten (10) hours or forty (40) hours per week. When the five day (8) hour work week is in effect, forty (40) hours per week shall constitute a week's work, Monday through Friday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Saturday may, at the option of the I nlployer, be worked as a make-up t 0 day; straight time not to exceed ci;pht (8) hours or forte (40) (lours per week. ANNUAL WAGE: ORDEI i NO, 8 AW8026 Sup OT,doc Pape?n)'b Papes RATES- 1W11.UINC" ('t)NS('Itt IC('ION NO. fill: Merns the Employer shall have the option of workinc five g-hoar day:, or four i0--hour" days Monday through Friday. If an Employer elects to work five i -hour days draring any work week, hours worked more than eight (i ) per day or foriv (40) pci week: shall he paid at time and one-half (1 '/) the hourly wage rat-, plus fringe benefits Monday through Friday. SATURDAY MAKE-UP DAY: if an E:mnloycr :s prevented from working forty (40) hours, Monday through Friday, or any part th:.-rcof by reason of inclement weather (rain or mud), Saturday or any part thereof may be worked as tI make-up day at the straight time rate. It is agreed by the parties that the make-up day is not to be used to make up time lost clue to recognized holidays, If in Employer elects to work four 10-11011r days, between the htlurS of 6:30 a.m. and 6:30 p.m. in any week, work performed more than ten (10) hours per (lay or forty (40) hours per' week shall be paid at time and one half(1 '/) the hourly wake rate plus fringe benefits Monday through Friday. If an Employer is working 10-hour days and loses a day due to inclement weathcr, the Employer may work ten (10) hours on Friday ar straight time. Friday must be scheduled for no more than ten (10) hours at the straight time rate, but all hours worked over the forty (40) hours Monday through Friday will be paid at tirne and one-half(1 ;<) the hourly wage rate plus fringe benefits. A.11 Millwright work performed in excess of the regular work day and on Saturday shall be compensated for at time one-half (1112) the regular Millwright hourly wage rate plus fringe benefits. The regular work day of 8:00 a.m. (,Intl resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 a.m. or delayed one (I) hour to 9'00 a.m. All work accomplished on Sundays and recognized holidays, or days observed as recognized holidays. shall be compensated for at double (2) the regular hourly rate of wages plus fringe, benefits. NOTE: All overtime is computed on the hourly wage rate plus an amount equal to the fringe. benefits. NO. 86: Means the regular work week shall consist of five (5) days. Monday through Friday, beginning at 8:00 a.m. and ending at 4:30 p.m. The regular work day beginning time may be advanced one or two hours or delayed by one hour, All overtime wort: performed on Monday through Saturday shall be paid at time and one-half(I'A) of the hourly rate plus an amount equal to one-half('/:) of the hourly Total Indicated Fringe Benefits. All work performed on Sundays and recognized holidays shall be paid at double (2) the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. NO. 91: Means eight (8) hours shall constitute a day's worl: commencing at 4.00 a.m. and endine at 4:30 p.m., allowing one-half'(1 r2) hour for lunch. The option exists for the Employer to use a flexible starting time between the hours of 6:00 a.m. and 9:00 a.m. The regular work week shall consist of forty (40) hours of five (5) work days, Monday through Friday. The work week may consist of four (4) ten (1 C)) hour days from Monday through Thursday. with Friday as a make-up day. If the make-up day is a holiday, the employee shall be paid at the double (2) time rate. The employees shall be paid double (2) time for work performed before the regular starting time or after the regular quitting time or over eight (f;) hours per work week (unless working a 10-hour work day, then double (2) time is paid for work performed over ten ( 10) hours a day) or Over forty (40) hours per work week, 1Vork performed on Saturdays, Sundays and recognized holidays shall be paid at the double (2) time rate of pay. A4 R(!6 tinp Ordoc. ANNIJAL WAGE ( ?DER NO. h , I':11-c 4 of 1.I'upcs COLE COUNTY OVERTIME RA'T'ES•-BUILDING CONSTRUCTION NO. 94: Means eight (8) hours shall constitute a days work between the hours of 8:00 a.m, and 5:00 p.m. The regular workday starting time of 8:00 a,tn. (and resulting quitting; time of 4:30 p.m.) may be moved forward to 6:00 a,m. or delayed one (1) hour to 9:00 a.m. All work ' performed in excess of the regular work day and on Saturday shall be compensated at one and one-half (1'/2) times the regular pay. In the event time is lost during the work week due to weather conditions, the Employer may schedule work on the fallowing Saturday at straight. time, All work accomplished on Sunday and holidays shall be compensated at double the regular rate of wages. NO. 101: Means eight (8) hours a day shall constitute a standard work day, and fbrty (40) hours per week shall constitute a week's work, which shall begin on Monday and end on Friday. All time worked outside of the standard work day and on Saturday shall be classified as overtime and paid the rate of time and one-half (I'/z) (except as herein provided), All time worked on Sunday and recognized holidays shall be paid at the rate of double (2) time. The regular starting time (and resulting quitting time) may be moved forward two (2) hours to 6:00 a.m. or the starting time (and resulting quitting time) may be delayed one (1) hour to 9:00 a.m. The Employer has the option of working either five (5) eight-hour days or four (4) ten-hour days to constitute a normal forty(40) hour work week. When a four (4) ten-hour day work week is in effect, the standard work day shall be consecutive ten (10) hour periods between the hours of 6:30 a.m, and 6:30 p.m. Forty (40) hours per week shall constitute a week's work Monday through Thursday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer, be • worked as a make-up day; straight time not to exceed ten (10) hours per day or forty (40) hours per week. All work over ten (10) hours in one day or forty (40) hours in a 4-10's work week shall be paid at the overtime rate of time and one-half(1'/z). When using a five (5) day eight (8) hour work week, and the job is down for any reason beyond the Employer's control, then Saturday may,at the option of the Employer, be worked as a make-up clay; straight time not to exceed eight (8) hours per day or forty (40) hours per week. Make-up days shall not be utilized for days lost due to holidays. x ANNUAL WAGE ORDER NO. 8 AW8026 Stip OT.doc Tripe 5 of 6 1141Ec5 A COLE, COUNTY OVERTIME RA'TL.S- ItUILDIM; CONSTRUCTION REPLACEMENT PAGE NO. 110: Means eight (8) hours between the hours of 8:00 a.m. and 4:30 p.m. shall constitute a work day. The starting time may be advanced one (1) or two (2) hours. Employees shall have a lunch period of thirty (30) minutes. The Employer may provide a lunch period of one (1) hour, and in that event. the workday shall commence at 8:00 a.m. and cnd at 5:00 p.m. The workweek shall commence at 8:00 a.m. on Monc.kay and shall end at 4:30 p.m. on Friday (or 5:00 p.m. on Friday if the Employer grants a lunch period of one (1 ) hour) or as adjusted by starting time change as stated above. All work performed before 8:00 a.m. and after 4:30 p,m. (or 5:00 p.m. where one (1) hour lunch is granted for lunch) or as adjusted by starting time change as stated above or on Saturday, except as herein provided, shall be compensated at one and one-half(1'/z) ' times the regular hourly rate of pay for the work performed. All work performed on Sunday and on recognized holidays shall be compensated at double (2) the regular hourly rate of pay for the work performed. If an Employer is prevented from working forty (40) hours, Monday through Friday, or any part thereof by reason of inclement weather (rain and mud), Saturday or any part thereof may be worked as a make-up clay at the straight time rate. The Employer shall have the option of working five eight (8) hour days or four ten (10) hour days Monday through Friday. if an Employer elects to work five (5) eight (8) hour days during any work week, hours worked more than eight (8) per day or forty (40) hours per week shall be paid at time and one-half the hourly rate Monday through Friday. If an Employer elects to work four (4) ten (10) hour days in any week, work performed more than ten (i 0) hours per day or forty (40) hours per week shall be paid at time and one-half(1 /2) the hourly rate Monday through Friday. If an Employer is working ten (10) hour days and loses a day due to inclement weather, they may work ten (10) hours Friday at straight tune. Friday must be scheduled for at least eight (8) hours and no more than ten (10) hours at the straight time rate, but all hours worked over the forty (40) hours Monday through Friday will he paid at time and one-half(1 ",h) overtime rate, a .ANNUAL WAGE ORDER N0. 8 AW8026 Slip 07doc Nip 6 of 6 Pages M (101111". COUNTY IIOL11)A1' F(A'I'I? '�CQi1:Ul1C�l: - BUILDING CONSTRUCTION NO. 3: All work done On New Year's Day, Decoration Day, .July 4111, Labor Day. Veteran's Day, }� Thanksgiving Day and Christmas Day shell lx paid at the double time rate of'hay. Whenever any such holidays fall on a Sunday, the following Monday shall be ohst:rved as a holiday. NO. 4: AH work clone cm New Year's Day, Memorial Day, Independem,c Day, labor D.tv, Thanksgiving and Christmas Day shall be paid at the double time rate of•pay. If any of the above holidays fall on Sunday, Monday will be observed as the recognized holichiy. If any of the above holidays fall on Saturday, Friday Nvill be observed as the recognized holiday. NO. 5: All work that shall be done on New Year's Dcly, Memorial Day, Fourth Of',lttly, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day shall be paid it the double (2) time rate of pay. NO. 7: All work done on New)'car's Day, Mernoria) Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day shall be paid at the double: time rate of pay, If a holiday falls on a Sunday, it shall be observed on the Monday. if a holiday falls on a Saturday, it shall be observed on the preceding Friday. NO. 8: All work done on New )'ear's Day, Memorial Day. Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas nay, or days observed as such, shall be paid at the double time rate of pay. The Friday following'i'li inksgivutf, will be worked at the Employer's option, If worked, it will beat the regular hourly rate of pay. A. NO. 15: All work accomplished on the recognized holidays of New Year's Day. Decoration Day (Memorial Day), Independence Day(Fourth Of JUiy), Labor Day, Veteran's Day, Thanksgivings Day and Christmas Day, or days observed as these named holidays, shall be compensated for at double (2) the regular hourly rate ol'wages plus fringe benefits. l.f'a holiday falls on Saturday, it shall be observed on the preceding Friday. if a holiday falls on a Sunclav, it shall be observed on the following Monday. No work shall be performed on Labor Day, Chrismtas Day, Decoration Day or Independence Day except to preserve life or property. NO. 19: All work done on New Year's Day, Memorial Day, July 4th. Labor Day, Thanksgiving; Day, and Christmas Day shall be paid at the double time rate of•pay, The employee may take off' Friday following Thanksgiving Day. However, the employee shall notify his or her Foreman, General Foreman or Superintendent on the Wednesday prececing 'i'hanksgiviitg Day. When one of the above holidays falls on Sunday, the followings Monday shall be considered the holiday and all work performed on said day shall be at the double (2) time rate. When one of the holidays falls on Saturday, the preceding Friday shall be considered the holiday and all work peribrnted on said day shall be at the CIOUble (2) time rate. NO. 23: All work done on New Year's Day, Memorial Day, Independence Oav, Labor Day, Veteran's Day, Thanksgiving, Day, Christmas Day and Sundays shall be recognized holidays and shall be paid at the double time rate of pay, When a hohdav falls on Sunclav, the following; Monday shall be considered a holiday. ANNUM_ WAGE ORDER NO AW8020 hdy.doe I'apr 1 0 2 I'ape" COLE COUNTY HOLIDAY RATE SCHEDULE — BUILDING CONs,rRUC'rioN NO. 49: The following days shall be observed as legai holidays: New Year's Day, Decoration Day, July 4th, Labor Day, :Thanksgiving Day, Christmas Day, Employee's birthday and two (2) personal days. The observance of one (1) of the personal days to be limited to the time between December 1 and March l of the following year. If any of these holidays fall on Sunday, the following Monday will be observed as the holiday and if any of these holidays fall on Saturday, the preceding Friday will be observed as the holiday. If employees work on any of these holidays they shall be paid time & one-half(1;':) their regular rate of pay for all hours worked. NO. 54: All work done on New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day shall be paid at the double (2) time rate of pay. When a holiday falls on Saturday, it shall be observed on Friday. When a holiday falls on Sunday, it shall be observed on Monday. NO. 60: All work performed on New Year's Day, Armistice Day (Veteran's Day), Decoration Day(Memorial Day), [rtdependence Day(Fourth of July), Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. No work shall be performed on Labor Day except when triple (3) time is paid. When a holiday falls on Saturday, Friday will be observed as the holiday. When a holiday falls on Sunday, the following Monday shall be observed as the holiday. NO. 66: All work performed on Sundays and the following recognized holidays, or the days observed as such, of New Year's Day, Decoration Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day, shall be paid at double (2) the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. Whenever any such holidays fall on a Sunday, the following Monday shall be observed as a holiday. NO. 69. All work performed on New Year's Day, Decoration Day, July Fourth, Labor Day, Veteran's Day, Thanksgiving Day or Christmas Day shall be compensated at double (2) their straight-time hourly rate of'pay. Friday after Thanksgiving and the day before Christmas will also be holidays, but if the employer chooses to work these days, the employee will be paid at straight - time rate of pay. If a holiday falls on a Sunday in a particular year, the holiday will be observed on the following Monday. NO. 71: All work performed on the following recognized holidays shall be paid at the double (2) time rate of pay: New Year's Day, Presidents Day, Good Friday, Memorial Day, July the Fourth, Labor Day, Veterans Day, Thanksgiving Day, hay after Thanksgiving and Christrrras Day. If a holiday falls on Sunday, it shall be celebrated on Monday. If a holiday falls on Saturday, it shall be celebrated on the Friday preceding such Saturday. ANNUAL WAGE ORDER No, 8 AWS026 hdy.doc Page 2 01'2 Pages Heavy Construction Rates for REPLACEMENT PAGE Section 026 COLE Count "Effective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits _ Increase Rates Rates Rates CARPENTER Journeymen 5/01 $23.13 7 16 $6.24 Millwright 5101 $23.13 7 16 $6.24 Pile Driver Worker 5/01 $23.13 7 16 $6.24 OPERATING ENGINEER Group 1 5/01 $20.75 21 _5 $11.61 Group II 5/01 $20.40 21 _ 5 $11.61 Group III 5/01 $20.20 21 5 $11.61 Group IV 5/01 $16.55 21 5 $11.61 Oiler-Driver 5/01 $16.55 21 5 $11.61 iLABORER General Laborer 5/01 $19.75 2 4 $6.10 Skilled Laborer 5/01 $20.35 2 4 $6.10 TRUCK DRIVER-TEAMSTER _ Group 1 5/01 $21.72 2 4 _ $5.25 Group II 5/01 $21.38 2 4 $5.25 Group 111 _ _ 5/01 $21.87 2 4 $5.25 Group IV 1 5/01 $21.99 1 2� 1 4 $5.25 For the occupational titles not listed on the Heavy Construction Rate Sheet, use Rates shown on the Building Construction Rate Sheet. -Annt.al Incremental Increase ANNUAL WAGE ORDER NO. 8 7/01 •.N ti COLE COUNTY OVERT11VIE RATE SCHI?DULE— HEAVY CONSTRUC'I'ION NO. 2: Means a regular work week of forty (40) hours will start on Monday and end on Friday. The regular work day shall be either eight (8) or ten (10) hours. If a crew is prevented from working .forty (40) hours Monday through Friday, or any part thereof, by reason of inclement weather, Saturday or any part thereof may be worked as a make-up day at the straight time rate to complete forty (40) hours of work in a week. Employees who are pant of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. Time & one-half(11/2) shall be paid for all hours in excess ofeight (8) hours per day (if working 5-8's) or ten (10) hours per day (if working 4-10's), or forty (40) hours per week, Monday through Friday. For all time worked on Saturday (unless Saturday or any- portion of said day is worked as make-up to complete forty hours), time and one-half (I'/2) shall be paid. NO. 7: Means the regular work week shall start on Monday and end on Friday, except where the Employer elects to work Monday through Thursday, ten (10) hours per, day. All work over ten (10) hours in a day or forty (40) hours in a week shall be at the overtime rate of one and one-half(1%) times the regular hourly rate. The regular work day shall be either eight (8) or ten (10) hours. If a job can't work forty (40) hours Monday through Friday because of inclement weather or other conditions beyond,the control of the Employer, Friday or Saturday may be worked as a make-up clay at straight time (if working 4-10's). Saturday maybe worked as a make-up day at straight time (if working 5-8's). Make-up days shall not be utilized for days lost from holidays. Except as worked as a make-up day, time on Saturday shall be worked at one and one-half(1'i'2) times the regular rate. Work performed on Sunday shall be paid at two (2) times the regular rate. Work performed on recognized holidays or days observed as such, shall also be paid at the double (2) time rate of pay. NO. 21: Means the regular work week shall consist of five (5) eight (8) hour days, Monday through Friday. The regular work day for which employees shall be compensated at straight time hourly rate of pay shall begin at 8:00 a.m. and end at 4:30 p.m. However, the project starting time may be advanced or delayed at the discretion of the Employer. At the discretion of the Employer, when working a five (5) day eight (8) hour schedule, Saturday may be used for a make-up day. The Employer may have the option to schedule his work from Monday through Thursday at ten (10) hours per day at the straight time rate of pay with all hours in excess of ten (10) hours in any one day to be paid at the overtime rate of time & one-half(1 1/2). tithe Employer elects to work from Monday through Thursday and is stopped due to circumstances beyond his control, he shall have the option to work Friday or Saturday at the, straight time rate of pay to complete his forty (40) hours per work week.. Workmen shall be paid one & one-half(1 ','z) times the regular rate of wages for all hours worked in excess of eight (8) hours per day (if working 5-8's), or ten (10) hours per day (if working 4-10's), or forty (40) hours per work week Monday through Friday (if working 5-8's) or Monday through Thursday (if working 4-10's). Unless used as make-up days to complete forty (40) hours per work week, time and one-half(1 '/) shall be paid on Saturday (when working 5-8's) and on Friday or Saturday (when working 4-10's). Sundays and holidays shall be paid at the rate of double (2) time the regular rate of pay, aw8026 hvy ot.doc ANNUAL WAGE ORDER NQ. 8 Pagc I of I r COLE COUN'T'Y HOLIDAY RATE SCHEDULE - HEAVY CONSTRUCTION NO. 4: All work performed on New Year's Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, Christmas Day, or days observed as such, shall be paid at the double time rate of pay. When a holiday falls on a Sunday, Monday shall be observed. NO. 5: The following days are recognized as holidays: New Year's Day, Mentonal Day. Fourth of July, Labor Day, Thanksgiving Day and Christmas Day. Ifa holiday tells on a Sunday, it shall be observed on the following Monday. If a holiday falls on a Saturday,.it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward a forty (40) hour week; however, no reimbursement for this eight (8) hours is to be paid the workman unless worked. If workmen are required to work the above recognized holidays or days observed as such, or Sundays, they shall receive double (2) the regular rate of pay for such work. The above shall apply to the four 10's Monday through Thursday work week. The ten (10) hours shall be applied to the forty (40) hour work week. NO. 16: The following days are recognized as holidays: New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving; Day and Christmas Day. if a holiday falls on Sunday, it shall be observed on the following Monday. if a holiday falls on Saturday, it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during; the " normal work week, Monday through Friday, it shall be counted as eight (8) hours toward the forty(40) hour week; however, no reimbursement for this eight (8) hours is to be paid to the worker unless worked. If workers are required to work the above recognized holidays or days observed as such, they shall receive double (2) the regular rate of pal' for such work. r 1 1 i AW8026 hvyhot.doc ANNUAL WAGE ORDER NO. 8 r OUTSIDE ELECTRICIAN R.IEPLACEMEN.'r PAGI? These rates are to be used for the following counties: Adair, Audrain, Boone, Callaway, Camden, Carter, Chariton, Clark, role, Cooper, Crawford, Dent, Franklin, Gasconade, Howard, Howell, Iron, Jef Jerson, Itittox, Lewis, Lincoln, Linn. Macon, Maries, Marion, Miller, Moniteau, Monroe, Montgomery, Morgan, Oregon, Osage, Perry, Phelps, Pike, Pulaski, Putnam, Ralls, Randolph, Reynolds, Ripley, St. Charles, St, Francois, St. Louis City, St. Louis County, Ste. Genevieve, Schuyler, Scotland, Shannon, Shelby, Sullivan, Texts, Warren, and Washington CONINIERCI L 11'ORK Occupational Title Hourly y_rV _ Frinvc Rate _ Benefits _ I *Journeyman Lineman $27.48 x'.20 +42%, *Lineman Operator $24.60 ~�S2.2 0 42°4 *Groundman $19.=1? $2.20 +42'1/u UTILITY WORK Occupational Title Basic Houriv � Rate Benefits _ *Journeyman Lineman $26.47 r— _.._.._ _ _._.___ ��^�() -+• .3S'Y" ___._�.w_. r *Lineman Operator $22.85 S-I '?0 •f• 380,0 *Groundman $17.67 $2,20 T+ 3811'.°__._m OVERTIME RATE: Eight(8)hours shall constitute a work day tx:tween the hours of"7,(l0 n,m and,11:30 p.m Forty(40)hours within five(5)days, Monday through Friday inclusive, ,hall constitute the work week, Work performed in the 9th and 10th hour,Monday through Friday, shall lx: paid at time and one •lied f(11/ u the regular straight time rate of pay.Contractor has tile,option to pay two (2)hours per(by at the time and one-half(1%z)the regular straight time rate of pay between the hours of 6.00, n7. and 5:301),m„ Nioudoy through Friday. Work performed outside the regularly scheduled working;hours and on Saturda,6,, Sunday^: and recognized legal holidays,or days celebrated as such, shall be paid for at the rate of double (2)tune, HOLIDAY RATE: All work performed on New Year's Day, Memo►ial Day, Fourtlt of J uly, Lobar Diry, Veteran's Day,Thanksgiving Day,Christmas Day, or days celebrated as such, shall Ix: paid at the double tune rate of pay. When one of the foregoing holidays falls on Sunday, it s1lall be celebrated on the f 6Ilowing Monday. *Incremental Incre ase ANNUAL WAGE ORDER NO. 8 OUT SI L AWh W doc WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION O 1100— SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract. including General and Supplementary Conditions and other Division I Specification Sections, apply to this Section. 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. The work to be performed under this contract is described in Division 0, Section "Agreement". The details of the work are shown on the Drawings and stated in the Specifications. 1.3 WORK SEQUENCE A. The new pump station must be completed and placed into successful operation prior to demolition of the existing station. Existing facilities must remain in operation without interruption or impairment at all times during construction of the new facilities. 1.4 USE OF PREMISES A. Because the existing pump station at the project site must remain operational during the repair work, the use of the project site (and certain work activity) must necessarily be restricted. Observe the following in performing all work, in addition to requirements defined by the General Conditions: 1. Limit use of the premises to work in areas indicated. Confine operations to areas within contract limits indicated. Do not disturb portions of the site beyond the areas in which the Work is indicated. 2. Consult with the Engineer before performing any work that may damage or interfere with the normal operation of any part of the existing pump station, or any part of the new construction that has been completed and turned over to the Owner. e 3. Comply with and enforce the Owner's instructions regarding signs, advertisements, fires, smoke, noise, odors, erosion and dust. 4. Keep roadways and entrances serving the pump station clear and available to the Owner, the ONAmer's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. 5. Obtain and pay for any additional storage or work areas needed for accomplishing the work under this Contract. 054199-00 01 100-1 SUMMARY RO — 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 1.5 WORK UNDER OTHER CONTRACTS A. Separate Contract: Owner will award separate contracts for performance of certain construction operations at Project site. Those operations will be conducted simultaneously with work under this Contract. These contracts will include the following: 1. -Water Pollution Control Facility Expansion: A separate contract will be awarded for construction of an expansion to the existing Water Poilution Control Facility. 2, Missouri River Crossing: A separate contract will be awarded for construction of a new 30-inch force main crossing of the Missouri River. B. Cooperate fully with separate contractors so that work on these contracts may be carried out smoothly, without interfering with or delaying work under this Contract. 1.6 SPECIAL SAFETY PRECAUTIONS ASSOCIATED WITH WORK A. The Contractor should be alert to the fact that the existing pump station has been in operation for many years, and that many portions of the station have been exposed to sewage and industrial wastes. Therefore, any workmen involved in the removal, renovation, or installation of equipment or materials within the pump station, may be exposed to residuals from such wastes. It is the Contractor's responsibility to urge his personnel to observe hygienic precautions, including tetanus and typhoid inoculations, as required. Applicable inoculations shall be made available to all of the Contractor's personnel by the Contractor. B. Because of the danger of noxious gases, solvents, gasoline, and other hazardous material entering the pump station with the incoming sewage, various areas are considered hazardous to open flame, sparks, or unventilated occupancy. The Contractor shall be aware of these dangers and shall take the necessary measures to assure that his personnel observe proper safety precautions when working in these areas. Those known to the Owner will be discussed at the preconstruction conference. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01100 ' 4 C5-4199-00 01100-2 SUMMARY R0 — 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 01310 - PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: I. General project coordination procedures. 2. Project meetings. 1.3 COORDINATION A. Coordination: Coordinate construction operations included in various Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections, that depend on each other for proper installation, connection, and operation. B. If necessary, prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. 1. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. 1.4 PROJECT MEETINGS A. General: Schedule and conduct meetings and conferences at Project site, unless ' otherwise indicated. 1. Attendees: Inform participants and others involved, and individuals whose ' presence is required, of date and time of each meeting. Notify Owner and Engineer of scheduled meeting dates and times. 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. C5-4199-00 01310-1 PROJECT MANAGEMENT - RO — 3/19/01 AND COORDINATION WALNUT STREET PUMP STATION CITY OF JEFFERSON, N41SSOUIU 3. Minutes: Record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned, including Owner and Engineer, within 3 days of the meeting. B. Preconstruction Conference: Schedule a preconstruction conference before starting construction, at a time convenient to Owner and Engineer, but no later than 20 days after the Contract times start to run.. Hold the conference at Project site or another convenient location. Conduct the meeting to review responsibilities and personnel assignments. 1. Agenda: Discuss items of significance that could affect progress, including the following: a. Preliminary progress schedule, preliminary Schedule of Values, preliminary Schedule of Submittals. b. Phasing. C. Critical work sequencing. d. Designation of responsible personnel. e. Procedures for processing field decisions and Change Orders: f. Procedures for processing Applications for Payment. g. Distribution of the Contract Documents. h. Submittal procedures. i. Preparation of Record Documents. j. Use of the premises. k. Responsibility for temporary facilities and controls. 1. Parking availability. m. Office, work, and sto -age areas. n. Equipment deliveries and priorities. o. First aid. P. Security. q. Progress cleaning. r. Working hours. ' C. Progress Meetings: Conduct progress meetings at monthly intervals. Coordinate dates of meetings with preparation of payment requests. 1. Attendees: In addition to representatives of Contractor, Owner and Engineer, each subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Review and correct or approve minutes of' previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. C54199-00 0 13 10-2 PROJECT MANAGEMENT RO— 3/19/01 AND COORDINATION WALNUT STREET PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's Construction Schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. b. Review present and future needs of each entity present, including the following: 1) Interface requirements. 2) Sequence of operations. 3) Status of submittals. 4) Deliveries. 5) Off-site fabrication. 6) Access. 7) Site utilization. 8) Temporary facilities and controls. 9) Work hours. 10) Hazards and risks. r 11) Progress cleaning. 12) Quality and work standards. 13) Change Orders. 14) Documentation of information for payment requests. 3. Reporting: Distribute minutes of the meeting to each party present and to parties who should have been present. Include a brief summary, in narrative form, of ` progress since the previous meeting and report. a. Schedule Updating: Revise Contractor's Construction Schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 0 13 10 C5-4199-00 01310-3 PROJECT MANAGEMENT RO — 3/19/01 AND COORDINATION WALNUT S'T'REET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 0 131 1 ---- PAR'T'NERING PART 1 - GENERAL 1.1 RELATEI.) DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 PARTNERING A. The Owner intends to encourage the foundation of a cohesive partnership among the Owner, the Contractor and its Subcontractors, and the Engineer. This partnership will be structured to draw on the strengths of each organization to identify and achieve ® common goals. The objectives are effective and efficient contract performance, ® intended to achieve completion within budget, on schedule, and in accordance with the Drawings and Specifications. B. The Contractor's key personnel shall attend a three-day "partnering" course with key personnel of the Owner. Contractor key personnel are the Project Manager. Superintendent, major subcontractors, and specialized supplementary personnel. C. The Contractor shall organize and sponsor the course. The course will be held during normal working hours within 30 days of contract award. One-day follow-up sessions will be held at 4-month intervals, or as necessary, throughout the contract, with the same participants, during normal working hours. PART 2 - PRO* PRODUCTS (Not Used) J PART - T -; 3 EXECUTION (Tot Used) END OF SECTION 01311 ..0 C54199-00 01311-1 PARTNERING RO —3/l 9/01 WALNUT STREET PLiMP STATION CITY OF JEFFERSON. MISSOURI SECTION 01320 - CONSTRUCTION PROGRESS DOCUMENTATION PART l - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Ceneral and Supplementary Conditions and other Division l Specification Sections, apply to this Section. 1.2 SUMMARY ® A. This Section includes administrative and procedural requirements for documenting the i� progress of construction during performance of the Work, including the following: 1. Submittals Schedule. 2. Schedule of Values. 3. Contractor's Construction Schedule. 4. Daily construction reports. 5. Material location reports. ° 6. Field condition reports. 1.3 SUBMITTALS A. Submittals Schedule: Submit three copies of schedule. Arrange the following information in a tabular format: I. 'Scheduled date for first submittal. 2. Specification Section number and title. 3. Submittal category (action or informational). 4. Name of subcontractor. 5. Description of the Work covered. 6. Scheduled date for Engineer's final release or approval. B. Schedule of Values: Submit two printed copies of Schedule of Values. tC. Contractor's Construction Schedule: Submit two printed copies of initial schedule, one a reproducible print and one a blue- or black-line print, large enough to show entire schedule for entire construction period. D. Daily Construction Reports: Submit two copies at weekly intervals. E. Material Location Reports: Submit two copies at weekly intervals. C54199-00 01320-1 CONSTRUCTION PROGRESS RO—3/19/01 DOCUMENTATION WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI F. Field Condition Reports: Submit two copies at time of discovery of differing conditions. 1.4 COORDINATION A. Coordinate C'ontractor's Construction Schedule with the Schedule of Values list of subcontracts, Submittals Schedule, progress reports, payment requests, and other required schedules and reports. 1. Secure time commitments for performing critical elements of the Work from parties involved. 2. Coordinate each construction activity in the network with other activities and schedule them in proper sequence. PART 2 - PRODUCTS .2.1 SUBMITTALS SCHEDULE A. Preparation: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, resubmittal, ordering, manufacturing, fabrication, and delivery when establishing dates. Submit in accordance with General Conditions. 2.2 SCHEDULE OF VALUES A. Coordinate preparation of the Schedule of Values with the preparation of the Contractor's Construction Schedule. 1. Correlate line items in the Schedule of Values with other required administrative schedules and forms, including: a. Contractor's construction schedule. b. Application for Payment form. c. List of subcontractors. d. List of products. e. List of principal suppliers and fabricators. f. Schedule of submittals. 2. Submit the Schedule of Values to the Engineer in accordance with the General Conditions. B. Format and Content 1. Include the following Project identification on the Schedule of Values: a. Project name and location. b. Name of the Owner. C5-4199-00 01320-2 CONSTRUCTION PROGRESS RO — 3/19/01 DOCUMENTATION WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI c. Project number. d. Contractor's name and address. e. Date of submittal. 2. Arrange the Schedule of Values in a tabular form with separate columns to indi- cate the following for each item listed: a. Generic name. b. Related Specification Section. - c. Name of subcontractor. d. Name of manufacturer or fabricator. e. Name of supplier. f. Change Orders (numbers) that have affected value. g. Dollar value. h. Percentage of Contract Price to the nearest one-hundredth percent, adjusted to total 100 percent. 3. Provide a breakdown of the Contract Price in sufficient detail to facilitate contin- ued evaluation of Applications for Payment and progress reports. Break principal subcontract amounts down into several line items. 4. Round amounts off to the nearest whole dollar; the total shall equal the Contract Price. 5. For each part of the Work where an Application for Payment may include materi- als or equipment, purchased or fabricated and stored, but not yet installed, provide separate line items on the Schedule of Values for initial cost of the materials, for each subsequent stage of completion, and for total installed value of that part of the Work. 6. Margins of Cost: Show line items for indirect costs, and margins on actual costs, only to the extent that such items will be listed individually in Applications for Payment. Each item in the Schedule of Values and Applications for Payment shall be complete including its total cost and proportionate share of general overhead and profit margin. a. At the Contractor's option, temporary facilities and other major cost items, in- cluding mobilization that are not direct cost of actual work-in-place may be shown as separate line items in the Schedule of Values or distributed as gen- eral overhead expense. The mobilization cost, if included as a line item in the Schedule of Values, shall not exceed three (3) percent of the Lump Sum Bid amount. 7. Schedule Updating: Date and resubmit the Schedule of Values when Change Or- ders or Construction Change Directives result in a change in the Contract Price. 2.3 CONTRACTOR'S CONSTRUCTION SCHEDULE (PROGRESS SCHEDULE) A. Bar-Chart Schedule: Submit preliminary horizontal bar-chart-type construction schedule within ten days after the Effective Date of the Agreement. Submit fully- developed schedule within 30 days after the Effective Date of the Agreement. C54199-00 01320-3 CONSTRUCTION PROGRESS RO— 3/19/01 DOCUMENTATION WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOUR.1 B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. Use the same breakdown of units of the Work as indicated in the Schedule of Values. 1. For construction activities that require 3 months or longer to complete, indicate an estimated completion percentage in 10 percent increments within time bar. C. The Contractor shall allocate the cost of the work, including labor, materials, equipment, overhead and profit, to each activity. The total of all costs shall equal the contract value. Using the cost assigned to each activity, the Contractor shall develop a Cash Flow Projection. The Projection shall be presented in graphic form depicting estimated cash drawdown in the aggregate, by month, over the life of the project. D. Updating: Revise the schedule after each meeting or activity where revisions have been recognized or made. Issue the updated schedule concurrently with report of each meeting. 1. Revise the schedule when, in the opinion of the Engineer, the schedule does not represent actual prosecution and progress of the work. 2.4 REPORTS A. Daily Construction Reports: Prepare a daily construction report recording the following information concerning events at Project site: i. List of subcontractors at Project site. 2. Approximate count of personnel at Project site:. �. High and low temperatures and general weather conditions. 4. Accidents. 5. Meetings and significant decisions. 6. Unusual events. 7. Stoppages, delays, shortages, and losses. 8. Emergency procedures. 9. Orders and requests of authorities having jurisdiction. 10. Change Orders received and implemented. 11, Work Change Directives received. 12. Equipment or system tests and startups. 13. Partial Completions and occupancies. 14. Substantial Completions authorized. B. Material Location Reports: At weekly intervals, prepare a comprehensive list of materials delivered to and stored at Project site. List shall be cumulative, showing materials previously reported plus items recently delivered. Include with list a statement of progress on and delivery dates for materials or items of equipment fabricated or stored away from Project site. C5-4199-00 01320-4 CONSTRUCTION PROGRESS RO — 3/19/01 DOCUMENTATION WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI C. Field Condition Reports; Immediately on discovery of a difference between field conditions and the Contract Documents, prepare a detailed report. Submit with a request for infonnation. Include a detailed description of the differing conditions; together with recommendations for changing the Contract Documents. r PART 3 - EXECUTION (Not Used) END OF SECTION O1320 r C5-4199=00 01320-5 CONS"I'RUCTION PROGRESS RO 3/19/01 DOCUMENTATION WALNL►T STREET PUMP STATION CITY OF JEFFERSON. MISSOURI SECTION 01330 - SUBMITTAL, PROCEDURES PART 1 - GENERAL, 1 .1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals. B. Related Sections include the following: 1. Division 1, Section "Construction Progress Documentation" for submitting schedules and reports, including Contractor's Construction Schedule, Schedule of Values, and the Submittals Schedule. 2. Division 1, Section "Quality Requirements" for submitting test and inspection reports. 3. Division 1, Section "Closeout Procedures" for submitting warranties, Project Record Documents, and operation and maintenance manuals. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires Engineer's responsive action. B. Informational Submittals: Written information that does not require Engineer's approval. Submittals may be rejected for not complying with requirements. 1.4 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1 . Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the ` Work so processing will not be delayed because of need to review submittals concurrently for coordination. C5-4199-00 01330-1 SUBMITTAL PROCEDURES RO — 3/19/01 WALNUT STREET PUMP STATION r CITY OF JEFFERSON, MISSOURI a. Engineer reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. B. Submittals. Schedule: Comply with requirements in Division I Section "Construction Progress Documentation" for list of submittals and time requirements for scheduled performance of related construction activities. C. Processing Time:-- Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Engineer's receipt of submittal. 1. Initial Review: Allow three weeks for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. Engineer will advise Contractor when a submittal being processed must be delayed for coordination. 2. If intermediate submittal is necessary, process it in same maimer as initial submittal. 3. Allow three weeks for processing each resubmittal. 4. No extension of the Contract Time will be authorized because of failure. to transmit submittals enough in advance of the Work to permit processing. D. Identification: Place a permanent label or title block on each submittal for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 4 by 5 inches on label or beside title block to record Contractor's review and approval markings and action taken by Engineer. 3. Include the following information on label for processing and recording action taken: a. Project name. 1 b. Date. C. Name and address of Engineer. d. Name and address of Contractor. e. Name and address of subcontractor. f. Name and address of supplier. g. Name of manufacturer. , h. Number and title of appropriate Specification Section. i. Drawing number and detail references, as appropriate. E. Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents on submittals. F. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Engineer will return submittals, without review, received from sources other than Contractor. C5-4199-00 01330-2 SUBMITTAL PROCEDURES RO — 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 1. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Engineer on previous submittals, and deviations from requirements of the Contract Documents, including minor variations and limitations. Include the same label information as the related submittal. 2. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents. 3. Transmittal Form: Use sample form at end of Section. " G. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers., fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. H. Use for Construction: Use only final submittals with mark indicating action taken by Engineer in connection with construction. rPART 2 - PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. 1. Number of Copies: Submit seven copies of each submittal, unless otherwise indicated. Engineer will return four copies. Mark up and retain one returned x copy as a Project Record Document. .a. Submit a preliminary single copy of each submittal where selection of options, color, pattern, texture, or similar characteristics is required. Engineer will return submittal with options selected. b. Submit two copies of preliminary 0&M Manuals and four copies of Final 0&M Manuals, B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. if information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings, not as Product Data, 2. Mark each copy of each submittal to show which products and options are applicable. 3, Include the following information, as applicable: a. Manufacturer's written recommendations. b. Manufacturer's product specifications. C5-4199-00 01330-3 SUBMITTAL PROCEDURES RO —3/19/01 r. WALNi.1T STREET PUMP STATION CITY OF JEFFERSON, MISSOURI C. Manufacturer's installation instructions. d. Standard color charts. C. Manufacturer's catalog cuts. f. Wiring diagrams showing factory-installed wiring. g. Printed performance curves. h. Operational range diagrams. i. Mill reports. j. Standard product operating and maintenance manuals. k. Compliance with recognized trade association standards. 1. Compliance with recognized testing agency standards. M. Application of testing agency labels and seals. n. Notation of coordination requirements. C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Include the following information, as applicable: t a. Dimensions. b. Identification of products. C. Fabrication and installation drawings. d. Roughing-in and setting diagrams. e. Wiring diagrams showing field-installed wiring, including power, signal, 4k and control wiring. f. Shopwork manufacturing instructions. g. Templates and patterns. h. Schedules. i. Design calculations. j. Compliance with specified standards. k. Notation of coordination requirements. 1. Notation of dimensions established by field measurement. 2. Wiring Diagrams: Differentiate between manufacturer-installed and field- installed wiring. D. Samples: Prepare physical units of materials or products, including the following: 1. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. 2. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from the same material to be used for the Work, cured and finished in manner specified, and physically identical with the product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or C5-4199-00 01330-4 SUBMITTAL PROCEDURES RO — 3/1 9/01 WALNUT S'T'REET PUMP STATION CITY OF JEFFERSON, MISSOIJRJ fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. 3. Preparation: Mount, display, or package Samples in manner specified to facilitate review of qualities indicated. Attach label on unexposed side that includes the following: a. Generic description of Sample. b. Product name or name of manufacturer. C. Sample source. 4. Submit Samples for review of kind, color, pattern, and texture for a final check of these characteristics with other elements and for a comparison of these characteristics between final submittal and actual component as delivered and installed. a. If variation in color, pattern, texture, or other characteristic is inherent in the product represented by a Sample, submit at least three sets of paired units that show approximate limits of the variations. b. Refer to individual Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, x connections, operation, and similar construction characteristics. 5. Disposition: Maintain sets of approved Samples at Project site, available for quality-control comparisons throughout the course of construction activity. Sample sets may be used to detennine final acceptance of construction associated with each set. E. Contractor's Construction Schedule: Comply with requirements in General Conditions and Division 1 Section "Construction Progress Documentation". F. Submittals Schedule: Comply with requirements in General Conditions and Division 1 Section "Construction Progress Documentation." G. Schedule of Values: Comply with requirements in General Conditions and Division 1 Section "Construction Progress Documentation." 2.2 INFORMATIONAL SUBMITTALS A. General: Prepare and submit Informational Submittals required by other Specification Sections. 1. Number of Copies: Submit three copies of each submittal, unless otherwise indicated. Engineer will not return copies. C5-4199-00 01330-5 SUBMITTAL PROCEDURES RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 2. Certificates and Certifications: Provide a notarized statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf'of that entity. 3. Test and Inspection Reports: Comply with requirements in Division 1 Section "Quality Requirements." B. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses. names and addresses of engineers and owners, and other information s specified. C. Product Certificates: Prepare written statements on manufacturer's letterhead certifying that product complies with requirements. D. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements. Submit record of Welding Procedure Specification (WPS) . and Procedure Qualification Record (PQR) on AWS forms. Include names of firms and personnel certified.. E. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that Installer complies with requirements and, where required, is authorized for this specific Project. F. Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying that manufacturer complies with requirements. Include evidence of manufacturing experience where required. G. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that material complies with requirements, r H. Material Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements. 1. Preconstruction Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements. J. Compatibility Test Reports: Prepare reports written by a qualified testing agency, on P g testing agency's standard form, indicating; and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. K. Field Test R.eporis: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of field tests performed either C5-4199-00 Ol 3)0-U SUBMITTAL PROCEDURES RO — 3/19/01 WALNUT STREET PUMP STATION CiTY OF ,iEFFERSON, MISSOURI during installation of product or after product is installed in its final location, for compliance with requirements. L. Product Test Reports: Prepare written reports indicating current product produced by manufacturer complies witli requirements. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. M. Maintenance Data: Prepare written and graphic instructions and procedures for operation and normal maintenance of products and equipment. Comply with requirements in Division l Section "Closeout Procedures". N. Design Data: Prepare written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design criteria and a summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers. O. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. Include the following, as applicable: I. Preparation of substrates. 2. Required substrate tolerances. 3. Sequence of installation or erection. 4. Required installation tolerances. 5. Required adjustments. 6. Recommendations for cleaning and protection. P. Manufacturer's Field Reports: Prepare written information documenting factory- , authorized service representative's tests and inspections. Include. the following, as applicable: 1. Name, address, and telephone number of factory-authorized service representative making report. 2. Statement on condition, of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. r5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. C5-4199-00 01330-7 SUBMIT'rAL PROCEDURES . ; RO — 3/19/01 WALNUT STREET PUMP STATIOiN CITY 017 JI.1 I'I RS()N, MISSOURI Q. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. PART 3 - EXECUTION 11 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. Note corrections and field dimensions. Nlark with approval stamp before submitting to Engineer. B. Approval Stamp: Stamp each submittal with a uniform approval stamp including a statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. Sign and date. 1. The practice of submitting incomplete or unchecked shop drawings for the Engineer to correct or finish will not be acceptable, and shop drawings which, in the opinion of the Engineer, clearly indicate that they have not been checked by the Contractor will be considered as not complying with the intent of the Contract Documents and will be returned to the Contractor for resubmission in the proper form. 3.2 ENGINEER'S ACTION r A. General: Engineer will not review submittals that do not bear Contractor's approval ■ stamp and will return them without action. B. Action Submittals: Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. Engineer will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: 1. "Approved": the work covered by the submittal may proceed within the construction schedule or sequence, provided the work complies with the requirements of the Contract Documents. 2. "Approved as Tqoted": the work covered by the submittal may proceed within the construction schedule or sequence, provided the work complies with the notations or corrections on the submittal and the requirements of the Contract Documents. 3. "Not Approved": do not proceed with the work covered by the submittal, including purchasing, fabrication, delivery, or other activity. Revise or prepare a new submittal according to the notations; resubmit without delay. 4. "Work May Proceed": The Engineer will only use "Work !vlay Proceed" when the submittal specifically requests permission to initiate work, such as when C54199-00 01330-b SUBMITTAL PROCEDURES RO — 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON,ERSON, MISSOURI construction sequencing is critical. A detailed construction sequence for the work covered by the submittal must be included with such a request. "Work May Proceed" means the work covered by the submittal may proceed as set forth in the sequence submitted. 5. "Work May Not Proceed": The Engineer will only use "Work May Not Proceed" when the submittal specifically requests permission to initiate work, such as when d construction sequencing is critical. A detailed construction sequence for the work covered by the submittal must be included with such a request. "Work May Not Proceed" means the work covered by the submittal may not proceed at this time. 6. "Resubmit": revise the submittal according to the notations or corrections; resubmit without delay. 7. "Do Not Resubmit": a revision need not be submitted. However, all notations or corrections made on the submittal must be complied with. 8. "Submit Final Certified": When the Engineer marks a submittal "Submit Final Certified," prepare and submit a final, dimensionally certified drawing including any notations or corrections made; submit without delay. 9. "Review Not Required": When the Engineer marks a submittal "Review Not Required," the submittal has riot been reviewed by the engineer. The engineer will not review submittals made for record purposes only or submittals not required by the Contract Documents. C. In'ormational Submittals: Engineer will review each submittal and will not return it, or will reject and return it if it does not comply with requirements. Engineer will forward each submittal to appropriate party. D. Submittals not required by the Contract Documents will not be reviewed and may be discarded. END OF SECTION 01330 p C5-4199-00 01330-9 SUBMITTAL PROCEDURES RO-- 3/19/01 SHOP DRAWING SUBMITTAL NO . C -_. WALNUT STREET PUMP STATION SHEET OF — CITY OF JEFFERSON, MO SPECIFICATION SECTION R E: SUBMITTED BY: SUBCONTRACTOR: ACTION TAKEN ROUTING DATE DATE QUANTITY SUBMITTED RECEIVED FORWARDED PRINTS SEPIA DATA SAMPLE SUBCONTRACTOR TO i CONTRACTOR 3 CONTRACTOR TO w FIELD OFFICE o w FIELD OFFICE wm W 7 TO DESIGN OFFICE /� / Z—Zzz o z 0 7_ W ? 2 W DESIGN OFFICE U) r1c w 0 p d H TO FIELD OFFICE o y tu z> w 4 I 11 Z FIELD OFFICE r a a U) Q. w w_' TO CONTRACTOR n m '--� //]/ D. ¢ a o N o W. ITEM NO. DATED DESCRIPTION REMARKS. THESE ARE SUBMITTED AS CHECKED BELOW: FOR APPROVAL RETURN_CORRECTED PRINTS �- FIELD REPRESENTATIVE INFORMATION ONLY AS REQUESTED REVIEWED i RETURNrD FOR REVIEW AND COMMENT BY BY CONTRACTOR'S AUTHORIZED REPRESENTATIVE DESIGN ENGINEER REPRESENTATIVE STATION CITY O 31-TTT?RSON, MISSOURI SU CTION 01400 - QUALITY RZEQUIRI;MENTS PART I - GENERAL 1.1 RELATED DOCUMENTS A. Drawings rind general provisions of the Contract, including General rind Supplementary Conditions and other Division i Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section inCludes administrative and procedural requirements fir quality assurance and quality control. B. 'resting and inspecting services tire required to verify compliance with requirements specified or indicated. 'These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. I. Specific duality-control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover procfuction of'standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's quality- control procedures that facilitate compliance With the C'ontraet DoeunTrent requirements. 3. Requirements firr Contractor to provide duality-control services required by i3ngincer, Owner, or authorities having jurisdiction are not limited by provisions of this Section. C. Related Sections Include the 1611owing: 1 . Divisions 2 through 16 Sections for specific test rind inspection requirements. 1 .3 DI"F INITi0NS A. Quality-Assurance Services: Activities, actions, and procedures performed before and during excct.rtic►n of the Work to guard against defects and deficiencies rind ensure that proposed construction complies with requirements. 13. Quality-Control Services: 'Pests, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction compties with requirements. Services do not include contract enforcement activities perl'ormed by l rt6ine.r. C54199-00 01400-1 QUALITY Rl?QUIREMI NTS RO .- 3/19/0 1 WALNi I'T STRI'ET Pt IMP STATION CITY UF ,I1 1�'FERSt)N, MISSOURI C. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall nlean the same .is testing agency. 1.4 SUI3MITTA1,S A. Qualification Data: for testing; agencies specified in "Quality ASSUranc)e" Article to demonstrate their capabilities and experience. 13 Reports: Prepare and submit certified written reports that include the fallowing: 1 . Date of issue. 2. Project title. 3. Nanle, address, and telephone number of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making tests and inspections. G. Description of the Work and test and inspection method. 7. Identification of product and Specification Section. 8. Complete test or inspection data. 9. 'Pest and inspection results and an interpretation of test results. 10. Ambient conditions at time of'sanlple taking and testing and inspecting. 1 l. Coniments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements. 12. Natue and signature of laboratory inspector. 13. RCconiniendations on retesting and reinspecting. 1.5 QUALITY ASSURANCE A. fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of SIICCCSSfUl in-service perfort-nance, as Well as tiUfficlent production Capacity to produce required units. 13. factory-Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of nlanufiacturer'S products that are similar in material, design, and extent to those indicated For this Project. C. Installer Qualifications: A fit-III or individual experienced in installing, erecting, or assembling work similar in iaterial, design, and extent to that indicated for this Project, whose work has reSUIted in Constructirn► with a record of successful in-service performance. D. Mrulutacturer Qualifications: A firm experienced in tllanulheturing products or systems similar to those indicated for this Project and with a record of Successful in-service performance. C54199-00 014100-2 QUALITY REQUIREME:N'CS RO— 3/19/01 WALNUT S`i'REET PUMP STATION CITY Oh' .Il,FhF-.16 )N, MISSOURI E. Professional (.Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Prqjcet is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of the system, assembly, or product that are similar to those indicated for this Project in material, design, and extent. 1 . Testing; Agency Qualifications: An agency with the experience and capability to conduct testing and inspecting indicated, as documented by ASTM E 548, and that specializes in types of tests and inspections to be performed. r 1 .6 QUALITTY CON'T'ROL ® A. Contractor Responsibilities: Unless otherwise indicated, provide quality-control services specified and required by authorities having jurisdiction. 1. Where services are indicated as Contractor's responsibility, engage a qualified testing agency to perform these quality-control services. 2. Notify testing agencies at least 24 hours in advance of time when Work that requires testing or inspecting will be performed. 3. Where quality-control services are indicated as Contractor's responsibility, submit a certified written report, in duplicate, of each quality-control service. 4. "testing and inspecting requested by Contractor and not required by the Contract Documents are Contractor's responsibility. 5. Submit additional copies of each written report directly to authorities having jurisdiction, Mien they so direct. 13. ManUftacturer's I"ield Services: Where indicated, engage a factory-authorized service representative to inspect Iield-assembled components and equipment installation, including service connections. Report results in writing. C. Retesting/Reinspecting: Regardless of' whether original tests or inspections were Contractor's responsibility, provide quality-control services, including retesting and reinspecting, for construction that revised or replaced Work that failed to comply with requirements established by the Contract Documents. D. "Testing Agency Responsibilities: Cooperate with Engineer and Contractor in performance of duties. Provide qualified personnel to perform required tests and Inspections. I. Notify Engineer and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from requirements. 3. Submit a certified written report, in duplicate, of cash test, inspection, and similar quality-control service through Contractor. 054199-00 01400-3 QUALITY REQUIREMENTS R0 — 3/19/01 WALN1 T STREET PUMP S'T'ATION (_TTY 01' JL i FE,RSON, MISSOURI 4. Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. 5. Do not perform any duties of Contractor. C. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality-control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the toilowing: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining; samples. 4. Facilities for storage and field-curing of test samples. 5. Security and protection for samples and for testing and inspecting equipment at Project site. F. Coordination: Coordinate sequence of activities to accommodate required quality- assurance and quality-control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Sections of these Specifications. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. B. Protect construction exposed by or for quality-control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality-control services. END OF SECTION 01400 C5-4199-00 01400-4 QUALITY REQUIREMENTS RO -- 3/19/01 ly WALNUT STREET PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI SECTION 01 500 - TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including; General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes requirements for temporary facilities and controls, including temporary utilities, support facilities, and security and protection facilities. 1.3 USE CHARGES A. General: Cost or use charges for temporary facilities are not chargeable to Owner or Engineer and shall be included in the Contract Price. Allow other entities to use temporary services and facilities without cost, including, but not limited to, the following: I. Engineer. 2. Testing agencies. 3. Personnel of authorities having;jurisdiction. 1.4 QUALITY ASSURANCE A. Standards: Comply with ANSI A10.6, NECA's "Temporary Electrical Facilities," and NFPA 241. 1. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with N1',PA 70. B. 'Tests and inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. PART 2 - PRODUCTS 2.1 MATERIALS A. General: Provide new materials. Undamaged, previously used materials in serviceable condition may be used if approved by Engineer. Provide materials suitable for use intended. C5-4199-00 01500-1 'TEMPORARY FACILITIES RO — 3/19/01 AND CONTROLS "k-.. WALNUT STREET PUMP STATION CITY 01' JEFFE'RSON, MISSOURI 11, Chain-Link Fencing: Minimum 2-inch, 0.148-inch- thick, galvanized steel, chain-link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2-3/8- inch- OD line posts and 2-7/8-inch- OD corner and pull posts. C. Portable Chain-Link Fencing: Minimum 2-inch 9-gage, galvanized steel, chain-link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2-?/8- inch- OD line posts and 2-7/8-inch- OD corner and pull posts, With 1-5/8-inch- OD top and bottom rails. 2.2 EQUIPMENT A. General: Provide equipment suitable for use intended. B. Meld Offices: Prefabricated or mobile units with lockable; entrances, operable windows, and serviceable finishes; heated and air conditioned; on foundations adequate for normal loading. C. Fire Extinguishers: ]-land carried, portable, UL rated. Provide class and extinguishing agent as indicated or a combination of extinguishers of NFPA-recommended classes for exposures. 1. Comply with NF13A 10 and NFPA 241 for classification, extinguishing agent, and size required by location and class of fire exposure. D. Self-Contained Toilet Units: Single-occupant units of'chemical, aerated recirculation, or combustion type; vented; fully enclosed with a glass-fiber-reinforced polyester shell or similar nonabsorbent material. E. I-feating Equipment: Unless Owner authorizes use of permanent heating system, provide vented, self-contained, liquid-propane-gas or fuel-oil heaters with individual space thermostatic control. 1. Use of gasoline-burning space heaters, open-flame heaters, or salamander-type heating units is prohibited. F. Electrical Outlets: Properly configured, NEMA-polarized outlets to prevent insertion of 110- to 120-V plugs into higher-voltage; outlets; equipped with ground-fault circuit interrupters, reset button, and pilot light. G. Power Distribution System Circuits: Where permitted and overhead and exposed for surveillance, wiring circuits, not exceeding 125-V ae, 20-A rating, and lighting circuits may be nonmetallic sheathed cable. C5-4199-00 01500-2 'TEMPORARY FACILITIES RO ­3/19/01 AND CONTROLS WALNUT S'T'REET PUMP STATION CITY OF JI FFF RSON, MISSOURI PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL, A. I.,ocate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required. 13. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilitics. 3.2 TEMPORARY UTILITY INSTALLATION A. General: Engage appropriate local utility company to install temporary service or connect to existing service. Where utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with utility company recommendations. I. Arrange with utility company, Owner, and existing users for time when service can be interrupted, if necessary, to make connections for temporary services. 2. Provide adequate capacity at each stage of construction. Before temporary utility is available, provide trucked-in services. 3. Obtain easements to bring temporary utilities to Project site where Owner's casements cannot be used for that purpose. B. Sewers and Drainage: If' sewers are available, provide temporary connections to remove effluent that can be discharged lawfully. If sewers are not available or cannot be used, provide drainage ditches, dry wells, stabilization ponds, and similar facilities. If neither sewers nor drainage facilities can be lawfully used for discharge of effluent, provide containers to remove and dispose of effluent off-site in a lawful manner. C. Water Service: Use of Owner's existing water service facilities will be permitted, as long as facilities are cleaned and maintained in a condition acceptable to Owner. At Substantial Completion, restore these facilities to condition existing before initial use. I. Provide rubber hoses as necessary to serve Project site. D. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking-water fixtures. Comply with regulations and health codes for type, number, location, operation, and maintenance of fixtures and facilities. 1. Disposable Supplies: Provide toilet tissue, paper towels, paper cups, and similar disposable materials for each facility. Maintain adequate supply. Provide covered waste containers for disposal of used material. 2. Toilets: Install self-contained toilet units. Shield toilets to ensure privacy. C5-4199-00 01 500-3 TEMPORARY FACILITIES RO — 3/19/01 AND CONTROLS WALNLIT summ.T PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI L. Heating and Cooling: Provide temporary heating; and cooling required by construction activities for curing or drying; of completed installations or for protecting installed construction from adverse effects of low temperatures or high humidity. Select equipment that will not have a harmful effect on completed installations or elements being installed. F. Ventilation and Humidity Control: Provide temporary ventilation required by construction activities for curing; or drying of completed installations or for protecting installed construction from adverse effects of high humidity. Select equipment that will not have a harmful effect on completed installations or elements being installed. Coordinate ventilation requirements to produce ambient condition required and minimize energy consumption. G. Electric Power Service: Provide weatherproof, grounded electric power service and distribution system of sufficient size, capacity, and power characteristics during; construction period. Include meters, transformers, overload-protected disconnecting means, automatic ground-fault interrupters, and main distribution switchgear. 11. Electric Distribution: Provide receptacle outlets adequate for connection of power tools and equipment. 1. Provide waterproof connectors to connect separate lengths of electrical power cords if single lengths will not reach areas where construction activities are in progress. Do not exceed safe length-voltage ratio. I. Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations and traffic conditions. 1. Install and operate temporary lighting that fulfills security and protection requirements without operating entire system. .1. "Telephone Service: Provide temporary telephone service throughout construction period for common-use facilities used by all personnel engaged in construction activities. 3.3 SUPPORT FACILITIES INS'T'ALLATION A. General: Comply with the following: 1. Locate field offices, storage sheds, sanitary facilities, and other temporary construction and support facilities for easy access. B. Temporary Roads and Paved Areas: Construct and maintain temporary roads and paved areas adequate to support loads and to withstand exposure to traffic during construction period. Locate temporary roads and paved areas within construction limits indicated on Drawings. CS-4199-00 01500-4 TEMPORARY FACILITIES RO — 3/19/01 AND CONTROLS WALNUT STREET PUMP STA'T'ION CITY OF REFFERSON, MISSOURI C. Dewatcring Facilities and Drains: Comply with requirements in applicable Division 2 Sections for temporary drainage and dewatering facilities and operations not directly associated with construction activities included in individual Sections. Where feasible, use same facilities. Maintain Project site, excavations, and construction free ol'water. I. Dispose of'rainwater in a lawful manner that will not result in flooding Project or adjoining property nor endanger permanent Wort: or temporary facilities. D. Project Identification and Temporary Signs: Prepare Project identification and other signs in sizes indicated. install signs where indicated to inform public and persons seeking entrance to Project. Do not permit installation of unauthorized signs. E. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handle waste from construction operations. Containerize and clearly label hazardous, dangerous• or unsanitary waste materials separately from other waste. Comply with Division i Section "Execution Requirements" for progress cleaning requirements. 1. If'required by authorities having jurisdiction, provide separate containers, clearly labeled, for each type of waste material to be deposited. 2. Develop a waste management plan for Work performed oil Project. Indicate types of waste materials Project will produce and estimate quantities of' each type. Provide detailed inforration for on-site waste storage and separation of recyclable materials. Provide information on destination of each type of waste material and means to be Used to dispose of all waste materials. 7 F. Contractor field Office. Provide an insulated, wuitficrtight, air-conditioned field office for use by Contractor's personnel for the duration of the project. U. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment involved, including temporary utility services. Sheds may be open shelters or fully enclosed spaces within building or elsewhere on- site. 3.4 SECURITY AND PROTECTION FACiLITIE'S INSTALLATION A. Environniental Protection: Provide protection, operate temporary facilities, and conduct eonstruction in ways and by methods that comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other e undesirable effects. Avoid using tools and equip►ricnt that produce harinful noise. Restrict use of noiscmaking tools and equipment to hours that will minimize complaints from persons or firms near Project. site. B. Stormwater Control: Provide earthed embankments and similar barriers in and around excavations and subgrade construction, sufficient to prevent flooding by runofT of stormwater from heavy rains. 054199-00 01500-5 TEMPORARY FACILITIES RO -- 3/19/01 AND CONTROLS WAI.NU'T S'TRE} T PUMP STA'T'ION CITY O}" ,II31"TERSON, MISSOURI C. Site Enclosure Fence: Before construction operations begin, install enclosure fence with lockable entrance gates. Enclose entire Project. site or portion determined sufficient to accommodate construction operations. Install in a manner that will prevent people, dogs, and other animals from easily entering site except by entrance gates. I. Maintain security by limiting number of keys and restricting distribution to authorized personnel. Provide Owner with one set of keys. D. Temporary Enclosures: Provide temporary enclosures for protection of construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary weathertight enclosure for building exterior. 1. Where heating or cooling is needed and permanent enclosure is not complete, provide insulated temporary enclosures. Coordinate enclosure with ventilating and material drying or curing requirements to avoid dangerous conditions and effects. L. Temporary Partitions: Erect and maintain dust roof artitions and temporary ora enclosures P P P rY to limit dust and dirt migration and to separate areas from .fumes and noise. F. 'Temporary Fire Protection: Until fire-protection needs are supplied by permanent facilities, install and maintain temporary fire-protection facilities of types needed to protect against reasonably predictable and controllable fire losses. Comply with NFPA 141. 3.5 OPERATION, "TERMINATION, AND REMOVAL A. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage caused by freezing temperatures and similar elements. B. 'rermination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporar% facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are the property of Contractor. 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving at temporary entrances, as required by authorities having jurisdiction. 054199-00 01500-6 T MPORARY }'ACILITIES R0 — 3/19/01 AND CONTROLS WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 3. At Substantial Completion, clean and renovate permanent facilities used during construction period, Comply with, final cleaning requirements in Division i Section "Closeout Procedures," END OF SECTION 01500 C5.-4199-0.p 01500-7 TEMPORARY FACILITIES R0-3/19/01 :: AND CONTROLS,.. s� WALNUT S'T'REET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 01600 - PRODUCT REQUIREMENTS PART' 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following administrative and procedural requirements: selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special wan•anties; product substitutions; and comparable products. B. Related Sections include the following: 1. Division 1, Section "Closeout Procedures" for submitting warranties for contract Closeout. 2. Divisions 2 through 16 Sections for specific requirements for warTanties on products and installations specified to be warranted. 1.3 QUALITY ASSURANCE A. For certain products, the specifications require the manufacturer or a subcontractor to have a record of satisfactory operation or experience with the product for a specified period of time. The submission of a bond or deposit, for the same specified period of time, shall be allowed as a substitute for the record of satisfactory operation or experience. 1.4 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft. Comply with manuf'acturer's written instructions. 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. C54199-00 01600-1 PRODUCT REQUIREMENTS RO -- 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products on delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. 5. Store products to allow for inspection and measurement of quantity or counting of units. 6. Store materials in a manner that will not endanger Project structure. 7. , Store products that are subject to damage by the elements, under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation. 8. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather-protection requirements for storage. 9. Protect stored products from damage. 1.5 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents, PART 2 - PRODUCTS (Not Used) ,. PART 3 - EXECUTION (Not Used) END OF SECTION 01600 �. CS-4199-00 01600-2 PRODUCT REQUIREMENT'S RO — 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 01700 - EXECUTION REQUIREMENTS PART 1 - GENERAL ] 1 R)✓L ATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes general procedural requirements governing execution of the Work including, but not limited to, the following: 1. Construction layout. 2. General installation of products. 3. Progress cleaning. 4. Starting and adjusting. 5. Protection of installed construction. C. Correction of the Work. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 EXAMINATION A. Existing Conditions: The existence and location of site improvements, utilities, and other construction indicated as existing are not guaranteed. Before beginning work, investigate and verify the existence and location of mechanical and electrical systems and other construction affecting the Work. B. Existing Utilities: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. .Before beginning sitework, investigate and verify the existence and location of underground utilities and other construction affecting the Work. C. Acceptance of Conditions: Examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. C5-4199-00 01700-1 EXECUTION REQUIREMENTS RO— 3/19/01 WALNUT STREET DUMP STATION CiTY OF JEFP ERSON, MISSOURI 3.2 PREPARA'T'ION A. Existing Utility Interruptions: Do not interrupt utilities serving, facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according; to requirements indicated: ] Notify Engineer not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Engineer's written permission. B. Field Measurements: Take Geld measurements as required to fit the Work properly. Recheck measurements before installing; each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying; the Work. C. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents, submit a request for information to Engineer. Include a detailed description of problem encountered, together with recommendations for changing the Contract Documents. 3.3 CONS'T'RUCTION LAYOUT A. Verification: Before proceeding; to lay out the Work, verify layout information shown i on Drawings, in relation to the property survey and existing benchmarks. If discrepancies are discovered, notify Engineer promptly. B. General: Engage a land surveyor or prof''essional engineer to lay out the Work using; acccpt:Cd surveying practices. �1 I. Establish benchmarks and control points to set lines and levels at each story of 1� construction and elsewhere as needed to locate each element of Project. 2. Establish dimensions within tolerances indicated. Do not scale Drawings to obtain required dimensions. 3. Inform installers of lines and levels to which they must comply. 4. Check the location, level and plumb, of every major element as the Work progresses. 5. Notify Engineer when deviations from required lines and levels exceed allowable tolerances. G. Close site surveys with an error of closure equal to or less than the standard established by authorities having;jurisdiction. C5-4199-00 01700-2 EXECUTION REQUIREMENTS RO—3/19/01 r WALNUT STREET PUMP STATION 0 CiTY OF JEFFERSON, MISSOURI C. Site Improvements: Locate and lay out site improvements, including pavements, grading, fill and topsoil placement, utility slopes, and invert elevations. t D. Building; Lines and Levels: Locate and lay out control lines and levels for structures, building foundations, column grids, and floor levels, including; those required For mechanical and electrical work. Transfer survey markings and elevations for use with control lines and levels. Level foundations and piers from two or more locations. E. Record Log: Maintain a log of layout control work. Record deviations from required lines and levels. Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by Engineer. 3.4 INSTALLATION A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb and make horizontal work level. 2. Where space is limited, install components to maximize space available for maintenance and ease of removal f'or replacement. 3. Conceal pipes, ducts, and wiring in finished areas, unless otherwise indicated. 4. Maintain minimum headroom clearance of 8 feet in spaces without a suspended ceiling. B. Comply with manufacturer's written instructions and recommendations for installing: products in applications indicated. C. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. D. Conduct construction operations so no pant of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupanc% ' L. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels. I . Anchors and Fasteners: Provide anchors and fasteners as required to anchor each component securely in place, accurately located and aligned with other portions of the Work. 1. Mounting Heights: Where mounting heights are not indicated, mount components at heights directed by Engineer. 2. Allow for movement, including thermal expansion and contraction. C5-4199-00 01700-3 I?XEC:UTION REQUIREMENT'S RO— 3/19/01 tip WALNur STREET PUMP STATION CITY 01" JEFFERSON, MISSOURI G. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposed connections together to form hairline joints. 1-1. I•Iazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous. 3.5 PROGRESS CLEANING A. General: Clean Project site and work areas daily, including common areas. Coordinate progress cleaning for joint-use areas where more than one installer has worked. Enforce requirements strictly. Dispose of materials lawfully. 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold materials more than 7 days during normal weather or 3 days if the temperature is expected to rise above 80 deg F. 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. B. Site: Maintain Project site free of waste materials and debris. C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom-clean or vacuum the entire work area, as appropriate. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F. Exposed Surfaces: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. G. Cutting and Patching: Clean areas and spaces .where cutting and patching are performed. Completely remove paint, mortar, oils, putty, and similar materials. C54199-00 01700-4 EXECUTION REQUIREMENTS RO— 3/19/01 r WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 1, Thoroughly clean piping, conduit, and similar features before applying paint or other finishing materials. Restore damaged pipe covering to its original condition. Fl. Waste Disposal: Burying or burning waste materials on-site will not be permitted. Washing waste materials down sewers or into waterways will not be permitted. I. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. J. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. K. Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 3.6 STARTING AND ADJUSTING A. Start equipment and operating components to confirm proper operation. Remove malfunctioning units, replace with new units, and retest. B. Adjust operating components for proper operation without binding. Adjust equipment for proper operation. C. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. D. Manufacturer's Field Service: If a factory-authorized service representative is required to inspect field-assembled components and equipment installation, comply with qualification requirements in Division 1 Section "Quality Requirements." 3.7 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. B. Provide required maintenance on equipment items during storage and installation and until Owner accepts the equipment for operation. I. Keep maintenance records on all equipment and turn records over to Owner after the Owner accepts the equipment for operation. C5-4199-00 01700-5 EXECUTION REQUIREMENTS RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 3.8 CORRECTION OF THE WORK A. Repair or remove and replace defective construction. Restore damaged substrates and finishes. 1. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. B. Restore permanent facilities used during construction to their specified condition. C. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair, D. Repair components that do not operate properly. Remove and replace operating components that cannot be repaired. E. Remove and replace chipped, scratched, and broken ;lass or reflective surfaces. END OF SECTION 01700 i C5-4199-00 01700-6 EXECUTION REQUIREMENTS RO—3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 01731 - CUTTING AND PATC[ATING PART 1 - GENERAL 1.1 RELATED DOCUMEN'T'S A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes procedural requirements for cutting and patching. iB. Related Sections include the following; 1. Division 1, Section "Selective Demolition" for demolition of selected portions of the building for alterations. 2. Divisions 2 through 16 Sections for specific requirements and limitations applica- ble to cutting and patching individual parts of the Work. a. Requirements in this Section apply to mechanical and electrical installations. Refer to Divisions 15 and 16 Sections for other requirements and limitations applicable to cutting and patching mechanical and electrical installations. ' 1 .3 DEFINITIONS A. Cutting: Removal of existing construction necessary to permit installation or performance of other Work. B. Patching: Fitting and repair work required to restore surfaces to original conditions after installation of other Work. 1.4 QUALITY ASSURANCE A. Structural Elements: Do not cut and patch structural elements in a manner that could change their load-carrying capacity or load-deflection ratio. B. Operational Elements: Do not cut and patch operating elements and related components in a manner that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety. C. Visual Requirements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch construction exposed on the exterior or in occupied spaces in a manner that would, in Engineer's opinion, 054199-00 01731 - 1 CUTTING AND PATCHING R0— 3/19/01 WALNUT STREET PUMP STATION CITY OF,IEFFERSON, MISSOURI. reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. D. Cutting and Patching Conference: Before proceeding, rneet at Project site with parties involved in cutting and patching, including mechanical and electrical trades. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding. 1.5 WARRANTY r A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during cutting and patching operations, by methods and with materials so as not to void existing warranties. PART 2 - PRODUCTS 2.1 MATERIALS A. General: Comply with requirements specified in other Sections of these Specifications. ' B. Existing Materials: Use materials identical to existing materials. For exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible. I. If identical materials are unavailable or cannot be used, use materials that, when installed, will match the visual and functional performance of existing materials. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine surfaces to be cut and patched and conditions under which cutting and patching are to be performed. 1. Compatibility: Before patching, verify compatibility with and suitability of sub- strates, including compatibility with existing finishes or primers. 2. Proceed with installation only after unsafe or unsatisfactory conditions have been corrected. C54199-00 01731 - 2 CUTTING AND PATCHING RO— 3/19/01 WALNUT S'T'REET PUMP STATION CITY OF JEFFERSON, MISSOIJRi 3.2 PREPARATION A. Temporary Support: Provide temporary support of Work to be cut. B. Protection: Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. ' C. Adjoining Areas: Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. D. Existing Services: Where existing services are required to be removed, relocated, or abandoned, bypass such services before cutting to avoid interruption of services to occupied. areas. 3.3 PERFORMANCE A. General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. 1. Cut existing construction to provide for installation of other components or per- formance of other construction, and subsequently patch as required to restore sur- faces to their original condition. B. Cutting: Cut existing construction by sawin g, drillin g, breakin g, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Existing Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Concrete, Masonry: Cut using a cutting machine, such as an abrasive saw or a ® diamond-core drill. ■ 4. Excavating and Backfilling: Comply with requirements in applicable Division 2 Sections where required by cutting and patching operations. 5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 6. Proceed with patching after construction operations requiring cutting are com- plete. C54199-00 01731 - 3 CUTTING AND PATCHING RO—3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI C. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other Work. Patch with durable seams that are as invisible as possible. Provide materials and comply with installation requirements specified in other Sections of these Specifications. 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. 3. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Pro- vide an even surface of uniform finish, color, texture, and appearance. Remove existing floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. a. Where patching occurs in a painted surface, apply primer and intermediate paint coats over the patch and apply final paint coat over entire unbroken surface containing the patch. Provide additional coats until patch blends with adjacent surfaces. 4. Ceilings: Patch, repair, or rehang existing ceilings as necessary to provide an even-plane surface of uniform appearance. 5. Exterior Building Enclosure: Patch components in a manner that restores enclo- sure to a weathertight condition. END OF SECTION 01731 C54199-00 01731 - 4 CUTTING AND PATCHING RO—3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SEC'T'ION 01732 - SELEC'T'IVE DEMOLITION PART l - GENERAL L I RELATED DOCUMENT'S A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: r1. Demolition and removal of selected portions of a building or structure. 2. Repair procedures for selective demolition operations. B. Related Sections include the following: 1. Division 1, Section "Summary" for use of the premises and phasing requirements. 2. Division 1, Section "Temporary Facilities and Controls" for temporary construction and environmental-protection measures for selective demolition operations. 3. Division 1, Section "Cutting and Patching" for cutting and patching procedures for selective demolition operations. 4. Division 15 Sections for demolishing, cutting, patching, or relocating mechanical items. 5. Division 16 Sections for demolishing, cutting, patching, or relocating electrical items. 1.3 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off-site, unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Salvage: Detach items from existing construction and deliver them to Owner ready for reuse. C. Remove and Reinstall: Detach items from existing construction, prepare them for reuse, and reinstall them where indicated. C5-4199-00 01732 - 1 SELECTIVE DEMOLITION RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF .1EFFERSON, MISSOURI D. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. 1.4 MATERIALS OWNERSHIP A. Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, demolished materials shall become Contractor's property and shall be removed from Project site. 1.5 SUBMITTALS A. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of engineers and owners, and other information specified. B. Proposed Dust-Control and Noise-Control Measures: Submit statement or drawing that indicates the measures proposed for use, proposed locations, and proposed time frame for their operation. Identify options if proposed measures are later determined to be inadequate. C. Schedule of Selective Demolition Activities: Indicate the following: 1. Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity. Ensure Owner's building manager's and other tenants' on-site operations are uninterrupted. 2. Interruption of utility services. 3. Coordination for shutoff, capping, and continuation of utility services. 4. Use of elevator and stairs. 5. Locations of temporary partitions and means of' egress, including for other tenants affected by selective demolition operations. 6. Coordination of Owner's continuing occupancy of portions of existing building and of Owner's partial occupancy of completed Work. D. Inventory: After selective demolition is complc,te, submit a list of items that have been removed and salvaged. 1.6 QUALITY ASSURANCE A. Demolition Firm Qualifications: An experienced firm that has specialized in demolition work similar in material and extent to that indicated for this Project. C54199-00 01732 - 2 SELECTIVE DEMOLITION R0-- 3/19/01 1 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI B. Professional Engineer Qualifications: Comply with Division 1 Section "Quality Requirements." C. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. D. Standards: Comply with ANSI A 10.6 and NFPA 241. E. Predemolition Conference: Conduct conference at ProjJ ect site to comply with Py requirements in Division I Section "Project Management and Coordination." 1 1.7 PROJECT CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. Provide not less than 72 hours' notice to Owner of activities that will affect Owner's operations. B. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. 1. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from authorities having jurisdiction. C. Owner assumes no responsibility for condition of areas to be selectively demolished. r1. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. D. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. 1. If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify.Engineer and Owner. Hazardous materials will he removed by Owner under a separate contract. E. Storage or sale of removed items or materials on-site will not be permitted. F. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. ' 1. Maintain fire-protection facilities in service during selective demolition operations. 1.8 WARRANTY C54199-00 01732 - 3 SELECTIVE DEMOLITION RO-• 3/19/01 WALNUT STREET PUMP STATION CiTY 0I,' JEFFERSON, MISSOURI A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials so as not to void existing warranties. PART 2 - PRODUCTS 2.1 REPAIR MATERIALS A. Use repair materials identical to existing materials. I. If identical materials are unavailable or cannot be used fbr exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible. 2. Use materials whose installed performance equals or surpasses that of existing materials. B, Comply with material and installation requirements specified in individual r Specification Sections. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped. B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. D. When unanticipated meeaanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Engineer. E. Engage a professional engineer to survey condition of building to detennine whether removing any element might result in structural deficiency or unplanned collapse of any portion ofstructure or adjacent structures during selective demolition operations. F. Perform surveys as the Work progresses to detect hazards resulting from selective ' demolition activities. 3.2 UTILITY SERVICES C5-4199-00 01732 - 4 SELECTIVE DEMOLITION Rq — 3/19/01 WALNUT S77REET PUMP STATION CITY OF .iEFFERSON, MISSOURI A. Existing Utilities: Maintain services indicated to remain and protect them against damage during selective demolition operations. B. Do not interrupt existing utilities serving occupied or operating facilities unless authorized in writing by Owner and authorities having jurisdiction. Provide temporary services during interruptions to existing utilities, as acceptable. to Owner and to authorities having jurisdiction. 1. Provide at least 72 hours' notice to Owner if shutdown of service is required during changeover. C. Utility Requirements: Locate, identify, disconnect, and seal or cap off indicated utilities serving areas to be selectively demolished. 1. Arrange to shut off indicated utilities with utility companies. 2. If utility services are required to be removed, relocated, or abandoned, before proceeding with selective demolition provide temporary utilities that bypass area of selective demolition and that maintain Continuity of service to other parts of building. 3. Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit after bypassing. D. Utility Requirements: Refer to Division 15 and 16 Sections for shutting off, disconnecting, removing, and sealing or capping utilities. Do not start selective demolition work until utility disconnecting and sealing have been completed and verified in writing. ' 3.3 PREPARATION A. Site Access and Temporary Controls: Conduct selective demolition and debris- removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, walkways, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if ' required by governing regulations. 2. Erect temporary protection, such as walks, lences, railings, canopies, and ' covered passageways, where required by authorities having jurisdiction. 3. Protect existing site improvements, appurtenances, and landscaping to remain. C54199-00 01732 - 5 SELEC'riVE DEMOLITION RO — 3/19/01 WALNUT STREET PUMP STATION CI'T'Y OF HiF ERSON, MISSOURI 4. Erect a plainly visible fence around drip line of individual trees or around perimeter drip line of groups of trees to remain. 13. Temporary Enclosures: Provide temporary enclosures for protection of existing building and construction, in progress and completed, from exposure, thul weather, other construction operations, and similar activities. Provide temporary weathertight enclosure for building exterior. 1. Where heating or cooling is needed and permanent enclosure is not complete, provide insulated temporary enclosures. Coordinate enclosure with ventilating and material drying or curing requirements to avoid dangerous conditions and effects. C. Temporary Partitions: Erect and maintain dustproof partitions and temporary enclosures to limit dust and dirt migration and to separate areas from fumes and noise. D. 'Temporary Shoring: Provide and maintain interior and exterior shoring, bracing, or structural support to preserve stability and prevent movement, settlement, or collapse of construction to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. 1. Strengthen or add new supports when required during progress of selective demolition. 3.4 POLLUTION CON TRULS A. Dust Control: Use water mist, temporary enclosures, and other suitable methods to limit spread of dust and dirt. Comply with governing environmental-protection regulations. 1. Do not use water when it may damage existing construction or create hazardous or objectionable conditions, such as ice, flooding, and pollution. 2. Wet mop floors to eliminate trackable dirt and wipe down walls and doors of demolition enclosure. Vacuum carpeted areas. B. Disposal: Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 1 . Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. C. Cleaning: Clean adjacent structures and improvements of dust, dirt, and debris caused r by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. CS-4199-00 01732 - 6 SELECTIVE DEMOLITION RO — 3/19/01 rWALNUT STRi:ET PUMP STATION CITY 017- JEFFERSON, MISSOURI 3.5 SELECTIVE DEMOLITION A. General: Demolish and remove existing constriction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Proceed with selective, demolition systematically, from higher to lower level. Complete selective demolition operations alcove each floor or tier before disturbing supporting members on the next lower level. 2. Neatly cut openings and holes plumb, square, and tike to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. 1 3. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 4. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame-cutting operations. Maintain fire watch and portable fire-suppression devices during flame-cutting operations. 5. Maintain adequate ventilation when using cutting torches. 6. Remove decayed, vermin-infested, or otherwise dangerous or unsuitable materials and promptly dispose of off-site. 7. Remove structural framing members and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation. e8. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. r9. Dispose of demolished items and materials promptly. 10. Return elements of construction and surfaces that are to remain to condition existing before selective demolition operations began. B. Existing Facilities: Comply with building manager's requirements for using and ' protecting elevators, stairs, walkways, loading docks, building entries, and other building facilities during selective demolition operations. C54199-00 01732 - 7 Sf?LEC'TIV13 DEMOLITION RO— 3/19/01 WALNUT STREE I' PUMP STATION r CITY OT� .IEFFERSON, MISSOURi C. Removed and Salvaged items: Comply with the following: 1. Clean salvaged items. 2. Pack or crate items sifter cleaning. Identify contents ofcontainers. r 3. Store items in a secure area until delivery to Owner. ■ 4. Transport items to Owner's storage area designated by Owner. 5. Protect items from damage during transport and storage. D. Removed and Reinstalled Items: Comply with the following: I. Clean and repair items to functional condition adequate for intended reuse. Paint equipment to match new equipment. 2. Pack or crate items after cleaning and repairing. Identify contents of,containers. 3. Protect items from damage during transport and storage. 4. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. E. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Engineer, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete. F. Concrete: Demolish in sections. Cut concrete full depth at junctures with construction to remain and at regular intervals, using power--driven saw, then remove ' concrete between saw cuts. G. Masonry: Demolish in small sections. Cut masonry at.junctures with construction to remain, using power-driven saw, then remove masonry between saw cuts. 1-1. Concrete Slabs-on-Grade: Saw-cut perimeter of area to be demolished, then break up and remove. I. Resilient Floor Coverings: Remove floor coverings and adhesive according to ' recommendations in RFCI-WP and its Addendum. 1. Remove residual adhesive and prepare substrate for new floor coverings by one of the methods recommended by RFCI. C54199.00 01732 - 8 SELECTIVE DEMOLITION R0 — 3/19/01 rWALNUT STREET PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI J. Roofing: Remove no more existing roofing than can be covered in one day by new roofing. Refer to applicable Division 7 Section for new roofing requirements, K. Air-Conditioning Equipment: Remove equipment without releasing; refrigerants. 3.6 PATCHING AND REPAIRS A. General: Promptly repair damage to adjacent construction caused by selective demolition operations. B. Patching: Comply with Division 1 Section "Cutting and Patching." 3.7 DISPOSAL OF DEMOLISHED MATERIALS A. General: Promptly dispose of demolished materials. Do not allow demolished materials to accumulate on-site. B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. END OF SECTION 01732 C5-4199=00 01732 - 9 SELECTIVE DEMOLITION. R0 —3/19/01 WALNUT STREE"I P[JMi' STATION CI'f Y OF J11717-FERSON, MISSOURI SECTION 01770 - CLOSEOUT PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENT'S A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: I. Inspection procedures. p 2. Project Record Documents. 3. Operation and maintenance manuals. 4. Warranties. 5. Instruction of Owner's personnel. 6. Final cleaning. 1.3 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete. 2. Advise Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating; certificates, and similar releases. 5. Deliver tools, spare parts, extra materials, and similar items to location designated e by Owner. Label with manufacturer's name and model number where applicable. 6. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. 7. Complete startup testing of'systems. 8. Submit test/adjust/balance records. 9. Terminate and remove temporary facilities from Project site, along with inockups, construction tools, and similar elements. 10. Advise Owner of changeover in heat and other utilities. C5-4199-00 01770-1 CLOSEOUT PROCEDURES RO– 3/19/01 WALNUT STR13ET PUMP STATION CITY OF ,i13FFERSON, MISSOURI 11, Submit changeover information related to Owner's occupancy, use, operation, and raintenance. B. Inspection: Submit a written request fir inspection in accordance with the General Conditions. 1.4 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining (late of Final Completion, complete the following: I. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. Submit demonstration and training videotapes. 2. Inspection: Submit a written request for final inspection for acceptance, in accordance with the General Conditions. 1.5 PROJECT RECORD DOCUMENTS A. General: Do not use Project Record Documents for construction purposes. Protect Project Record Documents from deterioration and loss. Provide access to Project Record Documents for Engineer's reference during normal working; hours. B. Record Drawings: Maintain and submit one set of blue- or black-line white prints of Contract Drawings and Shop Drawings. 1. Mark Record Prints to show the actual installation where installation varies from that shown originally. Require; individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to prepare the marked-up Record Prints. a. Give; particular attention to information on concealed elements that cannot be readily identified and recorded later. b. Accurately record information in an understandable drawing; technique. C, Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. d. Mark Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. Where Shop Drawings are marked, show cross-reference on Contract Drawings. 2. Mark record sets with erasable, red-colored pencil. Use other colors to distinguish between changes f'or different categories of the Work at the same location. 3. Marl•: important additional information that was either shown schematically or omitted from original Drawings. C54199-00 01770-2 CLOSEOUT PROCEDURES R0— 3/19/01 WALNUT STREET PUMP STA'T'ION CITY OF ,TEhPERSON, MISSOURI 4. Note Work Change Directive tuunbers, Change Order numbers, alternate numbers, and similar identificatio►; where applicable. 5. Identify and date each Record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. Organize into manageable sets; bind cacti set with durable paper cover sheets. Include identification on cover sheets. C. Record Specifications: Submit one copy of ProJect's Specifications, including addenda and contract modifications. Mark copy to indicate the actual product installation where installation varies from that Indicated in Specifications, addenda, and contract modifications. 1. Give particular attention to 'inforniation on concealed products and installations that cannot be readily identified and recorded later. 2 Mark copy with the proprietary name and model number of products, materials, and equipment furnished, including substitutions and product options selected. 1 3. Note related Change Orders and Record Drawings where applicable. 1.6 OPERATION AND MAINTENANCE, MANUALS A. Assemble a complete set of operation and maintenance data indicating the operation and maintenance of each system, subsystem, and piece of equipment not part of a system. Include operation and maintenance; data required in individual Specification Sections and as follows: 1. Operation Data: a. Emergency instructions and procedures. b. System, subsy��Lem, and equipment descriptions, including operating standards, and n imeplate data. C. Operating procedures, including startup, shutdown, seasonal, and weekend operations. d. Description of controls and sequence of'operations. C. Outline piping and wiring/control diagrams. f. 'Troubleshooting instructions. 2. Maintenance Data: a. h4anuf'acturer's information, including list of'spare parts. b. Name, address, and telephone number of installer or supplier. C. Maintenance procedures, and materials/lubricants/special tools required. d. Maintenance and service schedules for preventive and routine maintenance. C. Maintenance record firms. f. Sources of spare parts and maintenance materials. g. Copies of maintenance service agreements. h. Copies of warranties and bonds. C54199-00 01770-3 CL.USI OUT PROCI.DURES RO — 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI B. Organize operation and maintenance manuals into suitable sets of manageable size. Bind and index data in heavy-duty, 3-ring, vinyl-covered, loose-leaf binders, in thickness necessary to accommodate contents, with pocket inside the covers to receive folded oversized sheets. Identify each binder on front and spine with the printed title "OPERATION AND MAINTENANCE MANUAL," Project name, and subject matter ' of contents. 1.7 WARRANTIES A. Submittal Time: Submit written warranties on request of Engineer for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated. B. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. C. Provide additional copies of each warranty to include in operation and maintenance manuals. PART 2 - PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. PART 3 - EXECUTION 3.1 DEMONSTRATION AND TRAINING A. Instruction: Instruct Owner's personnel to adjust, operate, and maintain systems, subsystems, and equipment not part of a system. I. Provide instructors experienced in operation and maintenance procedures. ' 2. Provide instruction at mutually agreed-on times. For equipment that requires seasonal operation, provide similar instruction at the start.of each season. 3. Schedule training with Owner with at least seven days' advance notice. 4. Coordinate instructors, including providing notification of dates, times, length of instruction, and course content. C5-4199-00 01770-4 CLOSEOUT PROCEDURES RO— 3/19/01 WALNUT STREET PUMP STATION CiTY OF JEFFERSON, MISSOURI B. Program Structure: Develop an instruction program that, includes individual training modules for each system and equipment not part of a system, as required by individual Specification Sections. For each training module, develop a learning obJective and teaching outline. Include instruction for the following: 1. System design and operational philosophy. 2. Review of documentation. 3. Operations. 4. Adjustments. 5. Troubleshooting. 6. Maintenance. 7. Repair. C. Videotape Instruction: The Owner reserves the right to videotape all formal and informal pre- and post-start-up training and/or instruction sessions, in both the classroom and "hands-on" equipment instructions provided by the manufacturer's representatives. The manufacturer may review and reasonably edit the videotapes at the sole expense of said manufacturer, for correctness and completeness. However, the tapes shall be returned to the Owner, in a condition acceptable to the Owner, before the applicable equipment or system will be accepted by the Owner. 1. In lieu of the above, and with the prior approval of the Owner, the manufacturer may provide, at the sole expense of said manufacturer, "canned" videotapes on the maintenance and operation of the equipment or system in question (must be for same model, size, etc., as equipment being furnished under this Contract). "Canned" videotapes are not a substitute for training of plant personnel "in person". The Contract Price shall include "hands-on" training with manufacturers' representatives and any "canned" videos available from the manufacturer on the specific equipment. 2. All videotapes used or produced shall become the property of the Owner. 3.2 FINAL CLEANING A. General: Provide final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and anti- pollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Final Completion for Project: rC54199-00 01770-5 CLOSEOUT PROCEDURES R0— 3/19/01 WALNUT STREET PI.IMP S'T'ATION CITY 01 JEFF1;RSON, MISSOURI a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. C. Rake grounds that are neither planted nor paved to a smooth, even-textured surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Remove snow and ice to provide safe access to building. f. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to theli original condition. g. Remove debris and ,, urface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces. h. Sweep concrete floors broom clean in unoccupied spaces. i. Vacuum carpet and similar soft surfaces, .removing debris and excess nap; shampoo if visible soil or stains remain. j. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision- obscuring materials. Replace chipped or broken glass and other damaged transparent materials. Polish mirrors and glass, taking care not to scratch surfaces. k. Remove labels that are not permanent. 1. Touci-, tip and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of'repair or restoration. I 1 Do not paint over "UL" and similar labels, including mechanical and electrical nameplates. I'll. Wipe surfaces of mechanical and electrical equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. n. Replace parts subject to unusual operating conditions. o. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. p. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills. q. Clean ducts, blowers, and coils if units were operated without filters during construction. 054199-00 01770-6 CLOSEOUT PROCEDURES t RO-- 3/19/01 rWALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI r. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. Replace burned-out bulbs, and those noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures. S, Leave Project clean and ready for occupancy, of u waste r' C. Comply with safety standards for cleaning. Don burn materials. Do not bury debris or excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site. and dispose of lawfully. END OF SECTION 01770 CLOSEOUT PROCEDURES C5-4199-00 01770-7 RO—3/19/01 WALNUT sTitEET PUMP STATION CITY 017 JE- FERSON, MiSSOURI SEC'T'ION 02221 - BUILDING DEMOLITION PART l - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY eA. This Section includes the following: 1. Demolition and removal of buildings and structures. 2. Demolition and removal of site improvements adjacent to a building or structure to be demolished. 3. Abandoning in place below-grade construction. 4. Disconnecting, capping or sealing, and abandoning in place site utilities. B. Related Sections include the following: 1. Division 1, Section "Summary" for use of the premises and phasing requirements. 2. Division 1, Section "Temporary Facilities and Controls" for temporary construction, protection facilities, and environmental-protection measures for building demolition operations. 3. Division 1, Section "Selective Demolition" for partial demolition of buildings, structures, and site improvements. 4. Division 2, Section "Site Clearing" for site clearing and removal of above- and below-grade improvements not part of building demolition. 5. Division 15 Sections for demolishing or relocating site mechanical items. C. Division 16 Sections for demolishing or relocating site electrical items. 1.3 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off-site unless indicated to be removed and salvaged or recycled. B. Remove and Salvage: Detach items from existing construction and deliver them to Owner. C. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged, or recycled. C5-4199-00 02221-1 BUILDING DEMOLITION . R0 —3/19/01 WALNUT STREET PUMP STATION CITY OF .II"IF ERSON, MISSOURI 1.4 SUBMITTALS A. Proposed Environmental-Protection, Dust-Control and Noise-Control Measures: Submit statement or drawing that indicates the measures proposed for use, proposed locations, and proposed time frame for their operation. Identify options if proposed measures are later determined to be inadequate. B. Schedule of Building and Structure Demolition Activities: Indicate the following: I. Detailed sequence of demolition and removal work, with starting and ending dates for each activity. 2. Interruption of utility services. 3. Coordination for shutoff; capping, and continuation of utility services. 4. Coordination of Owner's continuing occupancy of adjacent buildings and partial use of premises. 1.5 QUALITY ASSURANCE A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. B. Standards: Comply with ANSI A10.6 and NI7PA 241. 1.6 PROJECT CONDI'T'IONS A. Buildings and structures to be demolished will be vacated and their use discontinued before start of demolition phase of the Work. 1 B. Owner will occupy another building and use structures immediately adjacent to demolition area. Conduct demolition so Owner's operations will not be disrupted. 1. Provide not less than 72 hours' notice to Owner of activities that will affect Owner's operations. 2. Maintain access to existing roadways, walkways, exits, and other adjacent occupied or used facilities. C. Owner assumes no responsibility for buildings and structures to be demolished. 1. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical , D. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. C54199-00 02221-2 BUILDING DEMOLITION RO —3/19/01 WALNUT STREET PUMP STATION CITY OF JI.:F ERSON, MISSOURI I. if materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Engineer and Owner. Hazardous materials will be removed by Owner under a separate contract. E. Storage or sale of removed items or materials on-site is not permitted. 1.7 COORDINATION A. Arrange demolition schedule so as not to interfere with Owner's on-site operations. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 EXAMINATION A. Survey existing conditions and correlate with requirements indicated to determine extent of building and structure demolition required. B. Review Project Record Documents of existing construction provided by Owner. Owner does not guarantee that existing conditions are the same as those indicated in Project Record Documents. C. When unanticipated mechanical, electrical, or structural elements are encountered, investigate and measure the nature and extent of the element. Promptly submit a written report to Engineer. D. Perform an engineering survey of condition of structures and buildings to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during building demolition operations. 3.2 PREPARATION A. Existing Utilities: Locate, identify, disconnect, and seal or cap off utilities serving buildings and structures to be demolished. ' I. Owner will arrange to shut off indicated utilities when requested by Contractor. 2. If utility services are required to be removed, relocated, or abandoned, before proceeding with building demolition provide temporary utilities that bypass buildings and structures to be demolished and that maintain continuity of service to other buildings and structures. C54199-00 02221-3 BUILDING DEMOLITION RO — 3/19/01 WALNUT STREET PUMP STATION CiTY OF JEFFERSON, MISSOURI 3. Cut off pipe or conduit a minimum of 24 inches below gracle. Cap, valve, or plug and seal remaining portion of pipe or eonduit ;after bypassing. B. Existing Utilities: Refer to Division 15 and 16 Sections for shutting, off, disconnecting, removing, and sealing or capping utilities. Do not start demolition work until utility disconnecting and sealing have been completed and verified in writing. C. Temporary Shoring: Provide and maintain interior and exterior shoring, bracing, or structural support to preserve stability and prevent unexpectc,' movement or collapse of construction being demolished. I. Strengthen or add new supports when required during progress of demolition. 3.3 PROTECTION A. Existing Facilities: Protect adjacent roadway!-,., walkways, building entries, and other building facilities during demolition operations. B. Existing Utilities: Maintain utility services indicated to remain and protect them against damage during demolition operations. 1. Do not interrupt existing utilities serving adjacent Occupied or operating facilities unless authorized in writing by Owner and authorities having jurisdiction. 2. Provide temporary services during interruptions to existing utilities, as acceptable to Owner and to authorities having jurisdiction. a. Provide at least 72 hours' notice to Owner if shutdown of service is required during changeover. C. Temporary Protection: Erect temporary protection, such as walks, fences, railings, canopies, and covered passageways, where required. Comply with requirements in Division 1 Section "Temporary Facilities and Controls." I. Protect existin 6 site in rovements, appurtenances, and landscaping to remain. 2. Provide temporary. barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. r 3. Provide protection to ensure safe passage; of people around building demolition arc. and to and from occupied portions of adjacent buildings and structures. 4. Protect Nvalls, windows, roots, and other adjacent exterior construction that are to remain and that are exposed to building demolition operations. 5. Erect and maintain dustproof partitions and temporary enclosures to limit dust and , dirt migration and to separate areas from fumes and noise from occupied portions of adjacent buildings. C5-4199-00 02221-4 BUILDING DEMOLITION RO— 3/19/01 WALNUT S'T'REET PUMP STATION CITY OI' JE-1 PERSON, MISSOi.IRI 3.4 DEMOLITION, GENEIZAL A. General: Demolish indicated existing buildings and structures and site improvements completely. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Do not use cutting torches until work area is cicL-cd of flammable materials. Maintain portable fire-suppression devices during, flame-cutting operations. 2. Maintain adequate ventilation when using cutting torches. 3. Locate building demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. B. Engineering Surveys: Perform surveys as the Work progresses to detect hazards that may result from building demolition activities. C. Site Access and Temporary Controls: Conduct demolition and debris-removal operations to ensure minimum interference with roads, walks, walkways, and other adjacent occupied and used facilities. 1. Do not close or obstruct roads, walks, walkways, or other adjacent occupied or used facilities without permission from Owner. 2. Use water mist and other suitable methods to limit spread of dust and dirt. Comply with governing environmental-protection regulations. Do not use water when it may damage adjacent construction or create hazardous or objectionable conditions, such as ice, flooding, and pollution. 3.5 DEMOLITION A. Concrete: Cut concrete full depth at junctures with construction indicated to remain, using power-driven saw, then remove concrete between saw cuts. B. Masonry: Cut masonry at junctures with construction indicated to remain, using power- driven saw, then remove masonry between saw cuts. C. Concrete Slabs-on-Grade: Saw-cut perimeter of area to be demolished at junctures with construction indicated to remain, then break up and remove. D. Structural Steel: Dismantle field connections without bending or damaging steel members. Do not use flame-cutting torches unless otherwise authorized by Engineer. E. Equipment: Disconnect equipment at nearest fitting connection to services, complete with service valves. Remove as whole units, complete with controls. 054199-00 02221-5 BUiL.DING DEMOLITION RO— 3/19/01 r WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI I Below-Grade Construction: Abandon foundation walls and other below-grade construction. Cut below-grade construction to at least 12 inches below finished grade. G. Existing Utilities: Abandon existing utilities and below-grade utility structures. I. Fill abandoned utility structures with satisfactory soil materials according to r backfill requirements in Division 2 Section "Earthwork." �■ 3.6 EXPLOSIVE DEMOLITION A. Explosives: Use of explosives is not permitted. 3.7 SITE RESTORATION A. Below-Grade Areas: Completely fill below-grade areas and voids resulting from building demolition operations with satisfactory soil materials according to backfill requirements in Division 2 Section "Earthwork." B. Site Grading: Uniformly rough grade area of demolished construction to a smooth surface, free from irregular surface changes. Provide a smooth transition between adjacent existing grades and new grades. 3.8 REPAIRS A. General: Promptly repair damage to adjacent construction caused by demolition operations. B. Where repairs to existing surfaces are required, patch to produce surfaces suitable for new materials. C. Restore exposed finishes of patched Areas and extend restoration into adjoining construction in a rnanner that eliminates evidence of patching and refinishing. 3.9 DISPOSAL OF DEMOLISHED MATERIALS A. General: Except for items or materials indicated to be reused, salvaged, reinstalled. or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA-approved landfill. 1. Do not allow demolished materials to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. C54199-00 02221-6 BUILDING DEMOLITION SIR RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 4 ; 3.10 CLEANING A. Clean adjacent structures And improvements of dust, dirt, And debris mused by building demolition opert�tions, Return adjacent Areas to condition existing before building demolition operations began. END OF SECTION 02221 r f } C5. 410,9. 00 02221-7 BUILDING DEMOLITION RO 3/19/01 WALNUT S'T'REET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 02230 - SITE CLEARING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary . 1 Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Clearing. 2. Removing above-grade site improvements. B. Related Sections include the following: 1. Division 1 Section "Execution b b Requirements" for field engineering to verify Y Utility locations and for recording field measurements. 2. Division 1, Section "Temporary Facilities and Controls" for temporary utilities, temporary construction and support facilities, temporary security and protection facilities, and environmental protection measures during site operations. 3. Division 2, Section "Earthwork" for soil materials, excavating, backfilling, and site grading. 1.3 MATERIALS OWNERSHIP A. Except for materials indicated to be stockpiled or to remain Owner's property, cleared materials shall become Contractor's property and shall be removed frorn tale site. 1.4 SUBMITTALS A. Photographs or videotape, sufficiently detailed, of existing conditions adjoining construction and site improvements that might be misconstrued as damage caused by site clearing. B. Record drawings according to Division 1, Section "Closeout Procedures," I , Identify and accurately locate capped utilities and other subsurface structural, electrical, and mechanical conditions. C5-4199-00 02230 - 1 SITE CLEARING RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MiSSOURI 1.5 QUALITY ASSURANCE A. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1, Section "Project Management and Coordination." 1.6 PROJECT CONDITIONS A. 'Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site-clearing; operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide; alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. B. Notify utility locator service for area where Project is located before site clearing. PART 2 - PRODUCTS (Not Applicable) 2.1 SOIL MATERIALS A. Satisfactory Soil Materials: Requirements for satisfactory soil materials are specified in Division 2 Section "Earthwork." 1. Obtain approved borrow soil materials off-site when satisfactory soil materials are not available on-site. PART 3 - EXECUTION 3.1 PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during Construction. , Q. Provide erosion-control measures to prevent soil erosion and discharge of sail-bearing water runoff or airborne dust to adjacent properties and walkways. C. Protect existing; site improvements to remain from damage during; construction. I. Restore damaged improvements to their original condition as acceptable to 6 P ,� p Owner. C54199-00 02230 - 2 SITE CLEARING; RO— 3/19/01 WALNUT STREI.;T PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI 3.2 UTILI'T'IES A. Owner will arrange for disconnecting and sealing indicated utilities that serve existing structures before site clearing when requested by Contractor. 1. Verify that utilities have been disconnected and capped before proceeding with site clearing. B. Locate, identify, disconnect, and seal or cap off utilities indicated to be removed. 1. Arrange to shut off indicated utilities with utility companies. C. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Engineer not less than two days in advance of proposed utility interruptions. 2. Tao not proceed with utility interruptions without Engineer's written permission. D. 11xcavatc for and remove underground utilities indicated to be removed. E. Removal of underground utilities is included in Division i5 mechanical or Division lh electrical Sections. r3.3 CLEARING A. Remove obstructions, to permit installation of'new construction. B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material, unless further excavation or earthwork is indicated. I. Place fill material in horizontal layers not exceeding 8-inch loose depth, and compact each layer to a density equal to adjacent original ground. 3.4 SITE IMPROVEMEN'T'S A. Remove existing above- and below-grade improvements as indicated and as necessary to facilitate new construction. B. Remove slabs, paving, curbs, gutters, and aggregate base as indicated. C54199-00 02230 - 3 SITE CLEARING RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 1. Unless existing full-depth ,joints coincide with line of demolition, neatly saw-cut length of existing pavement to remain before removing existing pavement.. Saw- cut faces vertically. 3.5 DISPOSAL, A. Disposal. Remove surplus soil material, , obstructions, demolished materials, and waste: materials, including trash and debris, and legally dispose of them off Owner's property. END OF SECTION 02230 C5-4199-00 02230 -4 SITE CLEARING RO—3/19/01 , WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 02240 - DEWATERING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes construction dewatering. B. Related Sections include the following: 1. Division 1, Section "Temporary Facilities and Controls." 2. Division 2, Section "Earthwork." for excavating, backfilling, and site grading. 3. Division 2, Section "Excavation Support and Protection." 1.3 PERFORMANCE IZE Q UIREMENTS A. Dewatering Performance: Design, provide, test, operate, monitor, and maintain a dewatering system of sufficient scope, size, and capacity to control groundwater flow into pump station and pipeline trench excavations and permit construction to proceed on dry, stable subgrades. 1. Work includes removing dewatering system when no longer needed. 2. Maintain dewatering operations to ensure erosion is controlled, stability of excavations and constructed slopes is maintained, and flooding of excavation and damage to structures are prevented. r3. Prevent surface water from entering excavations by grading, dikes, or other �! means. 4. Accomplish dewatering without damaging existing buildings, roads and parking lots adjacent to excavation. 1.4 SUBMITTALS A. Shop Drawings: For dewatering system. Show arrangement, locations, and details of wells and well points; locations of headers and discharge lines; acid means of discharge and disposal of water. 1. Include layouts of piezometers and flow-measuring devices for monitoring performance of dewatering system. C54199-00 02240 - 1 DEWATERING RO—3/19/01 WALNUT S'I'RI E`1' 1't1MP STATION CITY 01' JEFFE,RSON, MiSSOURi 2. Include a written report outlining control procedures to be adopted it'dewatering problems arise, including; a contingency plan in the event the adjacent Missouri River exceeds Iloodstage. 3. Include Shop Drawings signed and scaled by the qualified professional engineer responsible for their preparation. 4. Submit design calculations for the dewatering system. ifs.► tremie seal is chosen to control the hydrostatic pressures at the pump station, submit calculations showing how the thickness of the tremie seal was determined. B. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. include lists of completed projects with project names and addresses, names and addresses of Engineers and owners, and other information specified. C. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by dewatering operations. D. Record drawings at Project closeout identifying and locating capped utilities and other subsurface structural, electrical, or mechanical conditions. E. Meld Test Reports: Before starting excavation, submit test results and computations demonstrating that dewatering system is capable of meeting perfoniiance requirements. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Engage in experienced installer to assume engineering responsibility and perform dewatering who has specialized in installing dewatering systems similar to those required for this Project and with a record of successful in- service performance. B. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in Missouri and who is experienced in providing engineering services for designing dewatering systems that are similar to those indicated for this Project in material, design, and extent. I. Engineering Responsibility: Engage a qualified professional engineer to prepare or supervise the preparation of data for the dewatering system including drawings, testing; program, test result interpretation, and comprehensive engineering analysis that shows the system's compliance with specified requirements. C. Regulatory Requirements: Comply with water disposal requirements of authorities having jurisdiction. C5-4199-00 02240 - 2 DEWATERING RO — 3/19/01 WALNUT STREET PUMP S'T'ATION CITY OF JEFFERSON, MISSOURI 1.6 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by the Owner or others unless permitted in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. E. Project Site Information: A geotechnical report has been prepared for this Project and is J b p p J available for information only. The report is not part of the Contract Documents. The opinions expressed in this report are those of the geotechnical engineer and represent interpretations of the subsoil conditions, tests, and results of analyses conducted by the geotechnical engineer. Owner will not be responsible .for interpretations or conclusions drawn from this data by Contractor. The Contractor should be aware that the groundwater level is influenced by the adjacent Missouri River levels. 1. Make additional test borings and conduct other exploratory operations as necessary. 2. The geotechnical report is referenced elsewhere in the Project Manual. C. Survey adjacent structures and improvements, employing a qualified professional engineer or surveyor, establishing exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. 1. During dewat:ering, resurvey benchmarks weekly, maintaining an accurate log of surveyed elevations for comparison with original elevations. Promptly notify Engineer if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction. PART 2 - PRODUC'T'S (Not Applicable) " PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork and dewatering operations. 1. Prevent surface water and subsurface or groundwater from entering excavations, from ponding on prepared subgrades, and from flooding site and surrounding N area. 2. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. C5-4199-00 02240 - 3 DEWATERING R0— 3/19/01 WALNUT STREET PUMP STATION CITY OF Ji:FFERSON, MISSOURI B. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. 3.2 DEWATERING A. Install dewatering system utilizing wells, educator wells, well points, or similar methods complete with pump equipment, standby power and pumps, filter material gradation. valves, appurtenances, water disposal, and surface-water controls. B. Before excavation below groundwater level, place system into operation to lower water to specified levels and then operate it continuously until sewers, and structures have been constructed and fill materials have been placed, or until dewatering is no longer required. If it is impractical to dewater the bottom of the pump station excavation, a tremie seal course can be considered. Pumping of groundwater shall not be permitted while excavating or placing the tremie seal course, and not until the tremie seal course has attained sufficient strength to withstand the hydrostatic pressure. C. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. Install sufficient dewatering equipment to drain water-bearing strata ..above and below bottom of foundations, sewers, and other excavations. 1. Do not permit open-sump pumping that leads to loss of fines, soil piping, subgrade softening, and slope instability. D. Reduce hydrostatic head in water-bearing strata below subgrade elevations of fOUndatlons, drains, sewers, and other excavations. 1. Maintain piezornetric water level a minimum of 48 inches below surface of pump station excavation. 2. Maintain piezometric water level a minimum of 24 inches below surface of pipeline trench and manhole excavations. E. Dispose of water removed from excavations in a manner to avoid endangering public health, property, and portions of work under construction or completed. Dispose of water in a manner to avoid inconvenience to others. Provide sumps, sedimentation tanks, and other flow-control devices as required by authorities having jurisdiction. 1-. Provide standby equipment on-site, installed and available for immediate operation, to maintain dewatering on a continuous basis if any part. of'system becomes inadequate Or 054199-00 02240 - 4 DEWA'I-RING RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI fails, if dewatering requirements arc not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense. 1. Remove dewatering system from Project site on completion of dewatering. Plug or fill well holes per the Missouri.Department of Natural Resources regulations. G. Damages: Promptly repair damages to adjacent facilities caused by dewatering. operations. 3.3 OBSERVA'T'ION WELLS A. Provide, take measurements, and maintain at least two observation wells. B. Observe and record daily elevation of groundwater and piexometric water levels in observation wells. C. Repair or replace, within 24 hours, observation wells that become inactive, damaged, or destroyed. Suspend construction activities in areas where observation wells are not functioning properly until reliable observations can be made. Add or remove water from observation-well risers to demonstrate wells are functioning properly. y 1. Remove or frill observation wells, and fill holes when dewatering is completed. END OF SECTION 02240 C54199-00 02240 - 5 DEWATERING RO—3/19/01 WALNUT STREET PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI SECTION 02260 - EXCAVATION SUPPORT AND PROTECTION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes excavation support and protection systems. B. Related Sections include the following: 1. Division 1, Section "Temporary Facilities and Controls." 2. Division 2, Section "Earthwork" for excavating; and backfilling. 3. Division 2, Section "Dewatering." 1.3 PERFORMANCE REQUIREMEN'T'S A. Design, provide, monitor, and maintain a braced excavation support and protection system capable of resisting soil and hydrostatic pressure and supporting sidewalls of excavations for the pump station and pipelines. 1. Work includes removing excavation support and protection systems when no longer needed. 2. Prevent surface water from entering excavations by grading, dikes, or other means. 3. Install excavation support and protection systems without damaging existing buildings, pavements, and other improvements adjocent to excavation. 1.4 SUBMITTALS A. Shop Drawings: Prepared by or under the supervision of a qualified professional engineer for excavation support and protection systems. System design and calculations must be acceptable to authorities having jurisdiction. 1. Include Shop Drawings signed and scaled by the qualified professional engineer responsible for their preparation. C5-4199-00 02260 - 1 EXCAVATION SUPPORT RO --3/19/01 AND PROTTTCTION WALNUT STREET PUMP STATION r CITY OF JEFFERSON, MISSOURI B. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of Engineers and owners, and other information specified. 1. The shop drawings shall show as it minimum the grades and strengths for all construction materials used; the maximum construction surcharge the support system has been designed to withstand; methods of installing piles and sheeting; sequence of excavation and bracing installation indicating maximum depth of excavation prior to bracing installation; a description on the removal of the support system after construction of the permanent structure is complete and the description shall detail whether each individual member is to be removed or is to remain in-place; method of preload bracing and the preload for each member; design groundwater elevation; and contingency plan in the event design groundwater elevations arc exceeded due to flooding. 2. Submit design calculations for the excavation support system. The calculations shall include an estimate of'def'ornrttion of'the excavation support system and all fticilities located within a distance equal to twice the depth of the excavation from the face of the excavation support wall. C. Photographs or videotape, sufficiently detailed, of existing conditions of.' adjoining g construction and site improvements that might be misconstrued as damage caused by excavation support and protection systems. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced installer to assume engineering responsibility and perl`orm work of' this Section who has specialized in installing excavation support and protection systems similar to those required for this Project and with a record of successful in-service performance. B. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in Missouri and wbo is experienced in providing engineering services for designing excavation support and protection systems that are sintil:u- to those indicated For this Project in material, design, and extent. 1. Engineering Responsibility: Engage a qualified professional engineer to prepare , or supervise the preparation of ditty for the excavation support and protection syste►n including drawings and comprehensive engineering analysis that shows the system's compliance with specified requirements. The design of the excavation support and protection system shall be based upon the lateral load envelope recommended in the Geotechnical Report by Sverdrup Civil, Inc. C5-4199-00 02260 - 2 EXCAVATION SUPPORT R0 — 3/19/01 AND PRO'T'ECTION P WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 1.6 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by the Owner or others unless permitted in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. B. Project Site Information: A geotechnical re ort has been prepared for this Project and is J g P P P J available for information only. The report is not part of the Contract Documents. The opinions expressed in this report are those of the geotechnical engineer and represent interpretations of the subsoil conditions, tests, and results of analyses conducted by the geotecluiical engineer. Owner will not be responsible for interpretations or conclusions drawn from this data by Contractor. 1. Make additional test borings and conduct other exploratory operations as necessary. 2. The geotechnical report is referenced elsewhere in the Project Manual. C. Survey adjacent structures and improvements, employing a qualired P rofessional engineer or surveyor; establish exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. 1. During installation of excavation support and protection systems, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations for comparison with original elevations. Promptly notify Engineer if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction. 2. Monitor the performance of components of the excavation support system both for vertical and horizontal movement. Implement a plan of action if movements exceed predicted values. PART 2 - PRODUCTS 2.1 MATERIALS A. Materials need not be new but must be in serviceable condition. B. Structural Steel: ASTM A 36 or ASTM A 572. C. Steel Sheet Piling: ASTM A 328 or ASTM A 572 C5-4199-00 02260 - 3 EXCAVATION SUPPORT RO— 3/19/01 AND PRO'T'ECTION WAL.MJ'i' S`I'ItfiE'1' PUMP STATION CITY OF .IF"117 RSON, MiSSOURi PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that Could develop during; excavation support and protection system operations. 1. Shore, support, and protect utilities encountered. 13. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. C. Locate excavation support and protection systems clear of permanent Construction and to permit forming and finishing of concrete surfaces. D. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. Promptly correct bulges, breakage, or other evidence of" movement to ensure excavation support and protection systems remain stable. E. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2 SHE-ET PILING A. Install one-piece sheet piling and tightly interlock to form a continuous barrier. Accurately align exposed faces of sheet piling to vary not more than 2 inches from a horizontal line and not more than 1 :120 out of vertical alignment. Cut tops of sheet piling to uniform elevation at top ofexcavation. 3.3 13RACING A. Bracing: Locate bracing to clear columns, floor framing construction, and other r permanent work. If necessary to move a brace, install new bracing before removing ' original brace. 1. Do not place bracing where it will be cast into or included in permanent concrete work, unless otherwise approved by Engineer. C5-4199-00 02260 - 4 IaXCAVATION SUPPORT R0— 3/19/01 AND PROTECTION WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 2. Install internal bracing, if' required, to prevent spreading or distortion of braced frames. 3. Maintain bracing until structural elements are supported by other bracing or until permanent construction is able to withstand lateral earth and hydrostatic pressures. 4. Install and maintain internal bracing support members in tight contact with each other and with the surface being supported. 5. Allow for eccentricities caused by field .fabrication and assembly. 6. When wales are used, obtain tight bearing between wales and wall, and ample bearing area, with steel wedges and packing for load transfer. L 3.4 REMO VAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. Remove in stages to avoid disturbing underlying soils and damaging structures, pavements, facilities, and utilities. 1. Remove excavation support and protection system for the pump station to r Elevation 550.0 and abandon remainder. ® 2. Repair or replace, as approved by Engineer, adjacent work damaged or displaced by removing excavation support and protection systems. END OF SECTION 02260 C5-4199-00 02260 - 5 EXCAVATION SUPPORT RO—3/19/01 AND PROTEC'T'ION WALNUT ;STREET PUMP STATION CI'T"Y OF JEFFERSON, MISSOURI SECTION 02300 - EARTHWORK PART 1 - GENERAL 1.1 RELATED DOCUMEN'T'S A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: I. Preparing subgrades for slabs-on-grade and foundations. 2. Excavating and backfilling for buildings and structures. 3. Drainage fill course for slabs-on-grade. 4. Backfill for walls and trenches. 5. Excavating and backfilling trenches within building lines. f. Excavating and backfilling trenches for buried utility structures. B. Related Sections include the following: 1. Division 1, Section "Temporary Facilities and Controls." 2. Division 2, Section "Site Clearing" for site stripping, and grubbing. 3. Division 2, Section "Dewatering" for lowering and disposing of groundwater during construction. 4. Division 2, Section "Excavation Support and Protection." 1.3 DEFINITIONS A. Backfill: Soil materials used to fill an excavation. 1. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe. 2. Final Backfill: Backfill placed over initial backfll to fill a trench. B. Bedding Course: Layer placed over the excavated subgrade in a trench before laying pipe. C. Borrow: Satisfactory soil imported from off-site for use as G11 or backfill. D. Drainage Course: Layer supporting slab-on-grade used to minimize capillary flow of pore water. C5-4199-00 02300-1 EARTFINVORK RO — 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI E. Excavation: Removal of material encountered above subgrade elevations. 1. Additional l?,xcavation: Lxcavation below subgrade elevations as directed by Engineer. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Bulk Excavation: Excavations more than 10 feet in width and pits more than 30 feet in either length or width. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be without additional compensation. F. fill: Soil materials used to raise existing grades. 1.4 SUBMITTALS A. Product Data for the following: I. Each type of plastic warning tape. 2. Drainage fabric. 3. Separation fabric. B. Samples for the following: 1. 12-by-12-inch sample of drainage fabric. 2. 12-by-12-inch sample of separation fabric. C. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated: I. Classification according to ASTM D 2487 of each on-site or borrow soil material proposed for fill and backfill. 2. Laboratory compaction curve according to ASTM D 698 for each on-site or borrow soil material proposed for fill and backfill. 1.5 QUALITY ASSURANCE A. Geotechnical 'Testing Agency Qualifications: An independent testing agency qualified according to ASTM E 329 to conduct soil materials testing, as documented according to ASTM D 3740 and ASTM E 548. R. Pre-excavation Conference: Conduet conference at Project site to comply with requirements in Division 1 Section "Project Meetings." C54199-00 02300-2 EARTHWORK RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF .1LE'l"ERSON, MISSOURI 1.6 PROJECT CONDITIONS A. Existing Utilities: Do riot interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by 13'ngineer and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Engineer not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Engineer's and Owner's written permission. 3. Contact utility-locator service for area where Project is located before excavating. B. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies to shut off services if lines are active. PART 2 - PRODUCTS 2.1 SOiL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, GC, SC, SW, ML, CL, SP, and SM, or a combination of these group symbols; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, �► and other deleterious matter. Soil classification groups ML, CL, CG, and SC shall have a plasticity index less than 20 (ASTM D 4318) and a liquid limit less than 45 (ASTM D 4318). C. Unsatisfactory Soils: ASTM D 2487 soil classification groups MFI, CH, OL, 01-1, and PT, or a combination of these group symbols. 1. Unsatisfactory oils also include satisfactory soils not maintained within 3 ry ry percentage points of optimum moisture content at time of compaction. D. Backfill and Fill: oil materials. However, when backfillin g against the Y fs f. pump station walls and excavation support system, SP, SW, GW materials shall be r used. E. Base and Granular bill: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; meeting the requirements of MoDOT Section 1007.5, Type 5 Aggregate Base Course. C5-4199-00 02300-3 EARTHWORK RO— 3/19/01 WAi.NU'I' S'FfR.E;13'i' i'tJMi' STATION CI`T'Y OF .lE' VERSON, MISSOURI 1'. Bedding: 1. For ductile iron, steel, and concrete pipe: Naturally or artilicially graded mixture of natural or crushed gravel, cruslicd stone, and natural or crushed -,and meeting the lollowing gradations: a. For 30-inch diameter at d larger pipes: _ Sieve —� percent by weight passing maximum rninimurn 1 % inch _ 100 100 1 inch 70 GO '/4 inch _ 50 r� 40 '/s inch 35 25 No. 100 1 O _ 0 b. For 27-inch diameter and smaller pipes: Sieve percent by weight passing maximum minimum 1l inch 100 100 - '/d inch 100 90 '/2 inch _ 60 35 No. 100 1() I 0 2. I-or fiberglass, plastic and copper pipe, and non-encased electrical conduit: natural sand meeting; the requirements of MoDOT Section 1005.2.4 G. Drainage Fill: Washed, narrowly graded mixture of crushed stone, or crushed or uncrushed gravel; ASTM D 448; coarse-aggregate grading Size 57, or meeting j gradation D or E of MoDOT Section 1005.1.3. 2.2 ACCESSORIES A. Warning Tape: Acid- and alkali-resistant polyethylene film warning tape ITianulfictured for marking and identifying underground utilities, G inches; wide and 4 mils thick, continuously inscribed with a description of the utility; colored as follows: B. Detectable Warning "Pape: Acid- and alkali-resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, minimum G inches wide and 4 mils thick, continuously inscribed with a description of utility, with metallic core encased in a protective jacket for corrosion protection, detectable by rnetal detector when tape is buried up to 30 inches deep; colored as follows: 1. Red: Electric. 2. Yellow: Gas, oil, steam, and dangerous materials. 3. Orange: Telephone and other communications. 4. Blue: Water systems. C5-4199-00 02300-4 EARTHWORK R0— 3/1 9/01 WALNUT STRE-ET PUMP STATION CITY Of JEFFERSON, MISSOURI 5. Green: Sewer systems. C. Filter Fabric: Nonwoven geotextile, specifically manufactured as a drainage geotextile; made from polyolefins, polyesters, or polyamides; and with the following; minimum properties determined according to ASTM D 4759 and referenced standard test methods: I. Grab Tensile Strength: 1 l O lbf; ASTM D 4632. 2. Tear Strength: 40 lbf; ASTM D 4533. 3. Puncture Resistance: 50 lbf; ASTM D 4833. 4. Water Flow Rate: 150 gpm per sq. ft.; ASTM D 4491. 5. Apparent Opening Size: No. 50; ASTM D 4751. PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards j created by earthwork operations. B. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. C. Provide erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways. 3.2 DEWATERING A. Prevent surface water and groundwater from entering excavations, from ponding on prepared subgrades, and from flooding; Project site and surrounding area. B. Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation. 1. Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches. 2. Install a dewatering systern to keep subgrades dry and convey groundwater away from excavations. Maintain until dewatering is no longer required. C5-4199-00 02300-5 EARTHWORK RO-- 3/19/01 WALNUT STREET PUMP STATION CITY OF.11 FFERSON, MISSOURI 3.3 EXPLOSIVES A. Explosives: Do not use explosives. 3.4 EXCAVATION, GENERAL A. Unclassified Excavation: Excavation to subgrade elevations regardless of the character of surface and subsurface conditions encountered, including rock, soil materials, and obstructions. 1. if' excavated materials intended for fill and backfill include unsatisfactory soil materials and rock, replace with satisfactory soil materials. 3.5 EXCAVATION FOR STRUCTURES A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1 inch. Extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections. 1. Excavations for Footings and Foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before placing concrete reinforcement. 'Prim bottoms to required lines and grades to leave solid base to receive other work. j 3.6 EXCAVATION FOR UTILITY TRENCI-IL'•S A. Excavate trenches to indicated gradients, lines, depths, and elevations. 1. Beyond building perimeter., excavate trenches to allow installation of top of pipe below frost line. B. Excavate trenches to uniform widths to provide a working clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12 inches higher than top of pipe or conduit, or as indicated on the plans. C. Clearance: 12 inches on each side of pipe or conduit, or as indicated. D. Trench Bottoms: Excavate trenches 4 inches deeper than bottom of pipe elevation to allow for bedding course. Hand excavate for bell of pipe. 3.7 APPROVAL OF SUBGRADE A. Notify Engineer when excavations have reached required subgrade. B. 11' Engineer determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed. C5-4199-00 02300-6 EARTHWORK RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 1. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. C. Proof roll subgrade with heavy pneumatic-tired equipment to identify soft pockets and areas of excess yielding. Do not proof roll wet or saturated subgrades, and bottom of pump station excavation. D. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Engineer. 3.8 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete till or flowable fill may be used when approved by Engineer. 1. Fill unauthorized excavations under other construction or utility pipe as directed by Engineer. 3.9 STORAGE OF SOIL MATERIALS A. Stockpile borrow materials and satisfactory excavated soil materials. Stockpile soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. I., Stockpile soil materials away from edge oi'excavations 3.10 BACKFILL A. Place and compact backfill in excavations promptly, but not before completing the following: I. Construction below finish grade including, where applicable, dampprooting. waterproofing, and perimeter insulation. 2. Surveying locations of underground utilities for record documents. 3. Inspecting and testing underground utilities. 4. Removing concrete formwork. S. Removing trash and debris. G. Removing temporary shoring and bracing,, and sheeting. 7. Installing permanent or temporary horizontal bracing on horizontally supported walls. C54199-00 02300-7 EARTHWORK RO—3/19/01 WALNUT STREET PUMP STATION C1'1'Y 017 jI3FI'ERSON, MISSOURI 3.11 U'11LITY TRENCI1 BACKFILL A. Place and compact bedding course on trench bottoms and where: indicated. Share bedding course to provide continuous support for bells,joints, and barrels of pipes and for joints, fittings, and bodies of conduits. 13. Backfili trenches excavated under footings and within 18 inches of bottom of footings; fill with concrete to elevation ofbottom of footings. C. Provide 4-inch- thick, concrete-base slab support for piping or conduit less than 30 inches below surface of roadways. After installing and testing, completely encase piping or conduit in a minirrium of 4 inches of concrete be('ore backfilling or placing roadway subbase, I7. Place and compact initial backfill of subbase material, free of particles larger than 1 inch, to a height of 12 inches over the utility pipe or conduit. I. Carefully compact material under pipe haunches and bring backfill evenly tip on both sides and along the 11111 length of utility piping or conduit to avoid damage or displacement ol'utility system. L. Coordinate backfilling with utilities testing. F. rill voids with approved backfill materials while shoring and bracing, and as sheeting is removed. G. Place and compact final backfill of'satisfaetory soil material to linal subgrade. 1-1. Install warning tape directly above utilities, 12 inches below finished grade, except G inches below subgrade under pavements and slabs. 3.12 FILL A. Preparation: Remove vegetation, topsoil, debris, unsatisfactory soil materials, obstructions, and deleterious materials frown ground surface before placing fills. B. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. C. Place and compact fill material in layers to required elevations as tollows: I. Under grass and planted areas, use siltisfiletOry soil material. 2. Under walks and pavements, use satisfactory soil material. 3. Under steps and ramps, use satisfilctory soil material. 4. Under building slabs, use drainage: fill and granular fill material where shown. 5. Against walls use satisfactory soil material or drainage fill where shown. C5-4199-00 02300-8 13AR'f H WORK RO -- 3/19/01 WALNUT STREET PUMP STATiON CITY OF JEFFERSON, MISSOURi 6. Against pump station wet well walls use satisfactory materials classified as SP, SW, or GW. 7. Under footings and foundations, use granular fill. 3.13 MOISTURE CONTROL A. Uniformly moisten or aerate subgradc and each subsequent fill or backfill layer before compaction to within 3 percentage points of optimum moisture content. I. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 2 Remove and replace, or scarify and air-dry, otherwise satistactory soil material that exceeds optimum moisture content by 3 percentage points and is too wet to �. compact to specified dry density. 3.1.1 COMPA.0"PION Ol. BACKFiLLS AND DILLS A. Place backfill and till materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand-operated tampers. B. Place backfill and fill materials evenly on all sides of structures to required elevations, and uniformly along the 11111 length of each structure. C. Compact soil to not less than the following percentages of maximum dry unit weight according to ASTM D 698: 1. Under structures, building slabs, steps, and pavements, scarify and recompact top 12 inches of existing subgrade and each layer of backfill or fill material at 98 percent. 2. Under other areas, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill material at 92 percent. 3. Against pump station walls, compact the SP, SW, or GW materials to 75 percent relative density aewrdinf; to ASTM D 4253 and D 4254. 3.15 GRADING A. General: Uniformly grade areas to a smooth surface, free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 'S ' s 1. Provide a smooth transition between adjacent existing grade, and new grades. 2. Cut out soft spots, fill low spots, and trim highr spots to comply with required surlace tolerances. 054199-00 02300-9 EARTH WORK RO—3/19/01 WALNUT STRI ET PUMP STATION CITY OF .H.TFERSON, MISSOURI 13. Site Grading: Slope grades to direct, water away from buildings and to prevent ponding. Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus I inch. 2. Walks: Plus or minus I inch. 3. Pavements: Plus or minus 1/2 inch. G. Grading inside Building Lines: finish subgrade to a tolerance of 1/2 inch when tested with a 10-foot straightedge. 3.16 BASE COURSES A. Install filter fabric on prepared subgrade where shown on Drawings according to manufacturer's written instructions, overlapping sides and ends. 13. L'lace base course in Dryers not exceeding 8 inches in loose depth For materials compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand operated tampers. C. Compact base course material to 100 percent maxmium dry unit weight according to ASTM D 698. 3.17 DRAINAGE FILL. COURSE- A. Under slabs on-grade, place drainage course on where shown and as Follows: I. Compact drainage Fill to required cross sections and thickness to not less than 98 percent of maximum dry density according to ASTM l) 698. If drainage fill material does not show a well-defined moisture content-density relationship. compact drainage fill with 6 overlapping passes using; a walk-behind double drum vibratory roller weighing at least 1,500 pounds. 2. When compacted thickness of drainage course is G inches or less, place materials in a single layer. 3. When compacted thickness oF'drainage course exceeds G inches, place materials in equal layers, with no layer more than G inches thick or less than 3 inches thief` r when compacted. 3.18 FIELD QUALITY CONi'ROL A. 'testing Agency: fawner will engage a qualified independent geotechnlcal engineering testing agency to perform field quality-control testing. C5-4199-00 02300.10 EARTLIWORK RO 3/l9/0l WALNUT S'1'R irr PUMP STATION C'1'I'1' OI .ILI hC:RSON, MISSOURI 13. Allow testing agency to inspect and test subgradcs and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. C. looting Subgrade: At footing subgrradcs, at least one test of each soil straturn will be performed to verify design bearing capacities. Subsequent verification and approval of other tooting subgradcs may be based on a visual comparison of subgrade with tested subgrade when approved by Engineer. I?. Testing agency will test compaction of soils in place according to ASTM 1) 1556, ASTM U 2167, ASTM 1) 2922, and ASTM 1) 2937, is applicable. 'Pests will be performed at the following locations and frequencies: 1. Building Slab Areas: At subgrade and at each compacted fill and backfill layer, at least one test for every 2,000 sq, Ft. or less of paved area or building slab, but in no case fewer than three tests. 2, Pump Station Wall 13ackfill: At each compacted backfill layer, tat least one test For each 100 feet or less of wall length, but no fewer than two tests. 3. "french I:3ackfill: At each compacted initial and final backfill layer, at least one test for each 150 feet or less of trench length, but no fewer than two tests. I-., When testing agency reports that subgradcs, fills, or backfills have not achieved degree of emilpaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. 3.19 1)ROT C"1'ION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. 13. Repair and reestablish grades to specified tolerances where completed or partially completed surfaecs become eroded, rutted, settled, or where they lose compaction clue to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Engineer; reshape and recompact. C. Where settling occur, betbre Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. r 1. Restore appearance, quality, and condition of linished surfacing to match adjacent work, and eliminate evidence ol'restoration to the greatest extent possible. C54199-00 02300-11 EARTHWORK 1W-- 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON,RSON, MISSOURI 3.20 DISPOSAL OF SURPLUS AND WASTE MAT -RIALS A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. B. Disposal: Transport surplus satisfactory soil to designated storage areas on Owner's property. Stockpile or spread soil its directed by Engineer. I. Remove waste material, including; unsatisfactory soil, trash, find debris, find legally dispose of it off Owner's property. END OF SECTION 02300 r �o r . C5-4199-00 02300.12 IaARTH WORK RO--�3/19/01 WALNUT STREET PUMP STATION CI'T'Y OF JEFFI3RSON. MISSOURI SECTiON 02510 - WA'T'ER DISTRIBUTION PARTI - GENERAL 1.1 RELA'T'ED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes water-distribution piping and specialties outside the building;. 13. Utility-furnished products include water meters that will be furnished to the site, ready for installation. 1.3 DEFINITIONS A. Water-Distribution Piping: Exterior domestic-water piping. B. Water-Service Plumbing;: Interior domestic-water piping. 1.4 SU13MI T°TA1,S A. Product Data: For the following: 1. Pipe and Piping specialties. 2. Valves and accessories. B. Field Quality-Control Test Reports: From Contractor. 1. Hydrostatic testing. C. Operation and Maintenance Data: For the following: 1. Valves and piping specialties. 1.5 QUALITY ASSURANCE: A. Regulatory Requirements: 1. Comply with requirements of utility company supplying; water. Include and provide' tapping of water mains. C54199-00 02510-1 WATER DISTRIBUTION RO— 3/19/01 WALNUT STRI:r,-,r Pump STATION CITY Ol" JEFFE:RSON, MISSOURI 2. Comply with standards of authorities having jurisdiction for potable-water-service piping, including materials, installation, testing, and disinfection. B. Piping materials shall bear label, stamp, or other markings of'specified testing agency. C. Comply with ASTM F 645 for selection, design, and installation of thermoplastic water piping. D. NSF Compliance: I. Comply with NSF 14 for plastic potable-water-service piping. Include marking "NSF-pw" on piping. 2. Comply with NSF 61 for materials For water-service piping and specialties for domestic water. 1.6 DELIVERY, STORAGE, AND HANDLING A. Preparation for Transport: Prepare valves according to the following: 1. Ensure that valves are dry and internally protected against rust and corrosion. 2 Protect valves against damage to threaded ends and flange faces. 3. Set valves in best position for handling. Set valves closed to prevent rattling. 13. During Storage: Use precautions for valves according to the following: I. Do not remove end protectors unless necessary for inspection; then reinstall for storage. 2. Protect from weather. Store indoors and maintain temperature higher than ambient dew-point temperature. Support off the ground or pavement in watertight enclosures when outdoor storage is necessary. C. Handling: Use sling to handle valves if size requires handling by crane or lift. Itig valves to avoid damage to exposed parts. Do not use handwheels or stems as lilting or rigging points. D. Deliver piping with factory-applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe-end damage and to prevent entrance of dirt, debris, and moisture. L. Protect stored piping from moisture and dirt. Elevate above, grade. ' F. Protect flanges, fittings, and specialties from moisture and dirt. G. Store plastic piping protected from direct sunlight. Support to prevent sagging and bending. C5-4199-00 02510-2 WATER DISTRIBUTION RO -- 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 1.7 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following; conditions, and then only after arranging to provide temporary utility services according to requirements indicated: I. Notify Engineer not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Engine,,-r's written permission. B. Site Information: Verify existing utility locations and compatibility of the water distribution piping design with the existing utilities. 1.8 COORDINATION A. Coordinate connection to water main with utility company and notify Engineer. B. Coordinate with interior water service plumbing and other utility work. PART 2 - PRODUCTS 2.1 PIPING MATERIALS A. Refer to Part 3 "Piping Applications" Article for applications of pipe, tube, fitting, and .joining materials. 2.2 PVC PIPE AND HrrINGS A. PVC, Schedule 80 Pipe: ASTM D 1785. 1. PVC, Schedule 80 Socket fittings: ASTM D 2467. 2. PVC, Schedule 80 "Threaded fittings: ASTM D 2464. B. PVC, AWWA Pipe: AWWA C900, Class 200, with bell end with gasket and spigot end. 1. Mechanical-Joint, Ductile-Iron Fittings: AWWA Cl 10, ductile- or gray-iron standard pattern or AWWA C153, ductile-iron compact pattern. III Glands, Gaskets, and Botts: AWWA 0111, ductile- or gray-iron glands, rubber gaskets, and steel bolts. CS-4199-00 02510-3 WATER DISTRIBUTION RO—3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 23 JOINING MATERIALS A. Transition Couplings: I. Underground Piping, NPS 1-1/2 and Smaller: Manufactured fitting or coupling same size as, with pressure rating at least equal to and ends compatible with, piping to be joined. 2. Underground Piping, NPS 2 and Larger: AWWA C219, metal, sleeve-type coupling same size as, with pressure rating at least equal to and ends compatible with, piping to be joined. 3. Aboveground or Vault Piping: Pipe tatting same size as, with pressure rating at least equal to and ends compatible with, piping to be joined. 13. Plastic Pipe-Flange Gasket, Bolts, and Nuts: Type and material recommended by piping system manulacturer, unless otherwise indicated. 2.4 CORROSION-PROTECTION ENCASEMENT FUR PIPING A. Encasement liar Underground Metal Piping: ASTM A 674 or AWWA 0105, PL film, 0.008-inch minimum thickness, tube or sheet. 2.5 GATE VALVES A. AWWA, Cast-Iron Gate Valves: 1. Nonrising-Stem, Metal-Seated Gate Valves: AWWA C500, gray- or ductile-iron body and bonnet; with cast-iron or bronze double-disc bate, bronze bate rings, bronze stein, and stem nut. a. Minimum Working Pressure: 200 psig. b. End Connections: Mechanical joint. e. Interior Coating: Complying with AWWA C550. B. Bronze Gate Valves: I. Nonrising-Stem Gate Valves: MSS SP-80, Class 125, Type 1, bronze with solid wedge, threaded ends, and malleable-iron handwheel. 2.6 GATE VALVE ACCESSORIES AND SPECIALTIES A. 'Tapping-Sleeve Assemblies: Comply with MSS SP-60. Include sleeve and valve compatible with drilling machine. C54199-00 02510-4 WATER DISTRIBUTION R0 — 3/19/01 WALNUT STREET PUMP STA'T'ION CITY Or JI.",F ERSON, MISSO(JRI 1. Tapping Sleeve: Cast- or ductile-iron or stainless steel, two-piece bolted sleeve with flanged outlet for new branch connection. Include sleeve matching size and type of pipe material being tapped and with recessed flange for branch valve. 2. Valve: AWWA, cast-iron, nonrising-stem, metal-seated gate valve with one raised face flange mating tapping-sleeve flange. 2.7 CORPORATION VALVES AND CURB VALVES A. Service-Saddle Assemblies: Comply with AWWA C800. Include saddle and valve compatible with tapping machine. I. Service Saddle: Copper alloy with seal and AWWA C800, threaded outlet for corporation valve. 2. Corporation Valve: Bronze body and ground-key plug, with AWWA C800, threaded inlet and outlet matching service piping material. B. Curb Valves: Comply with AWWA C800. Include bronze body, ground-key plug or ball, and wide tee head, with inlet and outlet matching service piping material. C. Service Boxes for Curb Valves: Similar to AWWA M44 requirements for cast-iron valve boxes. Include cast-iron telescoping top section of length required for depth of burial of valve, plug with lettering "WATER," bottom section with base of size to fit over curb valve, and approximately 3-inch- diameter barrel. 1. Shutoff Rods: Steel, tee-handle with one pointed end, stem of length to operate deepest buried valve, and slotted end matching curb valve. 2.8 WATER METERS A. Water meters will be furnished by utility company. ' 2.9 WATER-METER BOXES A. Description: Cast-iron body and cover for dise-type water meter with lettering "WA"I ER METER" in cover; and slotted, open-bottom base section of.'length to fit over service piping. PART 3 - EXECUTION 3.1 PIPING APPLICATIONS C54199-00 02510-5 WATER DISTRIBUTION RO —3/19/01 WAl.N1.JT S'I'itrI T PUMP STATION ("ITY OF 31 i"FI;RSON, MISSOURI A. (iencral: Use pipe, fittings, and joining methods for piping systems according to the following applications. B. Transition couplings and special fittings with pressure ratings at least equal to piping pressure rating may be used in applications below, unless otherwise indicated. C. Do not use flanges, unions, or keyed couplings for underground piping. D. Flanges, unions, keyed couplings, and special fittings may he used, instead of joints indicated, on aboveground piping and piping in vaults. F. Underground Water-Distribution Piping: Use the following piping materials for each size range: 1. NPS 3/4 to NPS 3-1/2: PVC, Schedule 80 pipe; PVC, Schedule 80 socket fittings; and solvent-cemented joints. 2. NPS 4: PVC, AWWA Class 200 pipe; AWWA Class 200 fabricated mechanical- joint, ductile-iron fittings; and gasketed joints. 3. NPS 5 and NPS 6: Use NPS 6 PVC, AWWA Class 200 pipe; AWWA Class 200 fabricated mechanical-joint, ductile-iron fittings; and gasketed joints. I Aboveground and Vault Water-Distribution Piping: Use the fallowing piping materials for each size range: 1. NI'S 3/4 to NPS 3-1/2: PVC, Schedule 80 pipe; PVC, Schedule 80 socket fittings; and solvent-cemented joints. 3.2 VALVE APPLICATIONS A. General Application: Use mechanical joint-end valves for NPS 3 and larger underground installation. Use threaded- or flanged-end valves for installation in vaults. Use UL/FM, nonrising-stem Irate valves for installation with indicator posts. Use corporation valves and curb valves with ends compatible with piping, for NPS 2 and smaller installation. 13. Drawings indicate valve types to be used. Where specific valve types are not indicated, the following requirements apply: 1. Use the following for valves in vaults and aboveground: a. Gate Valves, NPS 2 and Smaller: Bronze, nonrising, stein. b. Gate Valves, NPS 3 and Larger: AWWA C 500, cast iron, nonrising stem, metal seated. C5•4199-00 02510-6 WATER DISTRIBUTION RO-- 3/19/01 rWALNUT STREET PUMP S'rATION CITY OF JEFFERSON, MISSOURI 3.3 JOINT CONSTRUCTION A. Make pipe joints according to the following: I. Ductile-Iron Piping, Gasketed Joints for Water-Service Piping: AWWA C600 and AWWA M41. 2. PVC Piping Gasketed Joints: Use joining materials according to AWWA C900. Construct joints with elastomeric seals and lubricant according to ASTM D 2774 or ASTM D 3139 and pipe manufacturer's written instructions. 3. Dissimilar Materials Piping Joints: Use adapters compatible with both piping materials, with OD, and with system working pressure. 3.4 PIPING INSTALLATION A. Water-Main Connection: Arrange with utility company for tap of size and in location indicated in water main. B. Make connections larger than NPS 2 with tapping machine according to the following: 1. Install tapping sleeve and tapping valve according to MSS SP-60. 2. Install tapping sleeve on pipe to be tapped. Position flanged outlet for gate valve. 3. Use tapping machine compatible will, valve and tapping sleeve; cut hole in main. Remove tapping machine and connect water-service piping. 4. Install gate valve onto tapping sleeve. Comply with MSS SP-60. Install valve with stem pointing up and with valve box. C. Make connections NPS 2 and smaller with drilling machine according to the following: 1 1. Install service-saddle assemblies and corporation valves in size, quantity, and arrangement required by utility company standards. 2. Install service-saddle assemblies on water-service pipe to be tapped. Position ' outlets for corporation valves. 3. Use drilling machine compatible with service-saddle assemblies and corporation valves. Drill hole in main. Remove drilling machine and connect water-service piping. 4. Install corporation valves into service-saddle assemblies. 5. Install manifold for multiple taps in water main. 6. Install curb valve in water-service piping with head pointing up and with service box. ' D. Install PVC, AWWA pipe according to AWWA N-423 and ASTM F 645, Ia. Bury piping with depth of cover over top at least 36 inches, with top at least 12 inches below level of maximum frost penetration, and according to the following: C5-4199-00 02510-7 WATER DISTRIBUTION RO-- 3/19/01 r WAi.,NUT S'T'REET PUMP STATION M CITY OP JEPPERSON, MISSOURI I. Under Driveways: With at least 36 inches cover over top. P. Extend water-distribution piping and connect to water-supply source and building water plumbing systems 5-ft from outside face of building wall in locations and pipe sizes indicated. 1. Terminate water-distribution piping 5-ft from building wall until building water piping systems are installed. Terminate piping with caps, plugs, or flanges as required for piping material. Make connections to building water service plumbing systems when those systems are installed. G. Install underground piping with restrained joints at horizontal and vertical changes in direction. Use restrained joint piping, thrust blocks, anchors, tie-rods and clamps, and other supports. 1-1. See Division 15 for potable-water service plumbing inside the building. 3.5 ANCHORAGE INSTALLATION A. Install anchorages for tees, plugs and caps, bends, crosses, valves, and hydrant branches. Include anchorages for the following piping systems: B. Apply full coat of asphalt or other acceptable corrosion-resistant material to surfaces of installed ferrous anchorage devices. 3.6 WATER-METER INSTALLATION A. Install water meters, piping, and specialties according to utility company's written requirements. Install meters in meter boxes with shutoff valves on water meter inlets and outlets. Support meters and valves. 3.7 CONNECTIONS A. Connect water-distribution piping to utility water main. e B. Connect water-distribution piping to interior domestic-water piping. C. Ground equipment according to Division 16 requirements. 3.8 FIELD QUALITY CONTROL A. Piping Tests: Conduct piping tests before joints are covered and after thrust blocks have hardened sufficiently. Pill pipeline 24 hours before testing and apply test pressure to stabilize system. Use only potable water. C5-4199-00 02510-8 WATER DISTRIBUTION RO — 3/19/01 WALNUT STREET PUMP STATION CI'I''Y OF JEFFERSON, MISSOURI I3. Hydrostatic 'Pests: 'Pest at not less than 150 psi pressure for 2 hours. 1. Increase pressure in 50-prig increments and inspect each joint between increments. Hold at test pressure for 1 hour; decrease to 0 psig. Slowly increase again to test pressure and hold for I more hour. Maximum allowable leakage shall not exceed L, in the formula: I., = (S*D*P"')/133,200 Where L = allowable leakage in gallons per hour, S = length of pipe tested in feet, D = nominal diameter of pipe in inches, and 1' = average test pressure during the leakage test in psig. 2. Remake leaking joints with new materials and repeat test until leakage is within allowed limits. C. Prepare reports of testing activities. 3.9 IDENTIFICA'PION A. Install continuous underground detectable warning tape during backfilling of trench for underground water-service piping. Locate below finished grade, directly over piping. See Division 2 Section "Earthwork" for underground warning tapes. 3.10 CLEANING A. Clean and disinfect water-distribution piping as follows: 1. Clean new water-distribution piping systems and parts of existing systems that have been altered, extended, or repaired before use. 2. Use cleaning and disinfecting procedure prescribed by authorities having jurisdiction. or, if method is not prescribed by authorities having jurisdiction, use procedure described in AW WA C651. B. Prepare reports of purging and disinfecting activities. END Or SECTION 02510 054199-00 02510-9 WATER DISTRIBUTION RO— 3/19/01 WALNUT STREET PUMP STATION CI'T'Y OF Ji.:hf I RSON, MiSSOURI SECTION 02605 - DUCTILE IRON PIPE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provision:; of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes buried ductile iron piping, fittings, and appurtenances as shown on the Drawings. B. Related Work Specified Elsewhere 1. Division 2, Section "Earthwork." 2. Division 2, Section "Excavation Support and Protection." 3. Division 2, Section "Dewatering." 4. Division 15, Section "Ductile Iron Process Piping." 1.3 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. B. Product data for piping, fittings, and joint restraining systems. C. Coatings test reports. D. Piping layout drawings showing pipe sizes, fittings, and valves with corresponding elevations. Include details of underground structures, connections, anchors, joint restraining systems, and reaction blocking. Show other piping in the same trench and clearances from other piping. Indicate interface and spatial relationship between piping and proximate structures. ' E. Restrained joint calculations which document the restrained joint lengths provided on the layout drawings. 1.4 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions, and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Engineer not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Engineer's written permission. C5-4199-00 02605-1 DUCTILE IRON PIPE RO— 3/19/01 WALNUT STREET PUMP STATION ('I'fTY OF JE'V E'ItSON, MISSOURI 13. Site Information: Perform necessary site surveys, research public utility records, and verify existing;utility locations to confirm that piping; may be installed in compliance with the original design and referenced standards. Bring any potential conflicts to the immediate attention of the Engineer. 1.5 COORDINATION E. Coordinate connection to existing; sanitary sewage force mains with the City of Jefferson City. 1-. Coordinate with other utility work. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering; products that may be incorporated in the Work include, but are not limited to, the following;: 1. Ductile Iron Restrained Joint Pipe and Fittings a. American - FLEX-RING or LOK-RING. b. Griffin Pipe - SNAP-LOK C. U.S. Pipe - TR FLEX. 2. Mechanical Joint Restraint Assembly a. American - MJ Coupled Joint b. Griffin Pipe - MECH-LOK C. U.S. Pipe— Mechanical Joint 2.2 MATERIALS A. Ductile Iron Pipe for Buried Service, unless otherwise noted on the Contract Drawings): AWWA C151, Pressure Class 350 up to 12-inches, Class 250 from 14 to 20-inches, and Class 200 for 24-inches and above. i. Lining: Special: Polybond Plus as manufactured by American Cast Iron Pipe Company, or approved equal, applied at manufacturer's facility. 2. Gaskets: AWWA C111. 3. Ductile Iron Fittings: AWWA 0110, ductile iron, 250 psi pressure rating;minimum. a. Lining: Special: Polybond Plus. b. Gaskets: AWWA C 111, rubber. 4. Polyethylene Encasement: Clear 8-mil (minimum) thickness in accordance with ANSI/AWWA A21.5/C105. 13, Restrained Joints: All restrained joints shall be of the single gasket push-on type, conforming to all applicable provisions of ANSI/AWWA CI I I/A21.1 1. 1. Thickness of the pipe barrel remaining:; at grooves cut, if required in the design of the joint, shall not be less than the nominal wall thickness of equal sized non-restrained pipe as specified hereinabove for the centrifugally cast ductile iron pipe. 2. The restraining components, when not cast integrally with the pipe and fittings, shall be ductile iron or a high-strength non-corrosive alloy steel. C5-4199-00 02605-2 DUCTILE IRON PIPE RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI Restrained joints using set screws, bolts, or expanding metal inserts will not be acceptable. 3. Tee head bolts and hexagonal nuts shall conform to ANSI/AWWA C111/A21.1I except the length of the tee head bolts shall meet the requirements for the restrained joint design. 4. All thrust-restraint joints and the pipe and fitting of which it is a part, shall ' be designed to withstand the axial thrust from an internal pipeline pressure of at least 350 psi for 4 inches through 24 inches and 250 psi 30 inches and above at bulkhead conditions without reduction because of its position in the pipeline nor for support from external thrust blocks. C. Mechanical Joint Restraint Assembly: Mechanical joints shall be restrained where p� shown on the Contract Drawings. Mechanical joint restraint assembly shall carry a ® 250 psi pressure rating. Coupling nuts, studs, tee head bolts and nuts, and retaining ring shall be constructed of alloy steel in accordance with ANSI/AWWA C1 l l/A21.11. E. Dielectric Joint Kit. Dielectric Joint Kits shall consist of a full-faced neoprene and phenolic gasket with full length insulating sleeves and single insulating washers. The gasket material shall consist of neoprene sheets, factory applied to both sides of a laminated sheet of phenolic. The operating temperatures of the gasket shall be from —65 degrees F to 175 degrees F. The full length sleeve shall be 1/32--inch thick phenolic and the insulating washers shall be 1/8-inch thick high strength phenolic. F. Flanged Connection. Flanged connections to the existing steel River Crossing pipe shall be in accordance with Division 15, Section "Ductile Iron Process Piping." PART 3 - EXECUTION 3.1 INSTALLATION OF PIPE AND PIPE FITTINGS A. General 1. The pipe trench shall be excavated and prepared in accordance with Division 2, Section "Earthwork" and as shown on tale Contract Drawings. 2. All ductile iron pipe, mechanical or push-on joint fittings and rubber gaskets shall be installed in accordance with AWWA C600. 3. Restrained ductile iron push-on joint pipe and tittings shall be manufacturer's standard to accommodate job conditions and shall be capable of being deflected after assembly. No joint opening shall be exceed 75 percent of the pipe manufacturer's recommendations. 4. Tile proper number of gaskets, bolts, nuts and all necessary joint material shall be furnished. 5. Install polyethylene encasement on exterior of all ductile iron pipe, valves, and fittings in accordance with AWWA C105. 6. All ductile iron pipe and fittings shall be handled with padded slings or other appropriate equipment. The use of cables, hooks or chains will not be permitted. 7. Existing Sanitary Sewage Force Main Connections: Coordinate connections with existing force mains with the Engineer and City of Jefferson City. Operation of existing system valves by the Contractor is not permitted, unless authorized by the City in writing. rC54199-00 02605-3 DUCTILE IRON PIPE RO— 3/19/01 WALNUT STREET PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI B. Joints I. The type of joints for ductile iron pipe and fittings shall be as shown on the Contract Drawings. a. Mechanical joints shall be made up in accordance with the Notes on Methods of Installation, AWWA Cl 11, Appendix A. All bolts shall be tightened by means of torque wrenches such that the follower shall be brought up evenly. If effective sealing is not obtained at the specified torques, the joint shall be disassembled, cleaned and reassembled. b. Push-on joints shall be made using lubricant furnished by the manufacturer. The joint shall be made by guiding the plain end into the bell until contact is made with the gasket and exerting sufficient force to drive the pipe home until penetration is made to the depth recommended by the manufacturer. C. Restrained joints shall be made in accordance with manufacturer's recommended instructions for assembly. C. Coatings: The exterior coating of the ductile iron pipe and ductile iron fittings shall be shall consist of an asphaltic coating approximately 1 mil to thickness in accordance with AWWA C151. D. Dielectric Joint Kits: Use dielectric joints to connect piping of dissimilar metals, such as ductile iron to carbon steel. Joints shall be dielectric unions for sizes 2 inches and smaller and flanged joints for sizes 2-1/2 inches and larger. Use bolt insulation kits for dissimilar flanges in all liquid services. These dielectric joints may not be shown on the Contract Drawings. 3.2 FIELD QUALITY CONTROL A. Piping Tests: Conduct piping tests before joints are covered and after thrust blocks have hardened sufficiently. Fill pipeline 24 hours before testing and apply test pressure to stabilize system. Use only potable water. B. Hydrostatic Tests: Test at not less than 150 psi pressure for 2 hours. 1. Increase pressure in 50-psig increments and inspect each joint between increments. Hold at test pressure for 1 hour; decrease to 0 prig. Slowly increase again to test pressure and hold for I more hour. Maximum allowable leakage shall not exceed L, in the formula: L = (S*D*P'2)/133,200 r Where L = allowable leakage in gallons per hour, ' S = length of pipe tested in feet, D = nominal diameter of pipe in inches, and P =average test pressure during the leakage test in prig. C5-4199-00 02605-4 DUCTILE IRON PIPE RO — 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON. MISSOURI 2. Remake leaking joints with new materials and repeat test until leakage.,is within allowed limits. C. Prepare reports of testing activities, 3,3 IDENTIFICATION A. Install continuous underground detectable warning tape during backfilling of trench for underground force main. Locate below finished grade, directly over piping. See Division 2 Section "Earthwork" for underground warning tapes, g g P END OF SECTION 02605 . i 1 . r .r : , fs x : n ;e rC54199-00 02605-5 DUCTILE IRON PIPE RO 3/19/01 WALNUT S'T'REET PUMP STATION CITY OF- JEFFERSON, MISSOURI SECTION 02610— REINFORCED CONCRETE PIPE PART 1 - GENERAL ® 1.1 RELATED DOCUMENTS 1° A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes reinforced concrete pipe, fittings, couplings, and adapters, as shown on the Drawings. B. Related Work Specified Elsewhere 1. Division 2, Section "Earthwork." 2. Division 2, Section "Excavation Support and Protection." 3. Division 2, Section "Dewatering." 4. Division 9, Section "Painting." 1.3 APPLICABLE CODES AND STANDARDS A. ASTM C 76 - Standard Specification for Reinforced Concrete Culvert, Stonn Drain, and Sewer Pipe B. ASTM C 361 —Reinforced Concrete Low-Head Pressure Pipe C. ASTM C 443 —Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets D. ASTM C 655 —Reinforced Con-rete D-Load Culvert, Storm Drain, and Sewer Pipe E. ASTM C 969 —Infiltration and Exfiltration Acceptance testing ® 1.4 SYSTEM DESCRIPTION ■ A. All design shall conform to the requirements of'the latest edition of the ASTM C 76 Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. B. Pipe Class shall be Class IV, Wall B unless otherwise indicated on the Contract Drawings. C. Lift holes shall not be permitted. D. All joints shall be self'-centering and provided with a preformed gasket of rubber, designed to ensure a watertight joint under all conditions of service. 1.5 SUBMITTALS A. General; Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. B. Product Data for piping, fittings,joints, and gaskets ' C5-4199-00 02610-1 REINFORCED CONCRETE PIPE RO— 3/19/01 WA1.,Ni.1'1' S"T'R1.I?'I' P11M1' STATION CI'T'Y Or RSON, M1SSO1)Ri C. 'T'est Reports: The manufacturer shall submit test reports showing the physical properties of the rubber compound used in the manufacture of the gaskets and conformance with ASTM C 443. PART 2 - PRODUCTS 2.1 CONCRETE A. The concrete used in the manufacturing of'the pipe shall conform to ASTM C 76 as noted below: 1. Cement: 'type I or Type II conforming to ASTM C150. 2, line Aggregate: Particles of natural sand or sand prepared from the product obtained by crushing stone or gravel and shall conform to the requirements of ASTM C33. 3. Coarse Aggregate: I-Tard durable particles of crushed stone or uncrushed gravel conforming to the requirements of ASTM C33. 41. Admixtures: All water-reducing and set-controlling admixtures shall conform to ASTM C494. No admixture shall contain injurious amount of'chlorides. 2.2 STEEL A. The steel used for pipe reinforcing; shall consist of'wire conforming to ASTM A 82 or A 496, or oi'wire fabric conforming to A 185 or A 497, or of bars of Grade 40 steel conforming to A 615. 2.3 RUBBER GASKETS A. The gasket shall conform to ASTM C443. 2.4 JOINTS A. Joints for sanitary sewage shall conform to ASTM 0361 or Anderson Seal. 2.5 PAINTING A. Coat interior of pipe with coal tar epoxy in accordance with Division 9, Section "Painting." PART 3 - EXECUTION 3.1 INS'i-ALLATION A. The pipe trench shall be excavated and prepared in accordance with Division 2, r Section "Earthwork" and as shown on the Contract Drawings, B. Each section ofpipe shall be laid true to line and grade. The interior of the pipe shall be kept free of all foreign matter at all times. Care shall be taken to avoid chipping or cracking the pipe. Trenches shall be kept free of'water, and pipe shall not. be laid when the condition of the trench or the weather is unsuitable 1101'such work. At times when pipe laying is not in progress, tide open ends of pipe shall be closed by C5-4199-00 02610-2 REINFORCED CONCRETE PIPE ' RO— 3/19/01 WALNUT STREET PUMP STATION CITY Or JEFFERSON, MISSOURI approved means, and no trench water shall be permitted to enter the pipe. No pipe shall be laid in water,or when the trench conditions or the weather is unsuitable for such work, except by permission of the Engineer. C. 'Che laying of pipe shall proceed upgrade, with spigot or tongue ends pointing in the direction of flow. Care shall be taken to assure that the gasket remains in its intended position. D. Gaskets shall be installed in accordance with manufacturer's written recommendations. 3.2 INSPECTION A. 'File Contractor shall take every precaution against the floating of the pipe clue to water coming into the trench, or through caving; in, flushing or puddling. in ease of such floatin , the Contractor shall replace the ripe at his own expense, and make wholly gooTany injury or damage which may have resulted. B. Small cracks in the concrete which are not the result of accident or careless handling, and which under operating pressures would not leak, are not to be considered as cause for rejection. 33 TESTING A. Testing for acceptance of reinforced concrete pipe shall be conducted by the following method: 1. ASTM C 969— infiltration and Exfiltration Acceptance Testing of Installed Precast Concrete Pipe Sewer Lines. B. Test Sections: Unless otherwise specified or directed by the Engineer, the first 1,200 feet (or the entire length if the project is less than 1,200 fret) shall be tested before additional excavation is permitted. If'the initial pipe section does not pass, it shall r be repaired and retested until a satisfactory result is obtained. All testing will be performed within 30 days of back.filling. END OF SECTION 02610 C5-4199-00 02610-3 REINFORCED CONCRETE PIPE RO— 3/19/01 WALNUT STRFFT PUMP STATION C1'I'Y OF JT3I 1 IRSON, MISSOURI SECTION 02710—JACK AND BORE PART - GENERAL 1.1 RELATED DOCUMEN'T'S A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Furnish a)] equipment and labor necessary for boring and jacking as required for pipeline installation. B. Related Wurk Specified Elsewhere: 1. Division 2, Section "Dewatering." 2. Division 2, Section "Earthwork." 3. Division 2, Section "Excavation Support and Protection." 1.3 SUBMITTALS A. Product data for the pipeline casing pipe, casing spacers, and end seals. B. Submit a description of the method and equipment which is proposed to be employed in installing the casing pipe. C. Provide calculations and a certification from a Structural Engineer, registered in the state of Missouri, that the casing pipe used beneath the Railroad is suitable for service under the conditions described and shown on the Contract Drawings. The computations shall include estimates of the required jacking forces, pipe calculations showing that the proposed wall thickness is capable of withstanding the anticipated jacking forces as well as the static and live loads and live loads. D. Submit details of the jacking system, including equipment specifications, methods, procedures, load computations, thrust block design, lubrication system and the guidance control system. E. Submit details of the auger and spoil removal system including the disposal location. 1.4 QUALI'T'Y ASSURANCE A. The Contractor performing the jacking work shall be a firm, regularly engaged in boring and jacking work and employ operators who have a minimum experience of 5-years on projects of'similar scope. PART 2 - PRODUCTS 11 MANUFACTURERS t054199-00 02710-1 ,TACK AND BORN RO --3/19/01 WAI,N1JT STRI:i:'1' PUMP STATION CITY OF .113IFFERSON, MISSOURI A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include, but are not limited to, the following: 1. Casing Spacers: a. Public Works Marketing, Inc. b. JRW''"Trading Corporation 2.2 MATERIALS A. Casing Pipe: Casing pipe shall be Grade B steel of the size shown on the Contract Drawings and shall have a minimum yield strength of 35,000 psi and a minimum ultimate strength of'60,000 psi. The casing pipe thickness shall be determined by a Structural Engineer registered in the State of Missouri to resist the earth loads and jacking forces applied during installation. All casing pipe shall be joined with 360 degree welds and shall be mill primed and coated with bituminous base coating prior to installation. 'File use of steel casing pipe as manufactured by Permaloke in lieu of joining the pipe with 360 degree welds is acceptable. B. "rile interior, exterior, and field-weldcd joints shall be coated with Tnemec Series 461-1-413 Hi-Build Tneme-Tar coal-tar epoxy or approved egi.ial. 1. Shop surface preparation shall meet the minimum requirements of SSPC-SP6. 2. Field surface preparation shall meet the minimum requirements of SSPC-SP 11. 3. Coating shall be shop applied with the exception of' 8-inches on either side of field welded joints which will be field applied after welding and surface preparation is complete. 4. Required dry film thickness: 14-20 mils C. Casing Spacers: Casing spacers shall be used to install the carrier pipe inside the casing pipe. To provide support around the periphery of the carrier pipe as it is pushed through the casing, the spacers shall be of a projection type and shall have a minimum number of projections around (lie circumference totaling the number of diameter inches of the carrier. pipe. For example, 8-inch pipe shall have a minimum of 8 projections and 12-inch pipe shall have a minimum of 12 projections. Spacers must provide sufficient height to permit clearance between bell joint and casing wall. In order to avoid the transfer of earth and live loads to the carrier pipe, the spare between the carrier and casing pipes should not be filled completely. Casing spacers shall be projection type totally non-metallic spacers constructed of preformed sections of high density polyethylene. Wooden skids are not acceptable. The use of raised mortar coating skids with prestressed concrete cylinder pipe in lieu of the above referenced casing spacers is acceptable. 'file raised mortar coating skids shall be a minimum of 12-inches wide and extend around the entire circumference of the carrier pipe. The skids shall project a minimum of 2-inches beyond the outside diameter of the carrier pipe bell. 1 D. Casing End Seals: Casing end seals shall be constructed of 1/8-inch thick specially compounded synthetic rubber and designed to accommodate the carrier/casing differential as shown on the Contract Drawings. C54199-00 02710-2 JACK AND BORE RO -- 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI PART 3 - EXECUTION 3.1 BORING AND .TACKING (ROAD & RAILROAD CROSSINGS) A. ,lacking (tunneling using outside casing; pipe and inside carrier pipe) is shown on the Contract Drawings as the method of installation for segments of the carrier pipeline. In some cases such as for railroad and major road crossings the casing pipe is required by the controlling; agency. 1 . A plan clearly outlining the method of installation must be submitted to the Engineer for review prior to the start of this work. 2. The installation of the casing pipe shall be carried out without disturbance to existing embankments, roadways, or other structures. 3. The Contractor shall employ the boring method, within the limits shown on the Contract Drawings, for the installation of the casing. 4. A smooth casing pipe of sufficient strength sliall be jacked into the bored hole to give a tight fit against the sides of the bored hole and to provide 2 inches minimum clearance around the carrier pipe bell. The casing pipe shall be advanced from the lower end unless otherwise shown on the Contract Drawings or approved by the Engineer, and shall be maintained accurately to line and grade during the installation operation. 5. The use of water or other liquids, except bentonite slurry for spoil removal and bentonite lubricant to facilitate casing) placement, without prior approval of the Engineer, is prohibited. B. Boring 1. The boring shall consist of pushing the casing, with an auger rotating within to remove the spoil. 2. The auger or cutting head shall be removable front within the casing. 1 3. The lace of the cutting head shall be arranged to provide reasonable obstruction to the free flow of soft or poor materials. 4. Wet bores are not permitted by Union Pacific Railroad C. Carrier Pipes I. No contact shall be permitted between the casing quid the carrier pipe. a. The casing; spacers shall be rigidly fastened or integrally cast to the barrel of the carrier pipe. b. Casing spacers shall be equally spaced at equal intervals along the length of the pipe, with the exception of the bell and spigot portion required for joint assembly. 2. After placing the carrier pipe within the casing, a synthetic rubber end seal shall be placed over each end of the rasing pipe. la. Union Pacific Railroad I-kequirements I. Contractor shall coordinate with the Union Pacific Railroad Company and perform the work according to their requirements. Requirements may include: a. Railroad protective liability insurance C5-4199-00 02710-3 JACK. AND BORE RO — 3!19/01 WALNUT STRE ET PUMP STATION CITY OC,jE.Fr.ERSON- MISSOURI b. Minimum safety requirements G END OF SECTION 02710 X39 tI ; !• r ' L3 t t: � t � t5� t, $t CS=�I19 =,00 02710- JACK AND BORE i y. (d WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 02726 — MANHOLE CONSTRUCTION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes work necessary for construction of manholes, complete, or components of manholes. In some cases, manhole construction details are shown oil the drawings. B. Related Work Specified Elsewhere 1. Division 2, Section "Earthwork." 2. Division 2, Section "Excavation Support and Protection." 3. Division 3, Section "Concrete Work." 4. Division 9, Section "Painting." 1.3 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. B. Product data for manhole components. C. Manufacturer's test results of tests performed on representative sections to be furnished. D. The manufacturer shall submit a certification that all pipe and fittings meet the applicable standards described in the specification. PART 2 — PRODUCTS 2.1 CAST-IN-PLACE CONCRETE B. As specified in Division 3, Section "Concrete Work." 2.2 CAST-IN-PLACE MANHOLES A. Acceptable, subject to Engineer's approval. 2.3 IIRI"-.CAs,r MANHOLE RISER SECTIONS A, Sized as shown on the drawings, minimum 48-inches diameter, conforming to AST"M C 478 and the following: C5-4199-00 02726-1 MANHOLE CONSTRUCTION RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF- JEFFERSON, MISSOURI 1. Minimum Wall thickness: 4 inches or 1/12 times inside diameter, whichever is greater, up to maximum of 9 inches. 2. Provide eccentric crone for manholes where shown. Cones shall have same wall thickness and reinforcement as riser section. 3. Top and bottom of sections shall be parallel. 4. Joints: Tongue and groove or confined groove with mortar. Confined O- ring with rubber gasket meeting ASTM C 443. B. Source tests: 1. Prior to delivery of any size precast manhole section to jobsite, conduct yard tests at the point of manufacture. 2. Precast sections to be tested will be selected at randorn from stockpiled material to be supplied for the job. 3. All test specimens shall be mat tested and nice( the permeability test requirements of ASTM C 14. 2.4 PRECAST BASE SECTIONS AND BASES A. Acceptable as an option if approved by Engineer. B. Base Sections: Base and slab integral with sidewalls. C. Base Slab: Thickness and reinforcing as shown. 2.5 PREFORMED PLASTIC GASKETS sk A. May be provided in lieu of mortar type joints. B. Manufacturers: 1. Flanlilton Kent Manufacturing Co., Kent Seal No. 2. 2 KT Snyder Co., Inc., Ram-Nek. 3. Or equal. 2.6 MANHOLE LADDER AND SAFETY CLIMB DEVICES A. If shown, provide fiberglass, individual steps or ladder. Include width that allo%%s worker to place both feet on one step and is designed to prevent lateral slippage 1 off step. Cast or anchor into base, riser, and top section sidewalls with steps at 12- to 16-inch intervals. Omit steps for manholes less than 60 inches deep." 3.7 MANHOLE FRAMES AND COVERS A. ASTM A 536, Grade 60-40-18, ductile-iron castings designed for heavy-duty , service. Include 24-inch ID by 7- to 9-inch riser with 4-inch minimum width flange, and 26-inch- diameter cover. Include indented top design with lettering "SANITARY SEWER" cast into cover. 054199-00 02726-2 MANFIOLI CONSTRUCTION ' RO— 3/19/01 WALNU'C STREET PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI B. Castings: I. 'Tough, close-grained gray iron, sound, smooth, clean, free from blisters, blowholes, shrinkage, cold shuts, raid defects. 2. Conform to ASTM A 48, Class 3013, for cast iron and ASTM A 536, Grade 60-40-18 for ductile iron. 3. Plane or grind bearing surfaces to ensure flat, true surfaces. C. Covers: True and seated with ring at all points. 3.8 MANHOLE FRAME TO STRUCTURI3 SEALS A. Extrude or mold from a high-grade rubber compound. 1. Comply with material test requirements of ASTM C 923. 2. Minimum 'Thickness: 3/16-inch 3. Minimum Unstretched Length: Sufficient to extend from the manhole frame, across a maximum of 12 inches of extension rings, to the manhole cone section. B. Fabricate bands used for compressing the sleeve against the manhole from minimum 16-guage if channel street, or .5/16-inch diameter (if round) stainless steel conforming to ASTM A 240, Type 304 for sheet, and ASTM A 479, Type 304 for rods. C. Screws, Bolts, or Nuts: Stainless steel conforming to ASTM F 593 and 594, Type 304. U. The internal seal and its appurtenances shall not extend into the manhole opening to restrict entry into or exit from the manhole. E. The seal shall be made only of'nrrterials that have been proven to be resistant to the following exposures and conditions: I. Sanitary sewage. 2. Corrosion or rotting under wet or dry conditions. 3. Gaseous environment in sanitary sewers and at road surfaces including common levels of ozone, carbon monoxide, and other trace gases at the sites of installation. 4. Biological environment in soils and sanitary sewers. 5. Chemical attack by road salts, road oil, and common street spillages or tsolvents used in street construction and maintenance. 6. Temperature ranges, variations, and gradients in the area of construction. 7. Variation in moisture conditions and humidity. 8. Fatigue failure caused by a minimum of30 freeze-thaw cycle per year. C54199-00 02726-3 MANHOLE CONSTRUCTION RO — 3/19/01 WALNUT STR13ET PUMP STATION CITY OI" JEFFERSON, MISSOURI 9. Vibrations due to traffic loadings. 10. Fatigue failure due to repeated variations of tensile, compressive and shear stress, and repeated elongation and compression 11. Any combination of the above. I-.. Materials used shall be compatible with each other and with the manhole materials and be capable of providing a service life of at least 20 years. G. Design seal to nice[ the following; requirements: I. Continuously prevent leakage of water from the outside of the manhole into the manhole at the joints between the manhole frame and the cone section. I At the same tune the seal shall rernain flexible, allowing repeated vertical movements ol'the frame from 0 to 2 inches, or repeated horizontal movements of the frame with respect to the top of the extension or cone of f ron) 0 to ''/r-inch clue to pavement movements or other causes, or both lypes of movement occurring simultaneously at rates not exceeding 1/10- inch per minutes. 2.9 PAiNTING N. Coat interior of marnhole with coal tar epoxy in accordance vrith Division 9, Section "fainting." 4k PART 3 - F'Xi. CUTI0N 3.1 I XCAVATION AN[) L'AC146FILL A. As specified in Division 2, Section "ha rthwork." 13, l3uckfill Around Manholes: 13a►ckfill using granular Jill as specified fm•backfill under and around structures in iivision 2, Section "I-la rthwork." 3.2 IIASI?` ROCK A. Remove water iron) I114s excavation. B. Plane a minimum) ol'6 inches of nick hatse and thoroughly compact with a mechanical vil)rtating; or power taunlx:r. 3.3 C( 1 CRJ'TP' IIAtiI: A. Construct concrete hntie anti sho wn. 13, Vibrate to derlsify Concrete and sereed so first prectist manhole section to be placed has it level, uniforn) hearing f0i, foil eircrumJireraee. CS-4199-00 02120-4 M A N I 10 LE CONSTRUCTION R0 -- 3/19/01 WALNUT S'T'REET PUMP STA'T'ION CITY OF JEFFEI2.SON, MISSOURI C. Deposit sufficient mortar on base to assure watertight seal between base and manhole wall, or place first precast section of manhole in concrete base before base Tins set. Properly locate and plumb first section. 3.4 PLACING PRECAST MANI.101,1:: SECTIONS A. Install according to ASTM C 891, B. Section Installation: I. Thoroughly clean ends ol'sections to be joined. 2. Thoroughly wet joint with water prior to placing mortar. 3. Place mortar on groove e.rf'lower section. 4. Set next section in place. 5. Fill joint completely with mortar of proper consistency. 6. 'Trowel interior and exterior surfaces smooth on standard tongue and groove joints. 7. Prevent mortar from drying out and cure- by applying, an approved curing compound or comparable approved method. 8. Do not use mortar mixed for longer than 30 minutes. 9. Completed Manholes: Rigid and watertight. C. Preformed Plastic Gaskets: If used in lieu ol'mortar joints, install in accordance with manufacturer's written instructions and the tollowing: 1. Carefully inspect precast manhole sections to be joined. 2. Do not use sections with chips or cracks in the tongue. 3. Use only pipe primer furnished by the gasket manufacturer. 4. Install gasket material in accordance with manufacturer's written insU-uctions. 5. Completed Manholes: Rigid and watertight. D. Rubber Gasketed Joints: Install in accordance with rllanulacturer's written instructions. 3.5 MANHOLE INVERT A. Construct as shown with smooth transitions to ensure x111 unobstructed flaw throurh each manhole. Remove sharp edges or rough sections, which tend to obstruct Ilo%% B. Where a full section of'pipe is laid through n manhole, break out top section as shot�n and cover exposed edge o1'pipe completely with nU)rtar. Trowel mortar :surface% smooth. 3.6 FLEXIBLE JOINTS A. Provide joints in all pipe not more than 1-1/2 feet from manhole walls, l.,av pipes entering manholes on compacted base rock extending to undisturbed earth. B. Where the last joint of the line laid tip to manhole is between 1-1/2 and G fleet 1'ronl manhole wall, provide a flexible joint in the manhole wall using: 1. "Kor-N-Seal" flexible rubber boot with stainless steel accessories.s. cis manufactured by Kor-N-Seal Co. 2. "Z-lok XP" or "A-LOK" flexible connectors as rtlanulilctured by A-Lok Products, Inc. C5-4199-00 02726-5 MAN1101,1; C:.ONSTRUC'T1ON RO —3/19/01 WALNUT S'CREET PUMP STATION CITY OF- JEFFERSON, MISSOURI 3. Or equal. C. Shorten pipes laid out of manhole to ensure first joint is no more than 1-1/2 feet from manhole base. 3.7 PERMANENT' PLUGS A. Clean interior contact surfaces of P i p es to be cut off or abandoned as shown, and construct plug as follows: 1. Pipe 18 Inches or Less in diameter: Concrete plug in end, minimum 8 inches in length. 2. Pipe 21 Inches and Larger: a. Construct plugs of common brick, concrete block, or concrete. b. Plaster exposed face of block or brick plugs with mortar. 3. Plugs shall be watertight and capable of withstanding internal and external pressures without leakage. 3.8 MANHOLE FRAMES AND COVERS A. Install on top of manholes to positively prevent infiltration of surface or groundwater into manholes. B. Set frames in bed of mortar with mortar carried over flange as shown. C. Set tops of covers flash with surface of adjoining pavement or ground surface, unless otherwise shown or directed. 3.9 CONCRETE STRUCTURES sk A. As specified in Division 3, Section "Concrete Work." 3.10 FIELD Q UALITY CONTROL, A. Hydrostatic Testing: 1. Hydrostatically test project manholes. 2. Procedure: Plug inlets and outlets and fill manhole with water to height determined by Engineer. 3. A manhole may be tilled 24 hours prior to time of testing, if desired, to permit normal absorption into the pipe walls to take place. 4. Leakage in each manhole shall not exceed 0.1 gallon per hour per foot of head above the invert. 5. Repair manholes that do not meet the leakage test, or do not meet specified requirements from visual inspection. END OF SECTION 02605 C5-4199-00 02726-6 MANHOLE CONSTRUCTION RO — 3/19/01 WALNUT S'T'REET PUMP S'T'ATION CITY OF JEFFERSON, MISSOURI SECTION 02741 - HOT-MIX ASPHALT' PAVING PART1 - GENERAL 1 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division i Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Hot-mix asphalt paving. 2. Hot-mix asphalt paving overlay. B. Related Sections include the following: 1. Division 2 Section "Earthwork" for aggregate subbase and base courses and for aggregate pavement shoulders. 2. Division 2 Section "Pavement Joint Sealants" for joint sealants and fillers at paving terminations. 1.3 DEFINITIONS A. Hot-Mix Asphalt Paving Terminology: Refer to ASTM D 8 for definitions of terms. B. MODOT: Missouri Department of Transportation. 1.4 SYSTEM DESCRIPTION A. Provide hot-mix asphalt paving according to materials, workmanship, and other applicable requirements of standard specitications of MODOT. 1.5 SUBMITTALS A. Product Data: For each type of product indicated, Include technical data and tested physical and performance properties. B. Qualification Data: For manufacturer. C. Material Test Reports: For each paving; material. D. Material Certificates: For cacti paving material, signed by manufacturers. C5-4199-00 02741 - I HOT-MIX ASPHALT PAVING RO - 3/19/01 WALNUT STREET PUMP STATION CI'T'Y OF Jl'1 FEIZSON, MISSOURI 1.6 QUALITY ASSURANCE: A. Manufacturer Qualifications: A qualified manufacturer. 1. Manufacturer shall be a paving-mix manufacturer registered with ;and approved by authorities having jurisdiction and or MODOT. r B. Testing Agency Qualifications: Qualified according to ASTM D 3666 for testing indicated, as documented according; to ASTM E 548. C. Regulatory Requirements: Comply with Jefferson City and MODOT standards for asphalt paving work. D. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." 1.7 DELIVERY, STORAGE, AND FIANDLINC; A. Deliver pavement-marking; materials to Project site in original packages with seals unbroken and bearing manufacturer's labels containing brand name and type of material, date of manufacture, and directions for storage. B. Store pavement-marking materials in a clean, dry, protected location within temperature range required by manufacturer. Protect stored materials from direct sunlight. 1.8 PROJECT CONDITIONS A. Environmental Limitations: Do not apply asphalt materials if subgrade is wet or excessively damp or ifthe following conditions are not met: I. Prime and Tack Coats: Minimum surface temperature of 60 deg F (15.5 deg C). 2. Slurry Coat: Comply with weather limitations ol'AS"I'M D 3910. 3. Asphalt Base Course: Minimum surface temperature of 40 deg F (4 (leg; C) and rising at time of placement. 4. Asphalt Surface Course: Minimum surface temperature of 60 deg P (15.5 deg C) e at time of placement. B. Pavement-Marking Paint: Proceed with pavement marking only on clean, dry surfaces and at a minimum ambient or surface temperature of 40 deg; F (4 deg C) for oil-based materials, 50 deg F (10 deg C) for water-based materials, and not exceeding 95 deg F (35 deg C). C5-4199-00 02741 - 2 RIOT-MIX ASPHALT PAVING R0 - 3/19/01 WALNUT STREET PUMP STATION CI'T'Y OF JEF ERSON, MISSOURI PART 2 - PRODUCTS 2.1 AGGREGATES A. Aggregate for base: 'Type 4 aggregate per MODOT Missouri Standard Specifications for highway construction standards Section 1007. B. Aggregate for asphaltic concrete: Aggregate per MODOT Missouri Standard Specifications for highway construction standards Section 1002. 2.2 ASPHALT MATERIALS A. Asphalt Cement: ASTM D 3381 for viscosity-graded material. B. Prime Coat: ASTM D 2027, medium-curing cutback asphalt. MC-70. C. Tack Coat: ASTM D 977, emulsified asphalt or ASTM D 2397, cationic emulsified asphalt, slow setting, diluted in water, of suitable grade and consistency for application. D. Water: Potable. 2.3 AUXILIARY MATERIALS A. Paving Geotextile: AASI-1T0 M 288, nonwoven polypropylene; resistant to chemical attack, rot, and mildew; and specifically designed for paving applications. B. Joint Sealant: ASTM D 3405, hot-applied, single-component, polymer-modified 1 p Y bituminous sealant. r PART 3 - EXECUTION r3.1 EXAMINATION A. Verify that subgrade is dry and in suitable condition to support paving and imposed loads. B. Proof-roll subbase using heavy, pneumatic-tired rollers to locate areas that are unstable or that require further compaction. C. Proceed with paving only after unsatisfactory conditions have been corrected. r C54199-00 02741 - 3 1 IOT-MIX ASPHALT PAVING RO - 3/19/01 WALNUT STREET PUMP STATION CITY O1- .IETI"ERSON, MISSOURI 3.2 SURFACE 11103PARATION A. General: Immediately before placing asphalt materials. remove loose and deleterious material from substrate surfaces, Insure that prepared subgrade is ready to receive paving. 1. Sweep loose granular particles froth surface of unbound-aggregate base course. Do not dislodge or disturb aggregate embedded in compacted surface of base COUrse. 13, Prime Coat: Apply untfornily over surface of compacted unbound-aggregate base course at a rate of 0.15 to 0.50 gal./sq. yd. (0.7 to 2.3 L/sq. m). Apply enough material to penetrate and seal but not llood surface. Allow prime coat to cure (or 72 hours Inlllliillutll. 1. If' prime coat is not entirely; absorbed within 24 hours after application, spread sand over surface to blot excess asphalt. Use enough sand to prevent pickup under traffic. Remove loose sand by sweeping before pavement is placed and alter volatiles have evaporated. 2. Protect primed substrate trom damage until ready to receive paving. C. 'Pack Coat: Apply Uniformly to surfaces of existin: pavement at a rate of0.05 to 0.15 gal./sq. yd. (0.2 to 0.7 I./sq, m). Sk 1. Allow tack coat to cure undisturbed before applying hot-min asphalt paving. - 2. Avoid smearing or staining adjoining surfaces, appurtenances. and surroundings. Remove spillages and clean affected surfaces. 3.3 PAVING GEOTEXTILL INSTALLATION A. Apply tack coat uniformly to existing pavenncnt surfaces at a rate of 0.20 to 0.30 gal./sq. yd. (0.8 to 1.2 L,/sd. m). B. Place paving geotextile promptly according to nut►nulacturer's written instructions. Broom or roll geotextile smooth and free of wrinkles and liflds. Overlap longitudinal joints 4 inches (100 nlm) and transverse joints 6 inches (150 nnm). 1. Protect paving geotextile loom traffic and other damage and place hol-mix asphalt paving overlay the same clay. 3.4 HOT-MIX ASPHALT PLACING A. Maehine place hol-mix asphalt on prepared surface. spread unilorinly, and strike off. , Place asphalt mix by hand to areas inaccessible to equipment in a manner that prevents segregation o('mix. Place each course to inquired grade, cross section, and thickness when compacted. C5-4190-00 02741 - 4 HOT-MIX ASPHALT PAVING RO - 3/19/01 WALNUT STREET PUMP STATION CiTY OF JEFFERSON, MISSOURI I. Place hot-mix asphalt base course in number oHifts and thicknesses indicated. 2. Spread nlix at ►llininitull temperature of 250 deg F (12 1 deg Q. 3. Begin applying inix along centerline of crown for crowned sections and on high side of one-way slopes, unless otherwise indicated. 4. Regulate paver machine speed to obtain smooth, continuous surface free; of pulls and tears in asphalt-paving mat. E. Place paving in consecutive strips not less than 10 IM (3 ill) wide unless infill edge strips of a lesser width are required. 1. After first strip has been placed and rolled, place succeeding strips and extend rolling to overlap previous strips. Complete a section of asphalt base course before placing asphalt surface course. C. Promptly correct surface irregularities in paving course behind paver, Use suitable ]land tools to remove, emove excess material forming high spots. Gill depressions with hot- mix asphalt to prevent segregation of nlix; use suitable hand tools to smooth surface. 3.5 JOINTS A. Construct joints to ensure a continl.►ous bond between adjoining paving sections. Construct joints free of depressions with same texture and smoothness as other sections of hot-nlix asphalt course. 1. Clean contact surfaces and apply tack coat to joints. 2. Offset longitudinal joints, i►1 successive courses, a minimum of 6 inches (150 Ill►11). 3. Offset transverse joints, in successive courses, c1 illlllinlUIll of 24 inches (600 till]]). 4. Construct transverse joints as described in Al MS-22, "Construction of Hot Mix Asphalt Pavements." 5. Compact joints as soon as hot-mix asphalt will bear roller weight without excessive displacement. 6. Compact asphalt at joints to a density within 2 percent of'specified course density. 3.6 COMPACTION A. General: Begin compaction as soon as placed hot-mix paving will bear roller weight without excessive displacement. Con,Ipact hot-mix paving with hot, hand tampers or vibratory-plate compactors ill areas inaccessible to rollers. 1. Complete compaction bctore mix temperature cools to 185 deg F (85 deg C). I3. Breakdown Rolling: Complete breakdown or initial rolling immediately after rolling joints and outside edge. Examine surface immediately alter breakdown rolling for indicated crown, grade, and smoothness. Correct laydown and roiling operations to comply with requirements. C5-4199-00 02741 - 5 1-fO'I'-IviiX ASPHALT PAVING RO - 3/19/01 WALNUT STREET PUMP STATION CiTY OF Mil"VERSON, MISSOURI C. Intermediate Rolling: Begin intermediate rolling immediately alter breakdown rolling while hot-mix asphalt is still hot enough to achieve specified density. Continue roiling until hot-nlix asph;ilt course has been mlifornily compacted to the following density: 1. Average Density: 96 percent o1' reference laboratory density according to AASI TTO 'T 245, but not less than 94 percent nor greater, than 100 percent. D. Finish Rolling: Finish roll paved surfaces to remove roller marks while hot-mix asphalt is still warns. E. Edge Shaping: While surface is being compacted and finished, trine edges of pavement to proper alignment. Bevel edges while asphalt is still hot., compact thoroughly. F. Repairs: Remove paved areas that are detective or contaminated with Ioreign materials and replace with fresh, hot-mix asphalt. Compact by rolling to specified density and surface smoothness. G. Protection: After final rolling, o not errnit vehicular traffic oil pavement until it has b p p cooled and hardened. 1-1, Erect barricades to protect paving fi•onl traffic until mixture has cooled enough not to become marked. 3.7 INSTALLATION "TOLERANCES A. 'Thickness: Compact each course to produce the thickness indicated within the following tolerances: 1. Base Course: Plus or minus 1/2 inch (13 nlnl). 2. Surface Course: Plus 1/4 inch (6 nlm), no minus. B. Surface Smoothness: Compact each course to produce a surface silloothilcss within the following tolerances as determined by using a 10-1oot (3-nl) straightedge applied transversely or longitudinally to paved areas: 1. Base Course: 1/4 inch. 2. Surface Course: 1/8 inch. 3. Crowned Surfaces: 'Pest with crowned template centered and at right angle to crown. Maximum allowable variance from template is 1/4 inch (G nine), r 3.8 SURFACE: TREATNIENTS A. Fog Seals: Apply fog seal at a rate of 0.10 to 0.15 gill./scl. yd. (0.45 to 0.7 L/sq, nl) to existing asphalt pavement and allow to cure. With a fine sand, lightly dust areas receiving excess fig seal. C5-4199-00 02741 - 6 i IOT-MIX ASPHALT PAVING RO - 3/19/01 WALNUT STREET PUMP STATION CITY OF .IEFFERSON, MISSOURI 3,9 I'IELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent testing and inspecting agency to perform field tests and inspections and to prepare test reports. 1. 'Testing agency will conduct and interpret tests and state in each report whether tested Work complies with or deviates from specified requirements. B. Additional testing and inspecting, at Contractor's expense. will be performed to determine compliance of replaced or additional wort: with specified requirements. C. Thickness: In-place compacted thickness of hot-mix asphalt courses will be determined according to ASTM D 3549. D. Surface Smoothness: l'inlslled surface of each hot-mix asphalt cotu•se will be tested for compliance with smoothness tolerances. L. In-Place Density: Testing agency will take samples of uncclrtlpacted paving mixtures and compacted pavement according to ASTM D 979. 1. Reference maxlmUnl theoretical density will be determined by averaging results from four samples of hot-nix asphalt-paving mixture dclivcrcd daily to site, prepared according to ASTM D 2041, and compacted according to joh-nlix specifications. 2. In-place density of compacted pavement will be determined by testing core samples according to ASTM D 1188 or ASTM D 2726. a. One core sample will be taken for every 1000 scl. yd. (836 sq. m) or less of' installed pavement, with no fewer than 3 cores taken. b. Field density of in-place compacted pavement may also be determined by nuclear method according to ASTM I) 2950 and correlated with ASTM I) 1 188 or ASTM D 2726. F. Remove and replace or install additional hot-mix asphalt where test results or measurements indicate that it does not comply with specified regLdrements. 3.10 DISPOSAL A. Except for material indicated to be recycled, remove excavated materials from Project site and legally dispose of them in an EPA-approved landfill. 1. Do not allow excavated materials to accumulate on-site. SEC'TION 02741 END OI C5-4199-00 02741 - 7 RIOT-MIX ASPHALT PAVING RO - 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 02751 - CEMENT CONCRETE PAVEMENT PART 1 - GENERAL 1.1 SUMMARY A. This Section includes cement concrete pavement for the following applications: 1. Driveway. 2. Curbs and gutters. 3. Walkways.. 1.2 SUBMITTALS A. Product Data: For each manufactured material and product indicated. B. Design Mixes: For each concrete mix indicated. C. Material certificates. 1.3 QUALITY ASSURANCE A. Manufacturer Qualifications: Manufacturer of ready-mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. B. ACI Publications: Comply with ACI 301, "Specification for Structural Concrete," ® unless modified by the requirements of the Contract DOCUnleits. PART 2 - PRODUCTS 2.1 STEEL REINFORCEMENT A. Plain-Steel Welded Wire Fabric: ASTM A 185, fabricated Irom as-drawn steel wire into flat sheets. B. Remforcecnent Bars: ASTM A 615/A 61 5 M, Grade 60 (Grad e 4_U), detorm� d. C. Plain Steel Wire: ASTM A 82, as drawn. D. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening steel reinforcement. Manufacture bar supports according to CRSI's "Manual of Standard Practice. C5-4199-00 02751 - 1 CEMENT CONCRETE PAVI?,MI�N'T' RO - 3/19/01 WALN'U'T STREET PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI 2.2 CONCRE'T'E MATERIALS A. Portland Cement: ASTM C 150, `Pyre I or 11. 1. Fly Ash: ASTM C 618, Class For C. 2. Ground Granulated Blast-Furnace Slab: ASTM C 989, Gracie 100 or 120. B. Aggregate: ASTM C 33, uniformly graded, from a single source. C. Water: ASTM C 94. D. Synthetic Fiber: Fibrillated or monofilament polypropylene fibers engineered and designed for use in concrete pavement, complying with ASTM C 1 1 16, Type III, 1/2 to 1-1/2 inch (13 to 38 mm) long. E. Admixtures: Certified by manufacturer to contain not more than 0.1 percent water- soluble chloride ions by mass of cement and to be compatible with other admixtures, as follows: 1. Air-Entraining Admixture: ASTM C 260. 2. Water-Reducing Admixture: ASTM C 494, 'Type A. 3. I-ligh-Range, Water-Reducing Admixture: ASTM C 494, 'Type F. 4. Water-Reducing and Accelerating Admixture: ASTM C 494. 'Type E. 5. Water-Reducing and Retarding Admixture: ASTM C 494, "Type D. F. Curing Materials: 1. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. (305 g/sq. m) dry. 2. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap- polyethylene sheet. 3. Water: Potable. 4. Evaporation Retarder: Waterborne, monomolecular film lorming, manufactured for application to fresh concrete. . 5. Clear Solvent- Borne Liquid-Membrane-Forming Curing; Compound: ASTM C 309, Type 1, Class B. 6. Clear Waterborne Membrane-Forming Curing Compound: ASTM C 309, 'T,ype 1, Class B. 7. White Waterborne Membrane-Forming Curing Compound: AS'I*'M C 309, Type 2, Class B. C54199•-00 02751 - 2 CEMENT CONCRETE; PAVEMENT RO - 3/19/01 WALNUT STREET PUMP STA'T'ION CITY OF .1EFFI RSON, MISSOURI G. Related Materials: 1, Expansion- and Isolation-Joint-Filler Strips: ASTM U 1751, asphalt-saturated cellulosic fiber, or ASTM 1) 1752, cork or sell'-expanding cork. 2. Coloring Agent: ASTM C 979, synthetic mineral-oxide pigments or colored water-reducing admixtures; color stable, nonlading, rind resistant to lime and other alkalis. t� 13 CONCRETE MIXES AND MIXING A. Driveway Concrete Mix: The concrete used in the construction of driveways shall be air-entrained with 4 to 6% air, 5 bag mix with 2 to 4 filch 51u1111) developing 4000 PSI 28 day strength. Aggregate gradation shall conlornl to ASTM 33 with 1-1/2 inch maximum sire aggregate. B. Curb and Gutter Concrete Mix: The concrete used in the construction of curb and gutter shall be air-entrained with 4 to 6% air, 5 bag mix with 2 to 4 inch slump developing 4000 PSI 28 day strength. Aggregate gradation shall conlornl to ASTM 33 with 1-1/2 inch maxin)um size aggregate. C. Sidewalk Concrete Mix: The concrete used in the construction of sidewalks shall be air-entrained with 4 to 6% air, 5 bag mix with 2 to 4 inch slump developing 4000 PSI 28 day strength. Aggregate gradation shall conflornl to AS'I"M 33 with 1-1/2 inch maximum size aggregate. D. Synthetic Fiber: Uniformly disperse in concrete mix at nirunllacturer's recommended rate, but not less than 1.0 lb/cu. yd. (0.60 kg/cu. m). E. Coloring Agent: Add coloring agent to mix according to manufacturer's written instructions. F. Ready-Mixed Concrete: Comply with requirements and with ASTM C 94. G. Project-Site Mixing: Comply with requirements uric] mectsurc, batch, and mix concrete materials and concrete according to ASTM C 94. Mix concrete materials in appropriate, drum-type batch machine mixer. PART 3 - EXECUTION 3.1 INSTALLATION A. Surface P reparation: Prool=roll prepared subbase, and remove loose material from surface. B. Forms: Set, brace, and secure edge [orals, bulkheads, and inlct•nlediate screed guides for pavement to required lines, grades, and elevations. C54199-00 02751 - 3 CI:M[::N"I' CONCIZE"I'Ia PAVEMENT RO - 3/19/01 WALNUT STRI I.T PUMP STATION CITY OF JEFFERSON, MiSSOURI C. Reinl'orc:enlent: ;lccurately position and support reiniorcenient, and secure against displacement. Set wire ties with ends directed into concrete. 1. Install welded wire fabric in lengths as long as practicable. lap at least one full mesh, and laee splices with wire. l). Joints: Locate and install construction, isolation, contraction, and .I expansion oitits as p indicated. 17. Concrete Placement: Comply with reconiniendations in ACi 3048 for measuring, mixing, transporting, and placing concrete. Place ConcrctC in a Continuous operation within planned.jolnts or sections. Moisten subbase to provide a uniforni dampened condition at time concrete is placed. 2. Consolidate concrete by mechanical vibrating equipment supplemented by hand- spading, rodding, or tamping according to reconiniendations ill ACI 3098. 3. Screed and initial-float concrete surfaces with darby or bull float before excess moisture or bleed water appears on the surface. 4. Protect concrete from cold or hot weather during mixing, placing, and curing. F. Evaporation Retarder: Apply to concrete surfaces if' hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. il. x h (i kg/s(l. ni x h) before and during finishing operations. Apply according to tllanufacturer's written Instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. G. Paverient 'rolerances: Comply with tolerances in AC'1 330.1, "Specification for Plain Concrete Parking Lots." 3.2 FINISHES AND CURING; A. Float Finish: Begin the second floating operation when bleed-water sheen has disappeared and the concrete surtace has stiffened sulliciently to permit operations. bloat surfaces to true planes with Maps below 1046ot- (3-111••) 101111, unleveled straightedge not to exceed 1/4 inch (G mill). Cut down high spots, and fill low spots. Refloat surface immediately to utlilortll granular texture. B. Curing: Begin Curing alter finishing concrete, but not before free water has disappeared from concrete surface. Cure concrete by one or it combination of the following methods: 1. Moisture cure concrete by water, continuous liar spray, continuously wet absorptive cover, or by nwisturc-retaining-cover curing. Keep surfaces continuously moist for not less than seven days. 2. Curing Compound: Apply uniformly in contirutous operation by power spray or roller according to nutnufacturcr's written instructions. Recoal areas subJected to C5-4199-00 0275 1 -. 4 CT kiEN'l ('ONCRETE PAVEMENT R0 - 3/19/01 WALNUT STREET PUMP STATION CITY Or JEFFERSON, MISSOURI heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.3 . REPAIRS AND PRO'T'ECTION A. Remove and replace concrete pavement that is broken, damaged, or dcl'ective, or does not meet requirements in this Section. B. Protect concrete from damage. Exclude traffic from pavement for at least 14 days after placement, C, Maintain concrete pavement free of stains, discoloration, dirt, and other foreign material. Sweep concrete pavement not more than two days before date scheduled for., Substantial Completion inspections. END OF SECTION 02751 r C5-4.199-00 02751 - 5 CEMENT CONCRETE PAVEMENT RO - 3/19/01 WALNUT S'T'REET PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI SECTION 02764 - PAVEMENT JOINT SEALANTS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes cold and hot applied pavement joint sealants in the following locations. 1 . Portland cement concrete pavement expansion and contraction joints. 2. Joints between portland cement concrete and asphalt pavement. 1.2 SUBMITTALS A. Product Data: For each product indicated. B. Samples: For each type and color of joint sealant indicated. C. Product certificates. D. Sealant compatibility and adhesion test reports. 1.3 QUALITY ASSURANCE A. Sealant Compatibility and Adhesion Testing: Use sealant manufacturer's standard test methods to determine whether priming and other specific joint preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to joint substrates. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where subparagraph titles below introduce lists, the following requirements apply for product selection: 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the products speci- fied. 2. Products: Subject to compliance with requirements, provide one of the products specified. C5-4199-00 02764 - 1 PAVEMENT JOINT SEALANTS RO —3/19/01 WALNUT STIZBI;'r PUMP STATION CITY 01: JEFFEIRSON, MISSOLIRI 2.2 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 experience. 1. Primers: Product recommended in writing by joint sealant manufacturer for adhe- sion of sealant to joint substrates indicated, as determined from sealant compati- bility and adhesion tests and prior experience. B. Colors of Exposed Joint Sealants: To match finished concrete paving. C. Joint-Sealant Backer Materials: Nonstaining; compatible with joint substrates, sealants, primers, and other joint fillers; and approved for applications indicated by joint sealant manufacturer based on field experience and laboratory testing. 1. lZound Backer Rod for Cold- and Hot-Applied Sealants: ASTM D 5249, Type 1, of diameter and density required to control sealant depths and prevent bottom-side adhesion of sealant. 2. Backer Strips for Cold- and Hot-Applied Sealants: ASTM D 5249; Type 2; of thickness and width required to control sealant depths, prevent bottom-side adlie- sion of sealant, and fill remainder of joint opening under sealant. 3. Round Backer Rods for Cold-Applied Sealants: ASTM D 5249, Type 3, of di- ameter and density required to control sealant depths and prevent bottom-side ad- hesion of sealant. 2.3 COLD-APPLIED JOINT SEALANTS A. Multicomponent Jet-Fuel-Resistant Sealant for Concrete: ASTM C 920, pourable, chemically curing clastomeric formulation. 1. Urethane Formulation: Type M; Grade P; Class 12-1/2, Uses T, M, and, as appli- cable to joint substrates indicated, 0. 2. Coal-Tar-Modified Polymer Formulation: Type M; Grade P; Class 25; Uses T and, as applicable to joint substrates indicated, 0. 3. Bitumen-Modified Urethane Formulation: Type M; Grade P; Class 25: Uses T, M, and, as applicable to joint substrates indicated, O. B. Single-Component, Jet-Fuel-Resistant Urethane Sealant for Concrete: ASTM C 920 for 'Type S; Grade P; Class 25; Uses T, M, and, as applicable to joint substrates indicated, 0, single-component, pourable, coal-tar-modified, urethane formulation. 054199-00 02764 - 2 PAVI3MENT JOINT SEALANTS RO --3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI C. Nonsag Silicone Sealant for Concrete: ASTM D 5393, Type NS, single-component, low-modulus, neutral-curing, nonsag silicone sealant. D. Self-Leveling Silicone Sealant for Concrete and Asphalt: ASTM D 5893, Type SL, single-component, low-modulus, neutral-curing, self'-leveling silicone sealant. C. Vultieornponent Low-Modulus Sea l nt for Concrete a nd Asphalt: Proprietary, ry, pourable, self-leveling formulation of reactive pctropolymer and activator. 2.4 HOT-APPLIED JOINT SEALANTS A. Jet-Fuel-Resistant Elastomerie Sealant for Concrete: ASTM D 3569. B. Jet-Fuel-Resistant Sealant for Concrete and Tar Concrete: ASTM D 3581. C. Elastomeric Sealant for Concrete: ASTM D 3406. D. Sealant for Concrete and Asphalt: ASTM D 3405, PART 3 - EXECUTION 3.1 INSTALLATION A. Clean out joints immediately before installing joint sealants. ' B. Joint Priming: Prime joint substrates where indicated or recommended in writing by joint sealant manufacturer, based on sealant compatibility and adhesion tests and prior experience. Confine primers to areas of joint-sealant bond; do not spill primers or allow them to migrate onto adjoining surfaces. C. Sealant Installation: Comply with applicable recommendations in ASTM C 1193. D. Install backer materials to support sealants during application and at position required to produce optimum sealant movement capability. 1. Do not leave gaps between ends of backer materials. 2. Do not stretch, twist, puncture, or tear backer materials. 3. Remove absorbent backer materials that have become wet before sealant applica- tion and replace them with dry materials. E. install sealants at same time backer materials are installed. 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses provided fbr each.joint configuration. C5-4199-00 02764 - 3 PAVEMENT JOINT SEALANTS R0 — 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 3. Produce uniform, cross-sectional shapes and depths optlmze sealant movement capability. 1�. 'fooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants to form stnooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealants from surfaces adjacent to joint. 2. Use tooling agents that are approved in writing by joint sealant manufacturer and that do not discolor sealants or adjacent surfaces. G. Clean excess sealants or sealant smears adjacent to J oints as installation progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur. END OF SECTION 02764 C5-4.199-00 02764 - 4 PAVEMENT JOINT SEALANTS RO- 3/19/01 WALNUT STREET PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI SEC`T'ION 02821 - CHAIN-LINK FENCES AND GATES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, general provisions of the Contract Agreement Form, including Appendices and Exhibits, Division I Specification Sections, and Missouri Building Code, Title 24, Part 2 and appropriate sections for educational facilities apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Aluminized chain-link fabric. 2. Steel fence framing. 3. Accessory hardware. 4. Concrete for fence post footings. 5. Double swing gates. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 2 Section "Earthwork" for filling and for grading work. 1.3 SUBMITTALS S A. General: Submit the following according to the Conditions of the Contract and b Division 1 Specification Sections. B. Product data in the form of manufacturer's technical data, specifications, and installation instructions for fence and gate posts, fabric, gates, and accessories. C. Shop drawings showing location of tence, gates, each post, rails, and details of post installation, extension arms, gate swing, hardware, and accessories, 1.4 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced installer who has at least three years experience and has completed at least five chain link fence projects with same material and of similar scope to that indicated for this Project with a successful construction ' record of in-service performance. B. Single-Source Responsibility: Obtain chain link fences and gates, including accessories, fittings, and fastenings, from a single source. C5-4199-00 02821 - I Cl-IAIN-LINK FENCES AND GATES R0 —3/19/01 WALNUT STREET'I't.IMP STATION CF'CY OF .IEF FE'RSON, MISSOURI 1.5 PROJI C"I CONDITIONS A. Field Measurements: Verify layout. information for tences and gates shown on the Drawings in relation to tile. property survey and existing; structures. Verify dimensions by field measurements. PART 2 - PRODUCTS 2.1 FABRIC A. Selvage: Barged top and bottom B. Aluminized wire: Helically wound and woven, fabricated in one-piece widths for fencing 12 fence and less in height to comply with Chain link Fcnce Manufacturers Institute (CLFMI) "Product Manual" and with requirements indicated below: 1. Mesh and Wire Size: 2-inch mesh for general perimeter fencing and gates, 0.148 inch diameter (9 gauge) with breakload strength 12901bf. 2. Aluminum coated wire, ASTIR A491-4 oz'sgft (wire spec. A817-83). 2.2 STEEL FENCE FRAMING A. Type I steel pipe, ASTM F 1083, standard weight schedule 40, minimum yield of 25,000 psi sized as indicated. Hot-dipped galvanized with minimum average 1.8 oz/sgft of coated surface area inside and outside according to ASTM 1,1234, as determined by ASTM A90. B. Round member sizes are given in actual outside diameter (OD) to the nearest thousandth of inches. Round fence posts and rails are often relerred to in ASTM standard specifications by nominal pipe sizes (NITS) or the equivalent trade sizes in inches. The following indicates these equivalents all measured in inches. C. 'Pension Wire: Provide horizontal tension wire at top and bottom offence ('abric. 1. Metallic-coated ,Steel Wire: 0.77 inch (4.5 mm) d►aincter, rnarcelled tension wire complying with ASTM A824 and the 1o1lowing: a. Not less than 0.8 oz/sq. 11. (2448/sq.ni) 01'uncoated wire surface. C5-4199-00 02821 - 2 CHAIN-LINK FENCES AND GATES RO— 3/19/01 WALNUT SIRE T PUMP STATION CITY OF JI?FFE;RSON, MISS('A iRl D. Steel posts for heights up to 6 Ieet: 1. Round Line or Intermediate Posts: 1.90 inch OI) steel Ripe. 2. Round End, Corner, and Pull Posts: 2.375 inch OD steel pipe. 2.3 FITTINGS AND ACCESSORIES A. Material: Comply with ASTM F626. Unless specified otherwise, hot-dip galvanize pressed steel or cast-iron Fence fittings and accessories with at least 1.2 oz. Zinc per sq. lt, as determined by ASTM A90 and finish to match framing. B. Post Caps: Provide weather-tight closure cap for each post. C. Post Brace AssembIX Manufactlrrer's standard adjustable brace. Use 1.660 inch OD A' steel pipe for brace, d truss to line posts with 3/8 inch diameter rod and adjustable tightener. Provide manuf'acturcr's standard galvanized-steel. cast-iron or cast- aluminum cap for each end. D. Tension or Stretcher Bars: Hot-dip galvanized steel with a nunlrlllun length 2 inches lass than the full height of fabric, a nlinin1ur11 cross section of 3/16 inch by 3/4 Inch, and a minimum of 1.2 oz of'zinc coating per sq. ft. Provide one bar for each gate and end post, and two for each corner and pull post, cscept where fabric is integrally woven into the post. L. Tension and Brace Bands: 3/4 inch-wide minimum hot-dill galvanized steel with a minimum of 1.2 oz. of zinc coating per sq, ft. 1. Tension Bands: 0.074 inch thick (14 gauge) minin1ur11. 2. Brace Bands: 0.105 inch thief: (12 gauge) 111inullll111. F. Tension Wire: 0.177 inch diameter metallic-coated steel marcelled tension wire confirming to ASTM A824 with finish to match fabric: Coating 'Type 1 I zinc in the following class as determined by AST'Nvl A90: Class 1, with a nrininlum Coating weight of 0.80 oz. per sd. lt. of uncoated wire surface. 2.4 CONCRE? I'F. A. Round Steel Pipe: Provide concrete; consisting of Portland cement per ASTIbI C150, aggregates per ASTM C33 and potable water. Mix materials to obtain concrete with a rnininuun 28-day compressive sta•ength of 3000 psi. Use at least (our sacks of cement per cubic yard, 1 inch maximum size aggregate, 3 inch nlaxunurrl slump. C5-4199-00 02821 - 3 CHAIN-LINK I"E.NCES AND G AT 171,S R0 — 3/19/01 WAIaNiJ'f S"1'RI T?:I' Pt)NIP STATION CITY 0F.Il;fFFINSON, MltiS011141 2.5 1NS`I'ALL AT!0N A. General: Install knec to comply ,vith ASTNI )1567. Do not begin installation and erection before final trading is completed, hitless otherwise authorized by the Construcl.ion Manager. 1. Apply finbric to outside of I•ralnework. Install tenting ()it houndary lines inside: of property line as indicated oil drawings. 13. Excavation: Drill or hand-excavate (Using lost-hole dig per holes Ibr posts to diameters and spacing indicated, ill tirnl, undisturbed or cclnlpacted soil. 1 II not indicated on Drawing s. excavate holes f i each post le ninim m diameter reconlnlcnded by lenee manufacturer, but not less than Blur tinges the largest cross section of post. 2. Unless otherwise indicated, excavate hole depths approximately 3 inches lower than post bottom, with bottom of posts set not less than 36 itichcs below finish grade surface. C. Setting Posts: Center and align posts in holes 3 inches above bottom of excavation, Space it maxinlunl of 10 feet UC., unless otherwise indicated. 1. Protect portion of posts above ground f•rotll conc:retc splatter, Place concrete around posts and vibrate or willp Im consolidation. Check each post tier vertical and top alignment, and hold in position during placement and finishing Operations, Lt. Unless otherwise indicated, extend concrete 16otings 2 inches above grade and trowel to Lt crown to :;lied water. D. Brace Assemblies: ' Install braces it end and gate posts and at hoth sides ol*corner and pull posts. Locate horizontal braces at slid-itci0it of fahric on fences with top rail and at. two tllli'dS fabl'IC height oil tences without top rail. histall :;o po:;ts arc !dumb when diagonal rod is under proper tension. C?. fabric: Leave approximately 2 inches betvtieen finish grade and hottonl selvage unless otherwise indicated, Pull fabric taut and tic to posts, rails, and MlSinn wires, Install fabric on security side ell' fence, and anchor to lranlework sit that fabric remains under tension after pulling filrec is released. I . "pension or Stretcher Bars: Thread through fubric and sec:urc to elld, corner, pull, and gate posts with tension bands spaced not over 15 inches OC G. Tic Wires: Use wire ol'proper length to secure liihric firmly to posts and rails, Bend ends of wire to illlrlilllil..e hazard to persons or clothing at both top and bottom of Iabric. 04199-00 02821 - 4 CI IAIN-1.1NK FF NCL;S AND GAT1sS RO — 3/19/01 WVALNUT S'11 ET PUMP STATION CITY OF JEFFERSON, MISSOURI 1. Maximum Spacing: Tic fabric to line posts 12 inches OC and to rails and braces 24 inches OC. I-1. Fasteners: Install nuts for tension bands and carriage bolts on the side of the fence opposite t11e fabric side. Provide theft resistant nuts and bolts during assembly of fencing. 2.6 DOU13LE SWiNG GATES A. Gate frames: Fabricate chain link swing gates in accordance with ASTM F 900 using aluminum tubular members, 2" square, weighing 0.94 lb/ft, fusion or stainless steel welded connections forming rigid one-piece unit. Provide minimum 1-1/2" square additional horizontal and vertical interior members to ensure proper strength. B. Chain link fabric: 2-inch mesh for general perimeter fencing and gates, 0.148 inch diameter (9 gauge) with breakload strength 12901bf. Aluminum coated wire, ASTM A491, .4 oz/sgft (wire spec. A817-83). C. Hardware materials: }-lot dipped galvanized steel or malleable iron shapes to suit gate size. D. Hinges: Structurally capable of" supporting gate leaf and allow opening and closing without binding. Non-lift-off type hinge design shall permit gate to swing 180 degrees inward. E. Latch: Forked type capable of retaining gate in closed position and have provision for padlock. Latch shall permit operation from either side of'gate. F. Keeper: Provide keeper for each fate leaf. Gate keeper sliall consist of mechanical device for securing fire end of gate when in full open operation. Provide drop rod to hold inactive leaf on closed position. Provide locking device and padlock eyes as an integral part of latch, requiring on padlock Rlr locking both gate leaves. G. Gate Posts: Steel pipe ASTM F 1083 standard weight schedule 40: llllllill1u111 yield strength of 25,000 psi. I-lot dipped galvanized with minimum 1.8 o7Jsgft of zinc. 4" OD. 2.7 INSTALLA'T'ION A. Install gates plumb, level, and secure for fi.11l opening without interference. Install ground-set items in concrete f'or anchorage. Adjust hardware fear smooth operation and lubricate where necessary. Install gates according to manulacturcr's instructions, plumb, level, and secure, 2.8 ADJUSTING C54199-00 02821 - 5 CHAIN-LINK FENCES AND GA'I'NS H — 3/19/01 WALNUT STREET PUMP STATION . CITY.OF JEFFERSON, MISSOURI A. Grates: After repeated operation of completed installation equivalent to 3 days' use by normal traffic, readjust dates and ;site operators and controls for optimum operating condition and safety. Lubricate operating equipment and clean exposed surfaces. END 01, SECTION 02821 e� 1 }r C5-4199-00 02821 - 6 C11.AIN-LINK FENCES AND GATES RO 3/19/01 fi WALNUT STREET PUMP STATION CITY ni- .1EF ERSUN, MISSOURI SECTION 02900 - LANDSCAPING PART l - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. r1.2 SUMMARY A. This Section includes the following: 1. Trees 2. Shrubs 3. Topsoil and soil amendments 4. fertilizers and mulches 5. Stakes and guys B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 2 Section "Earthwork" for preparing and grading subgrades for topsoil, landscape berming, site soil stripping. 1.3 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division l Specification Sections. B. Product certificates signed by manufacturers certifying that their products comply with specified requirements. 1. Manufacturer's certified analysis for standard products. 2. Label data substantiating that plants, trees, shrubs, and planting materials comply with specified requirements. C. Samples of each of the following: 1. 5 lb (2 kg) of mineral mulch required for Project, in labeled plastic bags. D. Qualification data for firms and persons specified in the "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects C5-4199-00 02900 - 1 LANDSCAPING RO - 03/19/01 WALNU`f' STREET PUMP STATION CITY OF 3I FfTI RS(:)N, MISSOURI with project names and addresses, names and address of architects and owners, and other information specified. 13. Material test reports front qualified independent testing agency indicating and interpreting test results relative to compliance of the fbilowing materials with requirements indicated. 1. Analysis of imported topsoil. F. Planting schedule indicating; anticipated dates of delivery and installation for each planting type, G. Maintenance instructions recommending procedures to be established by Owner for maintenance of each planting; type during an entire year. Submit before expiration of required maintenance periods. 1.4 QUALI'T'Y ASSURANCE A. Installer Qualifications. (General landscaping/seeding) Engage an experienced Installer who has completed landscaping work similar in material, design, and extent to that indicated for this Project and with a record of successful landscape establishment. I. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on the Project site during times that landscape installation is in progress. Q. Testing Agency Qualifications: To qualify for acceptance, an independent testing agency must demonstrate to Owner's Representative satisfaction, based on evaluation of agency-submitted criteria conforming to ASTM E 699, that it has the experience t and capability to satisfactorily conduct the testing indicated without delaying the work. C. Provide quality, sire, genus, species, and variety of trees and shrubs indicated, complying with applicable requirements of ANSI 260.1 "American Standard for Nursery Stock." D. Topsoil Analysis: Furnish a soil analysis made by a qualified independent soil-testing agency stating percentages of organic platter, inorganic matter (silt, clay, and sand), deleterious material, pf-1, and mineral and plant-nutrient content of'topsoil. 1. Report suitability of topsoil for growth of applicable planting material. State , recommended quantities of nitrogen, phosphorus, and potash nutrients and any limestone, aluminum sulfate, or other soil amendments to be added to produce a satisi'actory topsoil. 054199-00 02900 - 2 LANDSCAPING RO - 03/19/01 WALNUT STREET PUMP STATION C,'ITY 01' .II:FFERSON, MISSOURI I:. Measuremonts: Measure trees and shrubs according; to ANSI 260.1 with branches and trunks or canes in their normal position. Do not prune to obtain required sizes. 'fake caliper measurements G inches (150 nun) above ground for trees up to 4-inch (100-ntm) caliper size, and 12 inches (300 mrn) above ground for larger sizes, Measure main body of tree or shrub for height and spread; do not measure branches or roots tip-to-tip. 1.5 DELIVERY, STORAGE;, AND HANDLING A, Packaged Materials: Deliver packaged materials in containers showing weight, analysis, and name of manufacturer. Protect materials from deterioration during delivery and while stored at site. 13. Trees and Shrubs: Deliver freshly dug trees and shrubs. Do not prune before delivery, except as approved by Owner's Representative. Protect bark, branches, and root systems from sun scald, drying, sweating, whipping, and other handling and tying damage. Do not bend or bind-tic trees or shrubs in such a manner as to destroy natural shape. Provide protective covering during delivery. Do not drop trees and shrubs during delivery. C. Handle balled and burlapped stock by the root ball. D. Deliver trees and shrubs after preparations for planting have been completed and install immediately. if planting is delayed more than G hours after delivery, set planting materials in shade, protect from weather and mechanical damage, and keep roots moist. 1. Set balled stock on ground and cover ball with soil, peat moss, sawdust, or other acceptable material. 2. Do not remove container-grown stock from containers before time of planting. 3. Water root systems of trees and shrubs stored on site with a fine-mist spray. Water as often as necessary to maintain root systems in a moist condition. 1.6 PROJECT CONDITIONS A. Utilities: Determine location of above grade and underground utilities and perform work in a manner which will avoid damage. Hand excavate, as required. Maintain grade stakes until removal is mutually agreed upon by parties concerned. B. Excavation: When conditions detrimental to plant growth are encountered, such as rubble fill, adverse drainage conditions, or obstructions, notify Owner's Representative before planting. 1.7 COORDINA'T'ION AND SCHEDULING C54199-00 02900 - 3 LANDSCAPING RO - 03/19/01 WALNUT STREE"r PUMP STATION CITY OV. "IFFERSON, MISSOURI A. Coordinate installation of planting materials during normal planting seasons for each type of plant material required. All planting shall be completed between March 30 and November 1. 1.8 WARRANTY A. General Warranty: The special warranty specified in this Article shall not deprive the Owner of other rights the Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by the Contractor under requirements of the Contract Documents. B. Special Warranty: Warrant the following living planting materials for a period of one year after date of Owner's Acceptance, against defects including death and unsatisfactory growth, except for defects resulting from lack of adequate maintenance, neglect, or abuse by Owner, abnormal weather conditions unusual for warranty period, or incidents that are beyond Contractor's control. 1. 'frees. 2. Shrubs. C. Remove and replace dead planting materials immediately unless required to plant in the succeeding planting season. D. Replace planting materials that are more than 25 percent dead or in an unhealthy condition at end of warranty period. E. A limit of one replacement of each plant material will be required, except lbr losses or replacements due to failure to comply with requirements. F. The contractor shall provide a description of soil and other growing conditions present in areas where plant or lawn replacement is necessary prior to any plant replacement. In addition the contractor will render an opinion as to why the plants require replacement. This information shall be provided to the Owner's Representative two weeks prior to any plant replacement. G. No replacement plants shall be acquired prior to the evaluation of the cause of the 1 unhealthy condition or death of the plant in question and the approval of the Owner's Representative. C5-4199-00 02900 - 4 LANDSCAPING RO - 03/19/01 r MWALNUT STREET PUMP S'TA77ON C'I'TY OF .JEFFERSON, MISSOURI 1.9 TRL:E AND SHRUB MAINTENANCE- A. Maintain trees and shrubs by pruning, cultivating, watering, weeding, fertilizing, restoring; planting saucers, restoring mulch which migrated off berm side slopes, e tightening and repairing stakes and resetting to proper grades or vertical position, as required to establish healthy, viable plantings. Spray as required to keep trees and Shrubs free of insects and disease. PART 2 - PRODUCTS 2.1 TREE AND SHRUB MATERIAL A. General: Furnish nursery-grown trees and shrubs conforming to ANSI 760.1, with healthy root systems developed by transplanting or root pruning. Provide well-shaped, fully-branched, healthy, vigorous stock (free of disease, insects, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, and disfigurement. B. Grade: Provide trees and shrubs of sizes and grades conforming to ANSI 160.1 f'or type of trees and shrubs required. Trees and shrubs of a larger sire may be used if acceptable to Owner's Representative, with a proportionate increase in size of roots or balls. C. label at least 1 tree and 1 shrub of each variety and caliper with a securely attached, waterproof tag bearing legible designation of botanical and common name. 2.2 SHADE AND FLOWERING TREES A. Shade "frees: Single-stem trees with straight trunk, well-balanced crown, and intact leader, of height and caliper indicated, conforming to ANSi L60.1 for type of trees required. For branching; height and form requirements secs the plant schedule indicated on the drawings. B. Small Trees: Small upright or spreading type, branched or pruned naturally according to species and type, and with relationship of caliper, height, and branching recommended by ANSI 260.1. For brunching imd form requirements see the plant schedule indicated on the drawings. C. Provide balled and but-lapped trees. 2.3 DECIDUOUS SI-IIZU13S ' A. Form and Size: Deciduous shrubs with not less than the minimum number of canes required by and measured according to ANSI 760.1 for type, shape, and height of shrub. For branching and form requirement~ see the plant schedule indicated on the drawings. C5-4199-00 02900 - 5 LANDSCAPING RO - 03/19/01 WAI,Nu'C S'nmmisT PUMP STATION CiTY O JU'T"F ;RSON, MiSSOi..IRI B. Provide balled and burlapped deciduous shrubs. 2.4 CONIFEROUS I-1-VI RGRI:ENS A. Dorm and Site: Normal-quality, well-balanced, coniferous evergreens, of'type, height, spread, and shape required, conforming to ANSi %60.1. 13. Provide balled and burlapped coniferous evergreens. 2.5 BROADLi AF EVERGREENS A. Dorm and Size: Normal-quality, well-balanced, broadleaf evergreens, of type, height, spread, and shape required, conforming to ANSI %60.1. B. Provide balled and burlapped broadleaf evergreens. 2.6 TOPSOIL A. Topsoil: AS'T'M D 5268, pl-i range of 5.5 to 7, 5 percent organic material minimum, free of stones f inch (25 mm) or larger in any dimension, and other extraneous materials harmful to plant growth. 1. Topsoil Source: Verify suitability of surface soil to produce topsoil meeting requirements and amend when necessary. Supplement with imported topsoil when quantities are insufficient. Clean topsoil ofroots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. 2.7 SOIL AMENDMENTS A. Lime: ASTIvI C 602, Class T, agricultural limestone containing a minimum 80 ' percent calcium carbonate equivalent, with a minimum 99 percent passing a No. 8 (2.36 mm) sieve and a minimum 75 percent passing a No. 60 (250 micrometer) sieve. 1. Provide lime in the form of dolomitic limestone. 13. Aluminum Sulfate: Commercial grade, Unadulterated. C. Sand: Clean, washed, natural or manufactured sand, free of toxic materials. D. Perlite: 1-101-ticu1tural per.lite, soil amendment grade. Fa. I'eat FILIMus: Finely divided or granular texture, with a pl-I range of 6 to 7.5, ' composed of partially decomposed moss peat (other than sphagnum), peat humus, or reed-sedge peat. C5-4199-00 02900 - 6 LANDSCAPING r RO - 03/19/01 WALNUT STREET PUMP STATION CITY OF .1EI-Ti:RSON, MISSOURI I'. Manure: Well-rotted, unleached stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, and material harmful to plant growth. G. Herbicides: Surflan 1-1. GI hosate duct: RglrlldU yP product: P I. Water: Potable. 2.8 FERTILIZER A. Bonemeal: Commercial, raw, finely ground; minimum of 4 percent nitrogen and 20 percent phosphoric acid. B. Superphosphate: Commercial, phosphate mixture, soluble; minimum of 20 percent available phosphoric acid. eC. Commercial Fertilizer: Commercial-grade complete fertilizer of neutral character, consisting of fast- and slow-release nitrogen, 50 percent derived from natural organic sources of urea-form, phosphorous, and potassium in the following composition: 1. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports frorn a qualified soil-testing agency. D. Slow-Release Fertilizer: Granular fertilizer consisting of 50 percent water-insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil-testing agency. 2.9 MULCHES A. Organic Mulch: Organic mulch, free from deleterious materials and suitable as a top dressing of trees and shrubs, consisting of one of the following: 1. Type: Shredded hardwood bark. 2.10 STAKES AND GUYS A. Upright and Guy Stakes: Rough-sawn, sound, new hardwood, redwood, or pressure-preservative-treated softwood, free of knots, holes, cross grain, and other defects, 2 by 2 inches (50 by 50 mm) by length indicated, pointed at one end. B. Guy and Tie Wire: ASTM A 641 (ASTM A 641 M), Class 1, galvanized-steel wire, 2-strand, twisted, 0.106 inch (2.7 mm) in diameter. C54199-00 02900 - 7 LANDSCAPING RO - 03/19/01 WALNUT" STREET PUMP STATION CITY OF ,11:FFERSON, MISSOURI C. Guy Cable: 5-strand, 3/16-inch (4.8-nim) diameter, galvanized-steel cable, with zinc-coated turn buckles, 3-inch- (75-mm-) long; minimum, with two 3/8-inch- (10-inm-) galvanized eyebolts. D. Hose Chafing Guard: Reinforced rubber or plastic hose cut to lengths required to protect tree trunks from damage. C. Flags: Standard surveyor's plastic flogging tape,C inches (150 mm) long. 2.11 MISCELLANEOUS MATERIALS A. Antidesiccant: Water-insoluble emulsion, permeable moisture retarder, film forming, fair trees and shrubs. Deliver in original, sealed, and fully labeled containers and mix according to manuf'acturer's instructions. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive landscaping for compliance with requirements and for conditions affecting performance of work of this Section. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Lay out individual tree and shrub locations and areas for multiple plantings. Stake locations, outline areas, and secure Owner's Representative acceptance before the start of planting work. Make minor adjustments as may be required. 3.3 PLANTING SOIL PREPARATION A. Before mixing, clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. B. Herbicide should be applied in accordance with approved manufactures standards. C. Mix soil amendments and fertilizers with topsoil at rates indicated by the soil testing company. Delay mixing fertilizer if planting does not follow placing; 01'planting soil within a few days. D. For tree pit or trench backfill, mix planting soil before backfilling and stockpile at site. E. For planting beds and lawns, mix planting soil either prior to planting or apply on surf,lcc of topsoil and mix thoroughly before planting. 054199-00 02900 - 8 LANDSCAPING ' RO - 03/19/01 WALNUT S'T'REET PUMP STATION CI'T'Y OF .1I FFlIRSON, MISSOURI 1. Mix lime with dry soil prior to mixing Fertilizer. Prevent lime, from contacting roots of*acid-tolerant plants. 2. Apply phosphoric, acid fertilizer, other than that constituting a portion of'complete fertilizers, directly to subgrade bellore applying planting soil and tilling. 3.4 PLANT 13ED PREPARATION A. Loosen subgrade of planting bed areas to a minimum depth of 6 inches (150 nun). Remove stones larger than 1-1/2 inches (38 mm) in any dimension and sticks, roots, rubbish, and other extraneous materials. B. Spread planting soil mixture to depth required to meet thickness, grades, and �I elevations shown, after light rolling and natural settlement. Place approximately 1/2 the thickness of planting soil mixture required. Work into top of loosened subgrade rto create a transition layer and then place remainder of'planting soil mixture. ■ C. Create spade trench around each landscape planting and berm areas to separate planting area and mulch from lawn areas. 3.5 EXCAVATION FOR TREES AND SHRUBS A. Pits and Trenches: Excavate with vertical sides and with bottom o1' excavation slightly raised at center to assist drainage. Loosen hard subsoil in bottom of excavation. 1. Balled and Burlapped Trees and Shrubs: Excavate approximately 1-1/2 times as wide as ball diameter and equal to ball depth, plus the following setting layer depth: a. Setting Layer: Allow 9 inches (225 mm) of*planting soil. 2. Container-Grown Shrubs: Excavate to container width and depth, plus the following setting-layer depth: u. Setting Layer: Allow 6 inches (150 mm) ol'planting soil. r 13. Dispose of subsoil removed from landscape excavations. Do not mix with planting soil or use ati backfill. C. Obstructions: Notify Owner's Representative if unexpected rock or obstructions detrimental to trees or shrubs are encountered in excavations. I. Hardpan Layer: Drill 6-inch- (150-mm-) diameter holes into free-draining strata or to a depth of 10 Feet (3 m), whichever is less, and backfill with free-draining; material. 054199-00 02900 - 9 LANDSCAPING RO - 03/19/01 WALNUT STREET PUMP STATION CITY Or JEFFERSON, MISSOURI D. Drainage: Notify Owner's representative if subsoil conditions evidence unexpected water:cepage or retention in tree or shrub pits. E. Pill excavations with water and allow to percolate out, before placing setting; layer and positioning trees and shrubs. 3,6 PLANTING TREES AND SHRUBS A. Set balled and burlapped stock plumb and in center of pit or trench with top of ball 1 raised above adjacent finish grades as indicated. I. Place stock on setting layer of compacted planting soil. 2. Remove burlap and wire baskets from tops of balls and partially from sides, but do not remove from under balls. Remove pallets, if any, before setting. Do not use planting; stock if ball is cracked or broken before or daring planting operation. 3. Place backtill around ball in layers, tamping to settle backfill and eliminate voids and air pockets. When pit is approximately 1/2 backfilied, water thoroughly before placing remainder of backfill. Repeat watering until no more is absorbed. Water again after placing and tamping final layer of backfill, B. Set container-grown stock plumb and in center of pit or trench with top of ball raised above adjacent finish grades as indicated. I. Carefully remove containers so as not to damage root balls. 2. Place stock on setting layer of compacted planting soil. 3. Place backfill around ball in layers, tamping to settle backfill rind eliminate voids and air pockets. When pit is approximately 1/2 backfilled, water thoroughly before placing remainder of backfill. Repeat watering until no more is absorbed. Water again after placing and tamping final layer of backfill. C. Dish and tamp top of backfill to form a 3-inch- (75-mnt-) high mound around the run of the pit. Do not cover top of root ball with backtill. 3.7 TREE AND SHRUB PRUNING A. Prune, thin, and shape trees and shrubs as directed by Owner's representative. B. Prune, thin, and shape trees and shrubs according to standard horticultural practice. Prune trees to retain required height and spread. Unless otherwise directed by Owner's representative, do not cut tree leaders; remove only injured or dead branches from flowering trees. Prune shrubs to retain natural character. Shrub sizes indicated are size after pruning. ' 18 TREE AND SHRUB GUYING AND S'T'AKING C5-4199-00 02900 - 10 LANDSCAPING ' RO - 03/19/01 WALNUT STREET PUMP STA'T'ION CITY OF JI-`FI'ERSON, MISSOURI A. Upright Staking and Tying: Stake: all trees. Use a minimum of 3 stakes of length required to penetrate at least 18 inches (450 mm) below bottom of backfilled excavation and to extend at least 72 inches (1800 mm) above grade. Set vertical stakes and space to avoid penetrating balls or root masses. Support trees with 2 strands of tie wire encased in hose sections at contact points with tree trunk. Allow enough slack to avoid rigid restraint of tree. 3.9 MULCHING A. Mulch backfilled surfaces of pits, trenches, planted areas, and other areas indicated. B. Organic Mulch: Apply the thickness of organic mulch and finish level with adjacent finish grades as indicated on the planting details. Do not place mulch against trunks or stems. 3.10 INSTALLATION OF MISCELLANEOUS MA'1'ElI IALS A. Apply antidesiccant using power spray to provide an adequate film over trunks, branches, stems, twigs, and foliage. 1. When deciduous trees or shrubs are moved in full-leaf', spray with antidesiccant at nursery before moving and again 2 weeks after planting. 3.11 CLEANUP AND PROTECTION A. During landscaping, keep pavements clean and work area in an orderly condition. B. Protect landscaping from daniage due to landscape operations, operations by other contractors and trades, and trespassers. Maintain protection during installation and maintenance periods. 'Treat, repair, or replace damaged landscape work as directed. 3.12 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of it off the Owner's property. 3.13 PLANTING SOIL AMENDMENTS SCHEDULE A. 'free Pits or 'Trenches: Provide soil amendments in quantities recommended by the 1 soil testing company. B. Ground Cover and Planting Beds: Provide soil amendments in quantities recommended by the soil testing company. END OF SECTION 02900 C5-4199-00 02900 - 11 LANDSCAPING RO - 03/19/01 WAi.,NUT STREET PUMP STATION CITY Ol" A,FFERSON, MISSOURI SECTION 03310 - CONCRETE WORK PART I - GENERAL 1.1 RELATED DOCUMEN'T'S A. Drawings and general provisions of*the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1. Make submittals in accordance with Division 1, Section "Submittal Procedures." 1.2 WORK SUMMARY A. The extent of concrete work is as described in this Section and as shown on the Drawings. B. Related Sections o1'Specification 1. Division 7, Section "Joint Sealants" for the waterproofing of walls. 2. Division 9, Section "Painting" for applied finishes, 1.3 QUALITY ASSURANCE A. Codes and Standards: Comply with ACI 318-95 "Building Code Requirements for Reinforced Concrete" and the Codes and Manuals of Standard Practice in the following list. Provide a copy of the ACI 318 Code on the Construction Site. The Recommended Practices listed provide guidance for attainment of specified performance requirements. I. ACI 211.1 Standard Practice for Selecting Proportions Im Normal, Heavyweight and Mass Concrete. 2. ACI 214 Recommended Practice for Evaluation of Strength 'Test Results of Concrete. 3. ACI 30'2.1 R Guide for Concrete Floor and Slab Construction. 4. ACI 3048 Recommended Practice fior Measuring, 1Vlixing, 'Transporting and Placing Concrete. 5. ACI 304.2R Placing Concrete by Pumping Methods. 6. ACI 305R Hot Weather Concreting. 7. ACI 306R Cold Weather Concreting, 8. ACI 347R Guide to l;ormwork Cor Concrete. 9. ACI SP66 ACI Detailing Manual. 10. CRSI-MSP-T Concrete Reinforcing Steel institute, Manual of Standard Practice, including supplements. 11. AWS DI A American Welding Society" Structural Welding Code - Reinforcing Steel". C5-4199-00 03310-i CONCRETE WORK RO --3/19/01 WALNUT STRl £;T PUMP STATION CI'T'Y Of .11?I'fIRSC.)N, MISSOURI 13. Tolerances tier Concrete Collstructi011 and N1a1cr41ls: C'onlorm to AC'I 117 Standard Specification Tolerances for C'oncrcie Construction and Materials. unless otherwise specified herein. C. Contractor Qualifications: C:ontraCtor must have a ntirlinlunl of S years experience in forming, placing and finishing concrete: structures and primp stations of a like size and nature. Contractor must have superintendents or foremen qualified to supervisC the crews required For the type and size of project to be constructed. D. Certification: When the Contract Documents rcduirC certification that materials meet specified requirements, the Owner shall be entitled to rely upon tiv: accuracy and completeness ofthe certification. 1 .4 CONCRETE, 'I"EST1NG A. General: Concrete materials and operations will he tested and inspected as work progresses, failure to detect any detective work or material shall not, in any way, prevent later rejection v,-hen such defect is discovered. B. Contractor's Responsibilities 1. Allow testing service and Engineer free access to material stockpiles, facilities for r batching, mixing and placing concrete and the work in progress. 2. Furnish labor and equipment to assist testing service personnel and l riglncer 111 obtaining and handling test samples. 3. Provide and maintain, for the sole use of the testing service, facilities of satisfactory capacity and construction meeting requirements of ASTM C31, for the first 24-hour storage of Concrete test specimens made during construction. 4. At (cast 24 hours in advance of placing concrete in the structure, notify the engineer and testing laboratory personnel of file date, time, location in the structure and gtlantity ofconcretc to be placed. 5. Employ and pay for the services of a testing; laboratory to design specified types of concrete mixes when concrcf.c proportions are required to be established by laboratory trial batches, to provide testing:; associated with Contractor-initiated changes in previously established concrete mixes, and to prepare associated reports which include data required in the Paragraph: PROPORTIONING AND DESIGN OF MIXES. Select a laboratory for designing concrete mixes that is different from the laboratory performing tests during construction. G. Provide for all testing necessary to control the specified quality ol'coneretc placed in the structure and to certify conformance to ASTM C94 rcquircmcnts for uniformity ofconcretc. Contractor may use test results paid for by Owner for this purpose. Any additional testing required to assure duality control shall be paid by Contractor. C5-4199-00 03310-2 CONCRi.,-'r WORK R0 — 3/19/01 WALNUT S'IRI E'r PUMP STATION CITY O .1FT'J" :RSON, MISSOURi 7. Pay for additional tests of in-place coneretc elude h\- the Engineer when test results indicate specified concrete strengths and other dualities have not been attained in the work. C. Owner's Responsibility 1. Owner will seleet and pay for testing services rcduired fir "Sampling and Testing Concrete During Construction to Demonstrate General Compliance with Specified Properties" and submit to the Contractor a report of the tests. 2. Owner will review testing service laboratories rccomr►lencfed by C'ontractor and notify Contractor of acceptance or of an alternative selection. D. 'resting Laboratory Requirements: Laboratories enga b cel to perflorm testing services and prepare mix designs shall meet the requirements of ASTM 1;329. Laboratories providing the testing service shall provide cduipnnent and materials required for sampling testing operations specified standards. Laboratories :;hall furnish L; WAi,NUT STRI?ET PUMP STATION CiTY OF .Ii:I'i-ERSON, MISSOURI 7. Compressive Strength Tests: ASTM C39, omc specimen tested at 7 clays, two at 28 days, and one retained in reserve tor later testing if required. a. When frequency of testing will provide less than live strength tests for a given class of concrete, testing shall be conducted from at least five randomly selected batches or from each batch if(ewer than five are used. 1'. Laboratory Reports: The laboratory performing "Testing [)wring Construction to Demonstrate Compliance with Specified Properties" is required to submit, simultaneously to the Engineer and Contractor, reports ol'the tests on the same day they are made. These reports must include the Following inlorination. as applicable: 1 . Project name and structure. t 2. Concrete placement date. 3. Testing service name. 4. Technicians name(s) and date(s) ofcertification. 5. Concrete mix type:. t. Location(s) in structure(s) represented by sample teslccl. 7. Specified design compressive strength. 8. Actual compressive breaking strength and type of break l'or 7- and 28-day compressive; strength tests. 9. Measured slump. 10. Air content. 11. Concrete temperature as required. 12. Unit weight of plastic concrete and unit weight oi'hardened concrete as required. G. Additional Testing: Make additional tests of in-place concrete as directed by Engineer when test results indicate specified concrete strengths and other dualities have not been attained in the work. Conduct tests to determine adequacy 01 concrete by cored cylinders complying with ASTM C42, or by other methods acceptable to the Engineer. 1.1. Special Inspection P P I. Owner will engage a qualified person to observe the work 1or conformance with ' design drawings and specifications. Contractor shall allow Owner's Inspector free access to work in progress. 'Phis Inspector will be required to furnish reports to the Contractor and the Engineer as follows: a. Placement of reinforcing steel, including coupler devices. b. Placement of concrete and procurement of to st specimens by testing service technicians. 2. Inspector Qualifications: AC'1 Certified Level 11 Concrete Construction Inspector , or a Registered Professional Engineer with prior experience in similar construction or other person similarly qualified acid suitable to the Engineer of Record. C5-4199-00 03310-4 CONCRETE WORK t RO — 3/19/01 WALNUT STRBC'r PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI 1 .5 'TESTING OF DRILLED DOWELS tA. Complete in-place tests of 25 percent of dowels. B. Apply test load to the dowel equal to 80% of the yield stiength of the reinforcing bar times its area, note load-deformation data in 2000-ib. increments and failure, if reached before maximum applied load. C. Replace dowels that do not pass test. 1.6 SUBMITTALS A. Make submittals in duplicate (one reproducible and one non-reproducible) according to Specification Section 01300 and as herein specified. B. Product Data: Submit for review illanuliicturcr's product data that indicates conformance with specified requirements and application and installation instructions for proprietary materials and items, including reinforcement and forming accessories, admixtures, patching compounds, grouts, gels, adhesive, bonding agents, waterstops, joint systems, curing compounds, sealers, joint filler, sealant, moisture barrier, and others as requested by Engineer. For each admixture proposed for a given mix, the manufacturer of that admixture must provide written certification of compatibility with each other admixture proposed for use in the same mix. For each admixture. provide written confirmation of chloride ion content front each admixture.manufacturer prior to submittal of Concrete Mix Reports. For floor finish materials, include instructions for post-application cleanup and maintenance. C. Mill Analysis: Submit mill analysis of reinforcing steel and cement. Indicate heat numbers on the mill analysis and on the shipping tickets so that steel on the site can be positively identified. D. Shop Drawings - Preparation: Prepare and check shop drawings showing complete information for formwork, reinforcing, anchor bolts and embedded material to meet requirements of the Contract Documents. Contract Documents ilia), not be reproduced For use as part of the shop drawings unless approved in writing by the Structural Engineer of record. 1. Shop Drawings, Reinforcing: Prepare and submit Drawings and Schedules to illustrate fabrication, placement, and support of concrete reinforcement. Comply with CRSI Manual of Standard Practice, ACI SP66, and additional requirements specified herein. Include bar bending diagrams and bar lists. Provide placement drawings which slow reinforcement and its support by using beam elevations, slab or mat placement plans for each layer of reiillorCing, wall elevations, arid column or pier schedules and details. Develop details to show proper fit and arrangement of reinforcing. Show locations of bar splices, splice lengths, and bar cutoff points on placement drawings. Show clear concrete cover over reinforcing. 054199-00 03310-5 CONCRETE WORK R0 — 3/19/01 i WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI Include type and locations of supports required to maintain position of reinforcement. 2. Shop Drawings, Anchor Bolts and Embedded Material: Prepare and submit shop drawings to illustrate fabrication and installation of anchor bolts and embedded material required for anchorage or connection of items as detailed or specified in the Contract Documents. Coordinate with bolts or anchors provided by the structural steel, or precast concrete fabricator(s). E. Shop Drawings - Submittal: Contractor shall review and approve the submittals before transmitting to the Engineer. Submit shop drawings in phases to expedite review and release for fabrication and construction. The Contractor's review indicates his L verification of and responsibility for: 1. Reinforcing, anchor bolts and embedded material - Quality and Strength. 2. Field measurements. 3. Construction Criteria. 4. Required Performance and Conformance to Design Criteria. 5. Interface coordination with other construction. 6. Quantities. 7. Accuracy and dimensioning. 8. Location of anchor bolts and embedded material. 9. Verification that shop drawings have been checked. 10. Verification that submittal includes all inibrmatiun required by Contract Documents. F. Shop Drawings - Owner's Review: Engineer will review submitted shop drawings and apply review stamp for conformance to Contract Documents and general design features as follows: 1. Material designation and description. 2. Member size and configuration. 3. Reinforcing bars-number and size. 4. Anchor bolt types and sizes. 5. General control dimensions. G. Should it become evident that the shop drawings have hcen submitted to the Owner with signs of not having been properly checked, they will be returned without review, and will be classified as a "non-submittal". , H. Deviations from Contract Documents will not be reviewed unless a request in writing is made by the Contractor for approval of the deviation before shop drawing submittal. I. Shop Drawing Changes: Review on resubmission will cover only designated changes on the previous submittal or those clearly identified by encirclement. C54199-00 03310-6 CONCRETE WORK RO — 3/19/01 WALNUT STR.EE'r PUMP STATION CITY Oh JEFFERSON, MISSOURI J. When corrections or changes are noted on the shop drawings during review and the Contractor feels these are beyond the scope of the Contract Documents and will result in an extra cost to the Owner, he shall call these items to the attention of the Engineer for written authorization before proceeding with these corrections or changes. K. Samples: Submit samples of the following materials with material names, certifications, sources and descriptions: 1. Waterstop (6 inches). 2. Reinforcing Coupler. L. Concrete Mix Reports: Submit reports for each concrete mix type that contains the information required in Paragraph: PROPORTIONING AND DESIGN OF MIXES at least 15 days before placing concrete. M. Material Certificates: At least 15 days prior to submitting concrete mix reports, provide material certificates signed by manufacturer and Contractor, certifying that each material item listed in "PART 2 - PRODUCTS" complies with, or exceeds, specified requirements. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver manufactured materials in original, unopened containers or bundles with labels informing about manufacturer, product name and designation, color, expiration period for use, curing time, and mixing instructions. B. Store and handle materials to prevent their deterioration or damage due to moisture, temperature changes, contaminants, or other causes. C. Delivery of Ready-Mix Concrete: Each truck entering the Construction Site shall have tickets certifying the mix. type, quantity and weight of each ingredient, water added and water in aggregates must be included. r PART 2 •• PRODUCTS i2.1 FORM MATERIALS A. General: Use materials suitable for exterior exposure and which have the strength to produce required tolerances and that do not exceed the roughness of dressed lumber or U.S. Product Standard PS-1 "B-B Concrete I-orm Plywood", unless otherwise shown or approved by the Engineer. B. Form Facing in Contact with Concrete: Wood, wood products, metal or plastics capable of producing the specified finish, and that will not react with fresh concrete to C54199-00 03310-7 CONCRETE WORK RO — 3/19/01 WALNUT STREET PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI cause loss of strength or durability in hardened concrete. Do not use materials that will stain concrete surfaces exposed to view. C. Form Release Agents: Commercial formulation form-release agent compounds that will not bond with, stain or adversely affect concrete surfaces, and will not impair subsequent treatments of concrete surfaces. I. Submit certification that the form release agent is compatible with admixtures and applied finishes. D. Form Ties: Factory-fabricated, adjustable-length, removable or snap-off metal form ties, designed to prevent form deflection, and that will not spill concrete surfaces upon removal. Wire ties or common bolts will not be permitted. 1. Where concrete is to be left exposed, provide ties with removable cones 1-1/2 inches deep and not more than 1-1/4 inches in diameter leaving no metal closer than 1-1/2 inches from finished concrete surface, unless otherwise shown. 2. Provide ties with a water seal washer for retaining walls, basement walls, pit walls and other liquid containing structures. 2.2 REINFORCING MATERIALS A. Reinforcing Bars: ASTM A615, Grade 60, deformed, unless otherwise indicated. Shop fabricate all reinforcement to the fullest extent practical. Limit field fabrication to uncoated bars, sizes 4 and smaller. B. Steel Wire for Securing Reinforcing Bars and Embedded Items: ASTM A82, plain, cold-drawn, 16-1/2 gauge or heavier steel. C. Supports for Reinforcement: Provide supports for reinforcement as recommended by CRSI "Manual of Standard Practice". 1. For slabs-on-grade, use supports with sand plates or horizontal runners where base material will not support chair legs. 2. For exposed-to-view concrete surfaces, where; legs of supports are in contact with forms, provide supports which are all plastic or which have legs which are plastic protected, complying with CRSI Class 1 - Maximum Protection. Select color of plastic resin to match color of concrete. D. Threaded Mechanical Connectors for Reinforcing 1. Lenton Threaded Couplers by ER1CO Products Co., or equal that provide 125 percent of yield strength of the bar. 2. Dowel Bar or Coupler Splicer System, as applicable, by Richmond Screw Anchor Company, or equal that provides 125 percent of yield strcrigtll ofthe bar. C5-4199-00 03310-8 CONCRETE WORK RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI E. Dowel Bar Substitution: Richmond Dowel Bar Substitution by Richmond Screw Anchor Co,, Inc., or approved equal. Provide protective plastic cap or plug for each dowel. 2.3 CONCRETE MATERIALS A. Portland Cement. ASTM C150, 'Type Il for concrete below elevation 561.00 and Type I for concrete above elevation 561.00. 1. Use one brand of cement throughout project, unless otherwise acceptable to the Engineer. B. Normal Weight Aggregates: Provide non-alkali-reactive aggregates of the types and sizes specified from a single, State-approved source for each concrete mix design. 1. Fine Aggregate: Natural sand conforming to ASTNI C3.33. Do not use sand containing coal and lignite in excess of 0.25 percent of total sample weight. 2. Coarse Aggregate: Gravel or crushed stone conforming to ASTM C33. For aggregate size, see Paragraph: REQUIRED CONCRE'T'E MIX 'TYPES. C. Water: Potable. D. Air-Entraining Admixture: ASTM/I C260: formulation to suit project. 1. When an air-entraining admixture is used with a super-plasticizer, submit written confirmation of the compatibility with superplasticizer. E. Water-Reducing Admixture: ASTM C494, Type A. F. Water-Reducing and Retarding Admixtures: ASTM 0494. "Type D. 1. When water-reducing and -retarding admixtures are used with superplasticizers, rsubmit written certification of compatibility with superplasticizer. G. Non-Chloride Non-Corrosive Accelerators: ASTM 0494 Type C or E• chloride ' 0 1c ion content not to exceed 100 ppm; EuCO "Accelguardl 80", by The Euclid Chemical Company; "Polarset Accelerator", by Grace Construction Products: "POZZUtec 20", by Master Builders, or equal. H. High Range Water Reducing Admixture (Superplasticizers); Site Added: ASTM C494, Type F; "Eucon 37", by The Euclid Chemical Co.; "Sikament 86", by Sika Chemical Corp.; "Melment", by Gifford Hill or equal. I. Prohibited Admixtures: Calcium chloride or admixtures containing more than 0.3 percent chloride ions are not permitted. Provide written confirmation of the chloride ion content from each admixture manufacturer prior to submittal of Concrete Mix Reports, C54199-00 03310-9 CONCRETE WORK R0 — 3/19/01 WALNIJ'I' STltI:I 'I' PUMP STA'E'ION CiTY OE' ,11I:rERSON, MISSOUIti .1. Mutual Compatibility: For each admixture proposed fora given concrete mix, provide written certification of compatibility with each other admixture proposed for that. same mix. 2,4 RELATED MATERIALS A. Waterstops: Provide centerbulb-type PVC waterstops complying; with Corps of Engineers CRD-0572, 3/8-inch minimum thickness, 6" wide at wall to slab construction joints, 9" at other joints. B. Moisture Barrier: Griffolyn T-65 Vapor Barrier consisting of' 3-ply non-woven nylon reinforced high-density rubber modified copolymer laminate sheet. having a uniform tear resistance in all directions of 135 psf when tested in accordance with Federal Standard 406, Method t 12 1 (Hook 'Pest), decay resistant when tested in accordance with ASTM E154. C. Asphaltic 'Tape: Double sided Asphalt Impregnated 'rape, 1-1/2 inches wide suitable for bonding moisture barrier laps. r D. Penetrating Sealer: Water repelling silane (or siloxane) crating; liar concrete exposed to view; resistant to salts, de-icer chemicals, moisture and acids: clear and nonyellowing; capable of 1/8-inch minimum penetration; suitable for horizontal and vertical applications; and possessing the following; characteristics: 1. "No Scaling" after 50 cycles as compared to untreated concrete when tested by ASTM C672. 2, 90 percent minimum reduction in chloride ion penetration at 1/2 inch compared to untreated concrete by AASHTO T259 nonabrasion resistance of chloride ion penetration test. 3. 92 percent reduction in chloride ingress by FHWA/lZD-8l/l19 Rapid Permeability Test compared to untreated concrete. 4. 93 percent reduction in chloride ion absorption by NCHRP 244, Southern Exposure Test procedures compared to untreated concrete, 5. No appreciable effect on skid resistance compared to untreated concrete when tested by ASTM E303. 6. Submit certified independent test results which demonstrate conformance to the above requirements. Provide a 5-year warranty against water penetration through sound concrete and concrete spalling or damage from freeze-thaw cycles or penetration of chlorides. E. Moisture-Retaining Cover for Concrete Curing: One of the following complying with ASTM C171: 1. Waterproof sheet material reinforced in hoth directions. 2. Polyethylene film - opaque white, .006-inch (6 mils) thick. 3. Polyethylene-coated burlap. SI C5-4199-00 03310-10 CONCRETE WORK t RO— 3/19/01 !j WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI F. Absorptive Cover: Burlap cloth made from jute or kenat'weighing approximately 9 oz per sq yd complying with AASHTO M 182, Class 3. G. Mernbrane-f ormin6 Curing Compound: ASTM 0309, Type 1, Class 13. Compound shall form a uniform continuous coherent film that will not check, crack, or peel. H. Bondin g Agent:gent: Film-formin 6 freeze-thaw resistant material suitable for exterior or interior exposure and brush or spray application. 1. "Everbond", by L&M Construction Chemicals. 2. "Euco Weld", by Euclid Chemical. 3. "Weldcrete", by Larsen Products Corp. 4. Or equal. 1. Epoxy Adhesive: A two-component compound, 100 percent solids, 100 percent reactive and suitable for use on dry or damp surfaces. 1. "Euco Epoxy No. 460MV (for normal conditions) or No. 620MV (for cold applications)", by The Euclid Chemical Company. 2. "Sikadur 32 Ili-Mod", by Sika Chemical Corporation. 3. "Permunite", by L&M Construction Chemicals. 4. Or equal. J. Smooth Steel Dowels: ASTM A276, Type 304 stainless steel; provide either round or square as shown on the drawings; include 1/8" compressible filler material around one end and on sides for square dowels. K. Expansion Anchors: "Trubolt Wedge Anchor" by Ramset Fastening Systems; "Standard Kwik Bolt II" by Hilti Fastening Systerns; "Maxi-Bolt" by Drillco Devices, or equal. L. Vapor Barrier: 8-mil polyethylene sheet.. w2.5 DOWEL GROUTING A. Drilled Dowels: 1. Horizontal Application: "SIKADUR 32 HI-MOD" by SIKA Corporation or ' approved equal. 2 Vertical or Overhead Application: "SIKADUR 31 1-11-MUD" by SIKA. Corporation or approved equal. 2.6 PROPORTIONING AND DESIGN OF MIXES A. General: Using materials that will be used in the work, establish proportions of cement, coarse and fine aggregates, water, and admixtures to produce the properties specified C54199-00 03310-11 CONCRETE WORK RO—3/19/01 WALNUT STREET PUMP S'T'ATION C1TY OF JEFFERSON, MISSOURI for each concrete mix type based on methods described in ACI 318. Substantiate attainment of all specified properties by designated ASTM test methods. Provide concrete that has 28-day compressive strengths that exceed the specified design strength (17c) in accordance with ACI 318. Use admixtures in accordance with manuf'acturer's directions. Use amounts of water-reducing admixture that will permit the use of 5 to 10 percent less water to produce the specified slump. The slumps specified are the slumps required at the point of discharge from delivery trucks. B. Superplasticized Concrete Mixes: Proportion mixes that will contain superplasticizers by the ACI 318 Laboratory 'Trial Batch Method to meet the performance required for the specific mix type, except proportion mixes to have no more than 3-inch slump before superplasticizer is added, unless otherwise specified. Select superplasticizer dosage rate to provide slumps no greater than 7 inches, unless otherwise specified. Follow manufacturer's recommendations for dosage rates, mixing time, and compatibility with other admixtures. 1. Obtain instructions from the manufacturer of the superplasticizer admixture ' relative to the quantity of superplasticizer necessary to produce 5-inch, 6-inch, 7-inch and 8-inch slumps and adjustments in dosages to maintain desired slumps and setting times with varying air temperature and humidity and concrete temperature. 2. When not specifically required herein, superplasticizers may be used in the specified mix types upon written approval from the Engineer. C. Mix Reports: Provide written concrete mix reports that contain the following information for each mix type: 1. Mix type and intended location in the structure and the method of concrete placement for which the mix is proportioned. 2. Coarse aggregate source of supply, type rock, maximum size and gradation, and dry-rodded weight per cubic foot. Sand source of supply, gradation, and fineness modulus. 3. Tests of aggregates, or certificates demonstrating compliance with specified requirements - ASTM C33. 4. Brand and type of cement. 5. Dry weights of cement, sand and coarse aggregate per cu yd of concrete. 6. Amounts of each admixture per cu yd of concrete; include manufacturer's instructions and certificates of compatibility. 7. Water-cement ratio. 8. Slump - ASTM C 143. 9. Mix consistency and workability for anticipated conditions of placement. 10. Entrained air content - ASTM C231. 11. Standard deviation for concrete production flacility and associated strength required greater than the design strength, fc. Determine standard deviation from C5-4199-00 03310-12 CONCiZETF WORK RO— 3/19/01 WALNUT STREET PUMP sT,%TION CI'T'Y Oh ,IE11"E'RSON, MISSOURI concrete produced and tested within the 12 months preceding first concrete placement. Relcr to ACI 318-95, Paragraph 5.3.1 . 12. For proportions established by laboratory trial batches, provide the curve establishing the relationship between water-cement ratio and compressive strength required by ACI 318-95, Paragraph 5.3.3.2, and compressive strength developed at 7 days and 28 clays from three conlpressivc strength testy,, made in accordance with ASTM C39, for each mix type and each 7- and 28-clay test. 13. For proportions established by field experience, provide, !or each mix type, compressive strengths developed at 7 and 28 clays Iron) thirty compressive strength tests made by a testing laboratory meeting Specified requirements. Mixes proportioned on this basis will be considered for acceptance only if the specimens tested are from mixes that are identical to the mixes that will be used in the work for this Project. D. Required Concrete Mix Types and Qualities: Use the 161lowing mix types at the locations indicated below and where indicated in ether specification sections by reference: 1. Mix RI - All concrete work unless specified otherwise. Pc = 4000 psi: normal weight; Type I or 11 cement: coarse aggregate size 57, 1-inch maximum; air entrainment 5-1/2 percent: water-reducing admixture. stump 4 inches, water/cement ratio not to exceed 0.45. 2. Mix R2 — For Mat Foundation and walls 30" thick and greater. Cc = 4000 psi. normal weight; Type 11 cement, coarse aggregate size; blend of 45 percent size No. 467, 1-1/2-inch maximum size with 55 percent size No. 67, '/4-inch maximum; air entrainment 5-1/2 percent: water-reducing admixture; slump 3 inches; 0.45 maximum Nvater/cement ratio: line aggregate 33 to 42 percent of total aggregate by weight. Concrete temperature at time of placement shall not exceed 80 degrees F. 3. Mix R2 - Mud slab and Fill Concrete Pc = 2500 psi; normal weight: coarse aggregate size No. 57, 1" maximum: air entrainment 6 percent by volume; .54 nlaxllllllill water/CelllCllt Patio: SlUmp 4". E. Adjustment to Concrete Mixes: Mix design adjustments previously prepared for the required Concrete Mix Types and Qualities may he requested by Contractor when characteristics of materials,job conditions, weather, test results, or otfier circumstances warrant. All additional costs associated with preparing and testing adjusted mix designs and (or adjusted mix design concrete used in the work are the responsibility of the Contractor and no additional costs related to Contractor requested mix adjustments will be accepted by the Owner or Engineer. Laboratory test data f'or revised mix design C5-4199-00 03310-13 CONCRETE WORK RO — 3/19/01 WALNUT STREET PUMP STATION CiTY Ol" JI1FFERSON, MISSOURi and strength results must be submitted and must have been accepted by 1 rlgincer before they can be used in the work. '?.7 CONCRE'T'E MIXING A. General: Use ready-mix concrete produced at facilities meeting certification requirements of the National Ready-Mix Concrete Association, and that complies with requirements specified, and ASTM C94. Add each admixture separately to the mix unless otherwise recommended by admixture manufacturers. Provide delivery tickets Which conform to ASTM C94 and includes readings of revolution counter at the first addition of water and type, brand, and hatch weight of each material. Do not add water to the mix after batching, unless permitted by the Engineer. B. Adding Superplasticizer: Comply with manufacturer's printed recommendations. Add Type F superplasticizers at construction site. PART 3 - EXECUTION 3.1 GENERAL A. Limit concrete placements to 60 feet in any direction. unless otherwise directed by the Engineer. Submit schedule of concrete placements and locations of construction points when requesting review of'reinforcing steel submittals. Allow minimum 7 days curing between adjacent placements, unless otherwise directed by the Engineer. Construction Joint locations must be approved by the Design I-Engi lice r. B. Slab Slopes: Place formwork and finish concrete to provide slab surfaces that meet the elevations and grades necessary to provide complete drainage. Immediately after curing slab, verify by a slab survey that proper slab grades have been provided and certify in writing to the Engineer that required grades have been achieved within allowable tolerances. Male corrections or replacements necessary if' required grades are not met. All such corrections must have Engineer's approval prior to implementation. 3.2 FORMS A. Provide, erect, support, brace and maintain formwork and shoring to safely support vertical and lateral loads caused by concrete placement and other loads that might be , applied until such loads can be supported by the hardened concrete structure. Evaluate the effects of varying fluid pressures created on Formwork by concretes of various slumps used in the work. Construct and adjust formwork so concrete members and structures are of correct size, shape, alignment, elevation and position in the finished structure. Refer to recommendations in A.CI 347. Construct ct formwork to produce concrete work within tolerances suggested in ACI 347. C5-4199-00 03310-14 CONCRETE WORK. RO— 3/19/01 WALNUT ST'RE'ET PUMP STATION CITY OF JEFFERSON, MISSOURI B. Use selected materials to obtain required finishes. Solidly butt joints and provide back-up at joints to prevent leakage of'cernenl paste. C. Fabricate forms for easy removal without hanlrnering or prying against concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Kerf wood inserts for Binning kevways, reglets, and recesses, to allow easy removal. D. Make provisions in formwork to permit removal of debris from interior form spaces. Locate temporary openings in fortes at inconspicuous I0c116011S. E. Chamfer exposed corners and edges as indicated on Drawings, using chamfer strips fabricated to produce uniform smooth lines and tight edge joints. F. Provide groove strip on form at control joint lines and construction jointS used in lieu of control joints. Provide groove strip at horizontal joints resulting from concrete placement limits. G. Use form ties in arrangements, numbers and sizes to resist lateral pressures exerted by fresh concrete and to prevent form deflection. H. Provisions for Other rradcs: Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of' openings, recesses and chases from trades providing such items. Accurately place and securely support items built into forms. 1. Cleaning and 'Tightening: Thoroughly clean farms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt or other debris before concrete is placed. Retighten forms and bracing after concrete placen1cnt i1 required to eliminate mortar leaks and maintain proper alignment. 3.3 FABRICATING AND PLACING REINFORCENIENT A. Fabricate and place reinforcement as shown on approved shop drawings and in accordance with AC'I 318. Bend bars cold using an approved mandrel. Use splices only as required and shown on shop drawings. B. Comply with Concrete Reinforcing Steel Institute's "Recommended Practice for Pla(.;ing Reinforcing Bars", for details and methods of reinforcement placement and supports, and as herein specified. C. Clean reinforcement of loose rust and mill scale, earth, ice, and other- materials which reduce or destroy bond with concrete. D. Accurately position and support reinforcement in positions shown,, use metal chairs, runners, bolsters, spacers, and hangers, as required. Arrange, space and securely tie C5-4199-00 03310-15 CONCRETE WORK R0 — 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI bars and bar supports to hold rei il'orcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. E. Reinforcing couplers may be used in place of lap splices shown on the Drawings at Contractor's option, and only with the approval of they Design I:r►gineer of Record. 3.4 JOINTS A. General: Locate and construct control, constructio►►, and isolation joints as shown and detailed on Drawings. Where joints cure not located on the Drawings, follow the requirements given herein. Protect joints from intrusion of 'Orcign matter. t 1. Groove slab at all control and construction,joints. grooving may be done by saw cutting for slab-on-grade construction, within 4 to 12 hours after the slab has been placed and finished. Make joint 1/4-inch wide and 1/4 of the slab thickness deep with a minimum of 1 inch. B. Construction Joints: Place construction joints perpendicular to the main reinforcement. Continue reinforcement across construction joints, unless otherwise shown or indicated herein. Limit the length between construction joints in walls and grade beams to 60 feet. Limit slab areas between construction joints to 60 feet in any direction. 1. Walls: Provide 1-1/2-inch deep keyway in walls. Malec keyway width equal to 1/3 of total width. C. Locate and install construction joints, which are not shown, so as not to impair strength and appearance of the structure, and as acceptable to the Design Engineer. Where construction joints are located ofT a control joint line, continue all reinforcing through the joint. Clean the previously farmed surface to remove laitance: and, roughened to an amplitude of 114 inch, unless keyed. Wet or coat interface surface with a bonding agent before placing adjacent concrete. D. Control Joints: Provide control joints in walls to allow shrinkage to occur at fixed Increments of length. Allow shrinkage cracking at these .joints by grooving of the concrete face or surface and reduction of'reinforcing through the joint. E. Joints in Form Cast Members: Locate joints in slabs and beams east in forms above grade to maintain integrity of the structure and meet requirements of ACI 31 S. Joint locations must be approved by the Design Engineer. 3.5 JOINT MATERIALS AND MOISTURE BARRIERS A. Waterstops: Provide waterstops in construction joints and control joints where indicated on Drawings to term a continuous diaphragm in each joint. Fabricate field joints in waterstops in accordance with manufac:turer's printed instructions and use C5-4109-00 03310-16 CONCRETE WORK ' RU — 3/19/01 WALNUT STRI"I"T PUMP STATION CITY OI' ,11T'VERSON, MISSOI IN manufacturer's prefabricated sections at corners avid "T" intersections. Support and protect exposed waterstops during: progress of work. Cut end wall forms to puss the waterstop. Do not fold waterstop against lorm. The completed .Joint with waterstop shall provide a watertight bulkhead in the wall or slab. 13. Coordinate the installation ol'nloisture barriers with placement of forms and rcinforcing; steel, C. Install moisture barrier as detailed on the drawings and provide a minimum 6-inch overlap at joints. Carefully fit nloisturc barrier around service olviiings. Bond laps together with asphaltic tape. 3.6 INSTALLA'T'ION OF EMBEDDED ITEMS A. General: Set and build into work anchorage devices and other embedded items required for other work that is attached to. or supported by, east-in-place concrete. Use setting drawings, diagrams, instructions and directions provided by suppliers of items. Temporarily fill voids in sleeves with readily renwvable material to prevent entry of concrete. B. Edge Forms and Screed Strips for Slabs: Set edge fll►'niti or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in linished slab surface. Provide and secure units sufficiently strong to support screed equipment and methods. C. Aluminum Embedded Items: .Paint all aluminum surfaces in contact with concrete with a bituminous paint complying with SSIT Paint 12 - Cold Applied Asphaltic Mastic, 1/8-inch minimum thickness. 3.7 PREPARATION OF FORM SURFACES A. Coat contact surfaces of form with a form-release agent before reinforcement is placed. B. Apply release agent as specified in inanulacturer's directions. Do not allow excess release agent to accumulate in forms or to come into contact with concrete surfaces against which fresh concrete will be placed. C. Coat steel forms with a nonstaining, rust-preventative Iorm oil or otherwise protect against rusting. 3.8 PREPLACEMENT PREPARATION AND INSPECTION A. Before placing; concrete, inspect and complete formwork installation, reinforcing steel, and items to be embedded or cast-in. Notify other crafts to permit installation of their work, cooperate with other trades in setting embedded items. Moisten wood farms immediately before placing concrete where lornl coatings arc 110t used, except during; C54199-00 03310-17 CONCRETE: WORK RO -- 3/19/01 WAI NUT STREET PUMP STATION CI'T'Y ()F .1 I'llF 'ERSON, MISSOURI cold weather. Moisten final grade immediately before placing concrete for slab-on- gradc, except where slab is cast directly on illuisture barrier. 13. Verify immediately before placing llatwork concrete, [flat all reinforcing is secure and properly positioned; replace as necessary any support chairs found to be damaged. 3.9 CONCRE i C PLACEEMEN i' A. General: Comply with requirements of ACI 318. Do nut use concrete whici1 beco111CS nonplastic and unworkable, or does not mcct the specified iliix properties, or which has been contaminated by foreign materials. Do not use rctempered concrete. B. Mixes with Superplasticizer: Do not place superplasticiied concrete with slumps greater than 7 inches. If super-plasticized concrete slump exceeds 7 inches, the concrete may be allowed to sit in a nonrotating mixer up to 10 Minutes to allow slump adjustment. Greater lengths of sitting time will be allowed only when approvcd by the Cngineer. 11' the slump does not attain its specified slump finlits after the allowed setting tinge, the concrete may not be used in the work, unless otherwise approved by the Engineer. 1. When superplasticizei- is added at site, do not use concrete batches that arrive at the site with slumps greater than 3 inches. Add site-added superplasticizer to the concrete mix at the point of'delivery through approvcd truck-mounted dispensers and mix approximately 4 or 5 Illinutes [it mixing speed after introduction of superplasticizer. Do not use more than two closes of' admixture. T`0110w manufacturer's recommendations for re-closing. C. Conveying Equipment: Keep interior surfaces of conveying equipment free of hardened concrete, debris, water, snow, ice and other deleterious materials. Do not use alumimim for piping or chuting materials. Use 4-inch minimum pipe diameter for conveying pumped concrete. Do not pump concrete used for slabs-on-grade without superplasticizer unless approvcd by the Engineer. D. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, within limits of construction joints, until the placing, of a panel or section is completed. 1. Bring slab surfaces to correct level and strike off, take care to assure positive drainage of flatwork exposed to weather, especially when slopes are 1/4 inch per I'm or less. Use bull float, darby or highway straightedge to Icvel surface, free of humps or hollows. Do not disturb slab surlaces prior to beginning finishing operations. 2. Maintain reinforcing and waterstops in proper position during concrete placement operations. C'5-4199-00 03310-18 CONCRE.TE WORK RO — 3/19/0 1 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI F., Placing Concrete in Forms: Deposit concrete in forms in horizontal layers not deeper than 24 inches and in a manner to avoid inclined construction,joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. Do not drop concrete freely more than 60 inches for unexposed work, nor more than 36 inches in exposed work. Comply with ACI 303R and ACI 304R. I, To initiate all wall an ours and at horizontal joint in walls, spread a 1-inch to 2- p Y inch thick layer of cement mortar over damped concrete surface. ']'his mortar shall be a mixture of cement, sand, and water in the same proportions as used in the concrete but with all coarse aggregate omitted. Place fresh concrete before cement mortar has attained its initial set. F. Consolidation: Consolidate placed concrete by mechanical vibrating equipment supplemented by hand-spading, rodding or tamping to provide concrete members free of honeycomb, rock pockets and voids. Do not insert vibrators into lower layers of concrete that have begun to set. G. Cold Weather Placing: Protect concrete work from physical damage or reduced strength which could be caused by frost, freezing actions, or low temperatures. 1. When air temperature has fallen to or is expected to Tall below 40 degrees F (4 degrees C), uniformly heat. water and aggregates as necessary before mixing to obtain a concrete mixture temperature conforming to Table 3.1 of ACi 306 Report and maintain protection for minimum times as noted in 'fable 5.3 of ACI 306 Report. The rate of cooling should be gradual and should not exceed 40 degrees F per 24-hour following the cessation of heat application. 2. Do not use frozen materials or materials containing ice oi- snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3. Use only the specified non-chloride, non-corrosive accelerator in accordance with manufacturer's recommendations when early set times are needed. 4. Adjust superplasticizer dosage rate as may be necessary during cold weather to produce concrete with satisfactory finishing qualities. H. Hot Weather Placing: Protect concrete work from physical damage when hot weather conditions exist that would seriously impair quality and strength of concrete. A shorter mixing and delivery time than specified in ASTM C94 may be required during hot weather. 1. Cool ingredients before mixing as necessary to maintain concrete temperature at time of placement below 90 degrees F (32 degrees Q. Mixing water may be chilled, or chopped ice may be used to control temperature provided water equivalent of ice is calculated to total amount of iluxing. 2. Cover reinforcing steel with water-soaked burlap if' it becomes too hot, so that steel temperature will not exceed the ambient air temperature immediately before embedment in concrete. C54199-00 03310-19 CONCRETE WORK RO — 3/19/01 WALNUT STREET PUMP STATION CITY 01, J(?I FI?RSON, MISSOURI 3. Wet forms thoroughly before placing concrete. 4. During dry, windy weather, erect windbreaks and/or sunshades and protect concrete surface immediately after finishing, using log; sprays to prevent evaporation before curing is applied. 5. Use the water-reducing retarding admixture 'Type 17, as required by placing, and/or climatic conditions. 3.10 FINISH OF FORMED SURFACES A. Rough Form Finish: Use for lormed concrete surface~ not exposed-to-view in the a: 1 finish wort: or hidden by other construction, unless otherwise indicated. Provide concrete surface having texture imparted by form lacing material used, with tic holes and defective areas repaired and patched and fins and other projections exceeding; 1/4- inch in height removed. B. Smooth Form Finish: Use for formed concrete surfaces exposed-to-view, or that are to "! receive a coating or covering material tipplied directly to concrete, such as waterproofing, painting or other similar system. Provide as-cast concrete surface obtained with form facing material, arranged orderly and synlnlctrically with a minimum of'seams. Repair and patch defective areas. Completely remove fins or other projections. Fill all air pockets and voids over 3/8-inch Llianleter with sand-cement paste. Grind smooth all form offsets or fin marks. Refer to Plans for form liner profile and dimensions. 4k C. Patching: Patch holes left by form ties and surface defects less than 1-1/2 inches deep and 16 sd inches in area with a sand-cement grout. Before placing grout, remove all loose material and apply bonding agent to remaining sound concrete surfaces. Finish patch to match surrounding concrete. Cure patched areas by methods applicable for curing surrounding concrete. 1. Blend white and grey cements to produce grouts that match color of surrounding concrete exposed to view. 2. Patch or repair defective areas of concrete greater than l-1/2 inches deep or 16 sLI inches in area only with materials and methods that provide the strength and durability of surrounding sound concrete and that have been approved by the Engineer. D. Related Unformed Surfaces: At tops ol'wnlls, horizontal ofl:ticts and Llnformed surfaces occurring adjacent to formed surfaces, strike-ofT smooth .inll linish with a texture matching adjacent formed surfaces. Continue linal surface treatment of formed surfaces uniformly across adjacent Lulto►-nlcd surfaaces, miles:, otherwise indicated. 3.11 MONOLITHIC SLA13 FINISHES A. Float Finish: Apply float finish to monolithic slab surfaces to receive trowel finish and other finishes as hereinafter specified. C5-4199-00 03310-20 CONCRETE WORK L RO — 3/19/01 WAL.NU'T S'I'Rm:,1.'T PLiMP STATION CITY OF JEFFERSON, MISSOURI i. After screcding and consolidating concrete slabs, do not work surface until ready for floating. Begin Iloatfng when surface water has disappeared and when concrete has stiffened sufficiently to permit floating. finish slabs to a uniform granular textured surface having a section composite plane tolerance of ' FF25FL17 Statistical Average Value (SAV), as defined by ASTM El 155. Slope surfaces unirormly as shown on the Plans. B. 'Trowel Finish: Apply trowel finish to monolithic slab surfaces to be exposed-to-view, and slab surfaces to be covered with resilient flooring, paint or other thin film finish coating system. I. After floating, steel-trowel slab surface to a smooth, even, impervious finish free From trowel marks. Give slab surface a second steel troweling to a burnished finish, uniform in texture and appearance, having a section composite plane tolerance of FF30FL20 Statistical Average Value (SnV) for slab on grade and FF25 Statistical Average Value (SAV) for elevated slab.. as defined by ASTM EI 155. C. Scaler Finish; Slabs Exposed to View: Apply penetrating scaler to concrete slabs exposed to view in accordance with nlarulfacturer's instructions. Apply penetrating scaler to floors which are at least 28 days old and which have been thoroughly cured and are allowed to air dry. 3.12 CONCRETE CURING AND PROTECTION A. General: Protect freshly placed concrete from premature drying, excessive cold or hot temperatures, rapid temperature changes, and physical damage. B. Start curing as soon as free water has disappeared 11.0111 C011CretC sLtrlace after placing and finishing. Continue curing for at least 7 days. Avoid rapid drying, at end of curing period. C. Curing Methods: Cure concrete using one or more of the 161lowing methods as required for grade and supported slabs: 1. Keep concrete surface continuously wet by covering with water. 2. Apply continuous water-fog spray. 3. Cover concrete surface with specified absorptive cover, thoroughly saturating cover with water and keeping continuously wet. Place absorptive cover to provide coverage of concrete surfaces and edges, with 6-inch lap over adjaceni. absorptive covers. 4. Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width with sides and ends lapped at least 3 inches and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tope. When this method is C54199-00 03310-21 CONCRETI? WORK RO — 3119101 r WALNUT" ST'IZI,ET PUMP STATION CI'T'Y 0F .11-1111"71160N, MISSOURI used in combination with Method 3, the moisture-retaining sheet is placed over the absorptive cover after being saturated with water. 5. Apply membrane-firming curing compound to concrete surfaces as soon as final finishing; operations are complete (within 2 hours). Apply uniformly in continuous operation by power-spray or roller in accordance with manufacturer's directions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Prohibit pedestrian and vehicular traffic and other sources of abrasion flor at least 72 hours after compound application. Maintain continuity of coating and repair damage during; curing period. Do not use membrane-curing; compounds on surfaces which are to be covered with coating material applied directly to concrete, waterproofing, danrpproofing, membrane roofing, flooring, painting, and other coatings and finish materials, unless otherwise acceptable to Engineer. D. Curing Slabs-on-Grade: Use curing Method I, or Methods 2 and 3 simultaneously, or Methods 3 and 4 simultaneously, for a period of 7 days. E. Curing Supported Slabs: Use Methods 3, 4 or 5, as applicable. Do not use Method 3 for concrete placed on permanent metal decks. F. Curing; Formed Surfaces: Cure formed concrete surfaces, including undersides of beams, supported slabs and other similar surfaces, by keeping._', for'nls in place, or by the other curing 111etllods as specified For slabs. Shade lorms exposed to sun when air temperature exceeds 80 degrees F or keep forms cooled by continuous wetting. If farms are removed prior to .full length of curing period, continue curing by Method 5. 3.13 SFIOR.ES AND SUPPORT S A. Provide shores, supports and bracing for formwork that will perform the following Functions: I. Maintain forms in their required positions during concrete placement. ? Prevent overstressing permanent structural components. 3. Safely support formwork, concrete, construction and wind loads. 4. Permit vertical adjustments to correct For formwork deflections and settlement during concrete placement. B, Provide temporary bases for shoring and supports that limit settlements to 1/2 inch and that protects the permanent structure at shoring or support bearing; points. 3.14 REMOVAL OF SHORING, SUPPORT'S AND I"OkMS A. Do not remove shoring, supports or forms until the concrete structure has acquired sufficient strength to support its own weight and the loads imposed on it. C5-4199-00 03310-22 CONCRF?TE WORK RO — 3/19/01 WALNUT STREE'r PUMP STATION CI'T'Y 017 JEFFERSON, MISSOURI B. Carefully remove shoring, supports, forms and bulkheads to prevent spalling concrete surfaces. .Remove all form materials from the concrete structure. 3.15 REMU VAL OF FORMS A. Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50 degrees F for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form removal operations, and provided curing and protection operations are maintained. B. formwork supporting weight of concrete, such as beam .soffits, slabs and other structural elements, may not be removed in less than 14 days and until concrete has attained minimum design compressive strength. Determine potential compressive strength of in-place concrete by testing field-cured specimens representative of concrete location or members. C. Form facing material may be removed 4 days after placement ►f, and only if. shores and other vertical supports have been arranged to permit removal of form facing material Without loosening or disturbing shores and supports. 3.16 RES14ORING A. Reshore concrete elements where forms are removed prior to the specified time period. Do not permit elements to deflect or accept loads during lornl stripping or reshoring. Dorms on columns, walls, or other load-bearing members may be stripped after 2 days if loads are not applied to the members. After forms are removed, slabs and beams over 10 feet in span and cantilevers over 4 leet shall be reshored for the remainder of the specified time period in accordance with Paragraph: "Removal of Forms". Perform reshoring operations to prevent subjecting concrete nlenibrrs to overloads, eccentric loading, or reverse bending. Reshoring elements shall have the sallle load-carrying capabilities as original shoring and shall be spaced similar to original shoring. Firrilly secure and brace reshoring elements to provide solid bearing and support. 3.17 RE-USE OF FORMS A. Clean and repair surfaces of forms to be re-used in work. Split, frayed, delaniinated or otherwise damaged form facing material will not be acceptable 1'01- exposed surfaces. Apply rie\v form coating compound as specified for nrw formwork. Store plastic coaled forms and plastic form liners away from direct sunlight. 3.18 MISCELLANEOUS CONCRETE ITEMS A. Filling-In: Fill-in holes and openings left in concrete structures fir passage of work by other trades, unless otherwise shown or directed, after work of other trades is in place. 054199-00 03310-23 CONCRETE WORK RO — 3/19/01 WALNUT S7'RF.E'I' 1'[1M1' STATION CITY OF -IFFFERSON, MiSSOUitI Mix, place and cure concrete as herein specified, to blend with in-place construction. 4d Provide other miscellaneous concrete filling shown or required to complete work. B. Curbs: Provide monolithic linish to interior curbs by stripping forms while concrete is still green and steel-trowelling surfaces to a hard, dense finish with corners, intersections and terminations slightly rounded. C. Equipment Bases and Foundations: Provide machine and equipment bases and foundations with a trowelled finish, as shown on Drawings. Set anchor bolts for machines and equipment to template at correct elevations, complying with certified diagrams or templates of manufacturer furnishing machines and eCiL►lpillent. ll. Expansion Anchors: Install expansion anchors as recommended by manufacturer and with sufficient embedment to develop the yield strength ol'the anchors. L. Steel Pan Stairs: Provide concrete fill for steel s and anding an stair treads and landings,. associated items. Screed, tamp, and finish concrete surfaces as scheduled. I'. Grouting: Mix and place structural nonshrink grout in accordance with tile manufacturer's recommendations. Place grout beneath steel column baseplatcs and under other equipment and steel components shown. Clean surfaces of underside of baseplates and concrete before placing grout; roughen surface of concrete to assure bond. Use forms as required to contain grout. Place groin. in a plastic or flowable consistency to fully occupy the space between underside of*bearing and top ol'concrete. Strike off'excess grout to confirm with shape of base. 3.19 CONCRETE REPAIRS A. Submit repair procedures, including Materials and methods, to Engineer for approval. END OF SECTION 03310 C5-4199-00 03310-24 CONCIZHTE WORK ' RO — 3/19/01 WALNUT STREET PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI SECTION 04722— CUSTOM CAST STONI: PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Custom Cast Stone Parallelogram-shaped Wall Units. 2. Anchors required for attachments to concrete masonry units. B. Related Sections include the following: " Masonry Assemblies" liar flashing and drips and 1. Division 4 Section Unit M�soi y I; p coordination of CMU backup. 2. Division 8 Section "Stainless Steel Doors and Frames" for anchoring door frames. 1.3 DEFINITIONS A. Cast Stone: Architectural precast concrete building units intended to simulate natural cut limestone. B. Special Shapes: Units, other than the custom 16" x 35-5/8" x 3-5/8" with 6 degree slant parallelogram units, that are shaped for special purposes, such as returns for door jambs, quirk mitre corners, etc. 1.4 SUBMITTALS A. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for cast stone units. B. Shop Drawings: Show fabrication and installation details for cast stone units. Include dimensions; details of reinforcement and anchorages, if any; and indication of finished faces. 1. Include building elevations showing layout of units and locations of joints and anchors. C5-4199-00 04722 - 1 CUS'T'OM CAST STONE RO-- 3/19/01 WALNtT1'S'I'RE-T'r Pi.)MP STATION CITY OV JEFF RSON, MISSOURf C. Samples for Initial Selection: 1. Two each actual sized samples of parclllelogr.lrin-sl5 upccl and quirk-shaped units, of texture and color required for this project. 2. For colored mortar, showing the full range of colors available. D. Samples far Verification: For each mortar color required. showinL,, the full range expected ill the finished construction, Make sarn►ples using the same sand and mortar ingredients to be used on Project. Label samples to indicate type and amount of colorant used. E. Qualification Data: For firms and persons specified in "Quality Assuranec" Article to demonstrate their capabilities and experience. Include lists of'completed projects with project names and addresses, names and addresses of architccts and owners, and other information specified. F. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of cast stone with requirements indicated. 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: A firm experienced in inanufacturing cast stone units similar to those indicated for this Project and «-ith a record of successful in-service performance, as well as sufficient production capacity to nlanufacture required units. B. Testing Agency Qualifications: An independent testing agency qualified according to ASTM E 329 to conduct the testing indicated, as documented according to ASTM E 548. C. Source Limitations for Cast Stone: Obtain cast stone units through one sor.n-ce from a single manufacturer. D. Source Limitations for Mortar Materials: Obtain mortar ingredients of a uniform ; quality, including color, from one manufacturer For each ccmentitious component and from one source or producer for each aggregate. 1.6 DELIVERY, S'T'ORAGE, AND HANDLING A. Pack, handle, and ship cast stone units in suitable packs or pallets. 1. Lift with wide-belt slings; do not use wire rope or ropes that might cause staining. Move cast stone units, if required, using dollies with wood supports. 2. Store cast stone units on wood skids or pallets with nonstaining, waterproof covers. Arrange to distribute weight evenly and to prevent damage to units. Ventilate under covers to prevent condensation. 054199-00 04722 - 2 CUSTOM CAST STONE RO — 3/19/01 WALNUT STREET P(.IMP SrA'rION CITY OF' JEFFERSON, MISSOURI B. Store installation materials on elevated platforms, under cover, and in a dry location. C. Store mortar aggregates where grading and other required eharacteristics can be maintained and contamination avoided. 1.7 COORDINATION A, Coordinate production and delivery of cast stone with unit masonry work to rninhilize the need for on-site storage and to avoid delaying the Work, 1.8 MOCK UP A. Provide 4' x 4' mock up of wall including; reinforcing to CMU, flashing, insulation and one exterior corner. Mock up may remain part or project il'approved by Architect. PART 2 - PRODIJus 2.1 MANUFACTURERS URERS A. Basis of Design Manufacturer: Continental Cast Stone Manufacturing, Ine., or equal - parallelogram shaped 16" x 35-5/8" x 3-5/8" with 6 degree slant units and special shapes, Color #1102. Subject to compliance with requirements, additional manufacturers will be accepted provide their products meet or exceed aesthetic and quality performance of Basis of Design product. 2.2 CAS'r STONE MA'rERIALS A. General: Comply with ASTM C 1364 and the following: B. Portland Cement: ASTM C 150, Type 1, containing not more than 0.60 percent total alkali when tested according to ASTM C 114. C. Coarse Aggregates: Granite, quartz, or limestone complying with ASTM C 33; gradation as needed to produce required textures. D. I ine Aggregates: Manufactured or natural sands complying with ASTM C 33, gradation as needed to produce required textures. E. Air-Entraining Admixture are prollibited. R Embedded Anchors and Other Inserts: Fabricated from stainless steel complying with AS'rM A 276 or ASTM A 666, 'Type 304. C5-4199-00 04722 - 3 CUSI"OM CAST STONE RO —3/19/01 WAi.NUT STREET PUMP STATION C'TTY Of ,II i'1 1 IZS()N, MISSOURI 2.3 CAST STONE UNI'T'S A. Provide cast stone units complying with ASTM C' 1364. 1. Provide units that are resistant to freezing and thawing as determined by laboratory testing according to ASTM (' 660, Procedurrc A, as modified by ASTM C 1364, B. Fabricate units with details accurately reproduced with indicated texture on all exposed surfaces, unless otherwise indicated. 1. Provide kerf�on each side of unit to receive anchor kerl'or dowel inserted through anchor. 2. Slope exposed horizontal surfaces at least 1 :12, unless otherwise indicated. 3. Provide raised fillets at backs of sills and at ends indicated to he built into jambs. 4. Provide drips on projecting elements, unless otherwise indicated. C. Cure and finish units as follows: 1. Cure units in totally enclosed curing room under dense Cog and water spray at 95 percent relative humidity for 24 hours. 2. Yard cure units until the sum ol'the mean daily temperatures for each clay equals or exceeds 350 deg 1 . 3. Acid etch units to remove cement film Iron surfaces indicated to he finished. D. Properties: 1. Absorption a. Comply with ASTM C 1 195 b. 6%j max for product at 28 clays. Ts. Colors and 'Textur'es: Match Architect's samples. F. No bUgholes or air voids will be permitted visible tram 5 feat. 2.4 MORTAR MATT Ii IA1..S A. Portland Cement: ASTivl C 150, T'yhc 1 or 11, except 'I yTe III may be used for cold- weather construction. Provide natural color, while, or a blend to produce mortar color indicated. 13. Hydrated l.,imc: ASTIM C 207, 'Type S. C. Portland Cement-Lin►e Mix: Packaged blend of portland cement complying tivith ASTM C 150, "Type i or Type 111, and hydrated lima complying with ASTM C 207, Af. C5-4199-00 04722 - 4 CUSTOM CAST STONE RO -- 3/19/01 WALNUT S'ITZEE T PUMP STATION CITY 0 JF l'I.RSON, MISSOURI 1. For pigmented mortars, use colored portlatnd cement-lime mix of formulation required to produce color indicated or. if' not indicated, as selected from rnanutacturer's standard) formulations. Pigments shall not exceed 10 percent of portland cement by weight for mineral oxides or 2 percent 1'or carbon black. D, Mortar Aggregate: ASTM C 144, I. Colored-Mortar Aggregates: Natural, colored sand or ground marble, granite, or other sound stone; as required to match Architect's sample. I . Mortar Pigments: Natural and synthetic iron oxides and chromium oxides, compounded t'or use in mortar mixes. Use only pigments with record of satisfactory pert2lrmanee in masonry mortars. r F. Water: Potable. 15 ACCLSSORILS A. Anchors: Kerf anchors or cast stone anchors with dowels. fabricated From stainless steel complying with ASTM A 276 or ASTM A 666, 'Type 304. 13. Dowels: Round stainless-steel bars complying with ASTM A 276. "Type 304. 1/2-inch (12-nim)diameter. C. Proprietary Acidic Cleaner: Manufacturer's standard-strength, gcrleral-purpose cleaner designed for removing mortar/grout stains, ef'llorescence, and other construction stains front new masonry surfaces without discoloring or clanlaging masonry surfaces; expressly approved for intended use by cast stunt manufacturer and expressly approved by cleaner manufacturer for List on cast stone and adjacent masonry materials. 1. Products: Subject to compliance with requirements, provide one ol'the Following: a. 202 New Masonry Detergent: Diedrich 'Technologies, Inc. b, Sure Klean No. 600 Detergent: ProSoC'o, Inc. C. Or equal. 2.6 MORTAR MIXE'S A. Scatting Mortar: Comply with ASTM C 270, Proportion Specification, Type S. 1. Limit. cenlentitious materials to Portland cement and linle. 2. Pigmented Mortar: Select and proportion pigments with other ingredients to produce color rCduired. Do not CaCCed pigment-to-cement ratio of 1 :10, by weight. C5-4190-00 04722 • 5 CUS"R.A1 CAST STONE; RO —3/19/01 WALNUT STREE;r PUMP STATION CI'T'Y 01"JUT'ERSON, MISSOLIRI 3. Packaged Portland Cement-Lime Mix Mortar: Use portland cement-lime mix of selected color. 2.7 SOURCE QUALITY CONTROL, A. Employ an independent testing agency to Sarnple and test cult Stone units according to ASTM C 1364. 1. Include testing for freezing and thawing resistance. PART 3 - EXECU'T'ION 3.1 EXAMINA"LION s A. Examine substrates and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of cast stone. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INS'T'ALLA'T'ION A. Set cast stone as indicated on Drawings. Coursing shall be as shown on drawings. Install anchors, supports, fasteners, and other attachments indicated or necessary to secure units in place. Set units accurately in locations indicated with edges and laces aligned according to established relationships and indicated tolerances. B. Drench units with clear water just before setting. C. Set units in full bed of mortar with full head joints, unless otherwise indicated. Securely fasten anchors to CMU per rnanufacturer's instructions. 1. Fill dowel holes and anchor slots with mortar. 2. Fill collar joint solid as units arc set. 3. Build concealed flashing into mortar joints as units are set. D. Rake out joints for pointing with mortar to depths of not less than 3/4 inch (19 rnm). Rake joints to uniform depths with square bottoms and clean sides. Scrub faces of units to remove excess mortar as joints are raked. E. Point mortar joints by placing and compacting mortar in layers not greater than 3/8 inch (10 mm). Compact each layer thoroughly and allow to become thumbprint hard before applying next layer. C5-4199-00 04722 - 6 CUSTOM CAST S'T'ONE RO —3/19/01 WALNUT STREET PUMP STATION CITY OF .JIFFIRSON, MISSOURI F. Tool exposed joints slightly concave when thumbprint hard, using; a jointer larger than joint thickness, unless otherwise indicated. G. Provide expansion, control, and pressure-relieving joints of widths and at locations indicated. 1. Sealing of joints is specified in Division 7 Section "Joint Sealants." 2. Keep joints free ofmortar and other rigid materials. 3.3 INSTALLATION TOLERANCES A. Variation from Plumb: Do not exceed 1/8 inch in 10 feet (3 mm in 3 m) or 1/4 inch in 20 feet (6 mm in 6 m) or more. B. Variation from Level: Do not exceed 1/8 inch in 10 feet (3 mm in 3 na), 1/4 inch in 20 feet (6 mm in 6 m), or 3/8 inch (9 mm) maximum. C. Variation in Joint Width: Do not vary joint thickness more than 1/8 inch in .36 inches (3 mm in 900 mm) or one-fourth of nominal joint width, whichever is less. D. Variation in Plane between Adjacent Surfaces (Lipping); Do not exceed 1/16-inch (1.1-nam) difference between planes ofadjacent units or adjacent surfaces indicated to be flush with units. 3.4 ADJUSTING AND CLEANING A. Remove and replace stained and otherwise damaged units and units not matching approved Samples. B. Replace units in a manner that results in cast stone matching approved Samples, complying with other requirements, and showing no evidence of replacement. NC. In-Progress Cleaning: Clears cast stone as work progresses. lZemove mortar fins and smears before tooling joints. D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed cast stone as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Protect adjacent surfaces from contact with cleaner by covering them with liquid strippable masking agent, polyethylene film, or waterproof masking tape. 3. Wet wall surfaces with water before applying cleaners, remove cleaners promptly by rinsing thoroughly witli clear water. lie C5-4199-00 04722 - 7 CUSTOM CAST STONE RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JCf�I?T=.ItSON, MISSOURI 4. Clean cast stone with proprietary acidic; cleaner applied accorditi9 to manufacturer's written instructions. END OF SECTION 04722 C5-4129-00. 04722. S CUS'l'niv1.CAST'S'IOIVG: IZO'O-3/19/01 t. _ WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 04810 - UNIT MASONRY ASSEMBLIES PART I - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes unit masonry assemblies consisting of the following: 1. Concrete masonry units. 2. Mortar and grout. 3. Reinforcing steel. 4. Masonry joint reinforcement. 5. Ties and anchors. 6. Embedded flashing and drip edges. 7. Miscellaneous masonry accessories. 8. Cavity-wall insulation. B. Related Sections: 1. Division 4 Section "Cast Stone Units." 1.3 PERFORMANCE REQUIREMENTS A. Provide unit masonry that develops the following net-area compressive strengths (fm) at 28 days. Determine compressive strength of masonry from net-area compressive strengths of masonry units and mortar types according to Tables 1 and 2 in ACI 530.1/ASCE 6/1'MS 602. 1.4 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 Reinforcement." Show elevations of reinforced walls. C. Material Test Reports: From a qualified testing agency indicating and interpreting test results of the following for compliance with requirements indicated: C54199-00 04810 - l UNIT MASONRY ASSEMBLIES RO - 03/19/01 WALNUT STREET PUMP S'T'ATION CITY 01,.iE l7ERSON, MISSOURI 1. Each type of masonry unit required. a. Include test results, measurements, and calculations establishing net-area compressive strength of masonry units. 2. Mortar complying with property requirements of AS'T'M C 270. 3. Grout mixes complying with compressive strength requirements of AS'I'M C 476. Include description of type and proportions of grout ingredients. D. List of Materials Used in Constructing Mockups: List generic product names together With manufacturers, manufacturers' product names, model numbers, lot numbers, batch numbers, source of supply, and other information as required to identify materials used. Include mix proportions for mortar and grout and source of aggregates. 1 . Submittal is for information only. Neither receipt of list nor approval of mockup constitutes approval of deviations from the Contract Documents, unless such deviations are specifically brought to the attention of the Architect and approved in writing. 1.5 QUALITY ASSURANCE A. 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 characteristics, through one source from a single manufacturer for each product required. B. Source Limitations for Mortar Materials: Obtain mortar ingredients of a uniform quality, including color for exposed masonry, from one manufacturer For each cementitious component and from one source or producer for each aggregate. C. Fire-Resistance Ratings: Where indicated, provide materials and construction Identical to those of assemblies with fire-resistance ratings determined per ASTM E 1 19 by a testing and inspecting agency, by equivalent concrete masonry r thickness, or by another means, as acceptable to authorities having.jurisdiction. D. Preinstallation Conference: Conduct conference at Project site prior to start of installation. 171. Mockups: Before installing unit masonry, build mockups to verify selections made under sample Submittals and to demonstrate aesthetic effects and qualities of materials and execution. Build mockups to comply with the following requirements, using materials indicated for the completed Work: 1. Locate mockups in the locations Indicated or, if not indicated, as directed by Architect. 2. Build mockup of typical wall area as shown on Drawings. C54199-00 04810 - 2 UNIT MASONRY ASSEMBLIES RO - 03/19/01 WALNUT STREET PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI 3. Build mockup of exposed unit masonry construction sized approximately 48 inches (1200 mm) long by 48 inches (1200 mm) high by full thickness, including Cast-stone face and backup wythcs and accessories. Include a sealant-filled joint at least 16 inches (400 mm) long in each mockup. 1.6 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, securely tied. If units become wet, do not install until they are dry. 13. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp. C. Deliver pre-blcnded, dry mortar mix in moisture-resistant containers designed for lifting and emptying into dispensing silo. Store pre-blended, dry mortar mix in delivery containers on elevated platforms, under cover, and in n dry location or in a metal dispensing silo with weatherproof cover. D. Store masonry accessories, including metal items, to prevent corrosion and accumulation of dirt and oil. 1.7 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 (600 mm) down both sides and hold cover securely in place. 2, where one wyythe of multiwythe masonry walls is completed in advance of other wythes, secure cover a minimum of 24 inches (600 mm) down face next to unconstructed wythe and hold cover in place. 13. 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 rout, mortair, and soil froin staining the face of masonr to b b y 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 surfiice. 2. Protect sills, ledges, and projections from mortar droppings. 3. Protect surfaces of window and door frames, as well is sirnilar products with painted and integral finishes, froin mortar droppings. C5-4199-00 04810 - 3 UNIT" MASONRY ASSEMBLIES R0 - 03/19/01 WALNUT STREET PUMP STATION CITY 01 JEFFERSON, MISSOURI 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 built. on frozen substrates. Remove and replace unit masonry damaged by frost or by freezing conditions. Comply with cold-weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. 1. Cold-Weather Cleaning: Use liquid cleaning methods only when air temperature is 40 deb F (4 deg C) and above and will remain so until masonry has dried, but not less than 7 days after completing cleaning. E. Flot-Weather Requirements: Protect unit masonry work when temperature and humidity conditions produce excessive evaporation of water from mortar and grout. Provide artificial shade and wind breaks and use cooled materials as required. 1. When ambient temperature exceeds 100 deg F (38 deg C), or 90 deg F (32 deg C) with a wind velocity greater than 8 mph (l 3 km/h), do not spread mortar beds more than 48 inches (1200 mm) ahead of masonry. Set mason), units within one minute of spreading mortar. PART 2 - PRODUCTS 2.1 CONCRETE MASONRY UNITS A. General: Provide shapes indicated and as follows: I. Provide special shapes for lintels, corners, jambs, sash, control joints, headers, bonding, and other special conditions. 2. Provide bullnose units for outside corners, unless otherwise indicated. B. Concrete Masonry Units (CMU-1): ASTM C 90 and as fellows: 1. Unit Compressive Strength: Provide units with minimum average net-area compressive strength of 1900 psi (13.1 MPa). 2. Weight Classification: Normal weight, unless otherwise indicated. 3. Provide Type 1, moisture-controlled units. 4. Size (Width): Manufactured to the following dimensions: a. 4 inches (102 mm) nominal; 3-5/8 inches (92 mm) actual. b. 8 inches (203 mm) nominal; 7-5/8 inches (194 mm) actual. 5. Exposed Faces: Manufacturer's standard color and texture, unless otherwise indicated. a. Where units are to be left exposed, provide color and texture matching the range represented by Architect's sample. C54199-00 04810 - 4 UNIT MASONRY ASSEMBLIES RO - 03/19/01 WALNUT STRBET PUMP STATION CITY OF JEFFERSON, MISSOURI 2.2 MORTAR AND GROUT MA"TIRIALS A. Portland Cement: ASTM C 150, Type 1 or 11, except Type III may be used for cold- weather construction. Provide natural color or white cement as required to produce mortar color indicated. B. Hydrated Lime: ASTM C 207, Type S. C. Portland Cement-Lime Mix: Packaged blend of Portland cement complying with ASTM C 150, 'Type 1 or Type III, and hydrated lime complying with ASTM C 207. 1. For pigmented mortar, use a colored cement formulation as required to produce the color indicated or, if' not indicated, as selected from manufacturer's standard formulations. a. Pigments shall not exceed 10 percent of portland cement by weight for mineral oxides nor 2 percent for carbon black. D. Aggregate for Grout: ASTM C 404. E. Mortar Pigments: Natural and synthetic iron oxides and chromium oxides, 1 compounded for use in mortar mixes. Use only pigments with a record of satisfactory performance in masonry mortar. F. Water: Potable. 2.3 REINFORCING STEEL A. Uncoated Steel Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 400). 2.4 MASONRY JOINT REINFORCEMENT A. General: ASTIvI A 951 and as follows: 1. Hot-dip galvanized, carbon-steel wire for both interior and exterior walls. 2. Wire Size for Side Rods: W2.8 or 0.188-inch (4.8-mm). 3. Wire Size for Cross Rods: W2.8 or 0.188-inch (4.8-mm) diameter. 4. Provide in lengths of not less than 10 feet (3 m), with prefabricated corner and tee units where indicated. B. For single-wythe masonry, provide truss type with single pair of side rods and diagonal cross rods spaced not more than 16 inches (407 mm) o.c. 2.5 TIES AND ANCHORS, GENERAL A. General: Provide ties and anchors, specified in subsequent articles, made from materials that comply with this Article, unless otherwise indicated. C5-4199-00 04810 - 5 UNIT MASONRY ASSEMBLIES RO - 03/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI B. Stainless-Steel Wire: ASTM A 580/A 580M, Type 304 or 316. C. Stainless-Steel Sheet: ASTM A 666, Type 304 or 316. D. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. EMBEDDED 2.6 FMBLDDED I LASHING AND FULL EDGE FLASHING A. Rubberized-Asphalt Flashing: 1. Manufacturer's standard composite flashing product consisting of a pliable and highly adhesive rubberized-asphalt compound, bonded to a high-density, cross- laminated polyethylene film to produce an overall thickness of 0.040 inch (1.0 mm). 2. Products: Subject to compliance with requirements, provide one of'the following: a. Dur-O-Barrier; Dur-O-WaI, Inc. b. Perm-A-Barrier Wall Flashing; WR Grace & Co. C. Textroflash; Hohmann & Barnard, Inc. d. Or equal. B. Full—Edge Drip Flashing: 1. Type 304 Stainless Steel, cold formed, with a 2B to 2D finish. Drip edge of , flashing is hemmed 3/8". 2. Products: Subject to compliance with requirements, provide one of the following: ti a. Dur-O-WaI, Inc.; Product— Stainless Steel Drip Full Edge. b. Illinois Product Corp.; Product— IPCO Stainless. C. Or equal. C. 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, to drip edge and to substrates. 2.7 MISCELLANEOUS MASONRY ACCESSORIES A. Compressible Filler: Premolded tiller strips complying with ASTM D 1056, Grade 2A1; compressible up to 35 percent; of width and thickness indicated; formulated from neoprene or urethane. B. Preformed Control-Joint Gaskets: Material as indicated below, designed to fit standard sash block and to maintain lateral stability in masonry wall; size and configuration as indicated. 1. Styrene-Butadiene-Rubber Compound: ASTM D 2000, Designation M2AA-805. r C. Bond-Breaker Strips: Asphalt-saturated, organic roofing felt complying with ASTM D 226, Type I (No. 15 asphalt felt). C54199-00 04810 - 6 UNIT MASONRY ASSEMBLIES RO - 03/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI D. Plastic Weep Vent: One-piece flexible extrusion made from UV-resistant polypropylene copolymer, designed to till head joint with outside face held back 1/8 inch (3 mm) from exterior face of masonry, in color selected from manufacturer's standard. E. Cavity Drainage Material: 1. 2-inch- (50-mm-) thick (thickness of air space at cavity) , minimum 8" high free- draining mesh; made from polyethylene strands and shaped to avoid being clogged by mortar droppings. 2. Product: a. Mortar Net; Mortar Net USA, Ltd. b. Mortar Maize; Advanced Building Products, Inc. C. Or equal. F. Reinforcing Bar Positioners: Wire units designed to fit into mortar bed joints spanking masonry unit cells with loops for holding reinforcing bars in center of cells. Units are formed from 0.142-inch (3.6-mm) 0.187--inch (4.8-mm) steel wire, hot-dip galvanized after fabrication. 1. Provide units with either two loops or four loops as needed for number of bars indicated. 2. Products: a. D/A 811; Dur-O-WaI, Inc. b. D/A 816; Dur-O-WaI, Inc. C. No. 376 Rebar Positioner; Heckman Building Products, Inc. d. #RB Rebar Positioner; Hohmann & Barnard, Inc. e. #RB-Twin Rebar Positioner; Hohmann & Barnard, Inc. f. Double O-Ring Rebar Positioner; Masonry Reinforcing Corporation of America. g. O-Ring Rebar Positioner; Masonry Reinforcing Corporation of America. h. Or equal. 2.8 CAVITY-WALL INSULATION 1 A. Polyisocyanurate Board Insulation: Aluminum-foil-faced, glass-fiber-reinforced, rigid, cellular, polyisocyanurate thermal insulation complying with ASTM C 1289, Type 1, Class 2. B. Adhesive: Type recommended by insulation board manufacturer for application indicated. C5-4199-00 04810 - 7 UNIT MASONRY ASSEMBLIES RO - 03/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 2.9 MASONRY CLEANERS A. Manufacturer's stand ard-strengt11 cleaner designed f'or removing mortar/grout stains, efflorescence, and other new construction stains from new masonry without discoloring or damaging masonry surfaces. Use product expressly approved for intended use by cleaner manufacturer and manufacturer of masonry units being cleaned. Verify use with manufacturer prior to using on pigmented mortar. 2.10 MORTAR AND GROUT MIXES A. General: Do not use admixtures, including pigments, air-entraining agents, accelerators, retarders, water-repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. 1. Do not use calcium chloride in mortar or grout. B. Mortar for Unit Masonry: Comply with ASTM C 270, "Type N, Proportion Specification. 1. Limit cementitious materials in mortar to portland cement and lime. 2. For masonry below grade, in contact with earth, and where indicated, use Type S. 3. For reinforced masonry and where indicated, use Type S 4. For exterior, above-grade, load-bearing and non-load-bearing walls and parapet walls; for interior load-bearing walls; for interior non-load-bearing partitions; and for other applications where another type is not indicated, use Type N. 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 lift and pour height. 2. Provide grout with a slump of 8 to 11 inches (200 to 280 mm) as measured according to ASTM C 143. I ART 3 - EXECUTION 3.1 EXAMINATION A. Examine conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. B. Before installation, examine rough-in and built-in construction to verify actual f locations of piping connections and other wall penetrations. C54199-00 04810 - 8 UNIT MASONRY ASSEMBLIES RO - 03/19/01 WAi..NUT STRi-'ET PUA41' STATION CiTY OF JI:FFEIZSON, MISSOURI 3.2 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. C. Leave openings for equipment to be installed before completing masonry. After installing equipment, complete masonry to match the construction immediately ® adjacent to the opening. I� D. Cut masonry units with motor-driven saws to provide clean, sharp, unshipped 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. 3.3 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 expansion and control joints, do not vary from plumb by more than 1/4 inch in 20 feet (6 mm in 6 m), nor 1/2 inch (12 mm) maximum. C. For vertical alignment of exposed head joints, do not vary from plumb by more than 1/4 inch in 10 feet (6 mm in 3 m), nor 1/2 inch (12 mm) 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 (6 mm in 6 m), nor 1/2 inch (12 mm) maximum. I . For exposed bed joints, do not vary from thickness indicated by more than plus or minus 1/8 inch (3 mrn), with a maximum thickness limited to 1/2 inch (12 mm). Do not vary fi-om bed joint thickness of adjacent courses by more than 1/8 inch (3 mm). F. For exposed head joints, do not vary from thickness indicated by more than plus or minus 1/8 inch (3 mm). Do not vary from adjacent bed joint and head-joint thicknesses by more than 1/8 inch (3 mm). 3.4 LAYING MASONRY WALLS A. Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint thicknesses and for accurate location of openings, movement-type joints, returns, C54199-00 04810 - 9 UNIT MASONRY ASSEMBLIES R0 - 03/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI and offsets. Avoid using less-than-half-size units, particularly at corners,,jambs, and, where possible, at other locations. B. Lay concealed masonry with all units in a wythe in running; bond or bonded by lapping not less than 2 inches (50 mm). Bond and interlock each course of each wythe at corners. Do not use units with less than nominal 4-inch (100-mm) horizontal face dimensions at corners or jambs. C. Stopping and Resuming Work: In each course, rack back one-half-unit length for one- half running bond or one-third-unit length for one-third running bond; 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. D. 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. E. Fill space between hollow-metal frames and masonry solidly with mortar, unless otherwise indicated. F. 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. G. Fill cores in hollow concrete masonry units with grout 24 inches (600 mm) under bearing plates, beams, lintels, posts, and similar items, unless otherwise indicated. 3.5 MORTAR BEDDING AND JOINTING A. Lay hollow masonry units as follows: 1. With full mortar coverage on horizontal and vertical face shells. a 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. 3. For starting course on footings where cells are not grouted, spread out full mortar bed, including areas under cells. 4. 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. B. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than the joint thickness, unless otherwise indicated. ' 3.6 CAVITIES A. Keep cavities clean of mortar droppings and other materials during construction. Strike joints facing cavities flush. C54199-00 04810 - 10 UNIT MASONRY ASSEMBLIES ' RO - 03/19/01 WALNUT STREET PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI 1. 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. Installing Cavity-Wall Insulation: Place small dabs of adhesive, spaced approximately 12 inches (300 mm) o.c. both ways, on inside lace 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 insulation and masonry. C. Installing Cavity Drainage Material: Place cavity drainage material flush against insulation above all areas of flashing. 3.7 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 (16 mm) on exterior side of walls, 1/2 inch (13 mm) elsewhere. Lap reinforcement a minimum of 6 inches (150 min). 1. Space reinforcement not more than 16 inches (406 mm) o.c. 2. Space reinforcement not more than 8 inches (203 mm) o.c. ill foundation walls and parapet walls. 3. Provide joint reinforcement 8 inches (203 mm) above and below wall openings and extending 12 inches (305 mm) 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 continuity at returns, offsets, column fireproofing, pipe enclosures, and other special conditions. 3.8 CONTROL AND EXPANSION JOINTS A. General: Install control and expansion joints in unit masonry where indicated. Build- ill 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. ' C54199-00 04810 - 11 UNIT MASONRY ASSEMBLIES RO - 03/19/01 WALNUT Smu,'T PUMP STATION CITY OF JF'. FERSON, MISSOURI 3.9 LINTELS A. Provide masonry lintels where shown and where openings of more than 24 inches (610 min) for block-size units are shown without structural steel or other supporting lintels. 1. Provide precast lintels made from concrete matching concrete masonry units in e color, texture, and compressive strength and with reinforcing bars indicated or required to support loads indicated. Cure precast lintels by the same method used For concrete masonry units. 3.10 FLASHING, WEEP MOLES, AND VENTS A. General: Install embedded flashing and weep holes in masonry at first course, shelf' angles, lintels, ledges, other obstructions to downward flow of water in wall, and where indicated. B. Prepare masonry surfaces so they are smooth and free from projections that could puncture flashing. Unless otherwise indicated, place through-wall flashing on sloping bed of mortar and cover with mortar. Before covering with mortar, seal penetrations in flashing with adhesive, sealant, or tape as recommended by flashing manufacturer. C. Install flashing as follows: 1. At multiwythe walls, including cavity walls, extend flashing from exterior face of inner wythe of masonry, through outer wythe of cast stone to edge of stainless steel drip edges. 2. At lintels and shelf angles, extend flashing a minimum of'4 inches into masonry at each end. At heads and sills, extend flashing 4 inches at ends and turn flashing tip not less than 2 inches. D. Install weep vents in the head joints in exterior wythes of the first course of cast stone t immediately above embedded flashing and as follows: 1. Use plastic weep vents to form weep holes. 2. Space weep vents 24 inches (600 mm) o.c. 3. Place cavity drainage material immediately above flashing in cavities. 3.11 REINFORCED UNIT MASONRY INSTALLATION A. Temporary Formwork and Shores: Construct formwork and shores to support reinforced masonry elements during construction. 054199-00 04810 - 12 UNIT MASONRY ASSEMBLIES ' RO - 03/19/01 1 WALNUT STREET PUMP S'T'ATION CI'T'Y OF JEFFERSON, MISSOURI 1. Construct formwork to contbrin 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 farms 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 of ACI 530.1/ASCE 6/TMS 602. C. Grouting: Do not place grout until entire height of masonry to be grouted has attained sufficient strength to resist grout pressure. 1. 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. 3.12 REPAIRING AND CLEANING A. Remove and replace masonry units that are loose, chipped, broken, stained, o;, otherwise damaged or that do not match adjoining units. Install new units to match adjoining units; install in fresh mortar, pointed to eliminate evidence of replacement. 1 B. In-Progress Cleaning: Clean unit masonry as work progresses by dry brushing to remove mortar Fins and smears before tooling joints. 3.13 MASONRY WASTE DISPOSAL 1 A. Recycling: Unless otherwise indicated, excess masonry materials are Contractor's property. At completion of unit masonry work, remove from Project site. END OF SECTION 04810 C5-4199-00 04810 - 13 UNIT MASONRY ASSEMBLIES RO - 03/19/01 WALNUT STREET PUMP STATION CITY OF- JEFFERSON, MISSOURI SECTION 05120 - STRUCTURAL STEEL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Extent of structural steel work is shown on drawings. Structural steel is that work defined in American Institute of Steel Construction (AISC) "Code of Standard Practice" and as otherwise shown on drawings. 1. Miscellaneous metal fabrications and metal roof decking, are specified elsewhere: in Division 5. 2. Installation of anchor bolts is specified in Division 3, Section "Concrete Work." 3, Finish Painting is specified in Division 9, Section "Painting." B. Delete AISC Code of Standard Practice Paragraph 3.4 and substitute the following: "Plans have been made to scales adequate to present information for detailing and construction. Presentation of bid proposal is an indication of acceptance of plans at scales as shown." 1.3 SUBMITTALS A. Product Data: Submit producer's or manufacturer's specifications and installation instructions for all products specified. Include certified copies of mill reports covering chemical and physical properties, laboratory test reports and other data to shoe compliance with specifications and specified standards. B. Shop Drawing Preparation: Prepare and check shop drawings showing complete details and schedules for fabrication and assembly of structural steel and all other materials specified in this Section. 1. Shop drawings shall include, but not be limited to, the following: ' a. Erection Plans, Elevations and Details, with iece marks identifying locations P of fabricated members or pieces b. Member or piece details (shop tickets) C5-4199-00 05120-1 STRUCTURAL STEEL RO— 3/19/01 WALNUT STREET" PUMP STA'T'ION CI'T'Y OF JEFFEERSON, MISSOURI c. Base plates and anchor bolts d. Details of cuts, connections, camber, holes and other pertinent data e. Size, length and type of each weld - Use standard AWS A2.4 symbols f. Surface preparation requirements g. Paint type and manufacturer h. Painting requirements including block-out at flaying surfaces L Material designation j. Bolt types and sizes , k. Setting drawings and directions for installation of anchor bolts and other anchorages to be installed by others. 2. Verify by taking on-site measurements, dimensions for existing conditions and for items requiring coordinating with other traders belorc Fabrication. Show dimensions on the shop drawings and note that they have been verified. 3. Do not reproduce design drawings for use as part of the shop drawings without written permission of the Engineer who prepared the design. When permission is granted for their use, they may only be used 1'or erection drawings. 4. Include details, schedules, procedures and diagrams showing consideration for the sequence of erection and bracing necessary for stability during construction. 5. Design of Members and Connections: Details shown are typical; similar details apply to similar conditions, unless otherwise indicated. Acceptable types of connections indicated on drawings. 6. Design modifications may be made only as necessary to meet field conditions and to ensure proper fitting of the work, and only as acceptable to the Owner. Maintain general design concept shown without increasing or decreasing sizes of' members or altering profiles and alignment shown. Provide complete design calculations and drawings prepared by registered professional engineer if design modifications are anticipated, ' C. Shop Drawing Submittal: The Contractor shall review and approve the submittals before transmitting to the Engineer. Submit shop drawings ,in phases to expedite review and release to the shop for fabrication. r I. The Contractor's review indicates his verification and responsibility for: a. Field measurements b. Construction criteria c. Interface coordination with all other construction d. Quantities e. Accuracy and fit 1'. Dimensions and location for items in the work with identification where interference may occur C54199-00 05120-2 S'T'RUCTURAL STEEL r RO — 3/19/01 WALNUT STRI ET PUMP STATION CITY OF .11-1I"FE'RSON, MISSOURI g. Welding procedures h. Verification that shop drawings have been checked i, Verification that submittal includes all information required by the construction documents D. Owner's Shop Drawing Review: I. Engineer will review submitted shop drawings and apply review stamp for conformance to Contract DOCUtllents and general design features as follows: a. Material designation and description b. Member sire and weight designation fir required locations c. Plate thicknesses d, Bolt types, sizes, and finish e. General control dimensions f'. Weld types and sizes g. Member camber h. Connection details i. Surfiace preparations (cleaning;) j. Shop painting requirements 2. Should it become evident that the shop drawings are being submitted to the Owner with signs of not having been properly checked, they will be returned without review. 3. Deviations from Contract Documents will not be reviewed unless a request in writing is made by the Contractor for approval of the deviation before shop drawing submittal. 4. Review on resubmission will cover only designated changes on the submittal or those clearly identified by encirclement. e E. Shop Drawing Changes: When corrections or changes are noted on the shop drawings during review and the Contractor feels these are beyond the scope of the Contract Documents and will result in all extra cost to the Owner, lie shall call these items to the attention of the Owner for written authorization before proceeding with these corrections or changes. Proceeding with corrections or changes without notification confirms that there will be no extra cost to the Owner. I'. Quality Control Reports: Submit testing and inspection reports for high-strength bolted and welded connections simultaneously to the Engineer and Contractor on the ' same day tests and inspections are made. Include data on type(s) of tests conducted, test results, and work required and performed to correct deficiencies. 1.4 QUALiTY ASSURANCE, ' C5-4199-00 05120-3 STRUCTURAL STEEL RO — 3/19/01 WALN(. T S'T"RE T PUMP STATION CI'T'Y OF Ji P'Fi.;RSUN, MISSOURI A. Codes and Standards: Comply with provisions of following, except as modified oil 4d drawings or herein: I i. AISC --- Code of Standard Practice for Steel Buildings and Bridges (Sept. 1, 1986). Where exposed members are designated to receive special surfaces and handling consideration, comply with the requirements of the section oil r Architecturally Exposed Structural Steel (AESS). 2. AISC-ASD Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildings, (June I, 1989) including "Commentary" and Supplements thereto as issued. 3. RCSC --- Specifications for Structural Joints Using ASTM ,A325 or A490 Bolts (Nov. 13, 1985) approved by the Research Council on Structural Connections (RCSC) of the Engineering Foundation and endorsed by A1SC, hereafter referred to as the "Bolting Spec". 4. AWS Dl.l --- American Welding Society "1990 •- Structural Welding Code - Steel" 5. ASTM -- AGCieneral Requirements for Delivery of Rolled Steel Plates, Shapes, ' Sheet Piling and Bars for Structural Use, 6 All AS"fM Standards listed herein shall be issue date listed in the latest American Society for Testing and Materials index. B. Contractor's Quality Assurance Program: Maintain a quality assurance program which , complies with A1SC Code of Standard Practice; use inspection methods and a level of testing; similar in scope to that required for Owner's acceptance under Section 8, Quality Control, C. Qualification for Fabrication: i_]se fabricators certified under the American Institute of Steel Construction Quality Certification Prograrri for fabrication of Conventional Steel Buildings (Sbd). D. Qualifications for Welded Work: Provide certification that welders to be employed in work have satisfactorily passed AWS qualification tests within 12 months prior to start of fabrication and erection. If recertification of welders is required, retesting; will be Contractor's responsibility. E. Reliability of Certification: When Contract Documents require professional and/or , manufacturer's certification that design, materials, systems or equipment meet performance requirements, the Owner shall be entitled to rely upon accuracy and completeness of the certified calculations, submittals, and letters. 054199-00 05120-4 S'T'RUC'T'URAL STFCL ' R0 — 3/19/01 WALNUT STREET PUMP S'T'ATION CI'T'Y OF- JEFFERSON, MISSOURI 1.5 STORAGE AND HANDLING A. Store materials to permit easy access for inspection and identification. Keep steel members off ground, using pallets, platforms, or other supports. Protect steel members and packaged materials from corrosion and deterioration_ B. Do not store materials on structure in it manner that might cause distortion or damage to members or supporting structures. Repair or replace damaged materials or structures as directed. 1.6 DELIVERY A. Deliver materials to site at such intervals to insure uninterrupted progress of work. B. Deliver anchor bolts and anchorage devices, which are to be embedded in cast-in-place concrete or masonry, in ample time not to delay work. PART 2 - PRODUCTS 2.1 MATERIALS A. Metal Surfaces, General: for fabrication of work which will be exposed to view, use only materials which are smooth and free of surface blemishes including pitting, scam marks, roller marks, rolled trade names and roughness. Remove such blemishes by grinding, or by welding and grinding, prior to cleaning, treating and application of surface finishes. B. Rolled Steel Shapes, Plates and Bars: ASTM A36, except where ASTM A572, Grade 50, is shown. C. Cold-Formed Steel 'Tubing: AS'rM A500, Grade 13 D. Threaded Rods: Hot-rolled carbon, ASTM A36. Nuts to develop tensile strength of rod. E. Anchor Bolts: ASTM A307, Grade A, square headed type. Provid:; with AS"rM A36 plate washers and ASTM A563, Grade A hex style nuts. F. Un[inished Threaded fasteners: ASTM A307, Grade A, hex-head type. Provide with ASTM A563, Grade A hex style nuts. ' C54199-00 05120-5 STRUCTURAL STEEL R0 —3/19/01 WALNUT STREI:.'r PUMP STA'TiON CI'T'Y OF .IEFITRSON, MISSOURI G. 1-Iit;}h-Strength 'I'Iircaded Fasteners: ASTM A325, 'Type 1, heavy hexagon structural bolts; ASTM A563, Grade D1-1 or ASTM A194, Grade 211 hot formed heavy hexagon nuts; and ASTM F436, hardened washers. 1 . 'Tension indicating bolts with hex head.; may be used at Contractor's option provided that bolts are clean, free of rust, and supplied and maintained in weathertight containers. 2. Direct tension indicator washers may be used at Contractor's option. 1-1. Universal Primer: 1. Tnemec 37-77 Chem-Prime 2. porter 282, U-Prime 3. Ameron 185, Universal Primer 4. Valspar 13-F-28, Chromax Primer I. Structural Nonshrink Grout: Premixed, prepackaged, pretested, nonmetallic, noncorrosive, nonstaining product containing selected silica sands, Portland cement, shrinkage compensating agents, plasticizing and water-reducing agents. 1. 5000 psi minimum compressive strength at 7 days when tested by ASTTM 0109. Shrinkage limited to 0.00" in plastic state when tested in accordance with ASTM C827 and in hardened state when tested in accordance with Corps of Engineers CRD-C621. "Five Star Grout" by U.S. Grout Corporation "Sika Grout 212" by Sika Corporation , "Masterflow 713" by Master Builders "Crystex" by L&M Construction Chemicals Or equal 2.2 FABRICATION A. Shop Fabrication and Assembly: Fabricate and assemble structural assemblies in shop to greatest extent possible. Fabricate items of*structural steel in accordance with AISC Specitications and as indicated on final shop drawings. provide camber in structural members where indicated. 1. Properly mark and match-mark materials for field assembly. Fabricate for ' delivery sequence which will expedite erection and minimize field handling of materials. 13. Thermal Cutting: C'5-4199-00 05120-6 STRUCTURAL STEEL r R0— 3/19/01 WALNUT STREET PUMP STATiON CITY OF JEFFERSON, MISSOURI 1. Structural steel may be thermal cut, provided a smooth surface .free from cracks and notches is secured and provided that an accurate profile is secured by the use of a mechanical guide. Hand cutting shall be done only where approved by the Engineer. Preheat steel to 150 degrees F minimum for thermal cutting. 2. In all thermal cutting, the culling flame shall be so adjusted and manipulated as to avoid cutting beyond (inside) the prescribed lines. Flame cut surfaces shall meet the American Standards Association surface roughness rating value of 1000 thick, except that flame cut surfaces of members not subject to calculated stress shall meet the surface roughness value of 2000. 3. Miscellaneous connection plates and other material not subject to high levels of stress and less than 1/2" thick shall meet thermal cutting requirements of the AISC Specification. 4. For members or material subject to high calculated stress and greater than 9/16 of an inch thick, thermal cutting shall comply with AISC Code and shall meet requirements herein. 5. Thermal cut surfaces of members or material shall have their corners rounded to 1/16" radius by grinding after cutting. 6. Re-entrant cuts shall be filleted to a radius of not less than 1/2", 7. Surface roughness, exceeding the above values, and occasional gouges not more than 3/16" deep on otherwise satisfactory flame cut surfaces, shall be removed by machining or grinding. Corrections of the defects must be faired with the surface of the cut on a level of 1 to 10 or less. ' C. Connections: Weld or bolt shop connections, as indicated. Bolt field connections, except where welded connections are indicated. ' 1. Provide high-strength threaded fasteners for principal bolted connections, except where unfinished bolts are indicated. 1 D. High-Strength Bolted Construction: Install high-strength threaded fasteners in accordance with the "Bolting Spec". ' E. Welded Construction: Comply with rules of AWS D1.1 Code Sections 1 through 7 and 11; except for sheet steel less than 0.18" thick comply with the rules of AWS D1.3. ' 1. Comply with the additional rules for Statically Loaded Structures, Section 8 of AWS D1.1. ' C54199-00 05120-7 STRUCTURAL, STEEL RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 2. Use welding procedures and sequences that prevent locked-in stresses or distortions. Where the details or erection and welding; procedures lock in stresses or cause distortions or other problems which can be corrected by stress relieving;, it shall be performed in accordance with provisions of the AWS Code. F. Cantilever Members: Detail steel to provide elevations as shown at end of cantilever when subjected to dead load of steel framing; and concrete slab. G. Holes for Other Work: Provide holes required for securing other work to structural steel framing;, and for passage of other work through steel framing members, as shown on final shop drawings. 1. Cut, drill, or punch holes perpendicular to metal surfaces. Do not flame cut holes or enlarge holes by burning;. 1-1. Cleaning; and Surface Preparation: After inspection, remove loose rust, loose mill scald, and spatter, slag; or flux deposits and clean steel in accordance with Steel Structures Painting Council (SSPC) as follows: 1. For [.Universal Primer: SP-1 Solvent Cleaning; followed by SP-6 Commercial Blast Cleaning 2.3 SHOP PAINTING A. General: Shop paint all structural steel subject to corrosion or permanently exposed to weather or to view, unless otherwise specified. , I. Do not paint surfaces which are to be welded. B. Painting;: Immediately after surface preparation, apply structural steel primer in accordance with manufacturer's instructions and at a rate to provide a minimum uniform dry-film thickness of 2.0 mils. Use painting methods which result in full coverage of joints, corners, edges and exposed surfaces. I. The structure may be temporarily exposed to the atmosphere after shop painting ' for an estimated period of 8 months. During; this time, the surface rusting; shall not exceed AS'TM D610/SSPC-Vis2, Grade 8 (0.1 percent rusted). 11' rusting; occurs greater than this standard during; this period, then prior to final painting, clean as required for surface preparation of steel and touch-up paint steel to cover all rusted areas. 2.4 SOURCE QUALITY CONTROL C5-4199-00 05120-8 STRUCTURAL STEEL ' 110—3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MiSSOURI A. Comply with quality control requirements specified in PART 3 of this Section. Promptly remove and replace materials or fabricated components which do not comply. B. Materials and fabrication procedures are subJect to inspection and tests in mill, shop, and field, conducted by a qualified inspection agency. Such inspections and tests will not relieve Contractor of responsibility for providing; materials tend fabricated components in compliance with specified requirements. PART 3 - EXECUTION 3.1 VERIFICATION Oi' CONDITIONS ® A. Examine the areas and conditions under which structural steel work is to be installed, l� and make provisions as necessary (or the proper and timely completion of work. Do not proceed with the work until unsatisfiactory conditions have been corrected. Modifications ofstructural materials must not proceed until accepted by the langinecr. 3.2 ERECTION A. General: Comply with the AISC Specifications, Bolting; Specifications and Code of Standard Practice, and as herein specified. 1. Reference AISC Code of Standard Practice, Paragraph 7.11.5. Delete paragraph ' and substitute the following: "Immediately upon completion of erection of steel and prior to placing or applying any other materials, the erector must certify that the location of structural steel meets specified tolerances for plumbness, level and alignment. The Owner may verify placement prior to start of work by other trades. Any deviation from specified requirements must be corrected immediately. 13. Temporary Shoring and Bracing: Provide temporary shoring and bracing members with connections of sufficient strength to sustain imposed loads. Provide temporary guy lines to achieve proper alignment of structures as erection proceeds. Remove temporary members and connections when permanent members are in place and final connections are made. Do not use finish materials for erection or temporary purposes. C. 'Cemporary Connections: When the framing; system requires connections with bolts common to several members, any framing; member affected by removal of bolts for ' installation of'additional members shall be temporarily supported during erection. D. Anchor Bolts: Furnish anchor bolts and other connectors required for securing structural steel to foundations and other in-place work. Furnish templates and other devices as necessary for presetting bolts and other anchors to accurate locations. ' C5-4199-00 05120-9 STRUCTURAI. STEEL R0— 3119!01 WALNUT STREET' PUMP STA'T'ION CI'T'Y OF JEFFERSON, MISSOURI 13.. Setting Bases curd Bearing; Plates: Clean concrete and masonry bearing surfaces of bond-reducing; materials and roughen to improve bond to surfaces. Clean bottom surface of vase and bearing; plates. I. Set loose and attached base plates and bearing; plates for structural members on ' steel shims, wedges or other adjusting; devices. 2. Tighten anchor bolts after supported members have been positioned and plumbed. Do not remove wedges or shims but, if protruding;, cut 01T flush with edge of base or bearing plate prior to packing; with grout.. i'. Grouting;: Mix and place structural nonshrink grout in accordance with manufacturer's recommendations. Place grout beneath steel column baseplates and under other equipment and steel components shown. Clean surfaces of underside of baseplates and concrete before placing; grout. Use forms as required to contain grout. Place grout in It plastic and flowable consistency to fully occupy the space between underside of bearing and top of concrete. Strike off excess grout to conform with shape of base. G. Field Assembly: Set structural frames accurately to lines and elevations indicated. Align and adjust various members forming part of complete frame or structure belbre permanently fastening. Clean bearing surfaces and other surfaces which will be in permanent contact before assembly. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. I. Level and plumb individual members of structure within specified RISC tolerances. 2. Set end of cantilever members to elevation as shown at end of cantilever when subjected to (lead load of steel framing and stale. 3. Splice members only where shown or specified. 4. Install high-strength threadCd fasteners in accordance with the "Bolting Spec". 5. Comply with RISC Specifications for bearing, adequacy of temporary connections, alignment, and removal of'paint on surfaces adjacent to field welds. 6. Do not enlarge unfair holes in inembers by burning or by use of drift pins, except e in secondary bracing members. Ream holes that must be enlarged to admit bolts. 7. Do not interchange parts which have been reamed or drilled in assembled position. K. Handle material so that no parts will be bent, broken or otherwise damaged. C5-4199-00 05120-10 STR.UCI'URAL STE,1EL , R0— 3/19/01 WALNi17' S'i'Itl? WALNUT STREET PUMP STATION 17 C1TY OF JEFFE,-RSON, MISSOURI 1. When disagreement occurs relating to installation of bolts in connections requiring; full pretensioning (i.e., those in direct tension or those bearing connections noted as requiring full pretension), Arbitration Inspection procedures conforming to the "bolting Spec" shall be used, except that a minimum of 25 percent of the bolts per connection shall be checked. G. Welded Connections: For each operator and each days work, the Testing Agency shall perform nondestructive testing; of field and shop welds in accordance with provisions of the AWS Code and the following schedule: I. Fillet Welds: Magnetic particle inspection in accordance with ASTM 133709. Cracks or zones of incomplete fusion arc not acceptable. a, 20 percent of the length of each weld 1-I. When testing, exarn fill(ioil and inspection as specified or scheduled herein reveals faulty welds, all joints of the sank type shall be checked until the integrity of the welds is assured before resuming; the specified schedule;. I. After faulty welds have been corrected or repaired, re-examine each in the manner specified for the original joint. END Or SECTION 05120 e r C5-4199-00 05120-12 STRUCTURAL, STEEL ' RO -- 3/19/01 WALN(J'I' S'1"ItE1?;1'I'UMI' S'T'ATION CITY 01' JEFFERSON, MISSOURI SECTION 05400 - C01.13-FORMED ME'CAL, FRAMING PART 1 - G1?NERAL 1.1 RELATUiD DOCUM1 NTS A. I:>rawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the fallowing: 1, Exterior load-bearing wall framing. B. Related Sections include the following: 1. Division 9, Section "Gypsum Board Assemblies" for sheathing applied to framing. 1.3 DEFINITIONS A. Minimum Uncoated Steel Thickness: Minimum uncoated thickness of cold-formed framing delivered to the Project site shall be not less than 95 percent of the thickness used in the cold-formed framing design. Lesser thickness' shall be permitted at bends adue to cold forming. B. Producer: Entity that produces steel sheet coil fabricated into cold-formed members. 1.4 SUBMITTALS ' A. Product Data: For each type of cold-Ibrmed metal framing product and accessory indicated. 13. Shop Drawings: Show layout, spacings, sizes, thickness', and types of cold-formed metal framing; fabrication; and fastening and anchorage details, including mechanical fasteners. Show reinforcing channels, opening framing, supplemental framing, strapping, bracing, bridging, splices, accessories, connection details, and attachment to adjoining Work. C. Mill certificates signed by steel sheet producer or test reports G-om a qualified independent testing agency indicating; steel sheet complies with requirements. D. Welding Certificates: Copies of certificates for welding procedures and personnel. 1 C'54199-00 05400 - 1 COLD-f'ORMED METAL FRAMING 1W— 3/19/01 r WALNUT STME'f PUMP STATION CITY UI'JU.1"FERSON, MISSOURI E. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified. 17. Product 'Pest Reports: From a qualified testing agency indicating that each of the following complies with requirements, based on comprehensive testing of current products: 1. Expansion anchors. 2. Mechanical fasteners. 3. Vertical deflection clips. 4. Mlscellaile0us structural clips and accessories. 1.5 QUALITY ASSURANCi. A. Iilstaller Qualifications: An experienced installer who has completed cold-firmed metal framing similar in niaterial, design, and extent to that indicated for this Project and whose work has resulted in construction with it record of successful in-service performance. 13. Mill certificates signed b steel sheet producer or test reports from a c ualified y p I 1 independent testing agency indicating steel sheet complies with requirements, including uncoated steel thickness, yield strength, tensile strength, total elongation, chemical requirements, and galvanized-coating thickness. C. 'Testing Agency ',qualifications: An independent testing agency, acceptable to authorities having jurisdiction, qualified according to AS'TM E 329 to conduct the testing indicated, a-; documented according to ASTM f: 548. D. Welding: Qualify procedures and personnel according to AWS D1.1, "Structural Welding Code--Steel," and AWS D13, "Structural Welding Code--Sheet Steel." 1:. AISI Specifications: Comply with AISI's "Specification for they Design of Cold- formed Steel Structural Members" for calculating structural characteristics of cold- formed metal framing. 1 1 . CCFSS Technical Bulletin: "AISI Specification Provisions for Screw Connections." 1.6 DELIVERY, STORAGE, ANI) HANDLING A. Protect cold-formed metal framing from corrosion, deformation, and other damage during delivery, storage, and handling. C54199-00 05400 - 2 COLE)-FORMED METAL FRAMING R0 —3/19/01 WALNUT STREET PUMP STATION CITY OF.IEFFERSON, MISSOURI B. Store cold-formed metal framing, protect with a waterproof'covering, and ventilate to avoid condensation. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance: with requirements, provide cold-formed metal framing by one of the following: 1. Dale Industries, Inc. 2, Dietrich Industries, Inc. 3. Unimast, Inc. 4. Or equal. 13. ManuflICturers: Subject to compliance with requirements, provide deflection and bridging clips by one of the following: 1. Signature Series, LLC, contact The Steel Network, Inc.; Product - VertiClip'r" deflection clips and BridgeClip" m bridging clips. 2. Or equal. 2.2 MATERIALS A. Steel Sheet: ASTM A 653/A 653M, structural steel, zinc coated, of grade and coating as Collows: 1. Grade: 37 ksi, (255). 2 Coating: G90 (Z.275). 2.3 WALL FRAMING A. Steel Studs: Manufacturer's standard C-shaped steel studs, of web depths indicated, punched, with stiffened flanges, complying with ASTM C 955, and as follows: 1. Minimum Uncoated-Steel Thickness: 0.0677 inch 1.72 nim . 2. Flange Width: 2 inches (51 mm) B. Steel Track: Manufacturer's standard U-shaped steel track, of web depths indicated, unpunched, with straight flanges, complying with ASTM C 955, and as follows: 1. Minimum Uncoated-Steel Thickness: 0,0538 inch (1.37 ntm) 2. l';large Width: 1-1/4 inches (32 mm) C5-4199-00 05400 - 3 COLD-FORMED METAL FRAMING RO-- 3/19/01 WALNUT" STREET PUMP STATION CITY OF JEFFERSON, MISSOUIZI 2.4 DEFLECTION AND BRIDGING CLIPS: A. Material: 1. Steel: ASTM A 653/A 653M, SS Grade 50 (340), Class 1, 50 ksi (340 MPa) minimum yield strength, 65 ksi (450 M11a) minimum tensile strength, G-60 (Z 180) hot-dipped galvanized coating. 2. Material thickness of Verti(;lip Sl., SL13, and SLS Series: 0.068 inches (1.73 mm) minimum. 3. Material thickness of VerliClip SLD Series: 0.036 inches (91 mm) minimum. 4. Material thickness of BridgeClip: 0.036 inches (.91 mm) minimum. 5. Design clips for positive attachment to structure and stud web using step-bushing technology to provide frictionless vertical movement. 6. Provide clips with attached bushing and screw of the series, size, and configuration as required by the structural design calculations. 2.5 FRAMING ACCESSOlUl-S A. Fabricate steel-framing accessories of the satne material and finish used for framing members, with a minimtun yield strength ot'33,000 psi (230 MPtt). B. Provide accessories of manufacturer's standard thickness and configuration, unless otherwise indicated, as follows: I. Supplementary framing. 2. Bracing, bridging, and solid blocking. 3. Web stiffeners. 4. End clips. 5. I"oundation clips. 6. Gusset plates, ' 7. Stud kickers, knee braces, and girts. 8. Hole reinforcing plates. 9, Backer plates, 2.6 ANCHORS, CLIPS, AND FASTI.iNERS A. Steel Shapes and Clips: ASTM A 36/A 36M, zinc coated by hot-flip process according to ASTM A 123. B. Anchor Bolts: AS'CM i�, 15.54, Grade 55, threaded carbon-steel hex-headed bolts and carbon-steel nuts; and flat, hardened-steel washers; zinc coated by hot-dip process according to AS"fM A 153/A 153M, Class C. C. 1?xpansion Anchors: Fabricated from corrosion-resistant materials, with capability to sustain, without failure, a load equal to 4 times design load, as determined by testing per ASTM E 488 conducted by a qualified independent testing agency. C5-4199-00 05400 - 4 COLD-FORMED METAL FRAMING 1W-- 3/19/01 WALNUT STREET PUMP S'TA'TION CITY OF JI I FERSUN, MISSOU10 D, Mechanical Fasteners: Corrosion-rcsistnnt-coated, self-drilling, self'--threading steel drill screws, 1. Mead 'Type. Low-profile Mend beneath :sheathing, manufacturer's standard eelsewhere. E. Welding Electrodes: Comply with AWS standards. 6 ! Y 2.7 MISCE11LANEOUS MATERIALS A. Galvanizing Repair faint: SSPC-Paint 20, Type II or DOD-P-21035. 13. Nonmetallic, Nonshrink Grout: Premixed, nonmetallic, noncorrosive, nonstaining grout containing selected silica sands, portland cement, shrinkage-compensating agents, and plasticizing am! :rter-reducing agents, complying with AS'I'M C 1 107, with fluid consistency and :.U-,ianuty working time. C. Thermal Insulation: ASTM C 665, Type 1, unfaced mineral-fiber blankets produced by combining glass or slag Fibers with thermosetting resins. I. At locations where insulation of inaccessible voids with cold-formed framing is necessary. 2.8 GYPSUM SI-Il:Al')-IING A. Sheathing: Comply with requirements in Division 9 Section "Gypsum Sheathing." 19 FABRICATION A. Fabricate cold-formed metal framing and accessories plumb, square, and true to line, and with connections securely fastened, according to manufacturer's written recommendations and requirements in this Section. 1. fabricate framing assemblies using jigs or templates. 2. Cut framing members by sawing or shearing; do not torch cut. 3. Fasten cold-firmed metal framing members by welding or screw fastening, as standard with fabricator. Wire tying of fran►ing members is not permitted, a. Coinply with AWS D1.3 requirements and procedures for welding, appearance and quality of welds, and methods used in correcting welding work. b. locate mechanical fasteners and install according to Shop Drawings, with screw penetrating joined members by not less than three exposed screw threads. C5-4199-00 05400 - 5 COLD-FORMED METAL FRAMING RO— 3/19/01 WA1..Nt1'1'S7'RL;1sT 1'Uh1P STATION CITY OF Ji:FFFRSON, MISSOURI 4. Fasten other materials to cold-formed metal framing by welding, bolting;, or screw listening;, according to Shop Drawings. B. Reinforce, stiflcn, and brace framing assemblies to withstand handling, delivery, and erection stresses. Lift fabricated assemblies to prevent damage or permanent distortion. C. Fabrication 'Tolerances: Fabricate assemblies level, plumb, and true to line to it maximum allowable tolerance variation or 1/8 inch in 10 feet (1:960) and its Follows: 1. Sparing: Space individual Craming members no more than plus or minus 1/8 inch (3 mm) from plan location. Cumulative error shall not exceed minimum flit stetting requirements ol'sthcathing or other finishing materials. 2. Squareness: I abricate each cold-formed metal framing assembly to it maximum out-of'-square tolerance off/8 inch (3 mm). PART 3 - EXECUTION 3.1 EXAMINATION A. Examine supporting substrates and abutting structural framing for compliance with requirements for installation tolerances and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 13REPARATION A. Grout bearing surfaces uniform and level to ensure full contact o1' bearing ilang,es or track webs on supporting concrete or masonry construction. 3.3 INSTALLATION, GENERAL A. Cold-formed metal framing; may be shop or field fabricated for installation, or it may be field assembled. B. Install cold-formed metal framing according to ASTM C 1007, unless rnore stringent requirements are Indicated. C. Install shop- or field-lubricated, cold-formed framing; and securely anchor to supporting structure. 1. Bolt or weld wall panels at horizontal and vertical junctures to produce flush, even, true-to-line joints with maximum variation in plane and true position betw(.en fabricated panels not exceeding 1/16 inch (1.6 mm). C5-4199-00 05400 - 6 COLD-FORMED M1 'T'AL FRAMING RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEhhERSON, MISSOURI D. Install cold-formed metal framing and accessories plumb, square, and true to line, and with connections securely fastened, according to manufacturer's written recommendations and requirements in this Section. 1. Cut framing members by sawing or shearing, do not torch cut. 2. fasten cold-formed metal framing members by welding or screw fastening, as standard with fabricator. Wire tying of framing members is not permitted. a, Comply with AWS D1.3 requirements and procedures for welding, appearance and quality of welds, and methods used in correcting welding work. b. Locate mechanical fasteners and install according; to Shop Drawings, with screw penetrating joined members by not less than three exposed screw threads. E. Install framing members in one-piece lengths, unless splice connections are indicated for track or tension members. P. Install temporary bracing; and supports to secure framing and support loads comparable in intensity to those for which structure was designed. Maintain braces and supports in place, undisturbed, until entire integrated supporting; structure has been Completed and permanent connections to framing are secured. G. Do not bridge building expansion as central joints with cold-formed metal framing. Independently frame both sides of joints. 1-1. Install insulation in built--up exterior framing members, such as headers, sills, boxed joists, and multiple studs at openings, that are inaccessible on completion of framing; work. 1. Fasten hole reinforcing, plate over web penetrations that exceed size of manufacturer's standard punched openings. ' .l. Erection Tolerances: Install cold-lbrmed metal framing; level, plumb, and true to line to a maximum allowable tolerance variation of 1/8 inch in 10 feet (1:960) and as follows: 1. Space individual framing members no more than plus or minus 1/8 inch (3 min) from plan location. Cumulative error shall not exceed minimum fastening; requirements of sheathing; or other finishing materials. tC54199-00 05400 - 7 COLD-FORMED METAL FRAMING RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON. MISSOURI 3.4 WALT., INSTALLATION A. install continuous top and bottom tracks sized to match studs. Align tracks accurately and securely anchor at corners and ends, and at spacings as !'allows: 1. Anchor Spacing: To match stud spacing. B. Squarely seat studs against webs of top and bottom tracks fasten bath flanges of studs to top and bottom tracks. Space studs as follows: 1. Stud Spacing: As indicated. C. Set studs plumb, except as needed for diagonal bracing or required for nonplumb walls or warped surfaces and similar configurations. ■ D. Align studs vertically where wall-Framing continuity is interrupted by floor framing. Where studs cannot be aligned, continuously reinflorce track to transfer loads. E. Anchor studs abutting structural calumny or walls, including masonry walls, to supporting structure as indicated. F. Install headers over wall openings wider than stud spacing. Locate headers above openings as indicated. Fabricate headers of compound shapes indicated or required to transfer load to supporting studs, complete with clip-angle connectors, web stiffeners, or gusset plates. I. Frarne wall Openings with not less than a double stud at each jamb of` frame as indicated on Shop Drawings, 2. Install runner tracks and jack studs above and below wall openings. Anchor tracks to jamb studs with clip angles or by welding, and space jack studs same as full-height wall studs. G. install supplementary framing, blocking, and bracing in stud framing indicated to support fixtures, equipment, services, casework, heavy trim, furnishings, and similar work requiring attachment to framing. I. if type of` supplementary support is not indicated, comply with stud manufacturer's written recommendations and industry standards in each case, considering weight or load resulting from item supported. I-i. Install horizontal bridging in stud system, spaced the dimension indicated on Shop Drawings apart.. Fasten at each stud intersection. 1. Bridging: Cold-rolled steel channel, welded or mechanically fastened to webs of punched studs with a minimum of two screws into each flange of the clip angle. C54199-00 05400 - 8 COLD-FORMER) MFITAL FRAMING ' R0— 3/19/01 WALNUT STREET PUMP S'TA11ON CITY OF JEFFERSON, MISSOtJRI 1. Install steel sheet diagonal bracing straps to both stud flames, terminate fit and fasten ' to reinforced top and bottom tracks. Fasten clip-angle connectors to multiple studs at ends of bracing and anchor to structure. J. Install miscellaneous framing and connections, including supplementary framing, web stiffeners, clip angles, continuous ankles, anchors, and fasteners, to provide a complete and stable wall-framing system. 3.5 FIELD QIJALiTY CON1101a A. Field and shop welds will be subject to inspection and testing. B. 'Testing agency will report test results promptly and in writing to Contractor and Architect. C. Remove and replace Work that does not comply with specified requirements. D. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of corrected Work with specified requirements. 3.6 REPAIRS AND PROTECTION A. Galvanizing Repairs: Prepare and repair damaged galvanized coatings on fabricated and installed cold-formed metal framing with galvanized repair paint according to ASTM A 780 and manufacturer's written instructions. B. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and Installer, that ensure cold-formed metal framing is without damage or deterioration at time of Substantial Completion. END OF SECTION 05400 r C5-4199-00 05400 - 9 COLD-FORMED METAL FRAMING RO—3/19/01 WALNUT STREET PUMP STATION CITY OF JEF ERSON, MISSOURI SECTION 05500 - METAL FABRICATIONS PART I GIaNERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: I. Ladders. 2. Loose bearing; and leveling plates. 3. Loose steel lintels. 4. Shelf angles. 5. Steel framing and supports for overhead doors. 1. Steel framing and supports for applications where framing and supports arc not specified in other Sections. 7. Metal edgings. 8. Miscellaneous metal trim. 9. Metal floor plate and supports. 10. Pipe bollards. B. Related Sections include the following: 1. Division 5 Section "Metal Stairs" for metal framed stairs \vith metal pan, metal plate, or grating treads. 2. Division 5 Section "Gratings" for metal gratings. 3. Division 5 Section "Pipe and 'tube Railings" for metal pipe and tube handrails and railings. 4. Division 6 Section "Miscellaneous Carpentry" for metal framing anchors and r other rough hardware. 1.3 SUBMITTALS A. Product Data: For the following: 1. Slip resistant aggregates and slip resistant aggregate surRace finishes. 2. Paint products. 3. Grout, C54199-00 05500 - 1 METAL IaABRICA`I"IONS RO 3/19/01 WALNI.f'I' 5'1'RFh'I' PUMP STATION CITY OF .ihFFf;RSON, MISSOURI 13. Shop Drawings: Dctail lubrication and erection of cash niclal li►brication indicated. Include plans. elevations, sections, and details ell' metal fabrications and their connections. Shaw ruictiorage and accessory items. I. Provide templates for anchors and bolts specified lOr installation under other Sections. C. Samples for Verification: I*-or each type and finish ofextruded nosing and tread. 17. Mill Certificates: Signed by manufacturers of stainless-steel slice( certifying that products furnished comply with reriuircnlents. 1 . Welding Certificates: Copies of certif icates (or welding ()rocec.lures and {icrsonticl. I Qualification Data: For firms and persons specific(] in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other inf'orniation specified. 1.4 QUALITY ASSURANCE' A. Fabricator Qualifications: A firm experienced in producing niclal fabrications similar to those indicated for this Project and with a record uf' successful in-service performance, as well rls s►tf7icient production capacity to produce reduired units. B. Welding: Qualify procedures and personnel according to the following: 1. AWS D1.1, "Structural Welding Code--Steel." Z. AWS D 1?, "Structural Welding Code--AIUt11rnU111." 3. AWS D l.3, "Structural Welding Code--Sheet Steel." 4. Certify that each welder has satisfactorily {hissed A\VS quail IC,16an tests 1,01- welding processes involved and, il'pertinent, 11Us undcrgonc re-certification. 1.5 i'ItUmcr CONDITIONS A. Field Measurements: Where meta( fabrications are indicated to fit walls and other construction, verify dimensions by field nicasurerncnts before fabrication and indicate nicasuremcnts on Shop Drawings. Coordinate fabrication sc:hcdulc with construction progress to avoid delaying the Work. I, l stablished Dimensions: Where field nicasurenients cannot be made without delaying the Work, establish dimensions raid proceed with lubricating metal fabrications without field measurenients. Coordinate construction to ensure that actual dimensions correspond to established dimensions. Allow for trimming and fitting. C5-4199-00 05500 - 2 ( l."I AL. FABRICATIONS RO - 3/19/01 WAt,N1.J'1'S'I'R EI.'1' PLJMI' ST'AT'ION CITY OF JEFFERSON, MISSOURI 1.6 COORDINATION A. Coordinate installation ol'aiiehorages far metal fabrications. I'urnislt setting drawings, templates, and directions ['or installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to he embedded in concrete or masonry, Deliver such items to Project site in time 1'or installation, 1 PART 2 PRODUCTS 2,1 METALS, GENERAL A. Metal Surfaecs, General: For metal fabrications exposed to view in the completed Work, provide materials with smooth, flat surfaces without blemishes. Do not use materials with exposed pitting, seam marks, roller marks, rolled trade names, or roughness. 2.2 FERROUS METALS A. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. 13. Stainless-Steel Sheet, Strip, Plate, and Flat Liars: ASTM A 666, Type 316. C. Rolled-Steel Floor Plate: AS"rM A 786/A 786M, rolled from plate complying with ASTM A 36/A 36M or ASTM A 283/A 2831A, Grade C or 1). D. Rolled-Stainless-Steel Floor Plate: ASTM A 793. L. Steel Tubing: Cold-formed steel tubing complying witli AST NI A 500. F. Steel Pipe: ASTM A 53, standard weight (Schedule 410), unless another weight is b 6 indicated or required by structural loads. G. Cast-in-Place Anchors in Concrete: Anchors of'type indicated below, fabricated from corrosion-resistant nuiterials capable of' sustaining, without failure, the load imposed within a safety factor of 4, as determined by testing per AST'fvt l: 488, conducted by a qualified independent testing agency. 1. 'Threaded or wedge type; galvanized ferrous castings, either ASTM A 47 malleable iron or ASTM A 271A 27M cast steel. Provide bolts, washers, and shims as needed, hot-dip galvanized per ASTM A 153/A 153M. C54199-00 05500 - 3 METAL. FABRICATIONS RO - 3/19/01 nil WALNUT STREE'r PUMP STATION CITY OF JEFFERSON, MISSOURI It Welding hods and Bare Electrodes: Select according to AWS specifications for metal alloy welded. 2.3 ALUMINUM A. Aluminum Extrusions: ASTM B 221 alloy 6063-'1"6. 13. Aluminum-Alloy Rolled Tread Plate: ASTM B 632/13 632M, alloy 6061-T6. 1 2.4 PAINT A. Shop Primers: Provide primers that comply with Division 9 Section "Painting." B. Shop Primer for Ferrous Metal: Organic zinc-rich primer, complying with SSPC- Paint 20 and compatible with topcoat. I. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: 2. Products: Subject to compliance with requirements, provide one of the following: a. Carboline 621; Carboline Company. b. Aquapon Zinc-Rich Primer 97-670; PPG 111dU:itrieS, Inc. C. Tnerne-Zinc 90-97; 'I"nemec Company, Inc. C. Galvanizing Repair Paint: High-zinc-dust-content paint for regalvamzing viclds in steel, complying with SSPC-Paint 20, Type 11. D. Bituminous Paint: Cold-applied asphalt mastic complying with SSPC-Paint 12, except containing no asbestos fibers, or cold-applied asphalt emulsion complying with ASTM D 1187. 2.5 FAS'rE-NERS A. General: Provide Type 304 or 316 stainless-steel fasteners for exterior use and zinc- plated fasteners with coating complying with ASTIVI B 633, Class Fe/Zn 5, where built into exterior walls. Select fasteners for type, grade, and class required. I3. Bolts and Nuts: Regular hexagon-head bolts, ASTM A 307, Grade ; with hex nuts, ASTM A 563 and, where indicated, flat washers. C. Anchor Bolts: ASTM F 1554, Grade 36, D. Machine Screws: ASME 1318.6.3 I,. Lag Bolts: ASME 13 18.2.1 F. Wood Screws: Flat head, carbon steel, ASME 1318.6.1. C54199-00 05500 - 4 ME-"FAL FABRICATIONS ' R0 - 3/19/01 WALNUT snu"I,ET PUMP S'TAT'ION CITY OF JEI'F1 RSON, MISSOURI G. Plain Washers: hound, carbon steel, ASME' 1318.22,1 1.1. Lock Washers: 14clical, spring type, carbon steel, ASMI.' 1318.21.1 1. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with capability to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry and equal to fear times the load imposed when installed in concrete, as determined by testing per ASTM E: 488, conducted by a qualified independent testing agency. 1. Material. Carbon-steel components zinc-plated to comply With ASTM B 633, Class Fc/In 5. 2. Material: Alloy Group I or 2 stainless-steel holts complying With ASTM F 593 and nuts complying with ASTM I-' 594 J. 'Toggle Bolts: FS I"1 -13-588, tumble-wing type, class and style as needed. 2.6 GROUT A. Nonshrink, Nonmetallic Grout: Factory-packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C 1 107. Provide grout specifically recommended by manufacturer for interior and exterior applications. 2.7 CONCRETE FILL A. Concrete Materials and Properties: Comply With 1-CgUirements in Division 3 Section " Concrete Work" Iur normal-weight, air-entrained, ready-mix concrete With a ininimum 28-day compressive strength of'3000 psi (20 MPa), unless otherwise indicated. 2.8 FABRICATION, GENERAL A. Shop Assembly: Preassemble items in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units f'or reassembly and coordinated installation. B. Shear and punch metals cleanly and accurately. IZenuivc bUrrs. C. Ease exposed edges to a radius of approximately 1/32 inch unless otherWise indicated. Form bent-metal corners to smallest radius possible Without causing grain separation or otherwise impairing work. h. Weld corners and seunis continuously to comply With the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain Fusion Without undercut or overlap. C54199-00 05500 - 5 Nv11 TAL. FABRICATIONS RO - 3/19/01 WALNt,f7' S'I'ItEI I'I'l1MP STATION CITY OF JEFFERSON, MISSOURI 3. Remove welding 11uti immediately. 4. At exposed connections, finish exposed welds and sur1 ►ces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. E. Provide for anchorage of* type indicated; coordinate with supporting struct.w•c, Fabricate and space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads. 1". Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. G. fabricate joints that will be exposed to weather in a manner to exclude water, or I provide weep holes where water may accurr►ulate. 1-I. Allow for thermal movement resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening up of joints, overstressing of components, failure of connections, and other detrimental effects. t Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. 1. Temperature Change (Range): l:.'0 deg F ambient; 180 deg 1` inaterial surfaces, p f; g � g I. form exposed work true to line and level with accurate angles and surfaces and straight sharp edges. J. Remove sharp or rough areas on exposed traffic surfaces. K. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners where possible. Use exposed fasteners of type indicated or, if not indicated, 1 Phillips flat-head (countersunk) screws or bolts. Locate joints where least conspicuous. 2.9 ALUMINUM LADDERS A. Manufacturers: Subject to compliance with rcyuirements, manufacturers offering , products that may be incorporated into the work, included but are not limited to the f.'ollowing: 1. ACL Industries, Inc. 2. ALACO Ladder Co. 3. Jomy Safety Ladder, 4. O'Keeffe's Inc. 5. Precision Ladders, LLC. 6. Royalite Manufacturing. 7. Thompson fabricating. � C5-4199-00 05500 - 6 NIE"I'AL FABRICATIONS RO - 3/19/01 WALNI JT STREE,r PUMP STATION ary OF ATTERSON, MISSOUIZI 8. Or equal. 13. General: Fabricate ladders for locations shown, with dimensions, spacings, details, and anchorages as indicated. 1. Comply with ANSI A14.3, unless otherwise indicated. C. Siderails: Continuous, 1 ''/z" Sell 40 pipe, 6063-'1'6 or 6061-'1'6 alloy, with eased edges, spaced 18 inches apart. Pipe shall conform to ASTM 13-429/13-221. D. liar Rungs: Nonslip 1" flat 6063-'1'6 surfaced designed to withstand concentrated load of 350 lbs. E. Fit rungs in centerline of side: rails. F. Support each ladder at top and bottom and not more than 60 inches o.c. with welded or bolted steel brackets. Size brackets to support design loads specified in ANSI A14.3. G. Provide nonslip surfaces on top of each runs,,, by coating with abrasive material metallically bonded to rung by a proprietary process. 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the 161lowing: 2.10 LOOSE BEARING AND LEVELING PLATE-S A. Provide loose bearing and leveling plates for steel items bearing on masonry or concrete construction. Drill plates to receive anchor bolts and for grouting. B. Galvanize plates after fabrication. 2.1 1 LOOSE STEEL LINTELS A. fabricate loose structural-steel lintel~ from steel angles and shapes of size indicated far openings and recesses in masonry walls and partitions at locations indicated. B. Weld adjoining members together to form a single unit where indicated. C. Sire loose lintels to provide bearing length at each side of openings equal to one- twelt'th of clear span, but not less than 8 inches unless otherwise indicated. D. Galvanize loose steel lintels located in exterior walls. C5-4199-00 05500 - 7 MI TAL FABRICATIONS RO - 3/19/01 WALNUT S' RY-I. T PUMP STATION CITY Of Ji:FFF,.RSON, MISSOURI 2.12 SHEI-LV ANOLES A. Fabricate shrill' angles from steel angles of sizes indicated and for attachment to concrete Framing. Provide horizontally slotted holes to receive 3/4-inch bolts, spaced not more than 6 incllcs From ends and 24 inches o.c., unless otherwise indicated. 13, For cavity walls, provide vertical channel brackets to support angles from backup masonry and concrete. Align expansion joints in angles with indicated control anti cxpansion joints in cavity-wall exterior wytllc. C. (ialv.ulizc shclf'itllgleS to be IllStil)lcd m cxtcriOr walls, U. Furnish wedge-type concrete inserts, complete with f lsterters, to attach shell'angles to cast-in-place concrete. 2.13 MiSCI?,LLANI? WAI..Nl1'i' S'i iZl?I:;'I' I'UMN STATION CITY 01; .11?f�FERSO N, MISSOURI 2.15 METAL TAL Y- 0OR PLATE- A, Fabricate raised-pattern floor plates from rolled-altuninunl-alloy tread plate elf' thickness indicated below: 1. Thickness: As indicated on drawing. 13. Include alunlinunl angle stiffeners, and fixed and removable sections as indicated. I. Provide Ilusll alunlinunl bar drop handles for lilting removable sections, one lit each end ol'each section. 2.16 PI I'1 BOLLARDS A. Fabricate pipe bollards from 304 or 316 stainless steel pipe:. 2.17 ACCESS I IATCI I I S A. Type -• Exterior type 1vtllCrprool alull"llntllll Sillgl('- e`I' dorlhlc-leul. B. Component Fabrication: I. Access Door Lc.:af(s): %-inch diamond pattern plate with rClnforClllg Oil Underside to withstand live load of 300 pounds per square Bolt with a nlaxirllunl deflection Of 1/150`' of the span. 2. Channel frame: 14-inch with I•ull anchor flank around perimeter. 3. (:.quip doors with heavy Raged brass or stainless steel hinges with stainless steel pins. 4. Hinges a. Through-bolt to cover with ttunper-proof'stainless steel bolts or "lock bolts" to resist varldaIisill. b. 'Through-hoped to frame with stainless steel bolts and fiber locknuts. C. I'quip doors with fully enclosed and lubricated compression springs with lower enclosing telescopic tuhe locked into supporting "hoot" flt•nlly attached to retard downward motion of dour leaves or corrosion resistant stainless steel gas springs designed to limit to 17 pounds the lifting force requited to open. d. Equip doors with hold-open arm with positive locking device with Conveniently positioned release .handle liar easy and controlled closing. C. Locate I-1/2-inch drainage coupling in from right corner ol'channel Crame. f. Hardware: Type 304 stainless steel. C. Aluminum Finish: Mill finish with hitunrlinous coating applied to su►•laces in contact rwith concrete. D. Where well depths from hatch are greater than 10 feet, provide bill through prevention rail and net system, I latch Net 121 as rtlantlfactured by Safc Approach, Inc, Auburn, MF,, or equal. C5-4199-00 0550() - 9 ,INIFTAL I"ABRICATIONS RO - 3/19/01 WALNUT STREET PL1MP STATION CITY OF JEFFERSON, MISSOURI E. Manufacturers: 1. Bilco Co., New Haven, CT. 2. Halliday Products, Orlando, FL, 3. Or equal, 2.18 STEEL AND IRON FINISHES A. Galvanizing: Hot-dip galvanize items as indicated to comply with applicable standard listed below: 1. ASTM A 123, for galvanizing steel and iron products. B, Preparation for Shop Priming: Prepare uncoated ferrous-metal surfaces to comply with minimum requirements indicated below for SSPC surface-preparation specifications and environmental exposure conditions ol'installed metal fabrications: C. Apply shop primer to uncoated surfaces of metal iabricrltions, except those with galvanized finishes and those to be embedded in concrete, sprayed-on fireproofing, or masonry, unless otherwise indicated. Comply with SSPC-PA 1, "Paint Application Specification No. 1," for shop painting. 1. Stripe paint corners, crevices, bolts, welds, and sharp edges. 2.19 STAINLESS-STEEL FINISHES A. Remove tool and die marks and stretch lines or blend into f inish. B. Grind fold polish surfaces to produce uniform, directionally textured, polished finish indicated, free of cross scratches. Run grain with long dimension ol'each piece. C. Bright, Directional Polish: No. 4 finish. D. When polishing is completed, passivate and rinse surfaces. Remove embedded foreign matter and leave surfaces chemically clean. 2.20 ALUMINUM FINISHES A. finish designations refixed b AA comply y with the system established b the fr P Y f 5 > Y Aluminum Association for designating a11111111111n1 I111lshe5. B. Class 1, Clear Anodic Finish: AA-M 12C22A41 (Mechanical finish: nons p ocular as i'abricated; Chemical finish: etched, nlediunl matte, Anodic Coating: Architectural Class I, clear coating 0.018 mm or thicker) complying with AAMA 607.1. PART 3 - EXECUTION C5-4199-00 05500 - 10 MHTAL I-ABRICA'TIONS R0 - 3/199/01 WALNUT" STREET Ift.IMP STATION CITY OF JEFFERSON, MISSOURI 3.1 INSTALLATION, GENERAL A. Fastening to In-Place Construction: Provide anchorage devices and fasteners where necessary fbr securing metal fabrications to in-place construction. Include threaded fasteners for concrete and masonry inserts. toggle bolts, through-bolts, lag bolts, wood screws, and other connectors. B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. C. Provide temporary bracing or anchors in formwork for items that arc to be built into concrete, masonry, or similar construction. D. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of*shipping size limitations. Do not weld, cut, or abrade surfaces of exterior units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections. 1 . Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap, 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. F. Corrosion Protection: Coat concealed surface of aluminum that will conic into contact with grout, concrete, masonry, wood, or dissimilar metals with a heavy coat of bituminous paint. C54199-00 05500 - 11 MI VAL 1 ABRICATIONS RO - 3/19/01 WALNUT STTtETT PUMP STATION CITY OF JETFCRSON, MISSOURI 3.2 SE-T PING 131"ARING AND LEVELING PLATFS A. Clean concrete and masonry bearing surlaces of bond-rCducirlg materials, and roughen to improve bond to surfaces, Clean bottom surlacc of plates. 13. Set bearing and leveling plates oil wedges, shims, or ICveling nuts. After bc°aring members have been positioned and plumbed, tighten iinchor bolts. I)o not. remove wedges or shims but, if' protruding. cut off I1us11 with edge of bearing; plate before packing with grout. 1, Use nonshrink grout, either metallic or nonmetallic, in concealed locations where not exposed to moisture; use nonshrink, nonmetallic grout in exposed locations, unless otherwise indicated. 2. Pack grout solidly between bearing surfaces and plates to ensure that no voids remain. 3.3 INSTALLING MISCI:LLANL;Ot.JS FRAMING ANI) SI111ORTS A. General: Install Cramin g and su> >orts to comply with rec uirements of items being 6 ! I 1 I g supported, including manufacturers' written instructions and i•equirenlents indicated on Shop Drawings, if any. 13. Anchor supports Ior• operable partitions securely to and rigidly brace f•r•om building structure. C. Support steel girders on solid grouted masonry, concrete, or steel pipe columns. Secure girders with anchor bolls embedded in grouted masonry or concrete or with bolts through top plates of pipe COIU11111s. 3.4 INSTALLING PIPE 13OI..l.ARDS A. Anchor bollards in place with concrete pavcrilcnt/footings. Support and brace hollards in position until concrete has been placed and cured. 13. Dill bollards with concrete within 8" oi'top of hollard then cap bollards with 1/4-inch- (6-mm-) minii11um welded stainless steel plate. W'clds shall he totally scaled and watertight. 3.5 ADJUSTING AND CLEANING A. Galvanized Surlaces: Clean IICId welds, holtcd connCCtions, and ubrtldul arCtts and repair galvanizing to comply with ASTM A780, END OF SILCT'ION 05500 C'5-4190-00 05500 - 12 NIPTAL FABRICATIONS R.0 - 3/19/01 WALNU'C S I'REET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 05510 - METAL STAIRS PART I - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions elf' the Contract, including General and Supplementary Conditions and Division I Specification Sections, ripply to this Section. 1.2 SUMMARY A. This Section includes the following: I. Straight run, alurninurn-framed stairs. 2. Alurninunl pipe handrails and railing systems attached to meted stairs. 3. Perforated handrail screens. 4. Alurninunl grating treads attached to nlctal stairs and landings. 5. Handrails attached to walls adjacent to metal stairs. I:3. Related Sections: The following Sections ccfntain requiremcros that relate to this Section. I. Division 5 Section "Pipe and "I'ube Railings" tier pipL and tulle rarhng systems adjacent, but not attached to stair. 1 .3 PERFORMANCE REQUIREMENTS A. Structural Performance: Provide nlctal stairs capable oI' withstanding the following structural loads without exceeding the allowable design working stress of the materials involved, including anchors and connections. Apply cash load to produce the maximum stress in each component of metal stairs. 1. 'Treads and Platforms of Metal Stairs: Capable of withstanding a uniform load of' 100 Ibf7sq, fi. or a concentrated load of 300 ihfon in area of-,l sq. in. whichever ' produces the greater stress. 2. Stair Framing: Capable of withstanding stresses resulting from loads specified above in addition to stresses resulting from railing system loads. 3. Limit cletlection ol'treads, platlorms, and 1'ranling nicnlhcrs to 1./300 or 114 inch whichever is less. C5-4199-00 05510 - 1 META L STAIRS RO - 3/19/01 WA1.N1.1'[` S'1'RL [s'i' PIIMI' STATION CI'T'Y O1," , E`FFERSON, MISSOURI 13. Structural Peribrmance of Handrails and Railings: i'rovide handrails and railings complying with requirements in ASTM 1-1 985 gin• structural perturniance, based oil testing perflormed according to ASTM f 894 and ASTM 1? 935. C. Structural Performance of Flanldrails and Railings: Provide handrails and railings capable of withstanding the following structural loads without exceeding the allowable design working stress of materials liar handrails, railings, anchors, and connections: 1. Top Rail of Guards: Capable of"withstanding the following loads applied as indicated: It. Concentrated load of'200 Ibl'applied at ally point and in any direction. b. Uniflorm load ol'50 Tbl7ft. applied horizontally and concurrently with unilarnl load of 100 I1)f711, applied vertically downward. C. Concentrated and uniform loads above need not he asstmied to act concurrently. 2. iRandrails Not Serving as "fop Rails: Capable of'withstanding (lie following loads applied as indicated: i►. Concentrated load of 200 Ibfapplied at Duly point and in any direction. h. Concentrated and unifbrni IUnds above need nut be assutnccR to let concurrently. 3. Inlill Area o1'Guards: Capable of'withstaridiJig d 1101-izOntal concentrated load of 200 lbl'applied to 1 scl. ft. at ally point in system, including panels, intermediate rails, balusters, or other elements composing infill area. a. Load above need not be assunied to act concurrently with leads on to rails in p determining stress ran guards. 1.4 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. 13. Sliop drawing's detailing lubrication and installation ofcduniinurn stairs. Include plans, elevations, seetiuns, ancf deaails of aluminum stairs and their connections. Show anchorage and accessary items. Provide templates for anchors and halts specified Tor installation under other sections. I, For installed products indicated to coniply with design loads, include structcn-al analysis data signed ancf sealed by the cfualified professional engineer responsible I'm their preparation. C5-4199-00 05510 - 2 MT?"M L. S'T'AIRS R0 - 3/19/01 WALNUT S7'RER PUMP STATION CITY OF JEFFERSON, MISSOURI C. Welder certificates sign) by Contractor ccrtilying that welders comply with requirements specified under the "Quality Assurance" Article. D. Qualification data for firnis and persons specified in the "Quality Assurance" Article to demonstrate their capabilities and experience. Include list of completed projects with project names, addresses, names of Engineers and owners, and other information specified. 1.5 QUAI_.ITY ASSURANCE A. Professional i?ngincer Qualifications: A prolessional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services ol'the kind indicated. i'ngineering services are defined as those performed for installations of metal stairs (including handrails and railing systems) that are similar to those indicated tier this 1'ro,icct in material. design, and extent. P. Fabricator Qualifications: firm experienced in producing aluminum stairs similar to those indicated for this Project with a record of'successlul in-service performance and with sufficient production capacity to produce required units without delaying the Work. C. Installer Qualifications: Arrange for aluminum stair installation specified in this Section by the same firm that fabricated them. 1.6 COORDINATION A. Coordinate installation of anchorages for metal stairs. I"urnish setting drav✓ings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to he embedded in concrete or masonry. Deliver such items to Project site in time for installation. PART 2 - PRODUCTS 2.1 MAPJUFAC"flJRl?RS A. Manufilcturers: Subjeet to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: I. Metal Stairs (Pre-assembled) a. Carbis, Inc. b. Iron Age c. ,lorry Salety Products d. Redd "ream Manufacturing. e. Standard Iron & Wire Works, Inc. C5-4109-00 05510 - 3 N/11 TAL S'T'AIRS RO - 3/19/01 WALN( IT ti'CI EET PUMP STATION CITY OF -IE-FFFIRSON, MISSOURI 1'. Or equal. �. Perforated railing screen: it. McNichols Corp. I). Or equal. 2.2 FAST NFIZS A. General: Provide stainless steel connection components to the greatest extent possible. 13. Ex pansion Anchors: Anchor bolt and sleeve assemblies of nlateria indicated below { 1 with capability to sustain, without failure, a load equal to 6 times the load imposed when installed in unit masonry and equal to 4 times the load imposed when installed in concrete as determined by testing per ASTM E 488 conducted by a qualified independent testing agency. I. Material: Group I alloy 304 or 316 stainless-steel bolts and nuts complying with ASTM F 593 (AS'rivi F 738M) and ASTM F 594 (ASTM F 836M). 2.3 ALUMINUM STAIRS A. General: Construct stairs to conform to sizes and arrangements indicated. Join pieces together by bolted connections, unless otherwise indicated. Provide complete stair assenlblrCS, including metal frarlling, hangers, columns, handrails, railing systems, newels, balusters, struts, clips, brackets, bearing plates, or other components necessary for the support of'stairs and platforms, and as required to anchor and contain the stairs on the supporting structure. 1. NAAMM Stair Standard: Comply with "Recommended Voluntary Minimum Standards for Fixed Metal Stairs" in NAAMM "Metal Stair Manual" for class of stair designated, except where more stringent requirements are indicated. a. Conlnlercial class, unless otherwise indicated. B. Stair Framing: fabricate stringers ol'structural alunlintlnl channels. tubes, plates, or a combination thereof, as indicated. Provide closures for exposed ends of stringers. Construct platforms of structural i111itnint.1111 channel ]leader's and miscellaneous framing members as indicated. Bolt headers to stringers: and bolt framing members to stringers and headers. C. fabricate grating treads and platforms with alunllnt1111 plate nosing and with aluminum angle or nitnlutlunl plate carrier at each end for stringer connections. Secure treads to C5-4199-00 05510 - 4 It E-FAL STAIRS R0 - 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI stringers with bolts. Provide toe-plates at open sided edges of grating platforms. Weld grating to platform framing. 2.4 ALUMINUM TUBE HANDRAILS AND RAILINGS A. General: Fabricate handrails and railings to comply with AA30, "Specifications for Aluminum Structures" and with requirements indicated for design, dimensions, details, finish, and member sizes, including wall thickness of tube, post spacings, and anchorage, but not less than that needed to withstand indicated loads. B. Interconnect members by butt-welding or welding with internal connectors, at ® fabricator's option, unless otherwise indicated. ® C. At tee and cross intersections, cope ends of intersecting members to tit contour of tube to which end is joined, and weld all around. D. Form changes in direction of handrails and rails as follows: I. By bending. 2. By flush-radius bends. 3. By radius bends of radius indicated. =4. By inserting prefabricated flush-elbow fittings. 5. By any method indicated above, applicable to change of direction involved. I a. Form simple and compound curves by bending members in jigs to produce uniform curvature for each repetitive configuration required, maintain cross section of member throughout entire bend without.buckling, twisting, cracking, or otherwise deforming, exposed surfaces of components. I'. Close exposed ends of handrail and railing members with prefabricated end fittings. c i. Provide wall returns at ends of wall-mounted handrails. unless otherwise indicated. C10.8-C ends of rt.tUrnS, unless clearance between end of rail and wall is 1/4 inch or less. 11. Brackets, I1anges, Fittings, and Anchors: Provide wall brackets, end closures, flanges. miscellaneous fittings, and anchors for interconnecting railings and for attaching to other work. Furnish inserts and other anchorage devices for connecting to concrete or 111asonry worl" 1. Connect railing posts to stair framing; by direct welding, unless otherwise indicated. 2.5 AL 1JM1NlJM SCIt EN A. litisis of Design: McNichols Corp., or equal• C'iA 199-00 05510 - 5 METAL STAIRS Ito - 3119101 WAIM IT STREET PUMP STATION CITY 01' .11:111" RSON, MISS01 JR1 I. Alunlinunl Perloratcd Screen, 3003 1114 aluminum, 3/32" 7/32" Dia. 5/16" Stg. Ctrs; 45914 open area. 2. Length and width sized to allow for clear margin for aluminum frame to be fitted to stair handrail. Franle shall be Connected with IILIIlllnlllll Channels. 2,6 ALUMINUM FINISLII S A, 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 ire acceptable il' they are within the range of approved Samples and are assembled or installed to minimize contrast. 13, finish designations prelixed by AA conlorn) to the system established by the Aluminum Association liar designating al till linttnl finishes. C. Class II, Clear Anodic Finkh: AA-M 12C'22A31 (Mechanical Finish: nonspecular as labricaled; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, clear coaling 0.018 min or thicker) complying, with AAMA 607.1. 2.4 FABRICATION, GFINFRAL A. Provide complete stair assemblies, including metal framing, struts, handrails, railings, clips, brackets, hearing plates, and other Coil)ponents necessary to support and anchor titans and platlo ms on supporting structure. I. ,loin components by welding, unless otherwise indicated. 2. Use connections that maintain structural value o1 joincd pieces. B. NAAMM Stair Standard: Comply with "Recommended Voluntary Minimum Standards Im fixed Metal Stairs" in NAAMM AMP 510, "Metal Stairs Manual," kir class ofstair designated, tmless more stringent requirements arc indicated. I. ('onuuercial ChISS, unlCSS othC►•wlse nulicatCd. C. Shop Assembly: Preassemble stairs in shop to greatest extent possible to mininlize field splicing and assembly. Disassemble units only as necessary Ior shipping and handling limitations. Clearly nlat•k units liar reassernbly and coordinated installation. D. Form exposed work true to line and level with accurate angles and surlaces and straight sharp edges. Shear ; IId punch ntCtulS CICartly and ICCw•atcly. RCnlovc sht.u•p or rough areas on exposed surlaces. C5-4199-00 05510 - 0 M11',TAL STAIRS R0 - 3/19/01 WALNUT sTREE`i' PUMP STATION CITY OF ,JEFFERSON, MISSOURI E. Ease exposed edges to a radius ofapproximately 1/32 inch unless otherwise indicated. Form bent-metal corners to smallest radius possible without causing brain separation or otherwise impairing work. R Weld connections to comply with the Collowing: 1. Use materials and methods that minimize distortion and develo p strength gth and corrosion resistance of*base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux itnmcdiately. 4. Weld exposed corners and seams continuously, unless otherwise indicated. 5. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. G. Form exposed connections with hairline joints, flush and smooth, rising concealed fasteners where possible. Use exposed fasteners of type indicated or, if not indicated, Phillips flat-head (countersunk) screws or bolts. Locate joints where least conspicuous. I-f. Fabricate joints that will be exposed to weather in a manlier to exclude water, or provide weep holes where water may accumulate. I'AR'3 - EXECUTION 3.1 PREPARATION A. Coordinate and furnish anchorages, setting drawings, diagrams, templates, instructions, and directions for installing anchorages, including concrete inserts, weld plates, and anchor bolts. Coordinate delivery of such items to Project site. 3.2 INSTALLATION, GENERAL B, Fastening to In-Place Construction: Provide anchorage devices and fasteners where necessary for securing steel stairs to in-place construction; include threaded fasteners for concrete and masonry inserts, through-bolts, lag bolts, and other connectors as required. C. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing steel stairs. Set units accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of'rack; and measured from established lines and levels. C5-4199-00 05510 - 7 METAL STAIRS RO - 3/19/01 WALNUT STREET PUMP STATION CITY OF ,1EFFERSON, MISSOURI D. Provide temporary bracing or anchors in (armwork far items that are to be built into concrete, masonry, or similar construction. E, Fit exposed connections accurately together to farm hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop-welded because of shipping size limitations. Do not weld, cut, or abrade the sLU•laces o(' exterior units that have been hot-dip galvanized after fabrication and are intended ('or bolted Field connections. F. field Welding: Comply with the fallowing requirements: I. Use Materials and methods that minimize distortion and develop strength and corrosion resistance of'base metals. 2. Obtain (hsion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surlilccs smooth and blended so that no roughness shows after finishing and welded surface matches contours of'ad•lolning surfaces. G. Corrosion Protection: Coat concealed surfaces ell alunllnunl that will come into contact with concrete or dissimilar metals with a heavy coat of bituminous paint. 3.3 INSTALLING PIPE RAILINGS AND HANDRAILS 1.1. Adjust handrails and railing systems prior to anchoring to crlsurc matching alignment at abutting joints. Space posts at spacing indicated or, if not indicated, as required by design loadings. Plumb posts in each direction. Secure posts and railing ends to building construction as follows: 1. Anchor posts to stringers by bolting to aluminum supporting nlcnlbers. END OF SECTION 05510 i C5-4199-00 05510 - b METAL STAIRS RO - 3/19/01 WALNUT STREET PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI SECTION 05521 - PIPE AND TUBE RAILINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Fixed, aluminum pipe and tube handrails and railings. 1.3 PERFORMANCE REQUIREMENTS A. General: In engineering handrails and railings to withstand structural loads indicated, determine allowable design working stresses of handrail and railing materials based on the following: 1. Aluminum: AA 30, "Specifications (or AIL1111111L1111 Structures." B. Structural Performance of Handrails and Railings: Provide handrails and railings capable of withstanding the following structural loads without exceeding allowable design working stresses of naterials for handrails. railings, anchors, and connections: 1. Top Rail of Guards: Capable of withstanding the 161lowing loads applied as indicated: a. Concentrated load of*' 200 1b.1'. (890 N) applied at any point and in any direction. b. Uniform load of 50 lb.f./ft. (730 N/nl) applied horizontally and concurrently with uniform load of 100 lb.f./(t. (1460 N/nl) applied vertically downward. C. Concentrated and uniform loads above need not be assumed to act concurrently. 2. handrails Not Serving As Top Rails: Capable of withstanding the following loads applied as indicated: ' a. Concentrated load of 200 Ib.f'. (890 N) applied at any point and in any direction. b. Uniform load of 50 Ib.f./ft. (730 N/nl) applied in any direction. C. Concentrated and uniform loads above need not be assumed to act concurrently. C54199-00 05521 - I I'll'13 AND 'TUBE RAILINGS RO - 3/19/01 WALNUT STREET PUMP STATION r CITY OF JEFFERSON. MISSOURI 3. Infill Area of Guards: Capable of withstanding a horizontal concentrated load of 200 lb.f. (890 N) applied to 1 sq. ft. (0.09 sq. ill) at any point in system, including pancls, intermediate rails, baluster, or other elements composing intill area. a. Load above need not he assumed to act concurrently with loads on top rails in determining stress on guard. C. Thermal Movements: Provide handrails and railings that Allow for thermal movements resulting from the following nlaXilllulll change (range) in ambient and surface temperatures by preventing buckling, opening of joints. overstressing of components, failure of connections, and other detrimental c14'ects. Base engineering calculation on surface temperatures of materials (file to both solar heat gain and nighttime-sky heat loss. 1. "Temperature Change (Range): 120 deg F (67 de C), ambient, 180 dcg F (100 dcg C), material surfaces. D. Control of Corrosion: Prevent galvanic action and other G�rnls of corrosion by insulating metals and Other materials front direct contact with incompatible materials. 1.4 SUBMITTALS A. Product Data: For the following: 1. Manufacturer's product lines of r11CCliallically Connected handrails and railings. 2. Grout, anchoring cement, and paint products. 13. Shop Drawings: Show fabrication and installation of handrails and railings. Include plans, elevations, sections, component details, and attachments to other Work. 1. For installed handrails and railings indicated to comply with design loads, include structural analysis data signed and sealed by the (lualified prolessiona) engineer responsible for their preparation. C. Product Test Reports: from a qualified testing agency indicating products comply with requirements, based on comprehensive testing of current IM-Oducts. 1 .5 QUALITY ASSURANCE A. Professional Engineer Qualifications: A prclicssiunal CngillCCr who is legally qualified to practice in jurisdiction where Project is located and who is cx.periencc(i in providing engineering services of the kind indicated. Erlglncerlrlg services are defined as those performed for installations of handrails and railings that are similar to those indicated ' for this Project in material, design, and extent. C5-4199-00 05521 - 2 PIPE AND TUBE RAILINGS RO - 3/19/01 WALNUT STREET PUMP STATION CI'T'Y OF JEFFI RSON, MISSOl.1R1 B. Source Limitations: Obtain each type of'handrail and railing through one source from a single manufacturer. 1.6 STORAGE AND HANDLING A. Store handrails and railings in a dry, well-ventilated, «vcathertight place. Protect against damage to finished surfaces. 1.7 PROJECT CONDITIONS A. Field Measurements: Verify handrail and railing dimensions by field measurements before fabrication and indicate nleasurcnlcnts on S1101) Drawings. Coordinate Fabrication schedule with construction progress to avoid delaying the Work. 1. Established Dimensions: Where field ineasurenlents cannot be made without delaying the Work, establish dimensions and proceed with fabricating handrails and railings without field ineasurenients. Coordinate construction to ensure that actual dimensions correspond to established dimensions. 1.8 COORDINATION A. Coordinate installation of anchorages For handrails and railings. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Prujcct site in time for installation. 1.9 SCHEDULING A. Schedule installation so handrails and railings are nlOUntCd only on completed walls. Do not support temporarily by any means that does not satisfy structural performance requirements. PART 2 - PRODUCTS 2.1 MANUFACTURE_.RS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Aluminum Pipe and 'I'ubc Railings: a. Alunlaguard. b. Aluminum Tube Railings, Inc. C, Blum: Julius 131u111 & Co., Inc. d. Moultrie Mall ufacttu•ing Co. C54199-00 05521 - 3 PiPE AND TUBE RAILINGS RO - 3/19/01 WALNUT STR.EI3T PUMP STATION CITY OF JETTERSON, MISSOURI C. Sterling Railing f: "Thompson fabricating Company, g. Wagner: It & 13 Wagner, tile. 11. Or equal. � .....2 METALS A. General: Provide metal free From pitting, seam marks. roller marks, stains, discolorations, and other imperfections where exposed to view on finished units. B. Aluminum: Alloy and temper rccO111111CIRICd by alt.tlninu111 producer and finisher for type of use and finish indicated, and with not less than the strength and durability properties of alloy and temper designated 11CIMV for each alunlinunl fo1'nl required. 1. Extruded Structural Pipe and Tube: ASTM 13 429, allay 6063-T6. 2. Castings: ASTM 13 26/13 26M, allay A356-'1'6. 3. Die and Hand Forgings: ASTNl 13247 (ASTM 13247M) alloy 6061-'I'6. C. Brackets, Flanges, and Anchors: Cast or formed metal of same type of material and finish as supported rails, unless otherwise indicated. 2.3 WELDING MATERIALS, FASTENERS. AND ANCHORS A. Welding Electrodes and Diller Metal: Provide type and alloy of filler metal and electrodes as recommended by producer of metal to he welded and as required for color match, strength, and compatibility in ILtbricatcd items. B. Fasteners for Anchoring handrails and Railings to Other Construction: Select fasteners of type, grade, and class required to produce connections suitable for anchoring handrails and railings to other types ol'COnstruction indicated and capable of withstanding design loads. 1. for aluminum handrails and railings, usC fasteners fabricated From 'Type 304 or Type 316 stainless steel. C. Fasteners far Interconnecting Handrail and {tailing C'onlponents: Use fasteners fabricated from same basic metal as listened metal, unless otherwise indicated. Do not use metals that arc corrosive or incompatible with rnaterials lolled. 1. Provide concealed fasteners !or intercollrlecting handrail and railing components and for attaching them to other work, unless exposed 1LISMICI'S are unavoidable of- are the standard fastening method for handrails and railings indicated. 2. Provide Phillips flat-head machillC SCI'Ck1'S 101' C\pOSCCI fi►stC11e1's, unless otherwise indicated. C5-4199-00 05521 - 4 PIPI!' AND TUBE RAILINGS RO - 3/19/01 WA1.,N11'I' S'i'RI�l.;'1' I'l1M(' STATION CI'T'Y OF JEFFERSON, MISS'Ot Rl U. Anchors: Fabricated from corrosion-resistant materials with capability to sustain, without tailure, o load equal to six tinges the loud) imposed when installed in unit masonry and edulll to (our tinier the load imposed when installed in concrete, as determined by testing per ASTM F 1188 Concluc:ted by ri dualificd independent testing agency, 2.4 PAINT A. Bituminous Paint: Cold-applied asphalt mastic complyk;,; with SSPC'-Paint 12, except containing no asbestos fibers, or cold-applied asphalt erilulsion cnnlplying with ASTM 1) i 187. 2.5 GROUT AND ANCTIORINO (IMF NIT A. Erosion-Resistant Anchoring C'cnlem: Factory-packaged. nonshrink, nonstaining, livdraulic-controlled expansion Cenlenl 16I.1111.11t16011 liar mixing with water at Project site to create pourable anchoring, pl.ltching, and grouting compound. Provide ® f'ornldilation that is resistant to erosion From water exposure \vtth(.)rit ricccling protection �1 by a sealer or waterprool' coating and that is rccomnicndlcd bN' manulacturcr For exterior use. 2.6 FABRICATION A. General: Fabricate handrails and railings to comply %with requirements indicated for design, dimensions, nienlher sires and spacing, deMils. finish, and anchorage, but not less than that required to support structural loads. B. Assemble handrails and railings in the shop to greatest extent possible to nlininlize field splicing and assembly. DiSasse'I1lb1C units oniv as nccessar• ' 101' shippuig and handling limitations. Clearly mark units for reassembly and Coordinated installation. Use connection", that lilaintairl StrdlCtUr'rd V,11LIC Of OinCd piCCCS. C. Forth changes in direction of railing members as follows: 1. By bending. ' 2. 13y mitering, and welding. 3. By any method indicated above, applicable to Change ill direction involved. la. Form simple and compound curves by bending members in jigs to produce unif'61-111 curvature for each repetitive configuration rcdluircd'. maintain cylindrical cross section of member throughout entire bend without buckling, twisting, cracking, or otherwise deforming exposed surfaces ofhandrail and railing components. E. Welded Connections: Fabricate handrails and railings Cot, connecting nicnlbers by welding. Cope components at perpendicular and skew connections to provide: close C5-4199-00 05521 - 5 PIPE-* AND TUBE RAILINGS R0 - 3/19/01 WALNLI'I' S'I'Rt:r'C I'UMI' STATION C:'ITY OF .1f:ffI:RSON, M1SSOLM fit, or use fittings designed Ior this purpose. Weld ConnCClio11S Continuously to comply With the 1i11lowing: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals, ?. Obtain fusion without undercut or overlap. 3. Remove flux inlnledialely, 4. At exposed connections, knish CxpoSCd Surfilces Smooth and blended SO no roughness shows alter finishing and welded Surlacc nialclivs contours ol'adjoining surfaces. F. Welded Connections fm' Alunlinunl Pipe: fabricatc pipe handrails and railings to interconnect nlcnlbers with concealed internal welds that eliminate surface grinding, using manufacturer's standard system cif sleeve and socket fittings. G. Irackets, Flanges, fittings, and Anchors: Provide wall brackets, flanges, miscellaneous fittings, and anchors to hitcrconnect handrail and railing members to other work, unless otherwise indicated. 1-1. Provide inserts and other anchorage devices fbr connecting handrails and railings to concrete or masonry work. Fabricate anchorage devices capable of withstanding loads imposed by handrails and railings. Coordinate anchoragC dCVicCS with Supporting Structure. I. For railing posts set in concrete, provide preset sleeves of steel not less than G inches (150 mnn) long with inside dimensions not less than 1/2 inch (12 nun) greater than outside dimensions of post, and steel plate farming bottom Closure. ' .l. Shear and pu11CI1 metals cleanly and accurately. RCIIIO 'C hums froril CxposCd Cut edges. K. Lase exposed edges to a radios of approximately 1/32 inch ( I film), UilleSS otllC►'\ViSC indicated. foram bent-metal corners to smallest radius possiblC without causing grain separation or otherwise impairing the Work. L. Cut, reinforce, drill, and tap components, as indicated, to receive finish hardware, screws, and similar items. M. Provide weep holes or another nicans to drain entrapped water in hollow sections of' handrail and railing members that are exposed to exterior or to moisture from condensation or other sources. N. fabricate joints that will be exposed to weather in a watertight manner. O. Close exposed ends of handrail and railing 1liember5 with prCfahricated end fittings. C54199-00 05521 - 6 PIPF' AND TUBL: RAIL.INCiS RO - 3/19/01 WALNUT STREET'PUMP STAT10N t:ATY Ol" JE TERSON, MISSOURI P. Provide wall returns at ends of wall-mounted handrails, unless otherwise indicated. Close ends of returns, unless clearance between end of railing and wall is 1/4 inch (6 mnl) or less. Q. 'Foe Boards: Where indicated, provide toe boards at railings around openings and at edge of open-sided floors and platforms. Fabricate to dimensions and details indicated. 2.7 FINISHES, GENERAL, A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for reconlnlendations for applying and designating finishes. B. Protect mechanical 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-hall' 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 tile range of approved Samples ' and are assembled or installed to minimize contrast. D. Provide exposed fasteners with finish i arching appearance, including color and texture. of handrails and railings. 2.8 ALUMINUM FINISHES ' A. Finish designations prefixed by AA comply with system established by the Aluminum Association for designating alunlinunl finishes. B. Class I, Clear Anodic Finish: AA-M12C22A41 (Mechanical Finish: nonspecular as fabricated; Chemical Finish: etched, medium matte, Anodic Coating: Architectural ' Class I, clear coating 0.018 nim or- thicker) complying with AAi 1A 607.1. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL ' A. Fit exposed connection:; together to form tight, hairline joints. B. Perform cutting, drilling, and fitting required to install handrails and railings. Set handrails and railings accurately in location, alignment, and elevation; measured from established lines and levels and free from rack. C54199-00 05521 - 7 PIPI; AND TUBE RAILINGS RO - 3/19/01 WAI..NI l'I'S•i'RI,I,'I' PUMi' STA`1'IM r CiTY OF .tEFFERSON, MISSOUi:I I. Do not weld, Cut, or abrade surfaces of handrail and railing components that have been coated or finished after fabrication and that are intended for field connection by mechanical or other means without I'ur•ther cutting or litting. 2. Set posts plumb within a tolerance of 1/16 inch in 3 feet (2 nnii in 1 m). 3. Align rails so variations from level liar horizontal mcnibcrs and from parallel with rake of steps and ramps Im sloping members do not exceed 1/4 inch in 12 feet (5 nim in 3 ni). C. Corrosion Protection: Coat concealed surfaces ul' aluminum that will be in contact with grout, concrete, masonry, wood, or dissimilar metals with a heavy coat of bituminous paint. D. Adjust handrails and railings before anchoring to ensure matching alil,nment at abutting joints. Space posts at interval indicated, but not less than that required by structural loads. E. Fastening to In-Place ConstrUCtioli: Use anchorage devices and fasteners where necessary 1'or securing handrails and railings and Ior properly transferring loads to in- place construction. 3.2 RAILING CONNECTIONS ' A. Welded Connections: Use fully weldcd joints tior permanently connecting railing components. Comply with requirements for welded connections in "Fabrication" Article whether welding is perlormcd in the shop or in the field. 3.3 ANCHORING POSTS e A. Form or core-drill holes not less than 5 inches (125 nim) deep and 3/4 inch (20 nine) larger than OD of'post for installing posts in concrete. Clean holes of loose material, insert posts, and fill annular space between post and concrete with the following anchoring material, mixed and placed to comply with anchoring material manU fact urer's written instI'uctions: 1. Nonshrink, nonmetallic grout or anchoring cement. B. Cover anchorage joint with flange of same metal as post, attached to post as follows: 1. Welded to post after placing anchoring material. C. Leave anchorage joint exposed, wipe off surplus anchoring material: and leave 1/8- inch (3-mm) build-up, sloped away from post. D. Anchor posts to metal surtaces with oval flanges. angle type, or floor type as required by conditions, connected to posts and to metal supporting members as follows: C5-4199-00 05521 = 8 PI111, AND TUBI7 RAILINGS R0 - 3/19/01 WALNUT STREET PUMP STATION CI'T'Y OF .IEFFFR.SON, MISSOURI 1. For aluminuin pipe railings, attach rests as indicated using fillings designed and engineered fior this purpose. 3.4 ANCHORING RAILING ENDS A. Anclior railing ends into concrete and masonry with round ilatlges connected to railing ends and anchored into wall construction with postinstalled anchors and bolts. B. Anchor railing ends to nlcaa) suriaces with flanges bolted to metal surfaces. 1. Weld flanges to railing, ends. 3.5 ATTACHING FIANDRATLS `CO WALLS A. Attach handrails to wall with wall brackets. Provide bracket with 1-1/2-filch (38-111111) clearance from inside face oi'handrail mid finished Wall surface. B. Locate brackets as indicated car, if' not indicated, at spacing required to support structural loads. C. Secure wall brackets to building construction as filllows: 1. For concrete and solid masonry anchorage, use drilled-in expansion shields and hanger or lag bolts. 2. For hollow masonry anchorage, use toggle bolts. 3.6 CLEANING A. Clean aluminurn and stainless steel by washing thorous,hly with clean water and soap and rinsing with clean water. 3.7 PROTECTION ' A. Protect finishes of handrails and railings from damage during construction period with temporary protective coverings approved by railing rnanulacturer. Remove protective coverings at the time of Substantial Completion. ' B. Restore finishes damaged during installation and construction period so no evidence remains of'correction work. Return items that cannot be refinished in the field to the shop; make required alterations and refinish entire emit, or provide new units. END OF SECTION 05521 C5-4199-00 05571 - c) 11IP1" AND TUBE RAILINGS R0 - 3/19/01 rWALNUT STREET PUMP STATION CITY OF JEFFERSON,RSON, MISSOURI SECTION 05530 - GRATINGS PART I - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY . A. This Section includes the following: 1. Metal bar gratings. 2. Metal frames and supports for gratings. B. Related Sections include the following: 1. Division 5 Section "Metal Stairs" for steel-framed stairs with grating treads. 2. Division 5 Section "Pipe and Tube Railings" for metal pipe and tube handrails and railings. 1.3 PERFORMANCE REQUIREMENTS A. Structural Performance: Provide gratings capable of withstanding the following structural loads without exceeding the allowable design working stress of the materials involved, including anchors and connections: I. Floors: Capable of withstanding a unifbrm load of 250 IbiYsq. fi. or a concentrated load of 3000 Ibf'whichever produces the greater stress. 2. Walkways and Elevated Platforms Used as Exits: Capable of withstanding a unilorm load of 100 lbf/sq. ft. or a concentrated load of 300 lbf on an area of4 sq. in. whichever produces the greater stress. Unlit deflection to L/360 or 1/4 inch whichever is less. 1.4 SUBMITTALS A. Product Data: For the following: I. Clips and anchorage devices for gratings. 2. Paint products. B. Shop Drawings: Show lbbrication and installation details for gratings. Include plans, elevations, sections, and details of connections. Show anchorage and accessory items. Provide templates for anchors and bolts specified for installation under other Sections. C5-4199-00 05530- 1 GRATINGS RO - 3/19/01 WALNUT STRi 11'i' 1'11MP STATION CITY OV .IEI'FL:RSON, MISSOURi 1. For installed products indicated to comply with design loads, include structural analysis data signed arul sealed by the qualified professional engineer responsible far their preparation. C. Mill Certificates: Signed by manufacturers of stainless-steel sheet certifying that products Furnished comply with requirements. D. Welding; Certificates: Copies of ccrtificates for welding procedures and personnel. E. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists ofcompletcd projects with project names and addresses, names and addres ses of architects and owners, and other information specified. 1.5 QUALITY ASSURANCE' A. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in,jurisdiction where Project is located and who is experienced in providing; engineering services ol'the kind indicated. Engineering services are defined as those A performed for installations of gratings that are similar to those indicated For this Project in material, design, and .xtent. B. fabricator Qualifications: A firm experienced in producing gratings similar to those inclicated for this Project and with a record of successful in-service perlormance, as well as sufficient production capacity to produce required units. C. Metal Liar Crating Standards: Comply with applicable requirements of the following: ' 1. Non-l-leavy-DUty Metal Bar Gratings: Comply with NAAMN,I M13G 531, "Metal Bar Grating Manual for Steel, Stainless Steel, and Aluminum Gratings and Stair Treads." 2. I-leavy-Duty Metal liar Gratings: Comply with NAAMM MBG 532. "Heavy- Duty Metal Bar (;rating Manual." D. Welding;: Qualify procedures and personnel according to the following: I. AWS D1.2, "Structural Welding Code--Alumin1.nn." 2. Certify that each welder has satisfactorily passed AWS qualification tests For welding processes involved and, if'pertincnt, has undergone recertification. 1.6 PROJECT CONDITIONS ' A. Field Measurements: Where gratings are indicated to fit to other construction, verify dimensions of other construction by field measurements before lubrication and indicate measurements on Shop Drawings. Coordinate Iubrication schedule with construction progress to avoid delaying the Work. C5-4199-00 05530 - 2 GRATINGS RO - 3/19/01 WALNtJT s'rRI'. ?T PUMP STATION CI'T'Y OF JFTFFI:RSON, MISSOURI 1. Established Dimensions: Where field measurements cannot be made without delaying the Work, establish dimensions and proceed Nvith f:lbricating gratings without field measurements. Coordinate construction to ensure that actual dimensions correspond to established dimensions. Allow for trirnnling lend fitting. 1.7 COORDINA'riON A. Coordinate installation of anchorages for -gratings, grating li-anles, and supports. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time fiir installation. I AR'T 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Mail u ft-IC turers: Subject to colrlpliancC with recluircincllts. 111a1111facturers offering products that may be incorporated into the Work include, but the not limited to, the fallowing: 1. Metal Bar Gratings: It. Alabama Metal Industries Corp. b. All American Grating, Inc. c. Barnett/Bates Corp. d. Harris Steel Ltd.; Fisher & Ludlow Div. e. I KG Borden. E Klemp Corp. g. Ohio Gratings, Inc. h. Seidelhuber Metal Products. Inc. i. TrU-Weld Grating, Inc. j. Or equal. 2.2 ALUMINUM A. Extruded Bars and Shapes: ASTM B 221 alloys as follows: I. 6061-T6 or 6063-T6, for bearing, bars of gratings and shapes. 2. 6061-T1, 1m grating crossbars. B. Aluminum Rivets: ASTM B 316/13 316M, alloy 6053-T4 or 6061-T6. C. Aluminum Shcct: ASTM 13 alloy 5052-I-132. C5-4199-00 05530 - 3 GRATINGS RO - 3/19/01 WAI,N11'I' S'I'I21 1 "(' I'C1M1' STATION C`1T1' OI .1I:1 1 I itS(.)N, MISSOURI 2.3 PAINT A. Bituminous Paint: Cold-applied asphalt Mastic complying; with SSPC-faint 12, except containing no asbestos fliers, or cold-applied asphalt emidsioll complying with ASTM 1) 1187. 2.4 FASTEM7,,RS A. General: Provide Type 304 or 316 stainless-steel fasteners For exterior use and zinc- plated fasteners with coating complying with ASTM 11633, Class Fe/%n 5, where built into exterior walls. Select fasteners (or type, grade, and class rc(Iuire(l. 13. fasteners Cor Aluminum Gratings: Provide fasteners of alllllllllum, nonmagnetic stainless steel, zinc-plated steel, or other material warranted by the I11t111ulaCtUrCr to he compatible with aluminum gratings and other components. 2.5 FABRICATION A. Shop Assembly: Fabricate grating sections in shop to greatest extent possible to r nlinimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units For reassembly and coordinated installation. r 1.3. Form Crom materials of sire, thickness, and shapes indicated, but not less than that needed to support indicated loads. C. Shear and punch metals cleanly and accurately. Remove burrs. 1). Ease exposed edges to a radius ofapproximately 1/32 inch unless otherwise indicated 1:. Ht exposed connections accurately together to firm hairline joitits, I Welding: Comply with AWS recommendations and the l'ollowing: I. Use materials and methods that illininlize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately, G. Provide for anchorage of" type indicated; coordinate with supporting Structure. i Fabricate and Space anchoring devices to secure gratings, (raincs, and Supports ngldl1 in place and to support indicated loads. I. Fabricate toe later to fit grating units and 1velCl to tlllltS ill Sho ) unless otherwise 17 grating 1 � indicated. 2. Toeplate I leight: 4 inches unless otllcrwise indicated. C5-4199-00 05530 - 4 ORATINGS RO - 3/19/01 WALNUT STR 'I'Pt1MP STATION CITY OF ,11; T'I.-RSON, MISSOURI 2.6 METAL 13AR GRATINGS A. fabricate pressure-locked, rectangular bar aluminum gratings as follows: I. Gratin; Mark P-7-4 (i x 1/S) ALUMINUM: I-by-I/h-inch hearing bars at 7/16 inch o.c„ and crossbars at 4 inches o.c. 2. Grating Mark P-15-4 ( 1-1/2 x 3/16) ALUM iNUM: i-I/2-bv-3/16-inch hearing bars at 15/16 inch ox, and crossbars at 4 inches ox. 3. Grating Mark P-19-4 (2 x 3/16) ALUMINUM: 2-hy-3/16-inch bearing bars at 1- 3/16 inches o.c.. and crossbars at 4 inches o.c. 13. Traffic Surface for Aluminum I3ar Gratings: As lbllows: 1. Class I, clear. anodized finish. C. Fabricate removable grating sections with handing bars attached by welding to entire ' perimeter of each section. Include anchors and fasteners of type indicated or, if not indicated, as recommended by manufacturer for attaching to supports. I. Provide not less than tour saddle clips fir each grating section composed of rectangular bearing bars 3/16 inch (4.8 nun) or less in thickness and spaced 15/16 inch (24 mm) or more o.c., with each clip designed and fabricated to fit over two bearing bars. 2. Provide not less than lour weld lugs fir each grating section composed of rectangular bearing bars 3/16 inch (4.8 mm) or less in thickness and spaced less than 15116 inch (24 null) o.c., with cash lug shop welded to three or more bearing bars. Interrupt intermediate bearing bars as necessary for fasteners securing grating to supports. 3. Provide not less than four flange blocks for eaell section of'aluminum i-bar grating, with block designed to fit over lower flange of I-shaped bearing bars. 4. Furnish threaded bolts with nuts and washers for securing grating to supports. D. Do not notch bearing bars at supports to maintain elevation. ' 2.7 GRATING FRAMES AND SUPPORTS A. AllinllnUrn Frames: fabricate frames Im aluminum gratings from extruded-aluminum shapes to sizes, shapes, and profiles indicated and as necessary to receive gratings. Miter and weld connections. Cut, drill, and tap units to receive hardware and similar items. 13. Equip units with integrally welded anchors for casting into concrete or building into masonry. C5-4199-00 05530 - 5 GRATINGS RO - 3/19/01 WALNUT'STRI;1" PUMP STATION CITY Oi� .R.TTiIRSON, MISSOURi I. Unless otherwise indicated. space anchors 24 inches ox, and provide mininlurn anchor units in the of steel straps 1-1/4 inches wide by 1/4 inch thick by R inches long. 2.8 I'lNIS1ILS A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. 13. Finish gratings, frames, and supports after assembly. C. Galvanizing: For those items indicated for galvanizing, apply zinc coating by the hot- (lip process complying with ASTM A 123. PART 3 - 1EXEC1. TION 3.1 INSTALLATION, GENERAL, ' A. Fastening to In-Place Construction: ProvidC iIIICIII)I-,IVC dLwiCQS and fasteners where necessary for securing gratings to in-place construction. Include threaded fasteners for concrete and masonry inserts, through-bolts, lad; bolts, and other connectors. B. Cutting, Fitting, and Placement: Perform cuttinc;, drilling, and fitting required for installing gratings. Set Units accurately in location, alignment, and elevation; measured from established lines and levels and lice from rack. C. Provide temporary bracing or anchors in formwork fir items that arc to be built into concrete or masonrv. f). Fit exposed connections aCCliratcly together to ibrill haidine.joints. Weld connections that are not to be left as exposed joints but cannot be shop \\cldcd beCauSC of shipping size limitations, Do not weld, cut, or abrade the surfaces of' exterior units that have been hot-dip galvanized after fabrication and are for hotted or screwed field connections, I:. I"ield Welding: Comply with the following I•cyuirenlCIIts: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2, Ubtairn fuSiOn without undercut or overlap. 3. RCn1oVe welding fluX immediately. , F. Corrosion Protection: Coat concealed surtuces Of alUnlinunl that will come into contact with grout, concrete, masonry, wood, or dissimilar illetals With a heavy coat of bituminous paint. C5-4199-00 05530 - 6 GRATINGS RO - 3/19/01 WM NUT STREET PUMP S'T'A'T'ION CITY 01 MYVERSON, MISSOURI 3.2 INSTALLING ME'T'AL BAR GRATINGS A. General; Install gratings to comply with recommendations of referenced metal bar grating standards that apply to grating types and bar sizes indicated, including installation clearances and standard anchoring details, Ii. Attach removable units to supporting members with type and size of clips and fasteners indicated or, if' not indicated, as recommended by grating manuf'acturcr for type of installation conditions shown. C. Attach nonremovable units to supporting mcmbers by welding where both materials are the same; otherwise, fasten by bolting as indicated above. END OF SECTION 05530 C5-4199-00 05530 - 7 GRATINGS RO - 3/19/01 WALN(. T STREET PUMP STATION CI'T'Y OF .I1.I'VERSON, MISSOURI SECTION 06105 - MISCELLANEOUS CARPENTRY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. , This Section includes the following: 1, Wood blocking; and nailers. 1.3 DEFINITIONS A. 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. SPII3 - Southern Pine Inspection Bureau. 4. WCLIB - West Coast Lumber Inspection Bureau. 5. WWPA - Western Wood Products Association. 1.4 SUBMITTALS A. Product Data: For each type of' process and factory-fabricated product. Indicate component materials and dimensions and include construction and application details. 1. Include data fbr 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 preservative retained, and chemical treatment manufacturer's written instructions for handling, storing, installing, and finishing treated material. 2. Include data for fire-retardant treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Include physical properties of treated materials, both before and after exposure to e elevated temperatures when tested according to ASTM 1) 5516 and ASTM D 5664. 3. For products receiving a waterborne treatment, include statement that moisture content of treated materials was reduced to levels specified before shipment to Project site. 054199-00 06105 - 1 MISCELLANEOUS CARPENTRY RO — 3/19/01 WALNUT S'f'lti?1.:I' P1JMP STATION CITY OF ,IEFFERSON, MISSOU10 1. Include copies of warranties from cheinical treatment manufacturers for each type of'treatment. B. Resear-Ch/I valuation Reports: For the following, showing compliance with building code in effect for Project: 1. (:ire-retardant-treated wood. 2. Power-driven fasteners. 3. Powdcr-actuated fasteners. 4. Expansion anchors. 5. Metal framing anchors. 1.5 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 2.1 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. 1. Factory ►nark each piece ot'lumber with grade stamp of'grading agency. 2. For exposed lumber indicated to receive a stained or natural finish, mark grade stamp on end or back of each piece. 3. Where nominal sizes are indicated, provide actual sires required by DOC PS 20 For moisture content specified. Where actual sires Errs indicated, they are minimurm dressed sizes for dry lumber. 4. Provide dressed lumber, S4S, unless otherwise indicated. 5. Provide dry lumber with 19 percent maxinimn moisture content at time of dressing for 2-inch nominal (38-mm actual) thickness or less, unless otherwise indicated. 2.2 W(')01)-PR.ESERVA"i'1V1:-'I'REA'fED MAT AUALS A. Preservative Treatment by Pressure Process: AWPA C2 (lumber), except that lumber r 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). 1. Preservative Chemicals: Acceptable to authorities having jurisdiction and one of the following: C54199-00 06105 - 2 MiSC:ELLANEOUS CARPENTRY RO -- 3/19/01 WALNu'r sntrmE-r" PUMP STATION CiTY OF JEFFERSON, MISSOURI a. Chromated copper arsenate (CCA). b. Ammoniacal, or amine, copper quat (ACQ). B. Kiln-dry material after treatment to a maximum moisture content of 19 percent for lumber and 15 percent for plywood. 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 Drawings, and the following: 1. Wood cants, nailers, curbs, equipment support bases, 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. 3. Wood floor plates that are installed over concrete slabs directly in contact with earth. 2.3 FIRE-RL'I'AlZDAN'r-TREATED MATERIALS A. General: Where fire-retardant-treated materials are indicated, provide materials that comply with performance requirements in AWPA C20 (lumber). Identify fire- retardant-treated wood with appropriate classification marking of UL, U.S. Testing, Timber Products Inspection, or another testing and inspecting agency acceptable to authorities having jurisdiction. 1. Use treatment for which chemical manufacturer publishes physical properties of treated wood after exposure to elevated temperatures, when tested by a qualified independent testing agency according to ASTM D 5664, for lumber. 2. Use treatment that does not promote corrosion of metal Fasteners. 1 3. Use Exterior type for exterior locations and where indicated. r 2.4 MISCELLANEOUS LUMBER ■ A. General: Provide lumber for support or attachment of other construction, including the following: 1. Blocking, 2. Cants. 3. Nailers. 4. Furring, 5. Grounds. C5-4199-00 06105 - 3 MISCELLAN130US CARPENTRY R0-- 3/19/01 WALNUT STREET PUMP STATION CITY OF .II"ATF,RSON, MISSOURI I3. For items of dimension lumber size, provide Construction, Stud, or No. 2 grade lumber with 15 percent maximum moisture content and the following species: 1. Mixed southern pine; SPIB. 2. 1lem-fir or I-lem-fir (north); NLGA, WC.UR, or WWPA. 3. Spruce-pine-fir (south) or Spruce-pine-fir; NL'L,MA, NLGA, WCI,IB, or WWPA. 4. Eastern softwoods; NLLMA. 5. Northern species; NLGA. 6. Western woods; WCLIB or WWPA. 2.5 FAS'1"ENCRS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this Article for material and manufacture. 1. Where treated lumber is used or carpentry is exposed to weather, ill ground contact, or in area of high relative humidity, provide fasteners of Type 304 stainless steel. B. Nails, Wire, Brads, and Staples: FS FF-N-105. C. Power-Driven Fasteners: ;CABO NER-272. D. Wood Screws: ASME B 18.6.1. E. Screws for Fastening to Cold-formed Metal Framing: ASTM C 954, except with wafer heads and reamer wings, length as recommended by Screw manufacturer for material being fastened. F. Lag Bolts: ASME I318.2.1. (ASIv1( 1318.2.3.8M). 1 G. Bolts: Steel bolts complying with ASTM A 307, Grade A with ASTM A 563 hex nuts and, where indicated, flat washers. 1-1. hxpansion Anchors: Anchor bolt and sleeve assembly of material indicated below with capability to sustain, without fi►ilure, a load equal to 6 times the load imposed when installed in unit masonry assemblies and equal to 4 times the load imposed where installed in concrete as determined by testing per ASTM L 488 conducted by a qualified independent testing and inspecting agency. 1. Material: Stainless steel bolts complying with ASTM 1- 593. Stainless steel nuts complying with AS'-I'M F 594, Alloy Group I or 2. C5-4199-00 06105 - 4 MISCELLANEOUS CARPEN"1'RY RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 2.6 METAL FRAMING ANCHORS A. General: Provide galvanized steel framing anchors of structural capacity, type, and size indicated and acceptable to authorities having jurisdiction. rB. Stainless Steel: Stainless steel complying with ASTM A 666 Type 304 coating designation. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Discard units of material with defects that impair quality of carpentry and that are too small to use with minimum number of joints or optimum joint arrangement. B. Set carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit carpentry to other construction; scribe and cope as needed for accurate fit. Locate furring, nailers, blocking, and similar supports to comply with requirements for attaching other construction. C. Apply field treatment complying with AWPA M4 to cut surfaces of preservative. treated lumber and plywood. D. Securely attach carpentry work as indicated and according to applicable codes and recognized standards. E. Countersink fastener heads on exposed carpentry work and fill holes with wood filler F. Use fasteners of appropriate type and length. Predrill members when necessan III avoid splitting wood. 3.2 WOOD SLEEPER, FLOCKING, AND NAILER INSTALLATION A. Install where indicated and where required for attaching other work. Form to shape., indicated and cut as required for true line and level of attached work. Coordinite locations with other work involved. F. Attach items to substrates to support applied loading. Recess bolts and nuts flush surfaces, unless otherwise indicated. ' 3.3 WOOD FURRING INSTALLATION A. Install level and plumb with closure strips at edges and openings. Shim with wood as required for tolerance of finish work. C5-4199-00 06105 - 5 MISCELLANEOUS CARPENTRY RO-- 3/19/01 WALNUT STREET PUMP.STA'T'ION CITY OF JEFFERSON, MISSOURI 1. Fire block furred spaces of walls, at eacli floor level and at ceiling, with woad blocking or noncombustible materials accurately fitted to close furred spaces. B. burring to Receive Gypsum Board; Install 1-by-Z-inch nominal- (19-by-38-mm ' actual-) size furring vertically at 16 inches (406 mm) ox, END OF SECTION 06105 r r r C5-4199=00 O610S -,6 MISCELLANEOUS,CARPENTRY RO- 3/19/01 STATION CITY OF .1Ff"I I RSON, MISSOURI SlTTION 07420 - ALUMINUM COMPOSIT 1'ANI.-J,SYSTI'.M PART I - GENERAL 1.1 Rl�LA'L'!?L� laOCL1MlN`!'S A, Drawings and general provisions of the Contiact, including; Goner, and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. Product supplied but not installed as work of this section: 1. Alunlinum composite building panels For horizontally hi-loldingt doors. 1 .3 PF,Ri'ORMANCI.: Ri1'QUIRI;Mi:NTS A, Performance Test Perlorrmalec: 1. Composite Panels shall lie capahle of withstanding building moverrrents and weather exposures hased on the following test standards required by the Architect and/or the local building code. 2. Wind Load: 11'system tests are not available, mock-ups shall be Constrt.rctcd and tests performed under the direction of an indcpenc.icnt. third party laboratory which show canlpliance to the following nlininlunl standards: 3. Panels sllould be designed to withstand the Design Wind Load based upon the local building node, but in no case less than 20 pounds per square loot (psi) and 30 psi' on parapet and corner panels. Wind load testing shall be conducted in accordance with AS`1'M ED30-84 to obtain the 1611owing results. 4. Normal to the plane of the wall between supports, deflection of the secured perimeter frar'nlng mcrllbers shall not exceed IJ 175 or 31l4", whichever is less. 5. Normal to the plane of` the wall, the nlaxirrlunl panel deflection shall not exceed L./60 of the full span. 6. Maximum anchor deflection shall not CxCCed 1/16", 7. At 1-1/2 times design pressure, pcnllancilt deflections of framing; members shall not exceed L/100 of' span length and conlponents shall nut CXI)Cl•iCilCC failure or gross p(mmulent distortion. At connection points of framing members to anchors, permanent set shall not exceed I/M". 8. Air/Water System Test. 9. Air Infiltration -- When tested in accordance with ASTNI 1"1281-84, air infiltration at 1.57 psl'will not exceed 0,00efill/ft= of wall area. C54199-00 07420 - I ALUMINUM (T)MPOSIT PANT L RO— 3/19/01 S YSTEM WALNIJ'I' S rRI C?'I' Pt1MP STATION CITY OI" ,11-T'I ERSON, MISSO(JRI 10. Water Infiltration -- No water infiltration shall occur- in any system under a differential static pressure of 6.24 list*aftcr 15 minutes of exposure in accordance with ASTM L"•331-86. 11 , Bond Integrity: When tested Im bond integrity, in accordance with ASTM D1781-76 (simulating resistance to panel delamination). there shall be no adhesive failure of the bond (a) between the core and the skin nor (b) cohesive failure of the core itself below the following values. 12, Band Strength: 214 psi (Vertical full) 13. Peel Strength: 115 N nlmiriim (22.5 in lb./in.) as manufactured, 14. 115 N min/nim (22.5 i►1 IbAn.) after 8 hours in water• at 200"1". 15. 115 N mm/nom (22.5 in lb./in.) after 21 clays soaking ill water at 70"I". 16. Dire Perlornlance: (A. ASTM 1;84-79 — I lame Spread 0. Smoke cleveloped 0 b. ASTM 1;162 — No surface flaming. C. UBC 17-5 — No flame spread along interior lace or penetration through the wall assembly. 1.4 suBmirrALS A. Submit samples of typical aluminum conlpusite panels, of type, thickness and finish specified. B. Submit panel nl.lnufacture,r~ product delta, consisting of cornpletc product description and specification and Sunirnary Test Reports. C. Submit panel system fabricator's installaUoll illallual, indicating the procedures to be followed by the installer in forming, scaling and installing the panels. D. Test data on composite building panel system as specified in 'Performance Requirement" article, 1,5 QUALITY ASSURANCE A. Panel system. fabricator: Approved by the panel manufacturer. 13. Panel system fabricator shall have i.1 minimum often years experience. 1.6 PRODUCT DEI.IVI:RY, STORAGE & HANDLING A. All materials under this section shall be packaged, hoxed, wrapped. or othc►•wise protected to ensure complete protection from damage dul•Illg slllpillCllt. C5-4199-00 07420 - 2 ALUMINUM COMPOSITE PANEL RO —3/)9/01 SYS•E-M WALNUT S'FRI.;E7" PUMP STATION CITY OF- JEFFERSON, M1SSOIJIZI B. Materials shall be stored in interior space; or above ground under protective and ventilated eovers per nuuluf'acturer's recommendations. C. Extra protective 111Castrres ~hall be taken to Ensure that panel edges are secured from damage at all times. 1.7 WARRANTY tA. The aluminum composite material manufacturer (sheet stock) shall provide its ;standard product warranty. B. The finish warranty is 10 ),cars. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with requirements, manufacturers offering products that nlay be incorporated into the Work include, but are not limited to, the following; 1. Alucobond @ by Alusuisse Composites, Inc., St. Louis. MO. 2. Ileynobond 0 by Reynolds Metals Co., Riehnlond. VA. 3. Alpolic© by Mitsubishi Chemical America, Inc., Chesapeake, VA. 4. Or equal. 2.2 MATERIALS A. Panel Composition: Two sheets of .020 alunlinunl sandwiching a core of extruded thermoplastic formed in a Continuous process with no glues or adhesives between dissimilar materials. Total t sickness of'pancl shall be 4mn1 (approx. 3/16'). B. Finish: Coil coated Kynar 500 based Polyvinylidene fluoride (PVDF) resin in conformance with AAMA 605.2. ' 1. Panel color: Silver Metallic PART 3 - EXECUTION 3.1 INSTALLATION A. Panels shall be installed as work of Section 08362, Horizontally Iii-folding Doors, END OF SEC'nON 07420 C5-4199-00 07420 - 3 ALUMINUM COMPOSITE PANEL RO — 3/19/01 SY STI M WALNUT STREET PUMPS 1'ATION CITY OF JEFFERSON, MISSOURI SECTION 07610 - SHEET METAL ROOFING PART 1 - GENERAL 1.1 RE'LA'TED DOCUMF NTS A. Drawings and general provisions of the Contract, including General and ' Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. 'phis Section includes the following: 1. Flat-scam stainless steel nlctal rooting, with fascias, roof drainage system and exposed trim. 2. Waterproofing and other underlayinent materials. 3. Substrate Boards 4. Rigid insulation for metal rooting. 5. Stainless steel roofdrainage systems. 6, Stainless steel snow guards. B, Related Sections include ►he following: 1. Division 5 Section "Steel Deck" For steel roofdeck. 2. Division 6 Section "Miscellaneous Carpentry" fbr wood framing and decking. 3. Division 7 Section "Sheet Metal Flashing and `brim" for stainless steel roof drainage system and trim. 1.3 PERFORMANCE RI QUIREMENTS A. Provide complete shect metal rooting system capable of witllstatldulg normal thermal movement, wind loading, structural movement, thernrally induced movement, and exposure to weather without tailure or infiltration of water into the building interior. Root'system shall include, but not be limited to factory lubricated metal roof panels, cleat clips, anchors and fasteners, sheet metal flashing and drainage components related to sheet metal rooting, fascia panels, trim, underlayrllent, and accessories as indicated and as required for weathertight installation. B. The metal cladding system Including stil'feners when required, shall be able to Withstand a wind load of not less than 25 pounds per square (loot (957 pascals), or ' other required loading. C. Air infiltration through the system shall be less than 0.06 Cubic feet per minute (0.0017 cubic meters per minute) at it pressure di(lcrential of0.435 inches water gauge (t 1 111111 1.120), C5-4199-00 07610 - 1 SHlE'1' METAL, ROOFING RO - 3/19/01 WALNUT STR1 (:'1' P1 IMP STATION CITY t 17 .11"'F ERSON, MISSOURI 1). At a 5PSF (239 pascals) pressure differential and a unilbrrn water flow of 5 gallons per square loot (2.04 liters per square meter) of fi►ce area for a period of 15 minutes, there shall be no water leakage, F. The anchorage system shall be designed so that the panels the secure yet. "free- floating" to accommodate thermal expansion and contraction, and seismic movement, r 1.4 SUBMITTALS 1`ALS A. Product Data: for each product indicated, 111CILICIC details OF construction relative to materials, dimensions of individual components, Ilrolilcs, alld finishes. 13. Shop Drawings: Submit per contract requirements and Division I. I I. Details for fornling,jonlulg, and securing metal roofing, and for pattern of'scams. Show direction of roof expansion and contraction. Show expa nsion-joitlt details and waterproof' connections to adjoining work rind at obstructions and penetrations. Show details of all penetrations. 2, fasteners, cleat and attachment layout, and I11CtIlOdl Of attaChlllCIlt tO SUbstrate, 3. Description of installation. C. Samples for initial Selection: Manufitcturer's color charts showing the full range of colors available for metal roofing with color-coated f inishcs. D. Samples for Verification: 12-inch square specimens of metal rooting material with specified finishes applied. Where finishes involve normal color and texture variations, include Sample sets of 2 or rtlore units showing the full range of variations expected. 1 . Product Certificates: Signed by manufacturers of [lie following products certifying that the products furnished comply with requirements: I. Shect nlctal roofing. 2. Special finishes. 1'. QUalillCat1011 Data: For firms and persons specified in the "Ouality Assurance" Article to demonstrate their capabilities and experience. 111CILICIC lists of completed projects with project names and addresses, names and addresses of architects and O owners, and other information specified. 1.5 QUALITY ASSURANCE A. installer Qualifications: 1 ngage an experienced installer who has completed sheet metal roofing similar in material, design, Forming method, and extent to that iti licatecl for this Project and with a record of successful in-service perliilrint►llce. ' C5-4199-00 07610 - 2 5111;1 T MFITAI., ROOVING RO - 3/19/01 STATION CITY 0C` .II f7C1:RSON, MISSOURI B. Industry Standard: Unless otherwise shown or specified, comply NN-ith the Sheet Metal and Air Conditioning Contractors National Association's (SNIACNA) "Architectural Sheet Metal Manual." Conform to dimensions and profiles shown. C. Wind-Uplift Resistance: Provide roof' assemblies that meet requirements o1' UL 580 for Class 90 wind-uplift resistance. 1. Maintain current certification of U1., follow-up program (or field-rolled panels on field-forming equipment. D, Mockups: Before installing sheet metal roofing, construct nwckups f*or each form of construction and finish required to verify selections made under Sample submittals and to demonstrate aesthetic effects and qualities of materials and execution. Guild mockups to comply with the following requirements. using exposed and concealed materials ano formin.a methods indicated for completed Worl<. 1. Locate mockups in the location and of the size indicated err, if not indicated, as directed by Architect. Mock-up to include the 161lowulg components: Typical panel, panel flat seam joints at top, side and panel bottom, roof' edge and fascia, roof edge and gutter assembly. 2. Notii'y Architect 7 days in advance of the elates and times when mockups will be ' constructed. 3. Demonstrate the proposed range of'aesthetic ellccts and worknlanship. 4. Obtain Architect's approval ol'ntockups bcf'ore starting metal roofing Work. 5. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. 1 .6 COORDINATION A. Coordinate Work of this section with interfacing and adjoining Wort. for proper sequencing ol'each installation. Metal roofing installer shall coordinate installation of roof components with installation of Section 13100, Lighting Protection. E11SUrc best possible weather resistance, durability of Work, and protection of rtlaterials and finishes. 1 .7 DEIIVE-IRY, STORAGE-, AND I IANDLING A. Deliver metal coils, panels, and other roofing materials so they will not be darllaged ol- dclormed. Package roofing materials for protection against transportation damage. B. Ilandling: 1:xercise care in unloading, storing, and erecting roofing materials to prevent bending, warping, twisting, and surface damage. C. Stack materials on platforms or pallets, covered with tarpaulins or other suitable weathertight and ventilated covering. Store metal roof coils and panels to ensure dryness. Do not store coils or }iancls in contact with other materials that might cause staining, denting, or other surface damage. C5-4199-00 07610 - 3 SI11:C:T MEITAI, ROOFING RO - 3/19/01 r WALNUT ST'REE'T' PUMP ST'A'TION CITY OF JEFFERSON, MISSOURI 1.8 WARRANTY A. General Warranty: Special warranties specified in this Article shall not deprive the Owner of other rights the Owner may have tinder other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by the Contractor under requirements of the Contract Documents. B. Metal Roofing Manufacturer's Warranty: Submit a written 30 year warranty, without monetary limitation, signed by roofing system Ill' nulactu:er agreeing to promptly repair or replace components of roofing system that fail in materials or workmanship for warranty period of 30 years. Failure includes roof' leaks. Oil canning induced From buckling stresses will be cause for panel replacement. Warranty shall include metal root'panels, (lashings, roofing accessories and drainage systems, roof'insulation, substrate board, fasteners, vapor retarder, and other components of metal roofing System. PAR'[2 - PRODUCT'S 2.1 MANUFACTURERS A. Basis of Design Manufacturer: Stainless Steel Panels mechanically attached to deck with concealed fasteners. Provide the following system: 1. Manufacturer: A. Zahner Co. 2. Product: 31 G Stainless Steel. 3. Or equal. 13. Additional Manufacturers: Subject to compliance with requirements, other manufacturers will be accepted provided their products meets or exceeds the aesthetic and quality performance or Basis of Design Manufacturer's specified product. C. Stainless-Steel Sheet: ASTM A 666, Type 3041, dead sell, fully annealed. 1. Finish: Angel Flair Finish. 2. Thickness: 16 GA. Illilllllltllll. 2.2 UNDERLAYMENT MA'T'ERIALS A. Vapor Barrier Underlayment: Minimum 6-mil polyethylene sheeting complying with ASTM D 4397. B. High Temperature Sheet: Sell-adhering, polymer-modified, bitUminoUS sheet underlaynlent, complying with ASTM D 1970, nlininlurll 40 mils thick. Provide r primer when recommended by Underlayment nlzulufacturer. C5-4199-00 07610 - 4 Sl[E -F METAL ROOFING; R0 - 3/19/01 WALNUT STRELET PUMP STATION ("I'i'Y C)h JEhFERSON, MISSOURI 1. Products: Subject to compliance with requirements, provide one ol'the ('ollowing: a. WR Grace & Co. Vycor Ultra. b. Nicolon/ Marafi Group Mirardri WIP 300 1-I1' C. Carlisle CCW-725 d. Or equal. 2.3 MISCELLANEOUS MATERIALS A. General: Provide materials and types of fasteners, solder, welding rods, protective coatings, separators, sealants, and accessory items as required for a complete roofing system and as recommended by sheet metal manufacturer and fabricator for metal rooting work, unless otherwise indicated. B. Expansion-Joint Sealant: For hooked-type expansion points, which must be free to move„ provide nonsetting, r►onhardening, norimigrating, heavy-bodied poly isobutylene sealant. C. Metal Accessories: Provide components matching sheet metal roofing in finish and material that the required for a complete roofing system, including the following: 1. Crin1, copings, flashing, fasciae, gutters, and louvers. 2. Cowlings, enclosures and piping flashing for rooftop mechanical equipment Fumes, exhaust fan hood and vent pipes. 3. Snow guards. D. Sealing Tape: Pressure-sensitive, 100 percent solids, polyisobutylene compound sealing, tape with release paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape. E. Elastomeric Joint Sealant: ASTNI C 920. of base polymer, type. grade, class, and use classifications required to produce.joints in roofing that will remain wcathertight and as recommended by the roofing manufacturer for installation indicated, F. Bituminous Coating: Cold-applied asphalt mastic, SSPC-Paint 12, compounded for 15-mil dry film thickness per coat, unless otherwise indicated. Provide inert-type noncorrosive compound free of asbestos fibers. sulfur' components, and other deleterious impurities. 2.4 RIGID INSULATION ' A. Provide high temperature rigid roof insulation consisting of a 2-inch thick composition of polyisocyanurate foam core with a top 11aillrlg Surface of 7/16 inch, APA rated, oriented strand board. C54199-00 07610 - 5 Si iLLET NII:"FAL. ROOFING RO - 3/19/01 i WALNI IT STRI?I"T I't IMP STATION t'1'i'Y t)I ,il;l l'1?RSt�N, MISSOURI 13. Products: Provide uric o1' the following: other nlanulilc:lurers Or similar products acceptable as approved by Architect: 1. Celotex Corp,; Product — Nail-Line"",'. 2. Apache Products Corp,; Fly Therm Product - Nail-Line. 3, Relax, 111c.; ProdUCt — Nail Base, 4. Or equal. C. Install per Manufilcturcr's written instructions, 2.5 SI.li3STRATF ROARDS A, Substrate Guard: ASTM C 1177, glass-mat, water-resistant gyps11111 substrate. 5M thick. I. PrOdUCt: tiuhjcct to compliance with rccluirernents, provide "Dens-Deck" by '■� Georgia-Pacific Corporation, 13. Fasteners: Factory-coated steel fhsteners and metal or plastic plates meeting corrosion-resistance provisions in FMG 4470, designed hOr lustcning substrate panel to roof deck. 2.6 FABRICATION A. Fabricate sheet metal rooling to comply with details shown, with metal roofing nlanulilcturer's .vritten instruction:,, and with recommendations of SMACNA's "Architectural Sheet Metal Manual" that apply to the design, dimensions, metal, and other characteristics of installation indicated, 13. Fabricate sheet metal to allow for expansion in rennin. work sul'licicnt to prevent leakage. damage, and deterioration ol'the Work. Form l'x1lteSed sheet metal work to fit substrates without execssivc oil ca1111ing, buckling, and tool marks, true to line and levels indicated, and with exposed edges fielded hack to lbrin hems. C. Expansion Provisions: Where lapped or hayonct-type Cxpausioll provisions in the Work cannot he used, or would not be sufficiently walerproul'and weatherproof, three expansion joints of' intermeshillg hooked lialllgeS, nut less than 1 inch (25 n1m) deep, filled with Sealant (concealed within joints). U, Sealant Joints: Where movable, tlonexpanslon-tvpe joints are indicated or required to produce weathertight scants, Berm metal to provide tier proper installation of' clastomeric sealant, in compliance with SMAC'NA standards. I;. Separations: Separate metal li•onl noncompatible metal or corrosive substrates by coating concealed surfaces at iUCUdOI1S of contact with hitunlinoua coating or other permanent separation as recommended by 111a111Lllalet111'er ell' fabrlCat0r. C5-4199-00 07610 - 6 SI IFIET MF I'AL ROOFING RO - 3/19/01 1 WAL,NCTI' S'1'RIiFs'1' PUMP STATION OITY OF JC:hFI:RSON, MISSOURI F, Penetrations through the roof shall be fabricated and installed to allow for expansion and construction ol'roof sheet will buckling. 2.7 ROOF DRAINAGE SYSTEM AND UPOSEI) "PRIM AND FASCIA A. Stainless steel fascia panels and trim and stainless steel drain system shall he provided as work of this section. Sec: Section 07620 For material and fabrication regit iremetits, 1 PART 3 - E-XI CUTION 3.1 LXAMINATION A. Examine substrates and conditions, with Installer present. Ibr compliance with requirernents indicated for conditions affc.caing performance OI' sheet rectal rooling. Do not proceed with installation until ttnsatisfuctor•y conditions have been corrected. 3.2 PREPARATION A. Coordinate metal rooting with lightning protection work. and construction of adjoining work to provide a leakproof, secure, and noncorrosive installation. 13. Promptly remove protective film, ►l any, from exposed suriaces o!' metal roofing. Strip Willi care to avoid damage to finish. 3.3 INSTALLATION, Ci1:NF:RAL A. Install substrate Dens-Deck, vapor barrier unde Hay tile iit and insulation per manulticturer's written instructions. 13. Install rooting components, lascia, trine and drainage systems to comply with sheet nlctal rooting manulacturer's written instructions, unless otherwise indicated. C. Separate dissimilar metals by painting each metal s►.►rlace in area of contact will u bituminous coating, by applying rubberized-asphalt underlaynlent to each metal surfi.►ce, or by other permanent separation us recommended by manufacturers of dissimilar metals. D. Install high tcmperattire slip sheet un insulation under nlctal roofing, unless otherwise recommended by sheet metal manufacturer. Apply and lap per sheet rllanUlacturer's instructions. ' E. Morrie and fabricate sheets, scams, strips, cleats, valleys, ridges, edge treatments, integral flashings, and other components of nlctal roofing to profiles, patterns, and drainage arrangements shown and as required for leakproof construction. Provide For thermal expansion and contraction ol'the Work. Seal joints as shown and as required For leakprool'construction. Shop fabricate materials to greatest extent possible. 054199-00 07610 - 7 SI IEf3'!' METAL., ROOFING RO - 3/19/01 r WALNUT S'1'RL?1;'1' PI)MI' STATION CITY 0F .1 E'FF'FRSON, MISSOURI I". Fabricate and install work with lines and corners eel'exposed units true and accurate. Dorm exposed lilces flat and tree ell' buckles. excessive waves, and avoidable tool marks, considering temper and rellectivity Of'111 ,11. Pl-0VidC unifIMrnl, neat seams with minimum exposure of solder, welds, and sealant. Fold back sheet metal to forgo a hem on eoncerllcd side ol'exposed edges, unless Otherwise indicated. G. Tin edges 01 Uncoated sheets to be soldered, flor a width of 1-1/2 inches using solder reconunendcd 6or stainless steel and acid flux. Promptly remove every trace of acid flux residue From nlctal after tinning. Comply with manufacturer's recommended methods 101' Cleaning and neutralization. Clean exposed surfaces of stainless steel of every substance that is visible or that alight cause corrosion Of nlctal. 1-1. Conceal tastencrs and expansion provisions where passible ill exposed work and locate to mirlinlize possibility of leakage. Cover and seal fasteners and anchors as required lilr a tight installation. 3.4 ACCESSORY INSTALLATION A. General: Install accessories with positive anchorage to building and weathertight mounting; and provide for thermal expansion. Coordinate installation with fLishings and other components, I. Install components required for a complete: slice( met,1l roofing assembly inegtlding trim, copings, ridge closures, seam covers, flashings, sealants, gaskets, lille►•s, closure strips, and similar items. 4k B. Flashing and 'Prim: Comply with perlormanee requirements, rll,1rlufacturcr's written ' installation instructions, and SMAC'NA's "Al—Chitecuu-al Sheet Metal Manual." Provide concealed fasteners where possible, and set units true tO line and level as indicated. Install work with laps,joints, and scams that will lie permanently watertight and weather resistant. I, Install exposed flashing and trirll 111,11 Is Wilhoilt CXCCSSiVC Oil canning, buckling,, and tool marks and that is true to line and levels indicated, with exposed edges Iblded back to filrm heals. Install sheet nlctal flashing and trim to fit substrates and to result in waterprool',and weather-resistant performance. 2. Expansion Provisions: Provide lilr thermal expansion of exposed flashing and trllll. Space movement joints at a Illaximulll 01' 10 feet Q Ill) With 110 jolrlts allowed within 24 inches (600 nlnl) of corner or intersection. Where lapped or bayonet-type expansion provisions cannot be used or would not be sufficiently weather resistant and waterproof', form expansion Joints of intermeshing hooked flanges, not less than I inch (25 mm) deep, lilled with mastic: sealant (concealed within joints). C. Gutters: ,loin sections with riveted and soldered or lapped and scaled ,joints. Attach gutters to cave with gutter hangers spaced not more than 4 ICCt (1 .2 111) O.C. using C5-4199-00 07610 - 8 tit li;l 'f METAL, ROOFING RO - 3/19/01 WALNUT S'mr-.a'C P1.JM1' STATION CITY OF JIaFFEASON, MISSOURI manufacturer's standard lirsteners. Provide end closures and seal watertight with scalant. Provide for thcrmai expansion. D. Downspouts: .loin sections with 1-1/2-inch (38-mm) telescoping ,joints. Provide Fasteners designed to hold downspouts securcly 1 inch (25 mm) away from walls; locate firsteners at top and bottom and at approximatcly 60 inches (1500 rnm) o.c, in between. I?. Roof Curbs: Install curbs at locations indicated on Drawings. Install flashing around bases where they meet sheet metal roofing. 1 . Snow Guards: Snow guards shall be welded to sheet metal roofing. Ci. Pipe flashing: Form flushing around pipe penetration and sheet metal roofing. hasten and seal to sheet metal roofing as recommended by manufacturer. . 3.5 I RI:: TION TOLERANCE'S A. Installation Tolerances: Shim and align sheet metal rooting within installed tolerance of 1/4 inch in 20 feet (6 mm in 6 nr) on slope and location lines us indicated and within 1/8-inch ('3-ntm) offset ol'adjoining farces and ofalignrnent ofmatching profiles. 3.6 PROTECTION A. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and Installer, that Cnsure metal roofing is without damage or deterioration at the time of Substantial Completion. i EIND OF SECTION 07610 C5-4199-00 07610 - 9 SHEl T Mla'I'AL. ROOI ING RO - 3/19/01 : r WAL,Ni)'t' �;'I'Rt"sti'I' PIJMP STA'L'ION (ITY O ,II FFI;RSON, MISSOURI SECTION 07620 - SI-I1711"I' METAL FL ASLIING' AND TRIM PART 1 - GENERAL 1.1 RE'LA'TED DOCUMENTS A. Drawings and general provisions of the COntraet, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY tA. This Section includes sheet metal flashing and trine in the following categories: ■ 1, Rool-drainage systems. I Exposed trine, gravel steps, and fasciae. 3. Metal flashing. 13, Related Sections: The (allowing Sections contain rcquircinerlts chat rclatc to this Section: 1. Division 7 section "Sheet Metal Roofing," for stainless steel r•oo{'systcm. 2. Division 7 Section "Roof' Accessories" for rool• hatches and other matluiactured rool'accessorics. 3. Division 7 Section "Joint Sealants" for Clastomerlc Sealants. 1.3 PERFORMANCE, REQUIREMENTS A. General: Provide sheet metal flashing and trim to withstand wind loads, structural movement, thcrinally induced movement, and exposure to weather without failing. 13. Fabricate and install flashings at root'edges to comply with recommendations of FM Loss Prevention Data Sheet 1-49 for the following wind zone: 1. Wind Zone 1: Wind pressures of' 10 to 20 psf•. 1.4 SUt3MITTAI..S A. General: Submit each item ill this Article according, to the Conditions ol'the Contract Mid Division I SpCCillCatiOlI Sections, r13. ProdllCt Data inCludilIL4 rllanufacturcr's material and finish data, installation instructions, and general recommendations for each specilicd flashing material and fabricated product. C5-4199-00 07620 - 1 SI IL;F, MI TAL FLASHING AND TRIM RO - 3/19/0 1 WAI,NU'I' S'I'RIaL"•.'.t' PlJM13 STATION CITY OF- JEFFERSON, MISSOURI C. Shop Drawings of each item specified showing layout, profiles, methods of joining, and anchorage details. 1.5 QUALITY ASSURANCE A, installer Qualifications: Engage an experience Installer who has completed sheet metal flashing and trim work similar in material, design, and extent to that indicated for this Project and with a record of successful in-service performance, 1,6 PiZ0,IECT CONDITIONS A. Coordinate Work of this Section with interfacing and adjoining Work for proper sequencing of each installation. Ensurc best possible weather resistance, durability of Work, and protection of materials and finishes. PART 2 - PRODUcrs 2.1 METALS A, Stainless-Steel Sheet: ASTM A 167, Type 304, soft annealed, with No. 2D finish, minimum 0.0187 inch thick, unless otherwise indicated. 2.2 MISCELLANL-'OUS MATERIALS AND ACCESSORIE,'S A. Solder for Stainless Steel: ASTM B 32, Grade Sn60. used with an acid flux of type recommended by stainless-steel sheet manufacturer; use a noncorrosive rosin flux over tinned surfaces. 13, Stainless-Steel Welding Rods: Type recommended by stainless-steel sheet manufacturer for type of metal sheets furnished. C. Primer: Zinc molybdate primer. D. Protective Backing Paint: line rnolybdate alkyd. I?. Fasteners: Same metal as sheet metal flashing or other noncorrosive metal as recommended by sheet metal rrianufactm-er. Match finish of exposed heads with material being fastened. i . Asphalt Mastic: SS.I'C-Paint 12, solvent-type asphalt mastic, nominally free of'sulfur and containing no asbestos fibers, compounded for 15-mil dry film thickness per coat. G. Mastic Sealant: Polyisobutylene; nonhardening, nonskinning, nondrying, nonmigrating sealant. C5-4199-00 07620 - 2 SHI,E'i' MF,TAL FLASHING AND TRIM RO - 3/19/01 WALNUT ST'TZC:T r PUMP S'T'ATION CITY OF JEFFERSON, MISSOURI 11. Tlastomeric Sealant: Generic type recommended by sheet nietaf manufacturer and fabricator of components being scaled and complying with requirements for joint sealants as specified in Division 7 Section "Joint Sealants." 1. Paper Slip Sheet: 5-lb/square red rosin, sized building paper conforming to FS UU-B- 790, 'Type 1, Style I b. .1. Polyethylene Underlaynlent: ASTM l) .1397, nlinimunl 6-mil- thick black polyethylene film, resistant to decay when tested according to ASTM E 154. K. Metal Accessories: Provide sheet metal clips, straps, anchoring devices, and similar accessory units as required for installation of Work, matching or compatible with material being installed; noncorrosive; size and thickness required for performance. L. Roofing Cement: ASTM D 4586, Typc L asbestos f i-ce, asphalt based. 2.3 FABRICATION, GENERAL A. Sheet Metal Fabrication Standard: Fabricate sheet metal flashing and trim to comply with recommendations of SMACNA's "Architectural Sheet Metal Manua]" that apple to the design, dimensions, metal, and other characteristics of the item indicated. B. Comply with details shown to fabricate sheet metal flashing and trim that tit substrates and result in waterproof and weather-resistant performance once installed. Veril'.N shapes and dimensions of'surfaces to be covered before fabricating sheet metal. C. Form exposed sheet metal Work that is without excessive oil canning, buckling., and tool marks and that is true to line and levels indicated, with exposed edges i'olded back to form hems. D. Seams: Fabricate nonmoving seams in stainless steel sheet metal with flat-lock seam, Tin edges to be seared, form seams, and solder. rE. Expansion Provisions: Space movement joints at lllaxlrlillnl Of 10 feet With no J011111 allowed within 24 inches of corner or intersection. Where: lapped or bayonet-t\ht• expansion provisions in Work cannot be used or would not be s11111CICrltl.\ weatherproof and waterproof: form expansion joints of intermeshing, hooked fl.ulgC1 not less than 1 inch deep, filled with mastic sealant (concealed within joints). F. Scaled Joints: l,orm nonexpansion, but movable, joints in metal to aCCOrnlodatC elastonieric sealant to comply with SMACNA standards. G. Separate metal from noncompatible metal or corrosive substrates by coating concealed Surfaces at locations of contact with asphalt elastic or other permanent separation as recotntnended by manufacturer, C5-4199-00 07620 - 3 SHEET Mf.:'I'AL I"LASI-IING AND TRIM RO - 3/19/01 WAI..NI l'1' S'I'IZI'-E'1"1'(.IMI' S'T'ATION CITY (_ - .1 L"I'VE RSON, MISSOURI 11. Conceal fasteners and expansion provisions where possible. FNj)0sed lilsteners are not allowed on ii►ces ()t'shcet metal exposed to public view. 1. i abricate cleats and attachment devices from same material as sheet nictal component being anchored or from compatible, noncorrosive metal recommendcul by sheet. nictal manufacturer. 1. Sire: As rccommendcd by SMACNA manual or sheet metal manufacturer for application but never less than thickness of metal being, secured. 2.4 SI 11-J"'I' ML;'I'AL FABRICATIONS A. General: L'abricate sheet metal items in thickness or weight. needed to comply with performance requirements but not ICSS than rccomrrtended by S\IACNA. PART - LXI C'Ui ION 3.1 EXAMINATION A. L xa►11inC substrates and conditions under which sheet nictal flashing and trim are to be installed and verify that Work may properly commence. Do not procced with installation until unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. ClcneraL Unless otherwise indicated, install sheet nictal flashing and trim to comply with performance requirements, tnuntllacturer's installation instructions, ;u►d SMACNA's "Architectural Sheet Metal Manual." Anchor units of Work securely In place by methods indicated, providing for thermal expansion ol' metal units: conec.,l Fasteners where possible, and set units true to line, and level as indicated. Install Work with laps,joints, and scams that will be permancntly watertight and weatherproof'. 13. Install exposed sheet nictal Work that is WithoUl excessive oil canning;, buckling. and tool marks and that is true to line and levels indicated, with exposed edges folded Im,k to form hems. install sheet nictal flashing and trim to lit substrates and to result m waterprool' and weather-resistant performance. Verify shapes and diniensions of surfaces to be covered before fabricating sheet metal, C. Roof-Edge hlashings: Secure metal fleshings at roof edges according to FM Los% Prevention Data Sheet 1-49 161- specified wind Zone, 1). 1:xpansion Provisions: Provide for thermal expansion of exposed sheet metal Work. Space movement joints at maximum of 10 feet with no joint~ allowed within 24 inches ofcorner or intersection. Where lapped or bayonet-type expansion provisions in Work cannot be used or would not be sufficiently weatherproof' and waterproof; lorm C54199-00 07620 - 4 SI II:FT \-IFTAL FLASHING AND TRIM RO - 3/19/01 WA1.,NL1'I' S'1'R1 1 '1"PIJMP STATION CITY OF JF 'VERSON, MISSOURI expansion joints of intermeshing hooked flanges, not less than I inch deep, lilled with mastic sealant (concealed within joints). 1 . Soldered Joints: Clean surlacl,s to be soldered, removing oils and forcign matter. Pretin edges of sheets to be soldered to a width of" l-1 12 inches except where prctinned surlace would show in finished Work. 1. Do not use torches for soldering. Heat surfaces to receive solder and flow solder ' into joint, fill joint completely. Cornpletcly remove flux and spatter from exposed surfaces. F. Scaled Joints: Form nonexpansion, but movable, joints in metal to accommodate clastonlerlc sealant to comply with SMACNA standards. bill joint with sealant and form metal to completely conceal sealant. 1. lsc .j ' lt ad hcstvc for not l vinl ,l c' s specified not to be soldered. G. Sears: fabricate nonmoving seams in stainless steel sheet metal with flat-lock seams. Tin edges to be seamed, form seams, and solder. 1-1. Separations: Separate metal from noneompatible metal or corrosive substrates by coating concealed surfaces, at locations of" contact, with asphalt mastic or other permanent separation as recommended by manullletllrer. 1. Underlayment. Where installing Stainless steel of aluillinum directly on cernentitious or wood substrates, install a slip sheet of rcd-rosin paper and a course of polyethylene underlayment. 2. Bed flanges of Work in a thick coat of rooling cement where required for waterprooJ'performance. 1. Roof-Draina gc S stem: Install drainage items fabricated From sheet metal, with straps, 6 > f: I adhesives, and anchors recommended by SMACNA`s Manual or the item manufacturer, to drain roof in tine most efficient manner. Coordinate root"-drain flashing installation with root-drainage system installation. Coordinate Ilashing and sheet metal items l'or steep-sloped roof's with rooling installation. ,I. Roof-Penetration flashing: Coordinate rool-penetration Ilashing installation with roofing and installation of items penetrating root. Install clashing as inflows: 1. Turn lead flashing down Inside vent piping, being careful not to block vent piping with flashing. 2. Seal and clamp flashing to pipes penetrating roof, other than lead flashing on vent Piping. K. Splash Pans: Install where downspouts discharge oil low-slopecl roofs, unless otherwise shown. Set in rool'cenlent or sealant compatible with rooling membrane. C5-4199-00 07620 - 5 SLII,1:T IMETAL, ITASI IING AND TRIM RO - 3/19/01 WALNUT STREET PUMP STA'T'ION CITY 017 JEFFERSON, MISSOURI L. Install continuous butter screens on gutters with noncorrosive fasteners, arranged as hinged units to swing open for cleaning gutters. 3.3 CLEANING AND PROTECTION A. Clean exposed metal surfaces, removing substances that might cause corrosion of metal or deterioration of finishes. B, Provide final protection and maintain conditions that ensure sheet metal flashing and . trim Work during construction is without damage or deterioration other than natural 6 weathering at the time of Substantial Completion, END OF SECTION 07620 4k C5-4199-00 07620 -'6 SI-ILC,T Ml'aTAI, FLASHING AND TRIM RO - 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 07920 - JOINT SEALANTS PART 1 - GENERAL, 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes sealants for the following: 1. Sealant. 2. Backer rod. 3. Bond-Breakcr Tape. 4, Primer. B. Related Sections include the following: I. Division 7 Section "Fire-Resistant Joint-Sealant Systems for fire-resistant building;joint-sealant systems. 2. Division 9 Section "Gypsum Board Assemblies" for scaling perimeter ,joints of gypsum board partitions to reduce sound transmission. 3. Division 9 Section "Acoustical Panel Ceilings" for sealing edge moldings at perimeters of acoustical ceilings. 1.3 PERFORMANCE REQUIREMENTS A. Provide clastomeric joint sealants that establish and maintain watertight and airtight continuous joint seals without staining or deteriorating joint substrates. 1.4 SUBMITTALS A. Submittals For Review: 1. Product Data: 1'or each joinl-sealant product indicated. 2. 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. 3. Samples for Verification: For each type and color of ,joint sealant required. Install joint sealants in 1/2-inch- (13-mm-) wide joints farmed between two 6- inch- (150 mm-) long strips of material matclling tite appearance of exposed surfaces adjacent to joint sealants. C5-4199-00 07920 - 1 JOINT S1:ALAN' 'S RO - 3/19/01 WALNI.I'I S'I'REI3'1' PUMP STATION CITY OF JEFFERSON, MISSOURI E. Submittals For Information Only: 1. Product Certificates: Signed by manufacturers of,joint sealants certifying that products furnished comply with requirements and are suitable for use indicated. 2. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and expericnee. Include lists of completed projects with project names and addresses, names rood addresses of architects and owners, and other inlbrmatiun specified. 3. Preconstruction Field 'Pest Reports: Indicate which sealants and joint preparation methods resulted in optimum adhesion to joint substrates based on preconstruction testing specified in "Quality Assurance" Article. a. Submit joint sealant manufacturers representative written report, to arrive at J p 1 Architect's oflice no later than 24 hours after each test. Report shall indicated sealant manufacturer and products used; observations and results of test; conditions observed that are detrimental to pertormanec of sealant joints. 4. Field Test Report Log: For each clastomcric sealant application. Include information specified in "Field Quality Control" Article, 5. Compatibility and Adhesion `Pest Reports: from scahant manufacturer indicating the following: a. Materials forming joint substrates and joint-sealant backings have been tested for compatibility and adhesion with joint sealants. b. Interpretation of test results and written recommendations 1161- prinners and substrate preparation needed for adhesion. 6. Warranties: Special warranties specified in this Section. 1.5 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer. 13. Source Limitations: Obtain each type of joint sealant from a single manufacturer. C. Preconstruction Field-Adhesion Testing: I3efore installing clastomcric sealants, field test their adhesion to joint substrates as follows: 1. Locate test joints as directed by Architect. 2. Conduct field tests for each application indicated below: a. Each type of clastomcric sealant and joint substrate indicated. b. Each type ol'nonelastomerie sealant and joint substrate indicated. C5-4199-00 07920 - 2 JOiN'T' SEAI,AN'I'S RO - 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 3. Notify Architect seven days in advance of'datcs and times when test joints will be erected. 4. Conduct tests under observation of joint sealant manufacturer's technical representative. 5. Test Method: T:est.joint sealants by hand-pull method described below: a. Install Joint sealants in 60-inch- (1500-mm-) long joints using same materials and methods for ,joint preparation and joint-sealant installation required for the completed Work. Allow sealants to cure fully before testing. b. Make knife cuts from one side of joint to the other, followed by two cuts approximately 2 inches (50 mm) long at sides of joint and meeting; cross cut at one end. Place a mark 1 inch (25 mm) from cross-cut end of 2-inch (50 min) piece. C. Use fingers to grasp 2-inch (50-mm) piece of sealant between cross-cut end and ]-inch (25-mm) mark; pull firmly at a 90-degree angle or more in direction of side cuts while holding a ruler along side of sealant. Pull sealant out of joint to distance recomMended by sealant manufacturer for testing adhesive capability, but not less than that equaling specified maximum movement capability in extension: hold this position for 10 seconds. d. For joints with dissimilar substrates, check adhesion to each substrate separately. Do this by extending cut along one side, checking adhesion to opposite side, and then repeating this procedure for opposite side. 6. Report whether sealant in joint connected to pulled-out portion failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each type of product and joint substrate. For sealants that fail adhesively, retest until satisfactory adhesion is obtained. 7. Evaluation of Preconstruction Field-Adhesion-Test Results: Sealants not evidencing adhesive failure from testing, in absence of other indications of noncompliance with requirements, will be considered satisfactory. Do not use sealants that fail to adhere to joint substrates during testing. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration date, pot life, curing time, and mixing instructions for nrulticomponent materials. B. Store and handle materials in compliance with manufacturer's written instructions to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes. 054199-00 07920 - 3 JOINT SEALANTS RO - 3/19/01 WALNUT S'TRI L'C PUMP STATION CITY OF JEF ERSON, MISSOURI 1.7 PROJECT CONDITIONS A. Environmental Limitations: Do not proceed with installation of joint sealants under following; conditions: 1. When ambient and substrate temperature conditions arc outside limits permitted by joint sealant manufacturer. 2. When joint substrates are wet. B. Joint-Width Conditions: Do not proceed with installation of joint sealants where joint widths are less than those allowed by joint sealant manufiacturer for applications indicated. C. Joint-Substrate Conditions: Do not proceed with installation of joint sealants until contaminants capable of interfering with adhesion are removed from joint substrates. 1.8 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 Contract Documents. B. Special Installer's Warranty: Written warranty, signed by Installer agreeing to repair or replace elastomeric joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Two years From date of Substantial Completion. PART 2 - PRODUCTS 2.1 MANUFACTURERS AND PRODUCTS A. Products: Subject to compliance with requirements, provide one of the following products for each type sealant scheduled at end of Part 3. 1. Urethane Sealant ("Type S-1 Sealant): a. Pecora Corp.; Product - Dynatrol I1. b. Sika Corp.; Product - Sikaliex 2a NS. C. TREMCO.; Product - Dymcric 511. d. SonneoChetnRex Inc.; Product - Sonneborn Nil 2. C. Or equal. C5-4199-00 07920 - 4 JOINT SEALANTS R0 - 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 2. Acrylic-Emulsion Sealant (Type S-2 Sealant): a. Pecora Corp.; Product - AC-20. b. Sonneborn Building Products Div., CheniRcx, Inc., Product - Sonolac. C. Tremeo, Inc.; Product - Tremeo Acrylic Latex 834. r d. Or equal. 3. Multi-Part, Nonsag Urethane Sealant for Joint Subjected to Traffic (Type S-3): a. W. R. Meadows.; Product - Dualthane. b. Pecora Corp.; Product - Dynatread. C. Tremeo, Inc.; Product - I•IPL. d. Sika Corp.; Product - Sikaflex la. e. Sonneborn Building Products Div., ChenilZex, Inc.; Product - SL2 Slop Grade f. Or equal. 4. One Part Polysulfide Sealant (Type S-4 Sealant): a. Sonneborn Building Products Div., CheniR.ex, Inc.; Product - Sonneborn NP 1. b. Pecora Corp.; Product - Synthacalk GC-2+. C. Or equal. 5. Silicone Sealant (Type S-5 Sealant): a. Dow Chemical; Product - 786 Mildew Resistant. b. General Electric; Product - Sanitary 1700. C. Sonneborn Building Products Div., CheniRcx, Inc.; Product - Oniniplus. d. Or equal. 6. Polyurethane Elastomeric Sealant (Type S-6 Sealant) a. Sika Corp: Sikaflex-2C, NS b. Tremeo: Vulkem 227 C. Or equal. 2.2 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 experience. C54199-00 07920 - 5 JOINT SEALANTS RO - 3/19/01 WALaNur STRr LT PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI B. Colors of Exposed Joint Sealants: As selected by Architect 11.0111 m,ulufacturer's Full range for this characteristic. 2.3 ELASTOMERIC JOINT SEALANTS A. I lastomerie Sealant Standard: In compliance with ASTNI C 920. 2.4 SOLVEN'I'-RI?1,I:;ASI� .IOIN'1' SEALANTS A. Acrylic-Based Solvent-Release Joint-Sealant Standard: In compliance with ASTM C 1311. 2.5 LATEX JOINT S17ALAN'rS t A. Latex Sealant Standard: In compliance with ASTM C 934. 2.6 JOINT-SEALANT BACKING A. Provide sealant backings of material and type that are nonstaining, are compatible 1 with joint substrates, sealants, primers, and other joint fillers: and are approved 1'or applications indicated by sealant nlarlufacturcr based on field experience and laboratory testing. B. Cylindrical Sealant Backings: 1. ASTM C 1330. Ski. 2. Of type and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance. 3. Open or closed-cell material as recommended by sealant manufacturer. a. Use closed-cell material only in horizontal joints on glade. C. Bond-Breaker 'rape: Polyethylene tape or other plastic tape recommended by sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint-filler materials or joint surfaces at back of joint where such adhesion would result in sealant failure. Provide self-adhesive tape where applicable. 2.7 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined fi-om preconstruction joint-sealant-substrate tests and field tests. 13. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to 111anufacturers of sealants and sealant backing materials, free of oily residues or other substances C54199-00 07920 - 6 JOINT SEALANTS RO - 3/19/01 WALNUT S'I'RiWI?;1' PtIMI' S'1'A'1'IUN CITY OF ,IEFFEIRSON, MISSOURI capable of*staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants with joint substrates. C. Masking `Pape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. PART 3 - EXECu-nON 3.1 EXAMINATION A, Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and rather conditions affecting joint-sealant performance. 13, Proceed with installation only after unsatisfactory conditions have been corrected. I3.2 PREPARA'T'ION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint sealant manufacturer's written instructions and following requirements: 1. Remove foreign material from joint substrates that could interfere with ,.adhesion of joint sealant, including dust, paints (except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer), old joint sealants, oil, grease, waterproofing, wiper repellents. water, surface dirt, and frost. 2. Clean porous joint substrate surfaces by brushing. grinding, blast cleaninq!. mechanical abrading, or a combinatioll of these methods to produce a Clc:ui. sound substrate capable ol'developing optimum bond with joint sealants. Remm c loose particles remaining from above cleaning operations by vacuuming of blowing ollt_laints with ail-free compressed air. Porous joint surfaces include tlir following: a. Concrete. b. Masonry. C, Unglazed sLU•iaccs of ceramic tile. 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 of joint sealants. L . Metal. b. Glass. C5-4199-00 07920 - 7 .POINT SEALANTS RO - 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI C. Glazed surfaces of ceramic tile, 5. Joint Priming: Prime joint substrates where recommended in writing by ,joint sealant manufacturer, based on preconstrUClloll joint-sealant-substratc tests or prior experience. Apply primer to comply with joint sealant manufacturer's written instructions. Confine printers to areas of joint-sealant bond; do not allow spillage or migration onto adjoining surfaces. G. 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 renlove sealant smears. Remove tape immediately after tooling without disturbing joint seal. 3.3 INSTALLATION OF JOINT SEALANTS e A. Comply with joint sealant manufacturer's written installation instructions for products and applications indicated, unless more stringent requircnlcrrts apply. B. Sealant Installation Standard: Comply with recommendations of ASTM C 1 193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install sealant backings of type recommended and approved by sealant manufacturer to support sealants during application and at position required to produce cross- sectional shapes and depths of installed sealants relative to joint widths that allo%% optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant application and replace them with dry materials. D. Where space does not allow installant of sealant backing install bond-breaker tape between sealants and back of Joints. F,. Install sealants by proven techniques to comply Mill 1611owing and at same timc backings are installed: I. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses provided For each joint configuration. 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. F. Do not allow sealants or compounds to overflow or spill onto adjc.►ining surfaces, or to migrate into voids of adjoining surfaces. G. Sealants that develop air bubbles or blisters shall be removed and replaced at no additional cost. C5-4199-00 07920 - 8 JOINT SEALANTS R0 - 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 1.1, Tooling of Nonsag Sealants: 1, Tool immediately after sealant application and before skinning or curing begins to: a. Form smooth, uniform beads of configuration indicated. b. Eliminate air pockets; and to ensure contact and adhesion o(' scalant with sides of joint. 2. Remove excess sealants from surfaces adjacent to joint. 3. Use tooling agents approved in writing by sealant nazu1ufacturcr, that do not discolor sealants nor adjacent surfaces. 4. Provide concave joint configuration per Figure 5A in ASTM C 1193, unless otherwise indicated. 3.4 CLEANING A. Clean off excess sealants or sealant smears adjacent to joints as Work progresses by methods and with cleaning materials approved in writing; by manufacturers of point sealants and of products in which joints occur. 3.5 PROTECTION A. Cure sealants in compliance with manufacturer's instructions and recommendations. 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'Subsiantial Completion. 1. Cut out and remove damaged and deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from original work. 3.6 SEALANT SCHEDULE A. Exterior Joints in following vertical surfaces and nontraffic horizontal surfaces. 6 Provide sealant type, by one of the specified manuftacturers, fir usage listed. Sealant �c Usa S-1 Control construction and ex unsion j.I oints in cast-in-place concrete p P not in contact with wastewater. S-1 Control and expansion joints in unit masonry, S-1 Joints between metal panels and adjacent construction. S-1 Perimeter,lonits between Imperials listed above and frames of' doors and windows. C54199-00 07920 - 9 .JOINT SEALANTS RO - 3/19/01 WALNUT STREET PUMP STATION CITY O1- JE11"ERSON, MISSOURI S-1 Other joints not specifically indicated. S-4 Both legs of thresholds. S-6 Control, construction and expansion joints in cast-in-price concrete in contact with wastewater. B. Exterior joints in the following horizontal traffic surfaces: Provide sealant type, by one of'the specified manufacturers, Rlr dlsagc listed. Sealant M Usage �c S-3 Control, expansion, and isolation joints in cast-in-place concrete slabs. S-3 'Pile control and expansion joints. S-3 Joints between different materials listed above. S-3 Other joints not specifically indicated. C. Interior joints in following vertical surfaces and horizontal nontral'fic surfaces: Provide sealant type, by one of'the specified 111,111llfacturers, Ior usage listed. Sealant iy lE Usage S-1 Control and expansion joints on exposed interior surfaces of exterior walls. 4k S-2 Perimeter joints of'exterior openings where indicated. S-1 or S-4 Vertical control.joints on exposed surfaces of interior unit masonry walls and partitions. S-2 Perimeter joints between interior wall surfaces and frames o1' interior doors. S-5 Joints between plumbing fixtures and adjoining walls, floors, and counters. S-2 Other joints not specifically indicated. D. Interior joints in fallowing horizontal traffic surfaces: Provide sealant type, by one of the specified manufacturers, for usage listed. y Sealant Tye U sage S-3 Control and expansion joints in cast-in-place concrete slabs. S-3 Other joints specifically indicated. C5-4199-00 07920 - 10 .101NT S 17,A L ANTS RO - 3/19/01 WALNUT STREET PUMP STATION CI ry OF JEFFERSON, MISSOURI END OF SECTION 07920 aw : t ' S} Y �J }�s t , y om. C5-4199-0 07920 11 JOINT SE,A rS t x R0 = 3L19101 j yy t r , f 9 WALNUT S'I.RI-31 '1'PUMP ,STATION CITY OV ,Il'I,'FF ;IZSON, MISSOURI SECTION 08114 — STAINLESS S'1•LiEL DOORS AND I'lZAME'S PART' 1 - GENERAL. 1 ,1 RELATED DOCUME,Xrs A. Drawings and general provisions of the Contract, including clencral and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the 161lowing: 1. Stainless steel doors and 1'rannes, B. Related Sections rnCILIde the following: 1. Division 4 Section "Unit Masonry Assemblies" Im building anchors into and grouting frames in masonry construction. 2, Division 8 Section for Door Hardware, 1.3 SUBMITTALS A. Product Data: Include construction details, material descriptions, core descriptions, and finishes for each type of door and frame specified. B. Shop Drawings: Show fabrication and installation of doors and fi•rImCS. InCILIdC details of' each frame: type, elevations of door design types, conditions at openings, details ol'construction, dimensions of profiles and hardware preparation, location and installation requirements of door and frame hard\varc and rein(orcennents, and details aof joints and connections. Show anchorage and accessories. C. Samples For Initial Selection: Manufacturer's color charts showing the I'elll range of finishes available for units with factory finishes. D. Door Schedule: Submit schedules of doors And li•annes using sums rcierence numbers for details and openings as those on drawings. 1. Coordinate glazing frames and stops with glass and glazing reduirenrents. 1.4 DEFINITIONS A. Stainless steel sheet thicknesses are indicated as the specified thickness Iirr which over and under thickness tolerances apply according to AST NI A480. C5-4199-00 081 14 - 1 S"I'AINI.I SS ST I:Ia DOORS RO — 3/19/01 AND FRAMES WALNUT STREET PUMP STATION CITY OF,II?I"FERSON, MISSOURI M 1.5 QUALITY" ASSURANCE A, Manufacturer Qualifications: Firms experienced in manuliicturing stainless steel doors aluminum doors and frames similar to those indicated fin• this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver doors and frames palleted, wrapped, or crated to provide protection during transit and Project site storage. Do not use nonvented plastic. 13. Inspect doors and frames, on delivery, liar damage. Minor damage may be repaired provided refinished items match nc\v work and are approved by Architect, otherwise, remove and replace damaged items as directed. C. Store doors and franres under cover at building site. Place units Oil nlimnlUnl 4-inch- (100-nun-) high wood blocking. Avoid using nonvented plastic or canvas shelters that could create a humidity chamber. If wrappers on doors become wet, remove cartons immediately. Provide minimum 1/4-inch (6-nlnr) spaces between stacked doors to permit air circulation. PART 2 - PRODUCTS 2.1 STAINLESS STEEL DOORS A. Manufacturers: Subject to compliance with requirements, provided doors by one of the following: I. Anlbico. 2. Ceco Door Products. 3. Curries Company. 4. Fleming Steel Doors and Frames. 5. Krieger Steel Products Co. 6. Pioneer Industries Co. , 7. Steeleraft Mallufacturing. 8. Or Equal. " I3. Provide flush design doors that comply with ANSI 250.8 for level and model and ANSI 250.4 1'or physical endurance level: 1-3/4 inches thick of seamless hollow construction, unless otherwise indicated. Construct doors with smooth, hush surfaces without visible joints or seams on exposed Faces or site edges. 1. Interior: Level 1 and Physical Performance Level C (Standard Duty), Model (Pull Flush). C54199-00 08114 - 2 STAIN1,1 SS STEEL DOORS RO — 3/19/01 AND FRAMES WALNUT STREET PUMP s,rA"T'ION CITY OF ,TEFFERSON, MISSOURI 2. Exterior: : Level 2 and Physical Performance Level 13 (Heavy Duty), Model (Full l"lush). C. Door shall be constructed of austcnitic stainless steel comply with ASTM AGGG, Type 304, minimum 16 gage, polished to a No. 4 satin finish. All steel component parts used in stainless steel doors shall also lie stainless steel. Door shall be prepped and reinforced for hardware. All exterior doers shall be closed to eliminate moisture penetration and shall include a self-adjusting concealed (tool- sweep in bottom channel. D. Reinforce tops and bottoms of doors with 0.0500 inch (1.3 nim) thick, stainless steel horizontal channels spot welded a nlaxinlum of G inches ( 150 mm) o.c. to door faces. E. For exterior doors. Close bottom edge with a minimum 0.0500 inch (I.3 111111) thick, stainless steel closing; channel and top edge with sank thickness o! stainless steel filler channel, so webs of channels are flush with bottom and top doors edges. Provide weep-hole openings in bottom of doors to permit entrapped moisture to escape. Seal joints in top edges of doors against water penetration. F Nonmetallic Core Construction: Provide the lollowin g core construction bonded N �, permanently to both door faces: 1. Kraft rent.or honeycomb polystyrene. Y P Y Y 2.2 S'T'AINLESS STEEL FRAMES A. Manufacturers: Subject to compliance With I'MiLlirements provide fi-ames by one of,*tile following: 1. Ceco Door Products. 2. Essex. 3. Pioneer Industries CO. 4. Steelcraft Manufacturing. 5. Or equal. B. Fabricate stainless steel, 'Type 304, fi'an1CS of full-welded unit construction, with corners mitered, reinforced, and continuously welded toll depth and width of frame. Knockdown frames are not acceptable. 1. For stainless steel doors, form fi-antes from minimum 14 gage, stainless steel sheets with No. 4 finish. C. Hardware Reinforcement: fabricate front saine material as frank. Minimum thickness of'steel reinforcing plates for the following hardware: 1. Hinges and Pivots: 0.1 67 inch (4.2 rnr11) thick by 1-1/2 inches (38 mill) wide by G inches (1 50 n1m) longer than hinge, securccl by not less than 6 spot welds. C5-4199-00 08114- 3 S'TAINLEESS STl?EL DOORS RO — 3/19/01 AND FRAMES WALNUT SIRE-1 T PUMP STATION CITY OF .113F1"ERSON, MISSOURI 2. Strikes, Flush Bolts, and Closers: 0.093 inch (2.3 mm). 3. Surface-Mounted Flold-Open Arms and Panic Devices: 0.003 inch (2.3 mill). D. Mullions and ')'ransom Bars: Provide closed or tubular mullions and transom bars where indicated. Fasten mullions and transom bars at crossings and to jambs by butt welding. Reinforce ,joints between f'ranlc members with concealed clip angles or sleeves of"same metal and thickness as frame. E. Head Reinforcement: Where installed in masonry, leave vertical mullions in frames open at top for grouting. I Jamb Anchors: Weld jamb anchors to frames near hinges and directly opposite on strike jamb as required to secure frames to adjacent construction. 1. Masonry Construction: Adjustable, flat, corrugated, or perfbrated T-shaped anchors to suit frame size; formed of same material as frame; not less than 0.053 inch (1.3 nlm) thick, with leg not less than 2 inches (50 mm) wide by 10 inches (250 mm) long. Furnish at least the number of anchors per jamb according to the following frame heights: a. Two anchors per jamb up to 60 inches (1500 mm) in height. b. rhree anchors per jamb from 60 to 90 inches ( 1-500 to 2250 min) in height. C. Four anchors per jamb from 90 to 96 inches (2250 to 2400 mm) in height. d. One additional anchor per jamb fbr each 24 inches (600 mm) or fraction thereof more than 96 inches (2400 nlm) in height. G. I-lead Reinforcement: For frames more than 48 inches (1200 mm) wide in masonry (�► wall openings, provide continuous steel channel or angle stiffener. 0.093 inch (2.3 �f nlm) thick for full width of opening, welded to back of frame at head. 1-1. Spreader Bars: Provide removable spreader bar across bottom of" frames, tack welded to jambs and mullions. 1. Rubber Door Silencers: Except on weather-stripped doors. drill stop in strike jamb to receive three silencers on single-door frames and drill head jamb stop to receive two silencers on double-door frames. Install plastic plugs to keep holes clear during construction. .1. Plaster Guards: Provide 0.016-inch- (0.4-mnl-) thick plaster guards or dust-cover boxes of'sartle material as frame, welded to frame at back of hardware cutouts to close off interior of openings and prevent mortar or other materials from obstructing hardware operation. PART 3 - EXECUTION C54199-00 08114 - 4 STAINLESS STET 1. DOORS R0 —3/19/01 AND FRAMES WALNUT STREET PUMP STATION CITY OI"JEFFERSON, MISSOURI 3.1 EXAMINA'T'ION A. Elxamine walls, floors, and ceilings for suitable conditions where doors and frames are to be installed. B. Proceed with 'installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Comply with door and door frame manufacturer's written installation instructions and approved Shop Drawings. B. Install frames according to SDI 105. Install frames plumb and square, securely anchored to substrates with fasteners recommended by frame manufacturer. C. Set masonry anchorage devices where required fir securing frames to in-place concrete masonry construction. 1. Set anchorage devices opposite each anchor location according to details on Shop Drawings and anchorage device manufacturer's written instructions. Leave drilled holes rough, not reamed, and free of'dust and debris. D. Placing Frames: Set frames accurately in position, plumb; align, and brace securely until permanent anchors are set. After wall construction is complete, remove temporary braces and spreaders, leaving, surfaces smooth and undamaged. 1. At existing concrete or masonry construction, set frames and secure in place with machine screws and masonry anchorage devices. 2. At fire-rated openings, install frames according to NFPA 80. 3. Field splice only at approved locations. Weld, grind, and finish as required to conceal evidence of'splicing on exposed laces. 4. Remove spreader bars from each frame only after frame is properly set and secured. I . Door Installation: Comply with ANSI 250 8 and SDI 122. ('it doors accurately in 1'rames within specified clearances. Install per door and frame manufacturer's written instructions. F. Doors: Fit non-fire-rated doors accurately in their respective frames, with the following clearances: 1. Jambs and I-lead: 3/32 inch (2 nun). 2. Meeting Edges, Pairs of Doors: 1/8 inch (3 mm). 3. Bottom: 3/8 inch (9 mm), if no threshold or carpet. 4. Bottom: 1/8 Inch (3 mm), at threshold or carpet. 054199-00 08114 - 5 STAINLESS STI?'EL, DOORS RO— 3/19/01 AND FRAMES WALNUT STREET PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI 3,3 CLEANING AND ADJUSTING A. Final Adjustments: Check and readjust operating hardware items just bcf'orc final inspection. Leave work in complete and proper operating condition. Remove and replace deflective work, including doors or frames that arc warped, bowed, or otherwise unacceptable. Remove and replace doors and frames with damaged finish. B. Clean doors and exposed frames promptly after installation, using methods recommended by frame and door manufacturers. 3.4 PROTECTION A. Provide protection required to ensure that doors and framing will be without damage or deterioration on Substantial Completion. END OF SECTION 08114 CS-4199-00 08114 - 6 STAINLESS. STEEL DOORS . RO— 3/19/01 AND FRAMES WALNUT STREET PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI SECTION 08362 - IIORIZONI'ALLY 131-FOLDING DOORS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following types of sectional overhead doors: 1. Insulated aluminum framed horizontally bi-folding doors with aluminum-faced composition cladding on all exposed surfaces. All components shall be aluminum or stainless steel. B. Related Sections include the following: 1. Division 3 Section "Concrete Work" for substrate to which door track and door will be mounted. 2. Division 4 Section "Unit Masonry Assemblies" for substrate to which door track and door will be mounted. 3. Division 7 Section "Aluminum Composite Pancl System" for cladding. 4. Division 16 Section "Wire and Cables" for electrical service and connections for powered operators, and accessories. 5. Division 16 Section "Motor and Circuit Disconnect" for disconnect switches and circuit breakers for powered operators. 1.3 DEFINI'T'IONS A. Operation Cycle: One complete cycle of a door begins with the door in the closed position. The door is then moved to the open position and back to the closed position. 1.4 PERFORMANCE REQUIREMENTS A. Structural Performance: Provide horizontally bi-folding doors capable of withstanding the effects of gravity loads and the following loads and stresses without evidencing permanent deformation of door components: 1. Wind Load: Uniform pressure (velocity pressure) of 25 lb1 7sq. ft., acting inward and outward. C5-4199-00 08362 - 1 HORIZONTALLY 131-FOLDING DOORS RO - 3/19/01 WALNIJT S'T'RE-L-T PUMP STATiON CI'T'Y OF .II?.1'l"I?RSON, MISSOURI 13. Operation-Cycle Requirements: Design horizontally hi-boding door components a.nd operator to operate for not less than 10,000 cycles. C. Door manufacturer is required to coordinate installation details and to provide all necessary accessories required for complete installation and lull operation of door system. 1:). The doors shall be engineered to resist all anticipated loads without sagging, bowing, nor conflicting with its smooth and efficient operation, Doors shall be equipped with completely pre-wired drive including all necessary mounting h,u'dwal'C and linlit switches to prevent door from travelling beyond designed opening height. Provide 3 button (up, down, stop) control switch and sensing, dCViCe to autarnatically reN,crse door if' an obstruction is encountered. The door shall be capable of heing operated From one side of the door. Hinge pins shall be nlininlunl 314" diameter aluminum. Button shall have mask hearings, extra heavy duty roller bearings on 3" wheels. Provide automatic jamb latches that activate when door is frilly closed. The door shall be capable of being manually operated in the event of a power outage. E'. Door located in hazardous Grow 1 Class 1, Division 1, C' and D area. Air motors, ( I ) controllers, operators and switches shall be explosion-proof, as defined by NFPA 70. f". Material provided under this Section and Section 07120 shall be engineered and assembled into a product as work of'this section. 1.5 SUBMIT PALS A. Product Data: For each type and sire of horizontal hi-lidding door and accessory. Include details of construction relative to materials. dimensions of' individual components, profiles, and finishes. Provide roughing-in diagrams, operating insrructions, and maintenance Information. Include the 1`611owing: 1. Setting drawings, templates, and installation instructions Im- built-in or embedded anchor devices. 2. Summary of forces and loads on walls and jambs. 3. Motors: Show nameplate data and ratings; characteristics; mounting arrangen•rents, size and location of' winding termination lugs, conduit entry, and grounding lug; and coatings. 13. Shop Drawings: For special components and installations not dimensioned or detailed in manufacturer's data sheets. 1. Wiring Diagrams: Detail wiring for power, signal, and control systems. Differentiate between nlanulhct.urer-installed and field-installed wiring and between components provided by door mane facturer ,.Ind those provided by others. C5-4199-00 08362 - 2 1 IORI%ONTAI.,I.Y BI-FOLDING DOORS RO - 3/19/01 WALNUT STRP3ET PUMP STATION CITY OF' JEFFERSON, MISSOURI C. Samples fir Verification: Of each type of exposed finish required, prepared oil Samples of size indicated below and of Same thickness and material indicated for Work. Where finishes involve normal color and texture variations, include Sample sets showing the full range of variations expected. 1. Pancl: 6 inches square. D. Installer Certificates: Signed by manufacturer certifying that installers comply with specified requirements. 1.6 QUALITY ASSURANCE: A. Installer Qualifications: L:n �a ge an experienced installer who is an at.lthorized Q 66 P representative of the horizontally bi-161ding door nuunrfaCurcr For both installation and maintenance of units rcduircd for this Project. B. Manufacturer Qualifications: Engage a firm experienced in horizontally bi-folding doors similar to those indicated for this Project and with a record of successful in- service performance. C. Source Limitations: Obtain horizontally bi-(riding doors through one source from a single manufacturer. 1. Obtain operators and controls from the horizontally bi-lrlding door manufacturer. D. Produet Options: Drawings indicate size, profiles, and dimensional requirements of horizontally bi-folding doors and accessories and are based on the specific system Indicated. Other manufacturers' systems with equal performance and dimensional characteristics may be considered. E. Listing and Labeling: Provide electrically operated fixtures specified in this Section that arc listed and labeled. 1. Thc '1'erms "Listed" and "Labeled": As defined in NF1'A 70, Article IUU. I'. Warranty: the horizontally bi-folding doors shall be guaranteed by the manufacturer for two years Form the date of substantial completion ofthe building against all dciccts in materials, workmanship and problems which arise through the normal anticipates) uSC of the door. C5-4199-00 08362 - 3 HORiZONTAL,LY 131-i--*OI.,DING DOORS RO - 3/19/01 WA1.NU'1' S'17t1 1:'E' I'tJMI' STATION CITY OF ,IH-4111"RSON, MISSOURI PART 2 - PRODUCTS 2.1 MANUFACTURERS A, Available Mrinulacturers: Subject to compliance with rcquirenlents, manufacturers offering products that play he incorporated into the Work include, but are not limited to, the Ibllowing: 1. American [3i-fold (800-283-0021). 2. Wilson Industrial Doors, Inc.: E-Ullorn, W( IROO-552-S�J74}. 2.2 FRAMEWORK. A. Construct door framework with 2" x 2" structural altllllillLllll alloy 6061-T6 or stainless steel tube sections engineered by the door manufacturer. loin stiles and rails by welding or with concealed, 1/4-inch- mininlum-diameter, 111.1111inUill or nonmagnetic stainless steel through bolts, full height ofdoor section. Form meeting rails to provide a weathertight-seal joint. lubricate door panels of composite aluminum panels specified in Section 07420. Provide rcinfiirccincnt 16r hardware attachment. Shop connections shall be jig welded. Coordinate location ol'stiles with jointing in sheeting material. 2.3 TRACKS, SUPPORTS, AND ACCESSOM S A. 'Tracks: Provide manufacture's standard, stainless steel track system, sized for door size and weight, designed for lift type indicated and clearances shown, and complying with ASTM A 653. Provide complete track assembly including brackets, bracing, and reinf'orecment for rigid support of ball-bearing; roller guides for required doer type and size. Slot horizontal sections of truck at 2 inches (50 mm) o.c. for door-drop safety device. Slope tracks at proper angle from horizontal or otherwise design to ensure tight closure at jambs when door unit is closed. Weld or bolt to track supports, 13. "Track Reinforcement and Supports: Provide stainless steel track reinftlrccnlent and support members, complying with ASTM A 36 and ASTM A 123. Secure, reinforce, and support tracks as required 1Or door sire and weight to provrdC strength and rigidity without sag, sway, and vibration during opening and closing of doors. C. Support and attach tracks to opening jambs with continuous angle welded to tracks and attached to wall. Support horizontal (ceiling) tracks with Colltlrlllolls allg1C welded to track and supported by laterally braced allachnlents to overhead Structural members at curve and end of tracks. D. Weatherseals: Provide replaceable, adjustable, C0110111.1r111i, compressible weatherstripping gaskets of flexible vinyl, rubber, or neoprene fitted to bottom and at top of horizontal hi-fielding door, C54199-00 08362 - 4 HORIZONTALLY 131-1,'O1...DING DOORS RO - 3/19/01 WALNUT S'T'REET PUMP STA'T'ION CI'T'Y OF JEFFERSON, MISSOURI 1. In addition, provide continuous flexible seals at door jambs for a weathertight installation. 2.4 COMPONENTS A. Insulation: Provide poiyisocianuratc insulation, foamed-in-place to completely fill the voids within the structural framework. B. Cladding- Reference Section 07420 - Aluminum Composite Panel System. 1. Door manufacturer is responsible for installing the insulation and cladding as a part of'the door installation. 2.5 HARDWARE A. General: Provide heavy-duty, corrosion-resistant hardware, with stainless-steel fasteners, to suit door type. B. Hinges: Provide heavy-duty stainless steel hinges, of' not less than 0.0747-inch thick uncoated steel, at each end stile and at each intermediate stile, per manufacturer's written recommendations for door size. Attach hinges to door sections through stiles and rails with bolts and lock nuts or lock washers and nuts. Use rivets or self-tapping fasteners where access to nuts is not possible. Provide double-end hinges, where required, !or doors exceeding 16 feet in width, unless otherwise recommended by door manufacturer. C. Rollers: Provide heavy-duty rollers, with stainless steel ball bearings in case-hardened steel races, mounted with varying pro.iections to suit slope ol'track. Extend roller shaft through both hinges where double hinges are required. Provide 3-inch diameter roller tires for 3-inch track, 2-inch- diameter roller tires Cor 2-inch tract., and as follows: 1. Case-hardened steel tires. D. fabricate locking device assembly with lock, spring-loaded dead bolt, operating handle, cant plate, and adjustable locking bar to engage through slots in tracks. 1. Locking Bars: Single-.jamb side, operable from inside Only. E. Provide satety interlock switch to disengage power supply when door is locked. 2.6 COUNTERBALANCING MECHANISM A. Operation by lift cables and driveshaft. Connect to door with stainless steel aircraft- type lift cables with cable safety Iactor of at least 5 to 1. Provide springs calibrated for 100,000 cycles minimum. C5-4199-00 08362 - 5 1 IORIZONTAL,LY 131-FOLDING DOORS RO - 3/19/01 WALNUT S'I'RI1 'f PUMP ST'A'TION CI'T'Y OF JFIA"TT;RSON, MISSOLMI 13. Cable DrumS-. Provide cast-aluminum or gray-iron casting cable drunis grooved to receive cable. Mount counterbalance-.nlechanisnl with manulacturer's standard ball bearing brackets at each end of shaft. Provide 1 additional midpoint bracket flor shafts up to 16 fleet long and 2 additional brackets at one-third points to support shafts more than 16 feet long, unless closer spacing is recommended by door nlanulacturer. C. Cable Safety Device: Include a spring-loaded, steel or bronze caul mounted to bottom door roller assembly on each side, designed to automatically stop door if either cable breaks. D. Bracket: Provide anchor support bracket, as required to Connect stationary end o1' spring to the wall, to level shaft and prevent sag. I:. Provide a spring bumper at each horizontal track to Cushion door at end o(' opening operation. 2.7 ELECTRIC DOOR OPERATORS A. General: Provide electric door operator assembly of size and capacity recommended and provided by door manufacturer Im door specifted, complete with electric motor and factory-prewired motor controls, including C T, starter, gear-reduction unit, solenoid-operated brake, clutch, remote-control stations. control devices, integral gearing for locking door, and accessories required Im proper operation. Mount motor on bottom of door to allow it to ride up and down with the door. B. Comply with NFPA 70. C. Disconnect Device: Provide hand-operated disconnect or mechanism for automatically engaging sprocket-chain operator and releasing brake for emergency manual operation while disconnecting motor, without affecting timing of limit switch. Mount disconnect and operator so they are accessible from floor level. Include interlock device to automatically prevent motor from operating when emergency operator is engaged. D. Design operator so motor may be removed without disturbing limit-switch adjustment and without affecting emergency auxiliary operator. E. Provide control ecui ment complying with NENIA ICS 1. NI�MA ICS 2, and 1 p p NE-'MA ICS 6, with NFPA 70 Class 2 control circuit. maximum 24-V, ac or dc. 1-. Door-Operator'Type: Provide unit consisting of electric motor and the following: 1. Lift cables-. Fasten cables to bottom of top hinge, transmitting forces into the header of the door opening. Fastcn cables to the cable drum at the bottom cord by means or welded ring on drum, perrllitting dr►VCShaft Cirble to have 1/4 turn of 1'ree play without danger ol'cutting lift cables. C5-4199-00 08362 - 6 HORIZONTALLY 131-FOLDING DOORS R.0 - 3/19/01 WALNUT'STREET PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI 2. Driveshaft: Mounted on bottom of door and along entire width of door. Attaeli driveshaft to door frame with bearing n►ounts where cal►lc chum is installed. G. Electric Motors: Provide high-starting torque, revcrsiblc, continuous-duty, Class A insulated, electric motors, complying with NEMA MG 1, with overlaid protection, sized to start, accelerate, and operate door in either direction, from any position, at not less than 2/3 fns and not more than I fps without exceeding nameplate ratings or ' considering service factor 460 V, 3 phase, 60 I Iz. I. 'type: Polyphase, medium-induction type. 2. Service Factor: According to NEMA MG 1. unless otherwise indicated. 3. Coordinate wiring requirements and electrical characteristics of motors with building electrical system. 4. Provide totally enclosed, nonventilatcd or fan-cooled motors, fitted with plugged drain, and controller with NEMA ICS 6, 'Type 4 Cnclosurc where indicated. 11. Remote-Control Station: Provide momentary-contact. 3-button control station with Push-button controls labeled "Open," "Close," and "Stop." 1. Provide interior units, full-guarded, surface-mounted, heavy-duty type, with general-purpose NEMA ICS 6, 'type I enclosure. 2. Provide exterior units, full guarded, heavy-duty type, surface mounted, weatherproof type, NEMA I CS6, Type 4 enclosure. key operatcd. I. Obstruction Detection Device: Provide each motorized door with indicated external automatic safety sensor able to protect full width of door opening. Activation tit' ' sensor immediately stops and reverses downward dour travel. 1. Photoelectric Sensor: Manufacturer's standard system designed to detect an obstruction in door opening without contact between door and obstruction. ' a. Sell=Monitoring Type: Provide sell'-monitoring, 4-wire configured device ,I. Limit Switches: Provide adjustable switches, interlocked with rnotor controls and NCI to automatically stop door at fully opened and fully closed positions, PART 3 - EXECUTION ' 3.1 EXAMINATION A. Examine wall and overhead areas, including Opening Framing and blocking, with Installer present, I'or compliance with requirements lm- installation tolerances, clearances, and other conditions affecting, performance of Work of this Section. 1. Proceed with installation only after unsatisfactory Conditions have been corrected, C5-4199-00 08362 - 7 HORIZONTALLY BI-FOLDING DOORS RO - 3/19/01 WALNUT STREET PUMP STA'T'ION ' CITY OF JFFiT,'RSON, MISSOURI 3.2 INSTALLATION A. General: Install door, track, and operating equipment complete with necessary hardware, jamb and head mold strips, anchors, inserts, hangers, and equipment supports according to Shop Drawings, manufacturer's written instructions, and as specified, B. fasten horizontal track assembly to framing at manufacturer's recommended spacing. Provide sway bracing, diagonal bracing, and reinforcement as required for rigid ' installation of track and door-operating equipment. 3.3 ADJUSTING A. Lubricate bearings and sliding parts; adjust doors to operate easily, Tree from warp, twist, or distortion and fitting weathertight for entire perimeter. B. Adjust belt-driven motors as follows: 1. Use adjustable motor-mounting bases for belt-driven motors. 2, Align pulleys and install belts. 3. 'Tension belt according to manufacturer's written instructions. 3.4 DEMONSTRATION A. Startup Services: Engage a factory-authorized service representative to perform startup services and to train Owner's maintenance personnel as specified below: 1. Test and adjust controls and safeties. Replace damaged and malf inctionilip controls and equipment. 2, Train Owner's maintenance personnel on procedures and schedules related it, operation, troubleshooting, servicing, and preventive maintenance. , 3. Review data in the maintenance manuals. Refer to Contract requiretrtents. 4. Schedule training with Owner with at least 7 days' advance notice. END OF SECTION 08362 054199-00 08362 - 8 HORIZONTALLY 131-FOLDING DOORS RO - 3/19/01 WALNLI'r STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 08950 - TRANSLUCENT PLASTIC WALL ASSEMBLIES PAR'r 1 - GENERAL L l SUMMARY A. Section includes self-supporting concealed aluminum fanned vertical system with 1 subface panels of translucent plastic separated with an aluminum grid. B. Related Sections: 1. Division 7, Section "Joint Sealants": System perimeter sealant and back-up materials. 1.2 SYSTEM DESCRIPTION A. Panel System: Structurally reinforced translucent extruded plastic cellular panel system, with self supporting framing, shop fabricated, factory prefinished, related flashings, aluminum sills, exposed aluminum perimctcr retainer framing system, ' aluminum closers, aluminum trim anchorage and attachment devices. 1.3 PERFORMANCE REQUI REM EN"rS A. System Design: Design and size components to withstand dead loads and live loads caused by positive and negative wind loads acting normal to plane of wall, including building corners. 1 . As calculated in accordance with 1300 A code. ' B. System Assembly: Accommodate following without danu►ge to :system, components or deterioration of seals. ' i . Movement within system. 2. Movement between system and perimctcr (raining components. ' 3. Dynamic loading and release of loads. 4. Deflection of structural support framing. 5. "Tolerance of supporting components. C. Light 'transmission: 45 percent. D. Thermal Resistance of Assembly: 1. Sumner U factor .19 2. Winter U f actor .26 C5-4199-00 08950 - 1 TRANSIAIC ENT WALL ASSEMBLIES RO - 3/19/01 WALNl1'I' S'I'RIsG'I' 1't jMl' S'l-ATION CITY Of" JET 'I.:RSON, MISSOURI I"'. Fla nability: 1. Exterior And Interior laces: An approved light transmitting panel with CCI fire rating classification per ASTM D 635. Smoke density no greater than 70 per ASTM D 2843 and self ignition temperature of 1058 deg I, per ASTM 1929. ' 1. Impact Resistance: 1. 'Pest method ASTM D3841. — RCSUIt: Impact and Shatter Resistance of min. 200 I't., Ibs. Ci. Air Infiltration: Limit air infiltration through aSSCrrrbly to 0.0042 SCI'M/11. of wall e area, mcasured at a reference differential prCSSUrC across assembly of 15.0 psf as measured in accordance with ASTM 1:283. 11 Water leakage: None, when mcasured in accordance with ASTM 1:-331 at a test presSUre of 15.0 psf. 1. I"sxpansion / Contraelion: System to provide Cor expansion and contraction within system COmponcntS caused by a cycling temperature range of 170 degrees l f95 degrees Q over a 12 hour period without causing detrimental effect to system components. J. System Internal Drainage: Drain water entering joints, condensation occurring in framing system, or migrating moisture occurring within system, to the exterior by a weep drainage network. K. Not Permitted: Vibration harmonics, wind whistICS. noiSCS caused by thermal movement, thermal movement transmitted to other building elements, loosening, ' weakening, or fracturing of attachments or components ol'system. 1.4 SUBMITTALS ' A. Section 01330 - SUbmitt[tl hrOcedLll-CS: Submittal procedures. B. Shop Drawings: Indicate system dilnetlSiOnS, framed opening reduirements and e tolerances, anticipated delIcction under load, affected related Work, weep drainage network, expansion and contraction joint location and details. and field welding required. I , For installed products indicated to comply with certain design loadings, include structural analysis data signed and sealc,d by the dualified professional engineer responsible liar their preparation. 05-4199-00 09950 - 2 TIZANSLUCT`NT WALL ASSEMBLIES RO - 3/19/01 ' WALNUT STRI:L:T PUMP STATION CI'T'Y OV .IEFFERSON, MISSOURI C. Product Data: Submit component dimensions, describe components within assembly, anchorage and fasteners, panel configuration, and internal drainage details. ' D. Submit four samples 6 x 12 in size illustrating prefinishcd aluminum surlilce, specified panel with plastic, infill panels glazing materials illustrating edge lain corner. ' r-. 'Pest Reports: Submit substantiating engineering data, test results of previous tests by independent laboratory which pw•port to meet perlormance criteria, and other supportive data. ' 1.5 QUALITY ASSURANCL 1 A. Perform Work in accordance with AAMA - MCtal Curtain Wall. \Vindaw, Store Front and Entrance - Guide Specifications Manual. ' 1.6 QUALIFICA-rIONS A. Manufacturer: Company specializing in manufacturing products specified in this ' section with minimum three years experience. 13. Installer: Company specializing in performing Work of this section with minimum three years experience. C. Design structural support Framing conlponcnts under clircct supervision of' a protbssional engineer experienced in design of this Work and licensed at the place where the Project is located. ' 1.7 PRE-INSTALLATION MI I?'TING A. Convene minimum one week prior to commencing Work of this section. 1.8 DEMIVERY, STORAGE, AND HANDLING A. Handle Products in accordance with AAMA - Curtain Wall Manual 1110. 1.9 WARRAN'rY ' A. Provide a five year warranty to include: I. Coverage for complete system la• fuilurc try meet specified requirements. 2. No panel penetration nor breakage from hail stone up to 1 .1 inch in diameter at velocity of 82 fUsee. B. Provide manufacturer standard 10 year limited warranty to include: C5-4199-00 08950 - 3 TRANSL,UCLNT WALL ASSI?MC3LILS RO - 3/19/01 WALNUT S'T'REE:T PUMP STA'T'ION CITY OI: Jr-', FERSON, MISSOURI 1. Change in light transmission of not more than 6% per ASTM D-1003, and in color (yellowness index)in excess of 10 deha, in comparison with the original vatlue, 2. No dclamination of panel affecting appearance, performance or structural integrity of'the panel or the system. ' 3. The light transmission and the color shall not change alter exposure to heat transmission and the color shall not change after exposure to heat of 325° 1' for 2 hours. (When measured per ASTM D-1003 and ASTM D-2244 respectively.) PART 2 - PRODUCTS 2.1 'T'RANSLUCEN'T WALL AND ROOF ASS I-M131-1FI'S A. Manufacturers: 1. CPI International Model Quadwali 4" Dtinspim. 2. Or equal. B. Product Description: Factory assembled panels. 1)a111CIS extruded in one single length, Translucent shins bonded to aluminum concealed mullions for vertical applications, factory prefinislled, including perimeter fleshings sills and trim. Framing grid is self supporting. Panels 4 inches thick with concealed connecting battens of alUlllillulll. 2.2 COMPONENTS A. Extruded Cellular 'Translucent Panels: I?xtrudcd cellular polycarbonate, blue color; panels closed and sealed cell ends: 1 . Panel Thickness: 4 inches. , B. Panels: 1. Exterior: Blue, 2. Interior: Blue. C. Extruded A1l1111in11111: ASTM 13221; 6063 alloy, T5 temper typical. 6061 alloy, T6 temper For extruded structural members. , D. Fasteners: Stainless steel, provide tamper-proof'screws. CS-4199-00 08050 - 4 TRANSL.UCL NT WALL ASSI?MI3LIES RO - 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 2.3 FABRICATION A. Fabricate system components with minimum clearances and shim spacing around perimeter of assembly, yet enabling installation and dynamic movement of perimeter seal, B. Accurately tit and secure joints and corners. Make joints flush, hairline, and weatherproof. C. components Prepare to receive anchor devices. Fabricate anchors. p p U. Arrange fasteners and attachments to ensure concealment from view. E. Reinforce framing members for external imposed loads. 2.4 FACTORY FINISHING A. Clear Anodized Aluminum Surfaces: AA-M 12C22A41 non-specular as fabricated mechanical finish, medium matte chemical finish, and Architectural Class 1 0.7 mils (0.018 mm) clear anodized coating. 1. Conform to AAMA C 1 1. B. Apply one coat of bituminous paint to concealed aluminum surl:aces in contact with eementitious or dissimilar materials. PART 3 - EXECUTION ' 3.1 EXAMINATION A. Verify dimensions, tolerances, and method of attachment with other work. B. Verify wall openings and adjoining air barrier and vapor retarder materials are ready to receive work of this section. 1 3.2 INSTALLATION A. Install wall system in accordance with AAMA - Metal Curtain Wall, Window, Store Front and Entrance - Guide Specifications Manual. B. Attach to structure to permit sufficient adjustment to accommodate construction ' tolerances and other irregularities, C. Provide alignment attachments and shims to permanently fasten system to building structure. C5-4199.00 08950 - 5 TRANSLUC["NT WALL ASSEMBLIES R0 - 3/19/01 WALNUT"S'T'REET PUMP STATION r CI'T'Y OF JEFFERSON, MISSOURI D, Align assembly plumb and level, free of warp or twist. Maintain assembly dimensional tolerances. E. Provide thermal isolation where components penetrate or disrupt building insulation. F. Install sill and integral (lashings. G. Coordinate attachment and seal of perimeter air and vapor barrier materials. 3.3 CLEANING ' A. Remove protective material from prefinished aluminum surfaces. B. Wash down surfaces with a solutton of mild detergent in warm water, applied with soft, clean wiping cloths, Take care to remove dirt from corners. Wipe surfaces clean. 3.4 PROTECTION OF INSTALLED CONSTRUCTION A. Protect finished Work from damage, ' END OF SECTION 08950 C5-4199-00 08950 - 6 TRANSLUCENT WALL ASSEMBLIES RO - 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 09255 - GYPSUM 13OARD ASSEMBLIES PART I - CiENI.RAL 1.1 RELATI3D DOCUMENTS A. Drawings and general provisions of the Contract, including General, Supplementary and Special Conditions, and Division 1 Specification Sections. apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1, Gypsum board assemblies attached to steel framing. 2 Miscellaneous materials. ' B. Related Sections: The following Sections contain requirements that relate to this Section: L Division 6 Section "Miscellaneous Carpentry" for blocking located within partitions. 1.3 DEFINITIONS A. Gypsum Board Construction Terminology: Reler to ASTM Cl I and GA-505 for definitions of terms related to gypsum board assemblies not defined in this Section or ' in other referenced standards. 1.4 SUBMITTALS A. General: Submit in accordance with Contract DC)cumentS and Division 1. r13. Product data for each type of'product specified. C. Product certificates signed by manufacturers of gypsum board assembly components eertilying that their products comply with specified requirements. 1 .5 QUALITY ASSURANCE ' A. Fire-Test-Response Characteristics: Where fire-rated gypsum board assemblies are indicated, provide materials and construction identical to those of assemblies tested for ' fire resistance per ASTM E119 by an independent testing, and inspecting agency acceptable to authorities having.jurisdiction. I. Fire Resistance Ratings: As indicated by reference to GA File Numbers in GA-600 "Fire Resistance Design Manual" or to design designations in UL "Dire C5-4199-00 09255 - l GYPSUM BOARD ASSEMBLIES R0 - 3/19/01 WALNUT S'TRT;E7' IILJMII STATION CITY 017,11171 FERSON, MISSOURI Resistance Directory" or in the listing of another testing and inspecting agency nceeptable to authorities having jurisdiction. B. Single-Source Responsibility 1br Steel Framing: Obtain steel framing members for gypsum board assemblies from a single manUlaeturer. C, Single-Source Responsibility for Panel Products: Obtain each type of gypsum board and other panel products froni a single manufacturer. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver materials in original packages, containers, car bundles bearing brand name and identification oJ'manufacturer or supplier. 1:3. Store materials inside under cover and keep them (h•y and protected against damage ' from weather, direct sunlight, surface contamination, corrosion. construction traffic, and other causes. Neatly stack gypsum panels flat to prevent sagging. C. Handle gypsum board to prevent damage to edges, ends, and surfaces. Do not bend or i otherwise damage metal corner beads and trim. 1.7 PROJECT CONDITIONS , A. Environmental Conditions, General: Establish and maintain environmental conditions I'm applying and finishing gypsum board to comply with ASTM C840 and with gypsum board manufacturer's recommendations. 13. Room "Temperatures: For nonadhesive attachment 01' gypsum board to framing, maintain not less than 40 (leg F (4 deg C). For adhesive atlacllnient and finishing of gypsum board, maintain not less than 50 (leg F ( 10 deg C) For 48 hours prior to application and continuously arter until dry. ho not excee(I 95 deg F (35 deg C) when using ternporary heat sources. C. Ventilation: Ventilate building spaces, 115 required, 161. drying .joint treatment , materials. Avoid drafts during hot city weather to prevent finishing, materials from drying too rapidly. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of , the JOIIoN'Ing: 1. Gypsum Board and Related Products: C5-4199-00 09255 - 2 GYPSUM BOARD ASSEMBLIES RO - 3/19/01 WAI,Nur Smru-`I' PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI a. America Gypsum Co. b. Georgia-Pacific Corp. C. Gold Bond Building Products I)iv„ National Gypsum Co. d. United States Gypsum Co. C. Or equal. 2. Grid Suspension Assemblies: a. Chicago Metallic Corp. b. Armstrong World Industries C. USG Interiors, Inc. d. Or equal. ' 2.2 STEEL FRAMING COMPONENTS FOR SUSI'L?N1)f 1) CHI A. General: Provide components complying with AST N4 0754 tin• materials and sizes ' unless otherwise indicated. 13. Wire for Hangers and 'Tics: ASTM A641, Class I zinc coating, soft temper. C. Grid Suspension System for Interior Ceilings: ASTM 0645, manufacturer's standard p > direct-hung grid suspension system composed of main beams and cross furring members that interlock to Ibrm a modular supporting network. 23 GYPSUM BOARD PRODUCTS A. General: Provide gypsum board of types indicated in maximum lengths available it, minimize end-to-end butt joints. 1. "Thickness: Provide gypsum board in 5/8-inch thicknesses to comply with ASTM C840 for application system and support spacing indicated. B. Gypsum Wallboard: AS"TM C36 and as ibllows: ' l. "Type: Sag-resistant type fbr ceiling surfaces, non fire rated. 2. Edges: Tapered. 3. 'Thickness: 5/8-inch. 4. Products: Subject to compliance with requircmcnts, prcwidc ane of the. i611(M ing products where proprietary gypsum wallboard is indicatcrl: ' a. Gyprock Fireguard C Gypsum Board, I)omt.a r Gypsuni. b. Firestop "I ype C, Georgia-Pacific Corp. C. Fire-Shield G, Gold Bond Building Products I)iv., National Gypsum Co. d. SHEETROCK Brand Gypsum Panels, FIRI:COI)I C Core, United States Gypsum Co. C5-4199-00 09255 - 3 GYPSUM 13OAIZD ASSEMBLIES RO - 3/19/01 WAI,NtJ'I" 5'rRT:1 '1' 1'tJMI' STA'T'ION CI'T'Y OF JE-A- T RSON, MISSOURI C. Or equal. 2.4 TRIM ACCESSORIES A. Accessories for Interior Installation: Corner beads, edge trim, and control joints complying with ASTM C 1 047 and requirements indicated below: , 1. Material: formed metal, or metal combined with paper. with metal complying with the Following requirement: a. Sheet steel zinc-coated by hot-dip process. 2. Shapes indicated below b y reference to (�i I designations, in ASTM C1047: p ) � � a. Cornerbead on outside corners, unless otherwise Indicated, b. LC-bead with both face and hack Ilanges; lace flange formed to receive joint comPOLInd. C. L-bead with face flange only. d. One-pied: control joint formed with V-shaped slot, with removable strip covering slot opening. 2.5 JOINT TREATMENT MATERIALS A. General: Provide joint treatment materials complying with ASTM C475 and the recommendations of both the manufacturers of sheet products and oi'joint treatment materials for each application indicated. B. Joint Tape for Gypsum Board: I'aper reinforcing tape, unless otherwise indicated. C. Drying-Type Joint Compounds for Gypsum Board: Factory-packaged vinyl-haled products complying with the following requirements 101' f01-I11Ulatioi1 and intended u.r I. Ready-Mixed Formulation: factory-mixed product. 2. All-purpose compound formulated fur both taping and topping c0111110Unds. 2.6 MISCELLANEOUS MATERIALS , A. General: Provide auxiliary materials for gypsum board co►lstrucUon that C0111pl\' \%1111 referenced standards and recommendations of gypsum board nlanul'acturer. B. Steel drill screws 6 coal 1 in g with ASTM 01002 for the lollowin g b applications: lications: complying 1. Fastening gypsum board to steel members less than 0.03 inch thick. , 2. hastening gypsum board to gypsum board. C54199-00 09255 - 4 GYPSUM BOARD ASSEMBLIES RO - 3/19/01 rWAL.NU'I' S"I'RIE'I' L'iJMP S'I'A"1'IUN CITY 0F .IEhF'ERSON, MISSOURI PART 3 - EXECUTION 11 EXAMINATION ' A. Examine substrates to which gypsum board assemblies attach err abut, installed 110110w metal Frames, cast-in-anchors, and structural lranling with Installer present for compliance with requirements for installation tolerances and other conditions affecting ' performance ofassemblies specified in this Section. Ill not proceed with installation until unsatisfactory conditions have been corrected. 3.2 1NSTALI.,ING STE17 L FRAMING, G1",NI IZAL aA. Steel Framing Installation Standard; Install steel frrunim, to comply with ASTM C754 and with ASTM 0840 requirements that apply to frilling installation. B. Isolate steel 1'ranling fi-onl huilding structure at locations indicated to prevent transfer of loading imposed by st.tvctural movement. Comply with details shown on Drawings. 1. Where building structure abuts ceiling perimeter or penetrates ceiling. 2. Where partition framing and wall furring abut structure except at floor. 3. Provide slip- or cushioned-type joints as detailed to attain lateral support and avoid axial loading. C. Do not bridge building expansion and control joints with steel framing or furring members. Independently Frame both sides of joints with 1"ranling or I'urring members as indicated. 3.3 INSTALLING I'RAMING FOR SIJSI'ENL)I I) CEILINGS A. Suspend ceiling hangers from building structure 11lenlbe-s and as follows; I. Install hangers plumb and Free 11-0111 contact with insulation or other objects within e ceiling pIC111.1111 that are nut part of supporting structural or ceiling suspension system. Splay hangers only where required to miss ohstruc6011s and offset resulting horizontal forces by bracing, eountersplaying. or other equally effective ' means. 2. Where, width of ducts and other construction \vithin ceiling plenum produces hanger spacings that interfere with the location 01' hangers required to support standard suspension system members, install supplc111Cntal suspension members and hangers in form of trapezes or equivalent devices, Size supplemental suspension members and hangars to support ceiling loads within performance limits established by referenced standards. 3. Secure wire hangers by looping and wire-tying, either directly to structures or to inserts, cyescrc\vs, or other devices and fasteners that are secure and appropriate Ior substrate, and in a planner that Will not cause them fir deteriorate or otherwise fail due t0 age, corrosion, or elevated temperatures. C5-4199-00 09255 - 5 GYPSUM (WARD ASSFMBL,IES RO - 3/19/01 WAhNII'I' S'I'itlils'i' i'flMl' STATION CITY 01',i1:;1'V ERSON, MISSOURI 4. Secure flat, angle, channel, and rod hangers to structure, including intermediate framing members, by attaching to inserts, eyescrcws, or other devices and fasteners that are secure and appropriate for structur'c as well as for type of hanger involved, and ill it manner that Will not cause the►11 to deteriorate or tail duc to age, corrosion, or elevated temperatures. 13. Do not connect or SIISperld Sled Iranlirlg Crom clucts, pipes and conduit. C. Sway-brace suspended steel Framing with hangers used liar support. ' 1. Wire Hangers: 0.1620-inch (8-gage) diameter, 4 Icet o.c. D. Installation Tolerances: Install steel framing conlporlents 161- suspended ceilings so that cross-furringg, members or grid suspension members arc level to within 1/8-inch at 12 feet as pleasured both lengthwise oil each member and transversely between parallel members, 1?. Wire-tic or clip furring nlc►llbers to plain runners and to ether structural Supports as indicated. 1'. Grid Suspension System: Attach perimeter wall track or angle where grid suspension system meets vertical surlaces. Mechanically join nu►iil heanl and crass-Furring members to each other and butt-cut to tit into wall track. 1. Space Blain tees i1lax.irl11.1Ill 4'-0" O.C. 2. Space cross tees maximum 16" o.c. 3.4 APPLYING AND FINiSHING GYPSIJI`1 BOARD, M"'NEIRAL A. Gypsum Board Application and I"ini::hing Standards, install and finish g)•psum panels to comply with ASTM 0840 and GA .216. 11. Install ceiling board panels across Ii•anling to Illtrlitlli7.e the nurrlher of abutting end joints and avoid abutting cnd joints in the central area of* each ceiling. Stagger , abutting end joints oFadjacent panels not less than one framing, member. C. Install gypsum panels with face Sidc out. Do not install imperfect, damaged, or damp , 11r111e1s. Butt panels together Ibr a light contact at edges and ends with not more than 1/16 inch of'open space between panels. Do not lorcc into place. I.). Locale both edge or end joints over SupportS. except in ceiling application~ Where r intermediate Supports or gypsum board back-blocking is provided hehind end joints. Position adjoining panels so that tapered edges abut tapered edges, and lield-cut edges abut field-cut edges and ends. Do not place tapered edges against cut edges or ends. Stagger vertical joints over diflcreilt studs on opposite sides of'partitions. Avoid joints Lit corners of!'railed openings where possible. C5-4199-00 09255 - 6 MTSUM BOARD ASSI"MBLILS Ito - 3/19/0 1 WALNC.I'1" S"1'ItC;hl' I'i1MI' STA'I ION CITY 01- .11"sM41;RSON, MISSOURI 1 . Attach gypsum panels to steel studs so that the leading edge or end of eaeh panel is attached to open (unsupported) edges ofstud flanges first. M. Attach gypsum panels to framing provided at openings and cutouts. G. Dorm control ,joints and expansion joints at locations indicated and as detailed, with space between edges of adjoining gypsum panels, as well as supporting framing behind gypsum panels. 1-1. Space fasteners in sum panels according to referenced gypsum board application p f�Yp and finishing standard and nlanulacturer's recommendations. 3.5 INSTALLING TRIM ACCESSORII'S A. General: For trim accessories with back flanges, fasten to framing with the same fasteners used to fasten gypsum board. Otherwise, fasten trim accessories according to accessory manufacturer's directions fir type, length, and spacing of fasteners. ' B. Install corner beads at external corners. C. Install edge trim where edge of gypsum panels would otherwise be exposed or semiexposed. Provide edge trim type with face flange termed to receive joint compound except where other types arc indicated. I. Install LC-bead where )sun1 panels are ti ghtly abutted to other construction and 6Y1 p b back flange can be attached to Framing 01- supporting substrate. 2. Install L-bead where edge trims can only be installed after gypsum panels are installed. U, Install control joints at locations indicated, and where not indicated according to ASTM C840, and in locations approved by Architect 101' visual effect. ' 3.6 FINISHING GYPSUM BOARD ASSEMBLIE'S A. General: Apply joint treatment at gypsum board joints (hoth directions); flanges of corner bead, edge trim, and control joints; penetrations; fastener heads, surface defects, ' and elsewhere as required to prepare gypsum board surlaces fir decoration and levels ofgypsunl board finish indicated. 1.3. Apply.joint tape over gypsum board joints and to trim accessories with concealed face flanges as recommended by trim accessory nlzulufacturer and as required to prevent cracks from developing in joint CO111pO1►11d at fkulge edges. C. Levels of Gypsum Board Mulish: Provide the I6llowing levels of gypsum board finish per GA-214. 054199-00 09255 - 7 GYPSUM IMARD ASS ENIBL.II S RO - 3/19/01 WALNUT STREET PUMP STATION CITY OF.IPaFFERSON, MISSOURI 1. Level 4 for gypsum board surtiueS indicated to receive light-textured finishes, wallcove;rings, and paints. D. For level 4 gypsum board finish, embed tape in finishing eompound plus two separate coats applied over joints, angles, fastener Ileads, and trim accessories using the following combinations of joint compoClndS (110t including, preftll), and sand between coats and after last coat. 1, Embedding and I-irst Coat: Ready-mixed, drying-type, all-purpose or taping ' compound. 2. bill (Second) Croat: Ready-mixed, drying-type, all-purpose or topping compound. 3. finish ("Third) Coat: Ready-mixed, drying-type, 111-purpose or topping compound. 3.7 CLE=ANING AND PROTECTION A, Promptly 5 remove any residual joint compound from adjacent surfaces. Promptly E3. Provide final protection and maintain conditions, in a manner suitable to Installer, that ensures gypsum board assemblies remain without damage or deterioration at time of Final,Acceptance. r END OF SECTION 09255 r r 1 r r r C5-4199-00 U925S - $ GYPSUM BOARD ASSEMBLIES RO - 3/19/01 r WALNUT S'i'Ri,- T PUMP STATION CiTY OF,113-FI ERSON, MISSOURI SECTION 09900 - PAINTING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General, Supplementary and Special Conditions, and Division I Specification Sections, apply to this Section. B. Divisions 15 and 16 additional requirements related to painting apply to this Section. 1.2 SUMMARY A. This Section includes surface preparation and field painting ol'tlie following: 1. Surface preparation, priming, and finish coats specified in this Section are in addition to shop priming and surface treatment specified in other Sections. B. Paint exposed surfaces, except where the paint schedule~ indicate that a surface or material is not to be painted or is to remain natural. 11' the paint schedules do not specifically mention an item or a surface, paint the item or surface the same as similar adjacent materials or surfaces whether or not schedules indicate colors. If the schedules do not indicate color or finish, the Architect wit! select from standard colors and finishes available. 1. Coordinate paint requirements for electrical, 11VAC and Plumbing items, indicated to receive paint, with Divisions 15 and 16. C. Do not paint prefinished items, concealed surfaces, finished metal surfaces, operating parts, and labels. I. Prelinished items include the following factory-finished components: Lt. Architectural casework. b. finished mechanical and electrical equipment. C. Light fixtures. d. Distribution cabinets. C. Switchgear, 2. Concealed surfaces include walls or ceilings in the following generally inaccessible spaces: C5-4199-00 09900 - 1 I'AIN'CiNG RO - 3/19/01 WAhNI►'i' S'1'itCf:'I' T'UMI' STATION CI'T'Y OF JEFFERSON, MISSOURI a. Foundation spaces. b. Furred areas. C. Ceiling plenums. d. Utility tunnels. c. Pipe spaces. C. Duet shahs. t 3. Finished metal surlaces include the following: a. nnuchred all►ill u lU►ll. b. Stainless steel. e. Chromium plate. d. Copper. c. Bronze and brass. ' 4. Operating parts include nlovtnl; parts of operating equipment and the following: a. Valve and damper operators. b. Linkages. C. Sensing; devices. d. Motor and Can shal•ts. 5. Labels: Do not paint over Underwriters Laboratories (t,1L), Factory Mutual (FM), or other code-requircd labels or equipment name, identification, performance rating, or nomenclature plates. D. Related Sections include the following: ' 1. Division 5 Section "Structural Steel" tier shop priming structural steel. 2. Division 5 Section "Metal Fabrication" for shop priming IerroU5 metal. 3. Division 8 Section "Standard Steel Doors and Frames" for shop priming steel doors and frames. 4. Division 9 Section "Gypsum Board Assemblies" for surface preparation for gypsum board. 1.3 DLF1NITIONS r A. General: Standard coating terms defined in ASTNI 1) 16 apply to this Section. I . Flat refers to a lusterless or matte finish with a ~lass ran:e below 15 when measured at an 85-degree meter. 1 C5-4199-00 00900 - 2 PAINTING RO - 3/19/01 WALNUT S'T'REET PUMP STATION CITY 017- JEFFERSON, MISSOURI 2. Eggshell reFcrs to low-sheen finish with a gloss range between 5 and 20 when measured ut a 60-degree meter. 3. Satin refers to low-sheen finish with a gloss range between 15 and 35 when mcaisurcd tit a 60-degree meter. 1A SUBMITTALS A. Product Data: For each paint systena specified. Include block fillers and primers. 1. Material List: Provide ,ill inclusive list of required coating materials. indicate each material and cross-reference specific coating, linish system, and application. Identify each material by nlanulacttn-cr':, catalog number arld general cla1ssi Iieation, 2. Manufacturers Information: 11rovide I11a111tllaCtt►rCr'5 (CC11111Cal Information, including label analysis and instructions for handling, storing, and applying caach coating material proposed for use. ' 3. Certification by the manufiicturer that products supplied 13. Samples For Initial Selection: Manufilcturer's color charts showing the full range of' colors available for each type of finish-coat material indicated. C. Samples for Verification: Of' each color and nlatcrial to he app1iCCl, with tCXtUrC to simulate actual conditions, on representative Samples ol'the actual substrate. I. Provide stepped Samples, defilling cash separate coat, including block fillers and primers, Use representative colors when preparing Samples For review. Resubmit until required sheen, color, and tC\tlll'C arc achieved. 2. Provide a list of materials and applications for each coat of each sample. Label each sample For location and application. 1.5 QUA I..ITY ASSURANCI; A. .applicator Qualifications: 1. 11gagC an CXperienCCLI applicator who has colllplCted painting system applications similar in material auld CXtent to that indicated For this Project with a record ol'successfill in-service per lornulice. 13, Source Limitations: Obtain block fillers, printers, and undercoat materials for each c0alting system irom the salute illaliltlfilcturer as the finish coats. 1.6 DELIVERY, STORAGE:, AND HANDLING A. Deliver materials to the Project Site in nlalrlufaCturer's original, unopened packages and containers bearing nlanulacttu-Cr's 11a1111C 1111LI lall)CI, and the lilllowing illf'ormation: C5-4199-00 09900 - 3 PAINTING RO - 3/19/01 WAI.Nl1'1'S'I'Itl l.;'I' PUMP STATION CI'T'Y 01' .lFTF 'RSON, MISSOI IRI I. Product name or title ofn aterial. 2. Product description (generic; classification or binder type). 3. Manuf'acturer's stock number and date rl immutacttire. a. Contents by volume, (ur pigment and vehicle constituents. 5. Thinning instructions, 6. Application instructions. 7. Color name and number. 13. Store materials not in use in tightly covered containers in ,1 well-ventilated area at a minimum ambient temperature of 45 deg b (7 deg C). Maintain containers used in storage in a clean condition, free elf foreign materials and residue. 1 . Protect from freezing. Keep storage area neat and orderly. Remove oily rags and waste daily. 'fake necessary measures to ensure that workers and work areas are protected From fire and health hazards resulting 1'1'0111 handling, mixing, find ' application. 1.7 PROJECT CONDITIONS A. Apply water-based paints only when the temperature of surfaces 10 be painted and surrounding air temperatures are between 50 and 90 dc�.,, F ( 10 and 32 deg C). 13. Apply solvent-thinned paints only when the temperature of surfaces to be painted and surrounding air temperatures are between 45 and 95 deg F (7? and 35 (leg Q. C. Do not apply paint in snow, rain, tug, or mist; or when the relative Illlmldlty exceeds 85 percent; or at temperatures less than 5 deg F (3 (leg. C) above the (lcw point; or to , (lamp or wet surlaces. 1. Painting May continue during inclement weather il' surlaccs and areas to be painted are enclosed and hearted within temperature limits specified by manufacturer during application and drying periods. 1.8 LXTRA MATERIALS A. bu►-Ilish extra paint materials from the same production run a:; the materials applied , and in the quantities described below. Package with protective covering for storage and identify with labels describing contents. Deliver extra materials to Owner. 13. Quantity: burnish Owner with un additional 3 percent, but not less than 1 gallon (3.8 liters) or I case, as appropriate, ofeach material and color applied. C5-4199-00 09900 - 4 PAINTING RO - 3/19/0 1 WALNUT STRi ET PUMP STATION CITY O Jla-Tl,:RSON, MISSOURI PART 2 - PRODUCTS 2.1 MANUFACTURERS tA. Products: Subject to compliance with requirements, provide one of the products in the paint schedules, or approval equal. ' 1. Manufacturers Names: The following manufacturers are referred to in the paint schedules by use of shortened versions of their names, which are shown in parentheses: ' 2. American Protective Coatings (Ameron). 3. 13enjanlin Moore & Co. 4. ICI Dulu% Paint/Glidden. 5. Porter Paints. G. Pratt & Lambert, file. 7. Sherwin-Williams Co. 8. Tneillec Co., Inc. 2.2 PAINT MATERIALS, GENERAL A. Material Compatibility: Provide block fillers, primers, undercoats. and finish-coat materials that are compatible with only another and the substrates indicated under conditions of service and application, as demonstrated by nitulufilctllrer based on testing and field experience. B. Material Quality: Provide manufacturer's best-quality paint material of the various coating types specified, Paint-material containers not displaying manufacturer's product identification will not be acceptable, C. Colors: Provide color selections indicated in the Paint Color Schedule, PART 3 - EXECUTION r3.1 I:XAMiNA'TION A. Examine substrates, areas, and conditions, with the Applicator present, L111der• Which painting will be periorined I'm compliance with paint application requirements. 1. Do not begill to apply paint until unsatisfactory conditions have been corrected ' and surfiices receiving paint are thorouEhly dry. C5-4199-00 09900 - 5 PAINTING RO - 3/19/01 WALN1. T,STR1.?I:r III IMP STATION C'I'TY OV A.T'l-1?RSON, MISSOURI 2. Start or painting will he eonsu•uCd as the Applicator's acceptance or surfaces and conditions within a particular area. 13. Coordination of Work: Review other Scclions in which primers are provided to ensure compatibility of the total system for various substrates. On request, furnish irllbrrnation on characteristics orfinish materials to ensure use orconlpatible primers. C. Notify the Architect about anticipated prohlcnls using the mrltcrials specified over substrates primed by others. 3.2 PREPARATION A. General: Remove hardware and hardware accessories. plates, machined surfaCCS, lighting Fixtures, and similar items already installed that arc not to he painted. II' removal is impractical or impossible because ol'the tine or weight of the item, provide Sur111CC-applied protection hefol'C SUrlucc preparation and painting. 1. Aftcr completing painting operations in each space or area, reinstall items removed using workers skilled in the trades involved. 13. Cleaning: Belbre applying paint or other surface treatments, cican the substrates of substances that could impair the bond of the various coatings. Remove oil and grease before cleaning. I. SChcdule cleaning and painting so dust and outer cunt,1 Ill inants rronl the cleaning process will not fall on wet, newly painted SurlacCS. C. Surface Preparation: Clean and prepare surraces to he painted according to I1lanllfllctllrcr's written lnstruCtiO11S IUr CUCII pa1'tlCUlr'.1r S11hSlratC Condition and as specified. 1. Provide harrier coats over incompatible printers or remove and reprinle. 2, Cemenlili011S IMaterials: Prepare concrete, concrete masonry block, cement pl aster, and mineral-fiber-reinforced ccrttent panel surfaces to he painted. Remove erflorescence, chalk, dust, dirt, grease, oils, and release agents. Roughen as required to remove glaze. I r hardeners or scalers have hCCtl uSCd to improve curing, use mechanical methods 01*SUrlace preparation. I . Use abrasive blast-cleaning methods. ' h. Detcrmitle alkalinity and moisture content or surfaces by performing appropriate tests. It' surfaces are surlicicnlly a1k dilIC to causC the finiSh paint to hlisler and burn, correct this condition before application. Do not , paint surfaces where 1110isture content exceeds that permitted in nlanul4lCturer's written IllStRiCti011s. C5-4199-00 09900 - 0 PAINTING R0 - 3/19/01 WALNUT STREET PUMP STATION CI'T'Y 0F .117,17-1711160N, MISSOURI 3. Wood: Clean surfaces of dirt, oil, and other foreign substances with scrapers, mineral spirits, and sandpaper, LIS reCluirul, tiand Surfaces exposed to view smooth and dust oIT. u. Scrape and clean small, dry, seasoned knots, and apply a thin coat of white shellac or other recommended knot scaler before applying primer, After priming, fill holes and imperfections in linish surfaces with putty or plastic ' wood filler. Sand smooth %Yllcll dried. b. Prime, stain, or seal wood to be painted immediately on delivery. Prime edges, ends, Faces, undcl'sidCS, and backsides of wood, including cabinets, ' counters, cases, and paneling. C. When transparent finish is required, backprime with Spar varnish. d. Backprime paneling on interior partitions where masonry, plaster, or other wet wall construction occurs on backside. e. Seal tops, hottonls, and cutouts of unprinlcd wruld doors With a heavy coat ofvarnish o►• scaler immediately on delivery. 4. Ferrous Metals: Clean ungalvanized Icrrous-metal SUrfaces that have not been Shop cc ated, remove oil, grease, dill, loose mill scale, and other foreign substances. Use solvent or• mechanical cleaming methods that comply Nvith the Steel Structures Painting Council's (SSPC) recommendations. 5, Galvanized Surfaces: Clean galvanized surfaces with nonpetroleum-based solvents so surface is free o1'oil and surface contaminants, Rcmove pretreatment from galvanized sheet metal Iabricated from coil stock by mechanical methods. D. Materials Preparation: Mix and prepare paint materials according to nlalnufilCtu•Cr's written instructions. 1. Maintain containers used in mixing and applying pallet in a clean condition, 1'ree of foreign materials and residue. 2. Stir material hcforc application to produce a mixture of uniform density. Stir as ►-eduired during application. Do not stir Surface film into n1,11CHal. 11' necessary, remove Surface film and strain material hcforc using. 3. Use only thinners approved by paint 11nzuT1lfaetu►•er and only within recommended limits. 3.3 APPLICATION A, General: Apply paint according to manufacturer's written instructions. Use applicators and teclmCltleS hCSt Suited for substrate and type of material being applied, ' 1. Paint colors, surlace treatments, and finishes are incficatCLI in the schedules. 2. Do not paint over dirt. rust, scale, g1'C11Se, moisture, Scul'IcCI surfaces, or conditioner detrimental to fornlalton Of'11 durable paint 111111. C5-4199-00 09900 - 7 PAINTING R0 - 3/19/01 WALNUT STRCFET PUMP STATiON CI'T'Y OF .11"'FTIASON. MISSOURI 3. Provide finish coats that are compatible with primers used. 4. The ten11 "exposed surfaces" includes areas visible when permsulent or built-in fixtures, convector covers, covers lire finned-tube radiation, grilles, and similar components are in place. Extend coatings in these areas, as required, to maintain the system integrity and provide desired protection. 5, faint surflaces behind movable equipment and fur-nitur•c the same as similar exposed surfaces. Belirre the final installation of ccluipment, paint surfaces behind permanently fixed equipment or furniture with prime coat only, G. Paint interior surlilces o('ducts with a flat, nonspecular black paint where visible through registers or grilles. 7. Paint back sides of access panels and removable or hinged covers to match exposed surfaces. 8. Finish exterior doors on tops, bottoms, and side edges the smile as exterior faces. 9. Sand lightly between each succeeding enamel or varnish coat. 13. Scheduling Palrltln Apply first coat to surfaces that have been cleaned, pretreated, � � i or otherwise prepared (or painting as stern as practicable alier preparation and bclore subsequent surface deterioration. I. The number of coats and the film thickness required arc the same regardless of application method. Do not apply succeccling emits until the previous coat has r cured as recommended by the munulircturer. I I• sanding is required to produce a smooth, even surface according to ninnulacturer's written instructions, sand between applications. 2. If undercoats, stains, or other conditions show through final goat ml' paint, apply additional coats until paint 111111 is 01'unilbr111 finish, color, and appearance. (:live special attention to ensure edges, corners, crevices, welds, and exposed fasteners receive a dry film thickness equivalent to that of flat surlilccs. 3. Allow sufficient ti►11c between successive emals to pernlit proper drying. Do not recoat surfaces until paint has dried to where it icels firm, does not deform or R-el sticky under moderate thumb pressure, and whcrc application of another coat of paint does not cause the tuldcrcoat to liJ't or lose adhesion. C. Application Procedures: Apply paints and coatings by brush, roller. spray, or other A pl Apply I fr I J, applicators according to 111MILIfi►cturcr's written instructions. 1 , Brushes: f r trti hc � best suited ( t r the l pe o! material applied. IJsc brush of appropriate size lilt the surface or item heing painted. 2. hollers: Use rollers of carpet. velvet hack, mr high-pile sheep's wool as recommended by the m:tnufacturcr for the material and texttlrV required. 3. Spray l quipment: Use airless spray equipment with orifice sire as recommended , by the 111,111llfrlcturer far the material and texture required, C54199-00 09900 - 9 PAINTING RO - 3/19/0 1 rWALNt. T S`i`RI?I 'I' I't IMP STATION CITY C)F ,111"FERSO N, MISSOURI URI D, Minin•mil) Coating ] hickness: Apply paint materials no thinner than mail ulact tire r's recommended spreading rate. Provide the total dry film thickness of the entire systcrtl as recommended by the manutieturer. E. Mechanical and Flectricnl Work; Painting of mechanical and cicctrica) work is limited to items exposed in equipment rootlts and in occupied spaces. Coordinate with Mechanical and I?lectrieal Contractors fir proper identification ol'items to be painted. ' I . Mechanical items to be painted include, but arc 1101 IimiICd to, the I01IOwir►g: I . Piping, pipe hangers, and supports. 2. Heat exchangers. 3. 'Tanks. 4. Ductwork, 5. Insulation, G. Motors and nechanical equipment, 7. Accessory items. (I. Electrical items to be painted include, but are not limited t0, the li)llo\ving: 1 . Conduit and fittings. 2. Switchgear. 3. panelboards. 1I. Block fillers: Apply block fillers t0 concrete masonry block at a rate to ensure complete coverage with pores filled raid back roll to fill and prcve111 pinholes. I, Prime Coats; Before applying finish coats, apple a prink coat of material, its recommended by the tllanulacturer, to material that is required to he painted or finished and that has not been Ilrinle coxed by otherS. RCCO►nt prinud acid settled surfaces where evidence of' suction spots or unsealed areas in first Coat stppears, to ensure a finish coat with no bUr'n through 01- other detC'CIS dUC to insul•licient scaling. J. 'Fransparent (Clear) Finishes: Use rllultiplc Co;Us 10 produce it glass-smooth surface film of even luster. Provide a finish free of' taps, runs, CIOUdi11c:;s, color irregularity, brush marks, orange peel, nail holes, or other surface ill nperlections. 1 . Provide stain finish f6r linal coots. K. Stipple l namel Finish: Roll and redistribute paint to an even rill(] line texture, Leave no evidence of•►•olling, suCh Its laps, irregularity in texture. skid marks, or other surface ' i ill Perfect i oils. L. All Interior doors, frames, and Similarities shall he painted with gloss paint system to match wall surtaces. floors, Trifles, and similarities; in areas receiving epoxy coating shall be painted with epoxy coating. 054199-00 09900 - 9 PAINTING RO - 3/19/01 WALNt. T h'I'RI?I T V1.t(t P STATION )N CITY OF .11,11-TRSON, MISS01 IRI M. Completed Work: Match upproved samples For color, WNt111'e, u11d coyel'age. Remove, refinish, or repaint work not complying with requirements, 3.4 CLI ANING A, Cleanup: At the end of each workday, remove., empty cans, rags, rubbish, and other discarded paint materials Iron) the site, I . After completing painting, clean glass and paint-spattered surluces, Remove spattered paint by washing Illld scraping. lie carcftll not to scratch or damage adjacent finished surfaces. 3.5 1)ROTI;C."I'I0 N A. Protect work of other trades, whether being painted or nut, against damage by painting. Correct danulge by cleaning, repairing or replacing, and repainting, as approved by Architect, B. Provide "Wet faint" signs to protect newly painted finishes, Remove temporary protective wrappings provided by others to protect their work alter completing painting operations, I . At completion of construction activities oI' other trines, touch up and restore damaged or defaced painted surfaces. Co1)ll-)IN' V,'illl procedures specified in I'I)CA PI, 4k 3.6 ACCEPTANCL: OF Sl'I C'IAI. COATINGS WORK A. At all tinges, the Owner and/ur the Owner's Representative sh:.11l have access to the work in progress. C'untrnctor shall assist, when rcguesled, in tilt Illspeeti011s. "tests will be made. 161- surtilcc: condition I111d prl)IIIC tiller blasting, wet 111111 thickness, dry film thickness, and pin holes. No pin holes will be allowed. The inspector will also check application practices, The contractor shall repaint all areas ti)und detective and renwve and replllce any coatings placed using improper practices. B. In addition to the tests fi►r surtilcc profile, wet film thickness, dry., fihtl thickness, and pinholes, which will be made during the progress of the work, the Owner will cheek the coatings at'ter completion of the application lm r,omplianec with these specifications. All defects shall he promptly corrected by Contractor. C. Inspector shall he kept inflormed by Contractor is the progress of the work. If contractor filils to notify inspector of progressing work and the inspector has doubts of uninspected work. the Contractor will he responsible to tale whatever measures necessary including but not limited to re-blusting and/or re-painting areas in question, C5-4199-00 U9c)UU - 10 PAINTING RQ - 3/1()/01 WALNUT S`IRI:C`T'PIJMP STATION CI'T'Y OF ,IT FFERSON, MISSOt1RI 1. Key Arens ol'Inspector Notification by Contractor: U. Profile ol'sitndblast. b, Prime coat film thickness, C. finish coat film thickness. Correct damage by cleaning, repairing, or replacing, and repainting areas cleaned unacceptable by the Owner and request rainspection by the Chvner when completed. 1 ' T SC1 FIDUI,f: 3.7 EXTERIOR 1O1Z A1N A, Provide the 161lowing paint systems liar the various substrates, as indicated: 1. Ferrous metal with unidentified slop or I1tctory prime., epoxy coating (steel doors and Trames, structural steel, equipment, etc.): a. Surface Preparation: I Remove dllSt, dirt, and other deleterious materials f-om surfaces to be coate(l. 2) Millillllnll SSPC-SP3 power tool cleaning to remove loose rust, paint film, and other deleterious material from surfaces to he coated. b. Coating Applications: Provide sys(em by one of the Following manufftcturers: Ql) Ameron: a) first coat: Amercoat 385 Tli�01 Solids 1puxy Primer, (min 3.5 mils DF., T). b) Second coat: Amerishield (min 4.0 mils. OFT). r2) ICI Devoe Coatings: a) First coat: Devguard 4 160 N11uld Purposo 'Tank and Structural Printer (min. 2.0 mils DFT). b) Second coat: Devrane lhwthane 359 (min, 6,0 mils 1)F 1 ). 3) Sherwin Williams: a) First coat: Kent Bond I IS Universal Metal Primer (min. 2.0 mils r DFT). b) Second tout: Poly-Lon 1900 Polyester Polyurethane (min. 3.0 mils I)F'T). C5.4199-00 09900 - It PAINTING R0 - 3/19/01 WALNUT S'1R13r'I' PUMP STATION r CITY O1" JEFFERSON, MISSOURI 4) Tnemec: a) first coat: Series 27 F.C. Typoxy (min. 2.5 mils DFT). b) Second coat: Series 73 (min. 3.0 mils DFT). 2. Ferrous Metal lnlniersed (Structural Steel and Pipe): It. Surface Preparation: SSPC-81110 near-white: blast cleaning. b. Coating Applications: t I) Ameron: a) first coat: Amercoat 395 1?poxy (min 5 mils b) Second coat: Aniercoilt 395 Epoxy (min 5 rails DFT). 2) Tnemec: a) First coat: Series 661-113 Ipoxoline (min. 5 mils DFT). b) Second coat: Series 66 1-113 Epoxoline (lain. 5 mils DFT). 3) Sherwin Williams: I) First coat: hpolon if Multi-Mil F'poxy (min. 5 mils DFT). b) Second coat: Epolon II Multi-Mil I?poxy (min. 5 mils DFT). 4k 3. Ductile Iron Pipe Exterior or Interior, I,xposed of In III I ed: a. Surface Preparation: SSPC-SP I brus11-01TNISt CICilmllg, b. Coining Applications: , I) Ameron: a) First coat: Amercoat 395 Epoxy (min. 41 111iIs b) Second coat: Anlcrlock 2 1?poxy (nun 5 mils 2) Tnemec: r1 a) First coat: Series 661.113 Epoxoline (min. 41 mils b) Second coat: Series 66 1113 E'poxollne (nun. 5 mils DF'I'). 3) Sherwin Williams I) First coat: Epolon If Multi-Mil l poxy (min. 4 mils DF I'). b) Second coat; 1polon 11 Multi-Nail Lpoxy (min. 5 mils DFT). C5-4199-00 09900 - 12 PAINTING RO - 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI C. Apply third coat of polyurethane of appropriate manufacturer to exterior, exposed (nonimmaersed) pipe. 3.8 INTERIOR PAINT SCLIEDULI? A, Interior Concrete Masonry Units with High Build Epoxy Finish Coat (System ICI): 1. Surface Preparation: Per 161lowing requirements: a. Remove dust, dirt, mortar fins, daubs and smears, and other deleterious materials from surfaces to be coated. b. ASTMD 4261 Surface Cleaning Concrete Unit Masonry (or Coating. 2. Coating Application: Provide system by one of the l0110%Ving manufacturers: a. Ameron: 1) First tout: Antcrlock 400 BF Block biller (rain. 5.0 mils DFT). 2) Second coat: Amerlock 400 High Build I::poxy (min 6.0 mils DFT). b. Sherwin Williams: 1) Pirst coat: Kem Cati-Coat Block biller (min. ((00 scl. 11. per gal.). 2) Second coat: Macropoxy I IS High Solids (min. 8.0 mils DFT) C. 1'ncmcc: 1 1) I�irst coat: 54-660 Epoxy Masonry Filler (min. 80 sq. It, per gal. 2) Second coat: Series 83 Ceramlon 11 (min, 6,0 mils DFT). B. Interior Ferrous Metals, Unidentified I"actory Primer with Epoxy finish C'om (System IC2): 1. Surface Preparation: Per tollow►ng requirements: a. Remove dust, dirt, and other deleterious ITlaterii►Is from surfaces to IV coated. b. Minimum SSPC-SP3 power tool cleaning to remove loose rust, paint film. and other deleterious material from surfaces to be coated. 2. Coating Application: a. Amcron: 1) l"irsl Coat: Amercout 385 Epoxy Primer (min 3.0 mils DI-T). C5-4199-00 09900 - 13 PAINTING RO - 3/19/01 WAi..,NI.J'I' S'I'RC�I `l' i't.JMP STATION CITY OF .)EF ERSON, MISSOURI 2) Second Coat: Amerlock 2 1ligh Build Epoxy (mite 3.0 mils i)F'I'). b. 1C1 Devoc Coatings: I) i-'irst Coat: Devguard 4160 M►rlti P1,11-17c1SC 'tank R: Structural Primer (min. 2,0 mils Di T). 2) Second Coat: Devram 2241 IS I ligh Build Epoxy (min. 3.0 mils DFT). C. Sherwin Williams: , 1) First Coat: Kum Mond I iS !Tinier (min. 2.0 mils I)FT). 2) Second Coat: Macropoxy [IS high Solids Fpoxy (min. 3.0 mils (1. 'Vnemec: 1) First Coat: Series 3711 Clicin-Prime IIS (min. 2.0 mils DFT). 2) Second Coat: Series 93 C erairllon ii (min. 3.0 mils i UT). C. interior GaIVilnizCd and Zinc-Rich Epoxy Shop Primed Metals, with 1?poxy Finish Coat (System I(_':t): 1. Surface Preparation: Per following requirements: 4k a. Galvanized Surlaecs: Minimum SSPC' SP I ; clean galvanized SurtaceS to rcnlave dust, dirt, and other foreign matter. l Jsc Galaprep. b. Minimum SSPC-SP3 power tool clean to remove loose rust. 2. Coating Application: Provide systen► by one ol'the following manulucturers: 1 Ameron: I) Touch up: DU111agud prink coats of galvanized metal items wuh , 681 IS zinc-rich epoxy printer (min. 2.0 mils I)FT). 2) First Cout: Amerlock 2, high Solids i:poxy Coating (ruin. 5.0 1111IN h. ICI Devoe Coatings: I) '!'ouch tip: DamagCd prune Coats of galvanized metal items with 313 zinc-rich upoxy printer (nlin. 2.0 mils I)FT). 2) Second C"out: Dcvran 224 IiS Ilig.h Build Epoxy (min. 5.0 mils DF'T). C5-4199-00 09900 - 14 i)AIN ING R0 - :3/19/01 WALNUT STREET PUMP STATION CITY 017 JE F RSON, MISSOURI C. Sherwin Williams: 1) '1'oucl. up: Damaged prime coat with Zinc Clad IV Organic Zinc- Rich Epoxy Primer(min 5.0 mils DFT). 2) Second Cont: Macropoxy I-IS high Solids Epoxy (min, 5.0 mils d. Tnemee: 1) Touch up: Damaged prime coats of galvanized metal items with 'I'neme-Zinc 90-07 Organic Zinc Rich Primer, 2) Second (:'oat: Series 83 Ceramlon II (min. 0.0 mils ITT). D. Provide the I61lowing paint systems for the various substrates, as 161lows! 1. Gypsum Drywall, Flat latex: a. ICI/Glidden: 1) First Coat Spread Ultra Latex Pruner-Scaler#5111. 2) Second Coat Spread Ultra Flat Latex Finish #4000 Series. b. Moore: I) first Coat Moore's Latex Quick-Dry Primer Sealer 11201. 2) Second Coat Regal Wall Satin. C. Pratt & Lambert: I) First Coat Latex Wall Primer 230001 . 2) Second Coat - Vapex Latex flat Wall Finish, d, Sherwin Williams: 1) First Coat Pro-Mar 200 Latex Wall Primer 1328W200, 2) Second Coat Classic 99 Wall and Trim Paint A27W. e, Porter: 1) first Coat 63 Super Drywall Sealer, 2) Second Coat Vinyl Suede. C54199-00 09900 - 15 PAINTING RO - 3/19/01 WALNUT STRI E,r hUM1' STATION CITY Of:arrrr;RSON, MISSOURI 3,9 PAINT COLOR SC1.11`l'DIJL,Iw A. Room Finish Schedule, Drawing A-17, designations identify paint finish and color, ' END OF SECTION 09900 0 ... :;. CS 4199-00 09900: 16' PAIN I'fNG a r `R0,- 3X19/01 , t WALNUT STREET" PUMP STATION CITY 01 JEFFERSON, MISSOURI SECTION 10200 - LOUVERS AND VENTS PART I - GENERAL 1.1 REI.AT ED DOCUMENTS A. Drawings and general previsions 01' the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to tflis Section. 1.2 SUMMARY A. This SCCtiOtl includes File 1o11owing: 1, fixed metal extruded aluminum louvers. I Fixed metal stainless steel louvers. B. Related Sections: Tile following Sections contain requirements that relate to this Section: 1. Division 7 Section "Joint Sealants" for sealants instalicd in perimeter joints between louver frames and adjoining construction. 1.3 DEFINITIONS A. Louver Terminology: Refer to Air Movement and Control Association (AMCA) 501 for definitions of* terms for metal louvers not otherwise defined in this Section or in reJcrenced standards. 1.4 SUBMITTALS A. Cleneral: Submit each item in this Article according, to the Conditions of'tile Contract and Division I Specification Sections. E. Product data For each type Ufproduct specified. C, Shop drawings of IOtrver' units and accessories. Include plans, elevations, sections, and details showing profiles, angles, and spacing of louver blades; unit dimensions related to wall openings and construction; free areas for each size indicated; profiles of franks at,jambs, heads, and sills; and anchorage details and locations. 1), Samples f'0r initial selection in the Form 01' nlanuluctrn-cr's color chrn•ts showing the full range of•colors available for units with fiactory-applied color finishes. I?. Qualification data for firms and persons specified in tile "Quality Assurance" Article to demonstrate their capabilities and experience. C5-4199-00 10200 - 1 LOUVL:RS AND VENTS RO - 3/19/01 WALNiI'I',S'I'R):zis'I'I'UMI' STATION CITY OT� JI:FFERS(.)N, MISSOURI 1.5 QUALITY ASSURANCE A. Single-Source Responsibility: Obtain louvers and vents from one source and by a single nianufacturer where alike in one or more respects regarding type, design, and factory-applied color finish, B. SMACNA Standard: Comply with SMAC'NA "Architectural Sheet Metal Manual" recommendations for lubrication, construction details, and installation procedures. C. UL and NLMA Compliance: Provide motors and related components for motor- operated adjustable louvers that are listed and labeled by UL and comply with applicable NEMA standards. 1.6 PROJECT CONDITIONS A. Field Measurements: Check actual louver openings by accurate field measurements before fabrication, and show recorded measul•cnlcnts on final shop drawings. Coordinate fabrication schedule with construction progress to avoid delaying the Work. 1. Whcrc field measurements cannot be made without delaying the Work, guarantee opening dimensions and proceed with fabricating 10LIvers without field measurements. Coordinate construction to ensure that actual opening dimensions correspond to guaranteed dimensions. PART 2 - PRODUC'T'S 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with reLlUirennents. provide products by one of the following: 1 . Louvers: u. Ruskin Mfg., "fomkins lndus(ries, Inc. (I:LF37S1')X Design Standard- AlUnnint.1111). , b. Air Balance. C. American Warming d. Or cdual. C5-4199-00 10200 - 2 LOUVERS AND VE`NfS R0 - 3/19/01 WALNUT STREET PUMP STA'T'ION CITY Of,IEFT RSON, IMISSOI11?1 2.2 MA'T'ERIALS A. Aluminum Extrusions: ASTM 13 221, Alloy 6063-T5 or T-52. 13, Aluminum Shect: ASTM 11 209, Alloy 5005 with temper as required Im forming, or as otherwise recommended by metal producer to produce required finish. C. Stainless Steel Sheet: ASTM A 606, 'Pyre 301, with No. 4 finish. D. fasteners: Of' same basic metal and alloy as }listened metal or 300 series stainless steel, unless otherwise indicated. Do not use metals that are corrosive or incompatible with joined materials, 1 . Use types and sizes to suit unit installation conditions. 2. Use Phillips flat-head screws For exposed fasteners. unless othcrwisc indicated. E. Anchors and Inserts: Of type, size, and material required fir type of loading and r installation indicated. Use nonferrous metal anchors and inserts for exterior ■ installations and elsewhere as required for corrosion resistance. Use toothed steel or expansion bolt devices Ior drilled-in-place anchors. 2.3 FABRICATION, GEN1:RAL A. General: fabricate louvers and vents to comply with requirements indicated for design, dimensions, materials,joinery, and performanec. E. Assemble louvers in shop to minimize field splicing and assembly. Disassemble twits as necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. C. Maintain equal louver blade spacing to produce unifi>rm appearance. D. fabricate frames, including integral sills, to fit in openings of sizes indicated, with allowances made for fabrication and installation tolerances of louvers, adjcaining construction, and perimeter sealant joints. E. Include supports, anchorages, and accessories required for complete assembly. F'. Join frame members to one another and to fixed louver blades as 161lows, unless otherwise indicated or size of louver assembly makes bolted connections between Frame members necessary: 1. With fillet welds, concealed From view; or mechanical fasteners; or a combination of these methods; as standard with louver nlanulacturer. C5-4199-00 10200 - 3 LOUVERS AND VENTS R0 - 3/19/01 r WALMIT S'1"R1 1 '1' PUMP S'1'ATIt)N CITY O .11 11"URSON, MISSt �1 JRI 2.4 WALL_ L OUVF16 A. Horizontal, Dra►nable, Fixed-131ade Aluminum Louvers: I-.xtrudcd-alurninunl frames and louver blades, designed to collect and drain water to exterior ut sill by means of gutters in front edges 01' blades and channels in ,jambs and nlullionS, d:onlplying with the R)Ilowing requirements: 1. Lc►uver Depth: 4 inches, unless otherwise indicated. 2. ['ramc 'I'1lickness: 0.1'5 inch, unless otherwise indicated. 3. .larllh Width: 1 1/2" 4, Glade 'thickness: 0.081 inch, unless otherwise indicated. 5. Blade Angle: 37.5 dcg. G. 1'erlbruuulce Requirements: As Collows, determined by testing units 36 inches wide by 42 inches high per AMCA 500: " ' 'tiS than ��) SL I.a. free Area: Not lee th r 5,. I R. b. Static Pressure loss: Not more than 0.14 inch wg at an airflow of 900 (pill 1'ree area intake velocity. C. Witter Penetration: Not more than 0.01 oz. per scl, ft. of tree area at an airflow of 1,014 flint I'rec a1'Cil \'CIUCIt)' w11CI1 tested lot' 15 Ill►rlUteS. 7. AMCA Scal: Mark units with the AMCA Certified Ratings Seal. I3. Horizontal, Drainable, fixed-Blade Stainless Steel LOUVCI-S: Stainless Steel tunics 4k and louver WMICS, dCSIgr1Cd to collect and clrain water to exterior at Sill by means of gutters in lront edges of blades and ChannclS in .ja►nbS and II1l1IIl0I1S, complying with the following requirements: I. Louver Depth: 4 inches, unless otherwise indicated. 2, frame "Thickness: 0.125 inch, unless otherwise indicated. 3. Jamb Width: 1 1/2" 4. 131ade 'Thickness: 0.081 inch, unless otherwise indicated. 5. Blade Angle: 37.5 deg. 6. Per l'ormance Requir'Clllents: As Iollows, determined by testily!, units 36 inches wide by 42 inches high per AMCA 500: a. Igoe Area: Not less than 5.26 sd . I't. , b. Static Pressure Loss: Not more than 0.14 inch wiz, at an airflow of 900 fpnl lice area intake velocity. C. Water Penetration: Not more thiul 0,01 oz. per sq. ft. of free arch at an airflow of 1,01.1 fpnl free area velocity when tested for 15 minutes. 7. AMCA Seal: Mark unitS with the AMCA C'ertilied Ratin g s Seal. C5-4199-00 10200 - 4 LOUVERS RS AND VENTS R0 - 3/19/01 r. WALNUT STREET PUMP STATION CITY Of JEfI:ERSON, MISSOURI 2.5 LOUVER SCREENS A. General: Provide each exterior louver with IU11Ver screens complying with the following requirements: I. Screen Location for fixed Louvers: Interior lace, unless otherwise indicated. 2, Screening Tyre: laird screening, unless otherwise indicated. B, Secure screens to louver frames with stainless-steel machine ;crews, spaced 6 inches maximum frond eaeh corner and at 12 inches ox. between. C. Louver Screen I-ranles: Fabricate screen fi-anlcti with mitered corners to louver sires indicated and to comply with the following reglrirenlcnts: 1. Metal: Same kind and lorm of metal as indicated for louver frames to which screens are attached. 2. finish: San1e finish as louver frames to which louver screens are attached. 3. Type: Non-rewireable, U-shaped frames fin• permanently securing screen mesh. D. Louver Screening: Fit louver screen fi-anles with screening,, matching louver material, covering louver openings raid complying with the following requirements: 1. Bird Screening: Alunlinunl 3/4-inch square mesh lornlcd with 0.051-incil- diameter aluminunl wire. 2. Bird Screening: Stainless steel 1/2 inch scqua►c mesh. 0.047 inch wi►-c. 2.6 FINISHES, GENCRAL A. Comply with NAAMM "1Vletal Finishes Manual" for recommendations relative to applying rend designating finishes. 2.7 ALUMINUM FINISHES A. finish designations prefixed by AA conform to the system established by the Aluminum Association for designating 1111111inUill f lliSlleS. B. Class 1, Clear Anodic finish: AA-M1202241 (Mechanical finish: nonspccular as (abricated; Chemical finish: etched, medium matte; Anodic Coating: Architectural Class I, clear coating 0.018 nlrn or thicker) complying with AAMA 607.1. 2.8 STAINLESS STEEL, l'INISII NA. Louver shall be stainless steel, 'type 304, No. 4 finish. C5-4199-00 10200 - 5 L OUVI RS AND VENTS R0 - 3/19/01 WALNUT STRYA"T PUMP STATION CITY OF ,111-TI?RSON. MISSOUM PART 3 - l:XI-V1 ITION 3.1 PRETARATION A. Coordinate setting drawings, diagrams, templates, instruction tu s, rd directions lm installation of anchorages that are to be enlhcclded in concrete or masonry construction. Coordinate delivery Ol'such items to Project site. 3.2 1NS'I ALI:ATION , A. Locate and place louver units plumb. level, and at indicated 'dignnlent with adjacent work. 13. I..Jse concealed anchorages where possible. Provide brass or lead washers fitted to screws where required to protect metal surfaces and to make a weathertight connection. C. form closely fitted joints with exposed connections accurately located and secured. , 1). Provide perimeter reveals aril openings of unil'01-111 Width liar sealants and joint fillers, as indicated. 1?. Repair finishes damaged b cutting, weldin soldering, and r,rindint operations p � Y b b I required for fitting and jointing. Restore finishes so there is no evidence of'corrcctive work. RCtIU-il iteills that cannot be refinished in thV field to the shop, make required alterations, and refinish entire unit, or provide new traits. P. Install concealed gaskets, llashings, joint fillers, and insulation. as louver installation progresses. where required to make louver joints weathertig.ht. Comply with Division 7 Section "Joint Sealants" lilt sealants applied during installation of louver. 3.3 ADJUSTIN(i AND PROTE"CfION A. Protect louvers and vents Crorn damage of any kind during construction period including use of'tcnlporary protective coverings where needed and approved by louver manufacturer. RCr)loVC protective covering at time 01'Suhstantial Completion. 13, Restore IoUVCr'S and vents damaged during installation and construction period, so that no evidence remains of' correction work. I l' results of restoration arc t111 sucCCSSfu1, as .judged by Architect. remove damaged units and replace with rlCNV units. 1. C k-Ml and tOuch up minor abnnsions in finishes wish air-driccl coating that matches color and gloss (.)t, and is compatible with, factory-applied finish coating. C. Test operation of adjustable wall louvers and adjust as needed to produce fully I'ui1CtlOrUng UllitS that comply With rcquircrzlents. C5-4199-00 10200 - 6 LOUV[16 AND VI NTs RO - 3/19/01 WALNUT STREET PUMP S'T'ATION CI'T'Y OF JEFFERSON, MISSOURI 3.4 CLEANING A. Periodically clean exposed surfaces of louvers and vents that arc not protected by W' temporary covering to remove fingerprints and soil during; construction period. Do not let soil accumulate until final cleaning, ,• faces with water find a mild m or B. Before final inspection, c,lc.�►n exposed Sur p detergent not harmful to finishes. Rinse surfaces thoroUghly and dry. END OF SECTION 10200 f C5-4199 700 10200 - 7 L,UUVERS AND VENT S . . r :RO.- 3/19/01 tl f ' .. .. i WALNUT STREET PUMP,STATION CITY OF ,1EFFF:RSON, MISSOURI SECTION 10522 - TIRE EXTINGUISHERS AND ACCT SSORIE'S PART 1 - GENERAL 1.1 RELATED DOCUMENTS A.. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections. apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Tire extinguishers. 2, Tire extinguisher nuiuntinb brackets. 1.3 SUBMITTALS A. General: Submit the following according to the Conditions of the Contract and Division 1 Specification Sections. 1.4 QUALITY ASSURANCE A. Single-Source Responsibility: Obtain extinguishers from one source from a single manufacturer. B. UL-Listed Products: Fire extinguishers shall be UL listed with UL listing mark for type, rating, and classification ol'extinguislier. PART 2 - PRODUCTS 2.1 TIRE EXTINGUISHERS A. General: Provide fire extinguishers that comply with authorities having jurisdiction. B. Multipurpose I)ry Chemical 'fype:IJl.,-rated 4-A:60-B:C. 10-1b nominal capacity, in enameled steel container. C. Brackets: Designed to prevent accidentally dislodging extirip,ttisher, of sizes required for type and capacity of'extinguisher indicated, in plated finish. 1. Provide brackets for extinguishers not located in cabinets. D. Manulacturers: Anlcrex No. 456, or equal. C5-4199-00 10522 - 1 I"IRE EXTIGUISHE.RS, CABINETS RO-- 3/19/01 AND ACCESSORIES WALNUT STREET PUMP STATION CITY OF- JEFFERSON, MISSOURI PART 3 - EXECUTION 3.1 EXAMINATION A. Examine walls and partitions to verify mounting prior to installation. 13. Do not P roceed until unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Follow in, -er's printed instructions for installation. B. Install in locations and at mounting heights indicated or, if not indicated, at heights to comply with applicable regulations of governing authorities. 1. fasten mounting brackets to structure, square and plumb. � . END 01" SECTION 10522 C5-4199-00 10522 - 2 FIRE EX''IGUISI°IERS, CABINETS RO - 3719/01 AND ACCESSORIES. WALNUT STREET PUMP S'T'ATION CITY OF JEFFERSON, MISSOURI SECTION 10800 - TOILET AND BATI.1 ACCESSORIES PART ] - GENERAL 1.1 RELATED DOCLIMEN'I'S A. Drawings and general provisions of the Contract, including General, Supplementary and Special Conditions, and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: I. Toilet and Bath Accessories. 1.3 SUBMITTALS rA. General:. Submit the following according to Conditions of Contract and Division 1 Specifictions Sections, B. Product data for each toilet accessory item specified, including construction details relative to materials, dimensions, gages, profiles, mounting method, specified options, and finishes. C. Schedule indicating types, quantities, sires, and installation locations (by room) for each toilet accessory item to be provided for project. D. Setting drawings where cutouts are required in other work, including .templates, substrate preparation instructions, and directions for preparing cutouts and installing anchorage devices. E. Maintenance instructions including replaceable parts and service recommendations. 1.4 QUALITY ASSURANCE A. Inserts and Anchorages: I"urnish accessory manulacturers' standard inserts and anchoring devices that must be set in concrete or built into masonry. Coordinate delivery with other work to avoid delay. B. Single-Source Responsibility: Provide products of same nrunilacturer for each type of accessory unit and for units exposed to view in sidle areas, unless otherwise acceptable to Architect. C5-4199-00 10800 - 1 TUIL1-3'1' AND BATH ACCESSORIES RO - 3/19/01 WALNU'I' S'1'itl:Cs'I' PI1MP STATION CITY OF Jr- FFE'RSON, MISSOURI 1.5 PROJECT CONDITIONS A, Coordination: Coordinate accessory locations, installation, and sequencing with other work to avoid interference with and ensure proper installation, operation, adjustment, cleaning, and servicing of toile- accessory items, PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURi'RS A. Manufacturers: Subject to compliance with requirements, provide toilet accessories by one of the following: 1. Bobrick Washroom lquipmelt, Inc. (Model scheduled, design Standard), 2. Bradley Corporation. 3. American Specialties, Inc. 4. Or equal. B. Products: Subject to compliance with requirements, provide one of tlic products liar each designation in the Toilet and Bath Accessory Schedule at the end of Part 3. 2.2 MATERIALS, GENERAL A. Stainless Steel: AISI 'Type 302/304, with polished No. 4 finish, 0.034-inch (22-gale) minimum thickness. B. Brass: Leaded and unleaded, flat products, ASTM B 19; rods, shapes, forgings, and flat products with finished edges, ASTM 13 16, Castings, ASTM 13 W. C, Sheet Steel: Cold-rolled, commercial quality ASTM A 366, 0.04-inch (20-gage) minimum. Surface preparation laud metal pretreat111cnt as requirecl fir applied finish, D. Galvanized Steel Sheet: ASTM A 653, G60. 171. Chromium Plating: Nickel and chromium clectro-deposited on base metal, ASTM 13 456, "Type SC: 2. 1'. Galvanized Steel Mounting Devices: ASTM A 153, hot-clip galvanized after fabrication. G. Fasteners: Screws, bolts, and Other devices of saine material as accessary unit, or of galvanized steel where concealed. 054199-00 10800 - 2 TOILE"I' AND BATH ACCESSORIES RO - 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 2.3 FABRICATION A. General: No adhesively applied names or labels are perinitted oil exposed faces of toilet and bath accessory units. On either interior surface not exposed to view or on back surface, provide identification of each accessory item either by a printed, waterproof' label or a stamped nameplate indicating manufacturer's name and product model number. B. Surface-Mounted Toilet Accessories, General: Except where otherwise indicated, fabricate units with tight seams and joints, exposed edges rolled. (tang doors or access panels with continuous stainless steel piano hinge. Provide concealed anchorage wherever possible. C. Recessed "Toilet Accessories, General: Except where otherwise indicated, fabricate units of all-welded construction, without mitered corners. Hang doers or access panels with full-length, stainless steel piano hinge. Provide anchorage that is fully concealed when unit is closed. D. Keys: Provide universal keys for access to toilet accessory units requiring internal access for servicing, resupply, etc. Provide minimum of six keys to Owner's representative. PART 3 - E'XECUT'ION 3.1 INSTALLATION A. Install toilet accessory units according to manufacturers' instructions, using fasteners appropriate to substrate as recommended by unit ►nunu[acturer. Install units plumb and level, firmly anchored in locations and at heights indicated. B. Secure mirrors to walls in concealed, tamperproof manner with special hangers, toggle bolts, or screws. Set units plumb, level, and square at locations indicated, according to manufacturer's instructions for type of substrate involved. 3.2 ADJUSTING AND CLEANING - A. Adjust toilet accessories for proper operation and verify that mechanisms function smoothly. Replace damaged or defective items. 113 Clean a., ,. , lc,an and polish all exec su.l surfacc,5 strictly according to manufacturer's recommendations after removing; temporary labels and protective coatings. C5-4199-00 10800 - 3 'TOILEIT AND BATH ACCESSORIES RO - 3/19/01 WALNUT STREET Pump STATION CITY OF JEFFERSON, MISSOURI 3.3 'TO1LE'T AND BATH ACCESSORY SC1•IEDUL[? Aeeessory Model Description Mounting Number Number Manufacturer: Bobrick, or equal 1]eight t, I B-290 (18"X3011) Mirror See Details 2 B-4112 Soap Dispenser See Details 3 13-42$$ 'Toilet Paper Dispenser Sec Details 4 L3-4309 Recessed Paper Towel See Details Dispenser, Waste Receptacle CND OF SECTION 10800 CS-4199.00 10800 - 4 TOILET AND BATH ACCESSORIES RO - 3/19/01 1 WALNUT STREET PUMP STATION Ci'T'Y OF .IEFFERSON, MISSOURI SECTION 11 160 - LOADING DOCK EQUIPMI-N'I' PART i - GENERAL 1.1 RILA'CED llOCUMEN'1"S A. Drawings and general previsions of tl►e Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: I. Dock bumpers. 2. Dock levelers. �i 13. Related Sections include the following: I. Division 3 Section "Concrete Work" For concrete work for rcccssed dock levelers. 2. Division 16 Sections,for electrical wiring and connections. 1.3 DEFINITIONS A. Operating Range: Maxinitun amount of travel above and below the clock level. 13. Working Range: Recommended amount of travel above and below the dock level for which loading and unloading operations can take place. ' 1.4 SUBMITTALS A. Product Data: 111Clude rated capacities, furnished specialties, accessories, details of construction relative to materials, dimensions of individual components, proliles, and finishes. 13. Shop Drawings: Show details of filbrication and installation. Include plans, elevations, sections, details, and attachments to other work. 1. Provide templates for anchors and bolts anchored to permanent construction. 2. Wiring Diagrams: Detail wiring for power, signal, and control systems and differentiate between manufacturer-installed and lield-installed wiring. C. Qualification Data. For firms and persons specified in Quality Assurance Article, to demonstrate their capabilities and experience. Include lists ofcompleted projects with C5-4199-00 1 1160 - 1 I,OADINCi DOCK i:Qi11PMl?,NT RO - 3/19/01 r WAI.,Nt.J'I' S'i'Rf?ts'1' 1't)'Mi' STATION C'I'TY O .1F.TI-I:RSON, MISSOURI project names and addresses, nalnes and addresses ol'architects and owners, and other information specified, D. Product 'Test Reports: Based on evaluation of tests pertormed by manufacturer and witnessed by a qualified independent professional engineer, indicate compliance of dock levelers with requirements of Ml-i 30.1 filr determining rated capacity, based on comprehensive testing within the last two years ofcurrent products. E. Maintenance Data: For loading clock equipment to ine'.Idc in the maintenance manuals specified in Division I. Include rllame, address, and telephone number of manufacturer's nearest authorized service representative. I'-. Warranties: Special warranties specified in this Section. 1.5 QUALITY ASSURANCE A. installer Qualifications: I?ngage an experienced! Installer who is in authorized representative of loading dock equipment manufacturer for both instalhation and maintenance of the type of units required for this Project. 1. Maintenance Proximity: Not more than two hours' normal travel tunic from Installer's place of business to Project site. , 13. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services ot' the kind indicated. l:ngineering services arc defined as those performed for installations of loading clock equipment that are similar to those indicated for this Project in material, design, and) extent. C. Source Linlitations: Obtain each IMI(llllg (lock Cg111p111c11( C0111po11C11t. including clock bumpers and levelers, as a C0111pletc unit from one source and by a single manufacturer. L). Dock-Leveler Standard: Comply with Ml1 30.1, "Safely, Perlornunlce and Testing of Dock Leveling Devices." 17. Preinstallation Conference: COMILICt cor►lerenee at Project site to comply with requirements of Division 1. 1.6 DE1AV1:RY, STORAGE, AND IJANDUNG A. Store and handle dock equipment in a manner to avoid significant or permanent damage. C'.54199-00 11160 - 2 1A)ADIN(i DOCK. I;QUIPMENT R0 - 3/19/01 r WALNUT S'I RI ET PUMP STA'T'ION CITY OP' JETFERSON, MISSOURI 1.? WARRANTY A. General Warranty: The special warranty specified in this Article shall not deprive the Owner of other rights the Owner may have under other provisions of the Contract ' Documents and shall be in addition to, and run concurrent with, other warranties made by the Contractor under requirements of the Contract Documents. B. Dock-Leveler Warranty: Submit a written warranty, executed by manufacturer, agreeing to repair or replace dock-leveler components that fail in materials or workmanship within the specified warranty period, failures include, but arc not limited to, the following: 1. Structural failures. 6 includin g cracked or broken structural support members and pI load-bearing welds. 2. Deck plate failures, including cracked plate or permanent deformation in excess of 1/4 inch (C rmn) between deck supports. 3. 1lydraulic system failures, including ftrilurc of hydraulic seals and cylinders. 4. faulty operation of operators, control system, or hardware. C. Warranty Period: Two years from (late ol'Substantial Completion. I. Warranty shall be for unlimited usage of the leveler for the specified rated capacity over the term of the warranty. 1.8 MAINTENANCE SERVICE A. Initial Maintenance Service: Beginning at Substantial Completion, provide 12 months' Full maintenance by skilled employees of dock equipment Installer. Include monthly preventive maintenance, repair or replacement of worn or defective components, lubrication, cleaning, and adjusting as required for proper equipment operation at rated speed and capacity. Provide parts and supplies as used in the manufacture and installation of original equipment. 1. Perlorm maintenance, including emergency callback service, during normal working hours. 2. Include 24-1101.11--per-day, seven-day-per-week emergency callback service. 13. Continuing Maintenance Service: Provide a continuing maintenance proposal from Installer to Owner, in the form of a standard yearly (or ether period) maintenance agreement, starting on date initial maintenance service is concluded. State services, obligations, conditions, and terms For agreement period quid 1101' future renewal options. 054199-00 1 1 160 - 3 LOADING DUCK EQUIPMENT RO - 3/19/01 WALNUT" STREE F PUMP STATION CI'T'Y OF ,IEFI,T;RSON, MISSOURI PART 2 - PRODUCTS 2.1 MANUFACTURL:RS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: I. Kelley Dock Systems. 2. Poweramp; Division of'Systems, Inc. 3. Serco: A United Dominion Company. 4. Or equal. 2.2 DOCK BUMPERS A. Laminated-Tread Bumpers: Provide units of size indicated, fabricated from multiple plies cut from fabric-reinforced rubber tires to a uniform thickness of 4-1/2 inches (1 14 nlm). Laminate plies under pressure on 3/4-inch- (I 9-mm-) diameter, steel supporting; rods that are welded and bolted to 1/4-inch- (6-nlnl-) thick, structural-steel ankle closures with predrillcd anchor holes. Size angles to provide not less than I inch (25 nlrn) of tread plies extending beyond the face ofclosure angles. B. Anchorage Devices: Provide anchor bolts, nuts, washers, bolts, sleeves, cast-in-place plate, and other anchorage devices as required to Fasten bumpers securely in place and to suit installation type indicated. Hot-dip galvanize anchorage components. 2.3 103CCSSLD DOCK LEVELERS A. General: Provide recessed dock levelers of type, lunCtrorl, operation, capacity, size, and construction indicated, complete with controls, safety devices, and accessories required. 13. 'Type: Provide recessed, hinged-lip-type dock levelers designed for permanent �. installation in concrete pits, prelormed in the edge of loading, platform. C. Function: Dock levelers shall compensate for dil'ferences in height between truck bed and loading platform in the following; manner: - I. Vertical Travel: Minimum working range shall be 12 inches (305 mm) above and 12 inches (305 nlm) below adjoining platform level. Provide an operating; range above platlornl level of sufficient height to enable lip to extend and clear truck bed before contact. A 2. Lip Operation: Provide manufacturer's standard mechanism I.hat automatically extends and supports hinged lip on ramp edge with lip resting on truck bed over dock leveler's working range, allows lip to yield under Impact of incoming truck, i and automatically retracts lip when truck departs. C54199-00 1 1 160 - 4 LOADING DOCK EQUIPMENT RO - 3/19/01 WALNUT STREET PUMP STATION CITY OF.IEFFERSON, MISSOLIM a. Length of Lip EExtension: Not less than 16 inches (406 nun) From ramp edge and not less than 12 inches (305 mill) in front ofdock bumpers. 3. Automatic Ramp Return: Provide automatic return of unloaded ramp, front raised or lowered positions to stored position, level with platform, as truck departs. U. O oration: Provide manufacturer's standard operating system as follows: p 1 1. Hydraulic Operating System: Provide electric hydraulic; raising, and hydraulic lowering of ramp, controlled From a remotely l0Calted push-button station. Equip leveler with a packaged unit including a unitized, totally enclosed, nonventilated electric motor, pump, mani(old reservoir, and valve assembly of'proper size, type, and operation for capacity of leveler indicated. Include means for lowering ramp below platform level with lip retracted behind clock bumpers. Provide a hydraulic velocity fuse connected to main hydraulic cylinder to limit loaded ramp's lice tall to not more than 3 inches (76 null). a. Electrical Requirements: Coordinate wiring requirements and current characteristics with building electrical system. See Division 16 Sections. b. Remote-Control Station: Provide a single-button station of the constant- pressure type, enclosed in a NEMA iCS 6, Type 12 box. Raise ramp by holding the button depressed, and lower ramp at a controlled rate by releasing button. E. Rated Capacity: Provide dock levelers capable of supporting,a, total gross load indicated below without permanent deflection or distortion, as dc,tc,rrnined by actual tests complying with requirements of"Ml--1 30.1 For rated capacity. 1. Total Load: Not less than 30,000 lb (13,608 kg). F. Sarety Devices: Provide manufacturer's standard and optional safety devices as follows: 1. Toe Guards: Equip open sides of rising ramp over entire upper operating range with metal toe guards moulted flush with ramp edges and projecting below ramp. 2. Maintenance Strut: Provide an integral strut to positively support ramp in up A position during maintenance of'dock leveler. 3. Interlocks: Provide control interlocks between (loci: leveler and other dock equipment as follows: ' a. Leveler to '}'ruck-Restraint Interlock: Leveler will not operate while: truck restraint is not engaged. G. Construction: Fabricate dock-leveler frame from structural- and formed-steel shapes. Fabricate platform, including hinged lip, from nonskid steel plate. Fabricate entire assembly to withstand deformation during both operating and stored phases of service. Chamfer lip edge to minimize obstructing wheels of material-handling vehicles. Include two dock bumpers attached to frame. C5-4199-00 1 1 160 - 5 LOADING DOCK EQUIPMENT R0 - 3/19/01 i WALNU,r S'T'REET PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI 1. Curb Angles: Provide 3-by-3-by-1/4-inch (76-by-76-1)y-0-nlnl) galvanized steel curb angles for edge of'recessed leveler pit, with I/2-inch- (13-nim-) diameter by 6-inch- (152-mm-) long concrete anchors welded to angle at 6 inches (152 nlnt) O.C. 2. Self-Forming Pit: Provide manufacturer's standard pre(abrlcatccl self-lbrnling steel form system for poured-in-place construCtiorl of'COncrctc pit. H. Finish and Color: Manuf'acturer's standard paint applied to factory-assen-ohlcd and tested dock levelers before shipping. Paint toe guards yellow to Comply with ANSI Z535.1, and paint remainder of surlaCCS in manufacturer's standard color. I. Accessories: Equip units with manufacturer's standard accessories as 1. Night Locks: Provide manufacturer's standard means to prevent extending lip and lowering ramp when overhead doors arc locked. 2. Side and rear weatherseals. 2.4 TRUCK RESTRAINTS A. General: Provide manufacturer's standard mechanical device desig ed to engage truck's rear-impact guard and hold truck at loading dock. 1zestraint shall consist of an iron or steel restraining arm that raises until contacting rear-impact guard. Arlll shall move vertically, automatically adjusting to varying height of truclt due to loading and unloading operations. B. Automatic Operating System: Provide manufacturer's standard elCCtriCUlly or hydraulically powered restraint, activated by a remote-control station. I. Electrical Requirements. Coordinate wiring requirements and cta•rent characteristics with building electrical system. See Division 10 Sections, 2. Remote-Control Station: Provide a single-button station of the constant-pressure type, enclosed in a NEMA ICS 6, Type 12 box. Engage restraint by holding the button depressed, and release restraint by releasing button. C. Operating Range: Restrain rear-impact guard within a range front 1 I to 30 inches (279 to 762 mm) vertically above driveway, and front 0 to 12 inches (0 to 305 111111) horizontally in front of dock bumpers. D. Mounting: Provide manufacturer's standard mounting method as 1611ows: 1. Wall Mounted: Unit with niountin 6plate, designed Im attachment to docl: like by welding or bolting. E. Restraining Capacity: Not less than 30,000 lb (13 603 kg). F. Communication System: Provide manufacturer's standard s},stem, as 1611ows: 054199-00 11160 - 6 LOADIN(.; DOCK FQLJ1PMl NT RO - 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI. 1, Warning Signs: Set of surface-mounted signs. 2. Signal Lights: Set of illuminated exterior and interior signal lights to indicate device's status to both controller and truck driver. a. Lights shall be activated automatically when device engages rear-impact guard. G. Interlocks: Interconnect truck restraint with dock leveler to permit simultaneous activation of leveler and truck restraint. H. Finish and Color: Manufacturer's standard paint applied to factory-assembled and - tested truck restraints before shipping. Paint surfaces in manufacturer's standard color. a. Height: Not less than 12 inches (305 mm). 2.5 LOADING DOCK ACCESS A. Provide access to the loading dock equipment area with a credit card type access key in combination with a 4-6 digit punch code. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of loading dock equipment. B. Examine roughing-in for electrical systems for dock equipment to verify actual locations of connections before installation. C. Examine walls and floors of pits for suitable conditions where recessed dock equipment is to be installed. Pits shall be plumb and square, and properly sloped for drainage from back to front of dock. D. Proceed with installation of loading dock equipment only after unsatisfactory conditions have been corrected. r3.2 PREPARATION A. General: Coordinate installation of loading dock equipment indicated to be attached to or recessed into concrete or masonry, and furnish anchoring devices with templates, diagrams, and instructions for their installation. B. Clean recessed pits of debris. C54199-00 11160 - 7 LOADING DOCK EQUIPMENT RO - 3/19/01 WALNUT STREET PUMP STATION CITY Oi' JEFFERSON, MISSOURI 3.3 INSTALLATION, GENERAL A. General: Comply with manufacturer's detailed written instructions for installing loading dock equipment. 1. Install equipment, motor, pump, control stations and wiring, safety devices, and accessories as required for a complete installation. B. Electrical Connections: Rough-in clectrical connections according to requirements in Division 16. 3.4 DOCK-BUMPER INSTALLATION A. Attach dock bumpers to structure in a planner that complies with requirements indicated for spacing, arrangement, and position relative to top of platform and anchorage. I. Bolted Attachment: Attach dock bumpers to preset anchor bolts embedded in concrete or to cast-in-place inserts or threaded studs welded to embedded steel plates or angles. If' preset anchor bolts, cast-in-placc inserts, or threaded studs welded to embedded plates or angles arc not provided, attach dock bumpers by drilling and anchoring with expansion anchors and bolts. 2. Screw Attachment: Attach Clock bumpers to wood construction with lag bolts, as indicated. 3,5 DOCK-LEVELER INSTALLATION A. Set curb angles in concrete with tops flush with platform. hit exposed connections together to form hairline joints. B. Attach leveler securely to loading plattornl construction according to manufacturer's written instructions, flush with adjacent dock surfaces and square to recessed pit. C. Recessed Dock Levelers; Coordinate lorming recessed pit for clock levelers to ensure that recess is adequate to accommodate leveler in proper relation to loading platform. 3.6 TRUCK-RESTRAINT INS'VAL,LATION A. Attach truck restraints in a planner that eon()Iles with requirements for arrangement 1 1 b and height required for device to engage vehicle rear-impact guard. 1. Weld restraint to steel mounting plate embedded in dock face. 13. Interconnect control panel and signals according to illailufacturer's written installation instructions. 33 AI..)JUSTING A. Adjust loading dock equipment for safe, efficient operation. C5-4199-00 1 1 160 - 8 LOADING DOCK EQUIPMENT RO - 3/19/01 WALNUT STREET PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI B. Test dock levelers for vertical travel within operating range indicated. 3.8 CLEANING AND PROTECTING A. Restore marred, abraded surfaces to their original condition. conditions, in a manner acceptable to B. Provide final protection and maintain of i p manufacturer and Installer, that ensure loading dock equipment is without damage or deterioration at the time of Substantial Completion. 3.9 DEMONSTRATION A. Startup Services: Engage a factory-authorized service representative to perform startup services and to train Owner's maintenance personnel as specified below: 1. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. 2. Train Owner's maintenance personnel on procedures and schedules related to startup and shutdown, troubleshooting, servicing, and preventive maintenance. 3. Review data in maintenance manuals. Refer to Division 1 Section "Contract Closeout." 4. Schedule training with Owner, through Architect, with at least seven days' advance notice. END OF SECTION 11160 C5-4199-00 11160 - 9 LOADING DOCK EQUIPMENT RO - 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 11285 - HYDRAULIC GATES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. B. Related Sections: The following sections contain requirements that relate to this section: 1. Division 1, Section "Product Requirements." 2. Division 1, Section "Execution Requirements." 3. Division 13, Section `Electric Valve and Gate Operators." 4. Division 15, Section"Basic Mechanical Materials and Methods." 1.2 SUMMARY A. This section includes fabricated stainless steel sluice gates and operators. 1.3 SYSTEM DESCRIPTION A. Each sluice gate shall be designed to isolate each side of the split wet well at the pump station. Size requirements, operating conditions, and basic material requirements are defined in this Specification Section or are as shown on the Drawings. All sluice gates shall meet the field leakage requirements described to AWWA C501 under both seating and unseating conditions. 1.4 SUBMITTALS A. General: Submit the following in accordance with Division 1, Section "Submittal Procedures:" 1. Manufacturer's Product Data 2. Certification of AWWA C501 compliance with field leakage requirements. r 3. Shop Drawings 4. Installation Instructions 5. Operation and Maintenance Manuals i6. Manufacturer's Product Warranties 1.5 QUALITY ASSURANCE C5-4199-00 11285-1 HYDRAULIC GATES RO—3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI A. The equipment shall be supplied by a farm or firms regularly engaged in the manufacture of the equipment, whose products have been used satistactorily in similar services for a minimum of 5 years. It shall be designed, fabricated, and assembled in accordance to standard sizes and gages so that repair parts, furnished at any time, can be installed in the field. It shall not have been in service at any time prior to delivery except as required to test and verify proper operation and performance. B. The Manufacturer shall warrant the equipment provided shall be free from defects in workmanship and material for a period of 5 years from Project Completion. Faulty workmanship or defective material identified within the warranty period shall be corrected at no cost to the Owner. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products of one of the following: I. H. Fontaine Ltd., Series 20 or equal. 2. Naming of a manufacturer in no way excuses the named manufacturer from meeting all aspects of the specification. 2.2 SLUICE GATES A. General: Sluice gates shall be wall-thimble, vertically mounted, stainless steel sluice gates. B. Travel: Gates shall be raised to open, lowered to close. Travel shall allow for full opening of gate. C. Materials: 1. Frame, Yoke, Slide, Type 304L or 316L stainless steel, ASTM A-270 Stem Guides, Stem Extensions: 2. Side Seals, Guides: Ultra high molecular weight polyethylene (UHMWPE), ASTM D-1248 3. Bottom Seal: Neoprene, ASTM D-2000, Grade 2 BC-510 4. Compression Cord: Nitrile, ASTM D-2000, M6BG 708, A 14, B14, E014, E034 5. Stem Cover Polyearbonate, ASTM A-707 6, Top Seal: Ultra high molecular weight polyethylene (UHMWPE),ASTM D-1248 C5-4199-00 11285-2 HYDRAULIC GATES RO —3/19/01 WALNUT STREET" i'UMi' STATION CITY OF .1r',F1'ERSON, MISSOURI 7. Threaded Stem: Type 303 MX or 316 stainless steel, ASTM A-276 8. Fasteners: ASTM F593 and F594 GR I for Type 304 and GR2 for Type 3 l 6 9. Lift Nut: Manganese bronze, ASTM B-584, Alloy 432 ' 10. Gasket: EPDM, ASTM 1056 11. Pedestal, Crank Tenzaloy aluminum D. Design and Fabrication: 1. General Design - Gates shall be either self-contained or non self-contained of the rising stem, configuration as indicated on the drawings, or gate schedule. 2. Wall Thimble - The wall thimble shall be stainless steel and supplied by the gate manufacturer. Material thickness should be according to the manufacturer's recommendations and be of sufficient resistance to handle the operating forces. 3. Frame - The gate frame shall be constructed of structural members or formed plate welded to form a rigid one-piece frame. The frame shall be of the flange back design suitable for mounting on a wall thimble. The guide slot shall be made of UHMWPE. The frame configuration shall be of the flush-bottom type and shall allow the replacement of the top and side seals without removing the gate frame from the wall thimble. 4. Slide - The slide shall consist of a flat plate reinforced with formed plates or structural members to limit its deflection to 1/720 of the gate's span un- der the design head. 5. Guides and Seals - The guides shall be made of UI-IMWPE and shall be of such length as to retain and support at least two thirds (2/3) of the vertical height of the slide in the fully open position. Side and top seals shall be made of UHMWPE of the self adjusting type. A compression cord shall ensure contact between the UHMWPE guide and the gate in all positions. The sealing system shall maintain efficient sealing in any position of the slide and allow the water to flow only in the opened part of the gate. The bottom seal shall be made of resilient neoprene set into the bottom mem- ber of the frame and shall form a flush-bottom. 6. Stem and Couplings - The operating stem shall be of stainless steel de- signed to transmit in compression at least 2 times the rated output of the operating manual mechanism with a 40 lb effort on the crank or hand- wheel. The stem shall have a slenderness ratio (L/R) less than 200. The threaded portion of the stein shall have machined cut threads of the Acme type. Where a hydraulic, pneumatic or electric operator is used, the stem design force shall not be less than 1.25 times the output thrust of the hy- draulic or pneumatic cylinder with a pressure equal to the maximum working pressure of the supply, or 1.25 times the output thrust of the elec- tric motor in the stalled condition. C5-4199-00 11285-3 HYDRAULIC GATES RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI a. For stems in more than one piece and with a diameter of 1 3/4 inches and larger, the different sections shall be joined together by solid couplings. Stems with a diameter smaller than 1 3/4 inches shall be pinned to an extension tube. The couplings shall be grooved and keyed and shall be of greater strength than the stem. b. Gates having a width equal to or greater than two times their height shall be provided with two lifting mechanisms connected by a tan- dem shaft. 7. Stem Guides - Stem guides shall be fabricated from type 304L or 316L stainless steel. The guide shall be equipped with an UI-IMWPE bushing. Guides shall be adjustable and spaced in accordance with the manufac- turer's recommendation. The L/R ratio shall not be greater than 200. 8. Stem Cover - Rising stem gates shall be provided with a clear polycarbon- ate stem cover. The stem cover shall have a cap and condensation vents and a clear mylar position indicating tape. The tape shall be field applied to the stem cover after the gate has been installed and positioned. 9. Lifting Mechanism: a. Electric Gate Operators — See Division 13, Section "Electric gate and Valve Operators. b. Manual Gate Operators — Manual operators shall be provided by the gate manufacturer. All bearings and gears shall be totally en- closed in a weather tight housing. The pinion shaft of crank- operated mechanisms shall be constructed of stainless steel and supported by roller or needle bearings. Each manual operator shall be designed to operate the gate under the maximum specified seating and unseating heads by using a maximum effort of 40 lb on the crank, and shall be able to withstand, without damage, an effort of 80 lb. A heavy duty pedestal shall be provided. The crank shall be removable mounted on a 2-inch square nut and fitted with a cor- rosion-resistant rotating handle. The maximum crank radius shall be 15 inches. 10. Yoke - Self-contained gates shall be provided with a yoke made of struc- tural members or formed plates. The maximum deflection of the yoke shall be 1/360 of the gate's span. E. Spare Parts: Provide the following spare parts for each gate: 1. Stop collars: two. 2. Lifting nuts: two. PART 3 - EXECUTION , 3.1 EXAMINATION C54199-00 11285-4 HYDRAULIC GATES RO— 3/19/01 WALNUT STREET PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI A. Inspect surfaces to receive wall-mounted gat.,s to verify that the gate will not be distorted during installation. B. Verify that items to be embedded are positioned accurately and supported to prevent shifting during pouring of concrete. 3.2 INSTALLATION A. Install gates in accordance with manuflacturer's written instructions and per Division 1, Section "Execution Requirements." Set frames plumb and true. Protect equipment from damage and distortion. Grout embedded wall thimbles. Coordinate the installation of anchor bolts with structural concrete work, 3.3 FIELD QUALITY CONTROL A. Manufacturer's Field Services: A manufacturer's representative shall be present at the job site for inspection, testing and training, for a time period of 2 days eexcluding travel time, at no additional cost to Owner. 3.4 TESTING A. After gates have been installed, adjusted, properly lubricated, and torque and limit switches set, operate each gate for three complete cycles. B. Perform field leakage testing in accordance with AWWA C 501. 3.5 GATE SCHEDULE iNumber 2 each ' Gate Type Open Size (wxh) 5x5 ft Operating Floor Elevation 561 Invert Elevation 525 ' Head (seating/unseating) 10/5 ft Mounting Wall thimble Operator Electric C5-4199-00 11285-5 HYDRAULIC GATES RO— 3/19/01 WALNUT STREET PUMP STATION r :. CITY OF JEFFERSON, MISSOURI ;j Number 1 each Gate Type Open Size (wxh) 3.5x5ft 1 Operating; Floor Elevation 561 Invert Elevation 51$ Head (seating;/unseating) 10/10 ft Mounting; Wall thimble 1. Operator Electric y . END OF SECTION 11285 i 1 : i t s 1 Y C5-4199-00 1128576 HYDRAULIC GATES ` R0773/19/01` , a 1 . WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 11300- SEPTAGE ACCEPTANCE PLANT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings 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. Division 1, Section "Product Requirements." 2. Division 1, Section "Execution Requirements." 3. Division 13, Section"Control Panels." 4. Division 13, Section"Instruments." 5. Division 15, Section"Basic Mechanical Materials and Methods." 6. Division 16, Section"Basic Electrical Requirements." 1.2 SUMMARY A. The work of this section includes furnishing and installing adjacent to the headworks building one septage acceptance plant. The unit will consist of influent piping with required supports,a flow meter, pH sensor, spiral assembly, screen basket assembly, transport tube. assembly,press zone assembly,discharge assembly,drive system, tank assembly, motorized, ball valve and controls. B. The septage acceptance plant shall be capable of accepting septage from a 3,000-gallon truck in 10 minutes or less. 1.3 SUBMITTALS ' A. General: Submit the following according to the Conditions of the Contract and with Division 1 Section Specifications. B. Product Data. C. Shop Drawings. D. Wiring Diagrams. E. Installation Instructions F. Operations and Maintenance Manuals. G. Manufacturer's Product Warranties C5-4199-00 11300-1 SEPTAGE ACCEPTANCE PLANT RO —3/19/01 WALNUT STREET PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI 1.4 QUALITY ASSURANCE A. Manufacturer of septage acceptance plant shall meet the following minimum qualification: Not fewer than ten (10) installations of comparable size in operation for at least five (5) years. B. The Manufacturer shall warrant the equipment provided shall be free from defects in , workmanship and material for a period of 5 years from Project Completion. Faulty workmanship or defective material identified within the warranty period shall be corrected at no cost to the Owner. PART 2 - PRODUCTS T 2.1 ACCEPTABLE MANUFACTURERS The acceptable manufacturer for the Septage Acceptance Plant: A. Hycor Corporation, Lake Bluff, IL, Helisieve Plus Model HLS500PSR. B. Or equal. 2.2 SPIRAL ASSEMBLY The spiral assembly will consist of a spiral, brush assembly; drive shaft and reverse pitched spiral. A. SPIRAL. The spiral will be constructed of high-strength carbon steel, prime coated for protection during shipment. It will be constructed of two (2) concentric flights formed 1 continuously from bar stock and welded together. B. BRUSH ASSEMBLY. Tile spiral will be titled with a special water-resistant brush which will be fastened to the spiral edge in the screen basket area and clean the screen openings. The brush will be attached to the spiral with stainless steel fasteners consisting of sets of hex head cap screws, lock nuts; two hole clips, and end clips designed to protect the brush ends. C. DRIVE SHAFT. The drive shaft will be welded directly to the spiral. The shaft will be ' constructed of AISI 1045 carbon steel alloy and keyed for direct insertion into the hollow shaft of the gear reducer. 2.3 SCREEN BASKET ASSEMBLY The screen basket assembly will consist of the screen basket and side seals. C54199-00 11300-2 SEPTAGE ACCEPTANCE PLANT RO — 3/19/01 EMIR WALNUT STREET PUMP S'T'ATION CITY OF JEFFERSON, MISSOURI A. SCREEN BASKET. The screen basket will be constructed of 14-gauge type 304L perforated stainless steel. The screen openings will be 1/4-inch diameter holes. The screen basket will have a 5/16-inch thick type 304L stainless steel flange for attachment of the transport tube. B. SIDE SEALS. The screen basket will be fitted with rubber side seals to direct flow into the screen basket and form a seal between the tank walls and the screen basket. 2.4 TRANSPORT TUBE ASSEMBLY The transport tube assembly will consist of a tapered transport tube and wear bars to prevent the spiral from wearing on the surface of the transport tube. A. TRANSPORT TUBE. The transport tube will be constructed of 11-gauge type 304L stainless steel. The transport tube will have 5/16-inch thick type 304L stainless steel flanges for attachment to the screen basket and the press zone. B. WEAR BARS. The transport tube will contain three (3) wear bars constructed of 3/16-inch type 304 stainless steel. The wear bars will be tapped and will be fastened to both the conical and straight sections of the transport tube with hex head cap screws. Wear rate can be monitored by periodic removal and length measurement of the cap screws. 2.5 PRESS ZONE ASSEMBLY The press zone assembly will consist of the press zone jacket,perforated dewatering cylinder and spray wash system. A. JACKET. The press zone jacket will contain 5/16-inch thick flanges at each end welded to 1 an 11 gauge outer shell with integral drain pipe. It will be completely constructed from type 304L stainless steel. B. DEWATERING CYLINDER. The dewatering cylinder will be constructed from 14-gauge type 304L stainless steel. The top 180 degrees of the cylinder will be solid and the bottom 180 degrees will be perforated with .04 inch by .39 inch slots. C. SPRAY WASH SYSTEM. A spray wash system to flush screenings residue from the press zone will consist of a radial spray header and solenoid valve. Spray header will have fourteen- (14) .13 inch diameter openings. The system will have an output of 8 GPM at 40 psig. Spray connection will be 3/4 inch NPT. 2.6 DISCHARGE ASSEMBLY The discharge assembly shall consist of a discharge chute, inspection/cleanout door with safety interlock switch and bagging device. C54199-00 11300-3 SEPTAGE ACCEPTANCE PLANT RO—3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON. MISSOURI A. DISCHARGE CHUTE. The discharge chute shall contain 5/16-inch thick type 304L stainless steel flanges on both ends for attachment to the press zone and drive assembly. The structure will be constructed of 11 gauge type 304L stainless steel tubular sections having an inside diameter of 11.81 inches. B. INSPECTION/CLEANOUT DOORS. An 11-gauge type 304L stainless steel inspection/cle,mout door will be bolted to the vertical section of the discharge chute. It will contain a safety interlock switch to prevent operation of the unit when the door is removed. C. BAGGING DEVICE. The end of the discharge section pipe will be equipped'Arith a bagging , device to contain and enclose the pressed screenings. The device will be fitted with a replaceable magazine of continuous clear plastic hose, 24-inch diameter by 230 feet long, 5 mils thick. 2.7 DRIVE SYSTEM The drive system will consist of a motor and gear reducer. A. MOTOR. The motor will be a 3.0/1.6 HP, 1800/900 RPM, 460 volt, 3 Phase, 60 Hz, 1.15 ' S.F., TEFC, NEMA Design B, Class F insulation, 40°C ambient temperature, dual-speed, single voltage, constant torque and rated for severe duty. The motor conduit box will have two (2) 3/4@ NPTF conduit entries. B. GEAR REDUCER. The gear reducer will be a shaft-mounted parallel helical type gear reducer driven by a direct-coupled motor. The reducer will have a cast iron housing and have an output speed of 16/8 RPX1. The service factor rating will be 2.0. 2.8 TANK ASSEMBLY The tank assembly will consist of influent and effluent piping, a tank, covers and internal spray ' wash system. A. TANK. The tank will be constructed of 12 gauge type 304L stainless steel on the sides, and of 7 gauge type 304L stainless steel on the front and rear panels. The tank will be properly designed to withstand the hydrostatic load as well as the screening unit's weight. The tank ' will be designed to allow for the screenings unit to be pivoted out of the tank for maintenance. Suitable provisions for lifting the tank will be supplied. The tank will have a 4.50-inch OD rear influent pipe and an 8.63-inch OD right-hand effluent pipe (as viewed from the discharge end). The influent pipe will have a disconnect and type 304L stainless steel flanged connection and the effluent pipe will be a plain-end pipe stub. The influent pipe shall incorporate a trap that will keep the flow meter and pH sensor always submerged. C5-4199-00 11300-4 SEPTAGE ACCEPTANCE PLANT RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI B. COVERS. The tank will have 12 gauge type 304L stainless steel covers, gasketed for hygienic purposes. One cover will contain provisions for mounting an ultrasonic level sensor and one cover will be hinged for observation inside tank. The hinged cover will be fitted ' with a safety interlock switch to prevent operation of unit when the cover is open. C. SPRAY WASH SYSTEM. The tank will have an internal spray system for flushing of residual solids from the tank walls. This will be automatically controlled with a 3/4-inch NPT solenoid valve. 2.9 SURFACE FINISH A. SURFACE TREATMENT OF STAINLESS STEEL. COMPONENTS. All stainless steel subassemblies will be acid passivated after welding for corrosion resistance and to provide a superior surface finish. This will be done by full dipping of weldments; or by using an acid passivation paste in the weld and heat effected areas and spray-on acid solutions elsewhere. After passivation, the weldments will be thoroughly rinsed with clean water and allowed to air dry. Sandblasting, bead blasting or grit blasting of stainless steel surfaces will not be allowed in lieu of acid passivation. B. The spiral assembly, with exception to the machined drive shaft end, will be coated with a rust inhibitive primer for protection during shipment. C. All other miscellaneous purchased items, including the motor, gear reducer, solenoid valves, interlock switches, motorized ball valve, controls and all non-ferrous materials will have manufacturer's standard finish. 2.10 ELECTRICAL DEVICES A. ELECTRICAL DEVICES. In addition to the drive motor, the following electrical devices will be supplied with each unit. Devices on the unit shall be prewired to a NEMA 4X terminal box as specified in Division 13, Section"Control Panels". I. MOTORIZED BALL VALVE. A nominal 4 inch PVC ball valve with a 120 volt, single phase, 60 Hz, NEMA 4 actuator will be flange-mounted to the tank inlet to regulate septage flow into the tank. 2. INTERLOCK SWITCHES. Safety interlock switches will be provided to shut the unit down when the hinged cover or inspection/cleanout doors are opened. Switches will be rated NEMA 4X, 120 volt, single phase,6G Hz and will have 6-foot long integral cables. 3. pH SENSING DEVICE. The influent pH will be monitored with an in-line pH electrode (sensing device) that sends a control signal to a panel-mounted pH controller C5-4199-00 11300-5 SEPTAGE ACCEPTANCE PLANT RO —3/19/01 WALNUT STREET PUMP STATION CITY OI,, JEI-FERSON, MISSOURI as specified in Division 13, Section "Instruments." The probe shall be installed in the treatment unit influent pipe. The influent pipe shall incorporate a trap that shall keep the probe submerged at all times. 4. MAGNETIC FLOW METER. A 4" magnetic flow meter capable of totalizing flow , shall be provided as specified in Division 13, Section "Instruments." The flow meter shall be installed to maintain submergence. The flow meter shall be Bailey, Fischer, Porter Series l ODX31 I I or equal. The meter spool shall be 304 stainless steel with 304 stainless steel flanges and 'fcfv.ei liner. B. A 480 volt circuit breaker main disconnect switch with a NEMA handle for the disconnect, motor starter and control power transformer shall be provided in the primary panel as specified in Division 13, Section "Control Panels." All devices shall be NEMA rated, and all electrical panels shall require the use of a screwdriver to open when energized. C. A local NEMA 4X plastic E-Stop push button will be mounted on the unit and shall have provision for 1/2 inch conduit as specified in Division 13, Section "Control Panels." D. Hauler Access Control Station. An outdoor keypad access system including LCD display, and flat membrane keypad and PLC interface in a NEMA 4X enclosure shall be provided as specified in Division 13, Section "Control Panels." Up to 100 PIN (personal identification number) codes shall be available. E. Recording System. A receipt printer with plain paper/ink ribbon will be supplied to print an individual receipt for each user/event and a second receipt for owner's use stored on a paper take-up roll. This system will also include a 4/20ma signal for future connection to a SCADA system as specified in Divisio;, 13, Section "Supervisory Control System." 2.11 OTHER A. Provide all necessary control panels, instruments and supervisory control system interfaces e and other related items in accordance with the specification sections defined in related document above. PART 3 - EXECUTION 3.1 INSPECTION , A. Examine all equipment at the site to determine that it is in conformance with Division 1, Section"Product Requirements" of the contract documents and approved shop drawings, and that it is new, in good condition and capable of the required performance. C5-4199-00 11300-6 SEPTAGE ACCEPTANCE PLANT RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI B. Examine the installation site, as applicable to determine its suitability and conformance to specifications for the equipment installation. 3.2 INSTALLATION Install equipment in accordance with the manufacturer's instructions, conforming to the requirements of Division 1, Section "Execution Requirements." 3.3 START-UP SERVICES A. The Equipment Manufacturer shall provide the services of a field service representative for a total of two (2) trips for a total of not more than four(4) working days for the purpose of instruction and assisting the Contractor and the Owner's personnel in the start-up and proper operation of the equipment. Operating and maintenance instructions for the equipment shall be furnished to the Contractor by the Equipment Manufacturer per the requirements of Division 1, Section "Submittal Procedures." tB. Submit written report covering the technician's findings and installation approval to Engineer covering all inspections and outlining in detail any deficiencies noted. C. Correct all deficiencies noted in written report. Any reinspection of corrected work by manufacturer's technician shall be at Contractor's expense. 3.4 SPARE PARTS The following spare parts shall be provided: A. Two brush assemblies B. One replacement bagger cassette END OF SECTION 11300 C54199-00 11300-7 SEPTAGE ACCEPTANCE PLANT RO—3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 11301 —AUTOMATIC SAMPLERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS 1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes refrigerated, automatic wastewater samplers. 1.3 SUBMITTALS A. General: Submit the following in accordance with the Conditions of the Contract and Division 1 Specification Sections: 1. Product Data. 2. Operation and Maintenance Manuals. 3. Manufacturer's Product Warranties. 1.4 QUALITY ASSURANCE A. Manufacturer's Qualifications: Manufacturer of the composite samplers shall have not less than ten installations of comparable size in operation for at least five years. 1.5 WARRANTY A. Special Warranty: Written warranty, executed by manufacturer agreeing to repair or replace samplers that fail in materials or workmanship within one year from the date of Substantial Completion. 1.6 EXTRA MATERIALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. The following spare parts shall be provided: 1. Four sections of pump tubing. 2. Two 50-ft lengths of suction line. C5-4199-00 11301-1 AUTOMATIC SAMPLERS RO— 3/19/01 WALNUT STREET PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI 3. Two strainers. 4. 24, 350 milliliter glass bottles. 5. Six desiccant packs. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: f 1. American Sigma, Inc. 2. ISCO,Inc 3. Or equal. 2.2 PRODUCTS A. Sampler Pump: 1. Type: high-speed peristaltic, dual roller, with 3/8-inch ID silicon rubber pump tubing. 2. Vertical Lift: up to 22 feet. 3. Transport Velocity: 2 ft/sec minimum in 3/8-inch ID tubing at 15-ft vertical lift. 4. Materials: corrosion resistant. B. Pump Controller: 1 . Mode: sequential or composite. 2. Pump Cycle: a. air purge (time dependent on sample line length). b. intake rinse (1 to 3 times, programmable). C. air purge. d. sample. r e. air purge. 3. Sample Volume: programmable in 1 ml increments from 10 to 990 ml. '. a. Repeatability: +/- 10 ml. 4. Interval Between Samples: programmable from l to 9,999 minutes or from 1 to 9,999 flow pulses. 5. Liquid Sensor: non-wetted, non-contact. 6. Manual Sample: manual sample selection to over-ride sampler program. C54199-00 11301-2 AUTOMATIC SAMPLERS` RO—3/19/01 1 WALNUT S'T'REET PUMP STATION CITY OF JI'sFFERSON, MISSOURI 7. Controls: a. control panel interface with membrane switch keypad and liquid crystal display. b. internal clock accurate to ±- 6 seconds per day. C. self diagnostics. d, sampler status indication/display. C. intake fault indication with automatic resampling capability. f. data logging for program, operational status, sample collection times/dates. g. lithium 5-year battery to maintain program settings, status display, logged data, and clock. Ii. overload protection via line fuse. C. Refrigeration System 1. Type: Sealed system consisting of compressor, self-defrosting; plate-type evaporator, condenser coil, fan, and air filter. a. Refrigerant: non-CFC refrigerant. 2. Sizing: a. suitable to maintain 39T interior temperature in ambient temperatures from —20 to +120°F. b. five minute recovery time to return to 39°F after door has been open for 1 minute in 75°F ambient conditions. 3. Controls: thermostatic control to maintain 39°F temperature ± 1.5°F. Compressor thermal overload opens at high temperature. 4. Corrosion Protection: phenolic resin coating; on all refrigeration components and copper plumbing. D. Housing 1. Pump and Controller: watertight, dust tight, corrosion-resistant, NEMA 4X enclosure with hinged access cover. Interior of housing shall have desiccant system for moisture control. 2. Sample Compartment: vinyl-coated steel body and door, insulated, magnetic door seal, corrosion-resistant hardware. Interior easy-clean plastic finish. ' E. Accessories 1. Sequential base holding 24, 350 nil bottles. 2. Intake strainer: type 316 stainless steel and Teflon or polypropylene construction. C5-4199-00 11301-3 AUTOMATIC SAMPLERS RO—3/19/01 r WALNUT STREET PUMP S'T'ATION CITY OF JEFFERSON, MISSOURI 3. Intake tubing: vinyl, 3/8-inch inside diameter, single piece length as required for proper installation. F. Power Requirements: 115 VAC, 60 I-Iz. G. Control Input: isolated dry contact closure. PART 3 - EXECUTION 1 3.1 INSTALLATION , A. Install samplers level. Provide adequate clearance around units for ventilation as required by manufacturer. B. Route intake tubing to allow proper draining between samples. Secure tubing and intake strainer with stainless steel cable clamps and stainless steel anchor bolts. 3.2 TESTING AND ADJUSTING A. Manually operate samplers to verify proper operation of sample pump and pump controller. Operate refrigeration unit and adjust thermostat to maintain sample temperature at 39°F. 3.3 START-UP SERVICES A. The Equipment Manufacturer shall provide the services of afield service representative for a total of one trip for a total of not more than two working days for the purpose of instruction and assisting the Contractor and the Owner's personnel in the start-up and proper operation of the equipment. END OF SECTION 0 113 01 C5-4199-00 11301-4 AUTOMATIC SAMPLERS RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 11311 - SUBMERSIBLE SEWAGE PUMPS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Related Sections: The following Sections contain requirements that relate to this Section: I. Division 1 Section"Product Requirements." 2. Division 1, Section "Execution Requirements." 3. Division 13, Section "Control Panels." 4. Division 13, Section "Instruments." 5. Division 15, Section "Basic Mechanical Materials and Methods." 6. Division 16, Section "Motor Control Centers." 1.2 SUMMARY A. Section Includes: Submersible pumps and accessories for sewage service. 1.3 REFERENCES A. American Society for Testing and Materials (ASTM). 1. ASTM A48 - Standard Specification for Gray Iron Castings. B. Hydraulic Institute (HI). 1. 1-II 1.1-1.5 - Centrifugal Pumps for Nomenclature, Definitions, Application and ' Operation. 2. I-II 1.6 - Centrifugal Pump Tests. C. National Electrical Manufacturers Association (NEMA). 1. NEMA MG 1 - Standard for Motors and Generators. D. National Dire Protection Association (NFPA). 1. NFPA 70 - National Electrical Code. E. Steel Structures Painting Council (SSPC). 1. SSPC-SP 10 - Near White Metal Blast Cleaning. C5-4199-00 11311 - 1 SUBMERSIBLE SEWAGE PUMPS RO — 3/19/01 r WALNUT STREIET PUMP S'T'ATION CITY OF JEi"FERSON, MISSOURI 1.4 DI' INITIONS A. Definitions !'or pump terminology used in this Section will be as defined in 1.11 1.5 SYSTEM DE'SCRIP'TION A. Pumps specified in this Section shall meet the performance requirements outlined in Article 3.5 - Pump Schedule, 1.6 SUI3MITTALS A. Product Data, including manufacturer-certified performance curves in accordance with I-II standards, weights (shipping, installed, and operating), furnished specialties, parts list, and accessories. Include startup instructions. B. Shop Drawings,showing layout and connections for pumps. Include setting drawings with templates, directions for installation of foundation and anchor bolts, and other anchorages. C. Wiring diagrams detailing wiring for power, signal, and control systems differentiating between manufacturer-installed wiring; and field-installed wiring. Wires and terminal blocks shall be labeled. D. For pumps larger than or equal to 20 hp, individual pump performance test conducted in accordance with III standards prior to shipment. E. Installation Instructions. 1-'. Operations and maintenance (O&vl) manual fir each type and size pump specified. G. Warranty as outlined in Article 1.8 - Warranty. 1-1. Bearing file calculation (L-10), calculated for each bearin = in each nam p when operating 6 1 ! 1 g at full speed and the primary design paint. 1 QUALITY 'S C' .7 ASSURANCE, .,1,, A. Single-Soln'CC Responsibility: Obtain sainie type of pumps from a single manufacturer with pumps, motors, and other components and accessories from a single source. Include responsibility and accountability to answer and resolve problems regarding compatibility, ' installation, performance, and acceptance of pumps. B. Design Criteria: Drawings indicate sires, profiles, connections, and dimensional requirements of pumps, and are based on specific manufacturer types and models C5-4199-00 11311 - 2 SUBMERSIBLE SEWAGE PUMPS RO— 3/19/01 WALNUT STREET PUMP STA'T'ION CITY OF .IEFFERSON, MISSOURI indicated. Pumps having equal performance characteristics by other manufacturers may be considered provided that deviations in dimensions and profiles do not change the design concept or intended performance as judged by the Engineer. The burden of proof for equality of pumps is on the Contractor'. C. The pump supplier shall submit an installation list showing at least 25 pumps of the models specified in operation for at least three years. In addition, the pump supplier shall supply ® a list of at least 25 motors of the horsepower and speed specified that have been in �I operation for a period of at least three years. 1.8 WARRANTY A. The Manufacturer shall wan-ant the pumps provided shall be free from defects in workmanship and material for a period of 5 years from Project Completion. Faulty workmanship or defective material identified within the warranty period shall be corrected at no cost to the Owner. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: ITT Flygt Corporation (Trumbull, Connecticut). Or equal. B. Naming of a manufacturer in no way excuses the named manufacturer from meeting all aspects of the specification. r2.2 COMPONENTS A. General: The pumps shall be automatically and firmly connected to the discharge connection, guided by no less than two guide bars extending from the top of the station to the discharge connection. There shall be no need for personnel to enter the wet-well to inspect and service the pumps. Scaling of the pumping unit to the discharge connection shall be accomplished by a machined metal to metal watertight contact„ Sealing of the discharge interface with a diaphragm, O-ring or profile gasket will not be acceptable. No portion of the pump shall bear directly on the sump floor. Major pump components shall be of ASTM.A48, Class 3513 gray cast iron with smooth surfaces devoid of blow holes or other irregularities. Exposed nuts or bolts shall be AISI Type 304 stainless steel, Non-stainless steel metal surfaces coming into contact with the C54199-00 11311 - 3 SUBMERSIBLE SEWAGE PUMPS RO-- 3/19/01 WALNUT STREET PUMP STATION CITY OF .IL I1FC,RSON, MISSOURI punlpage shall be protected by a factory-applied spray coating of acrylic dispersion zinc phosphate primer with a polyester resin paint finish oil the exterior of the pump. A heavy duty lifting lug of adequate strength to lift the entire purnp and motor assembly shall be provided. Sealing design shall incorporate metal-to-metal contact between machined surfaces. Critical mating surfaces where watertight sealing; is required shall be machined and fitted with nitrile or Viton rubber O-rings. Fittings shall be the result of controlled compression of'rubber O-rings in two planes and O-ring contact of four sides without tile, requirement ofa specific torque limit. Rectangular cross sectioned gaskets requiring specific torque limits to achieve compression shall not be considered as adequate or equal. No secondary sealing compounds, elliptical O-rings, grease, or other devices shall be used. 13. Cooling System: Each pump/motor unit shall be provided with an integral, self- supplying cooling system. The motor water jacket shall encircle the stator housing and shall be of cast iron, ASTM A-48, Class 35B or Type 304 stainless steel. The water jacket shall thus provide heat dissipation for the motor regardless of whether the motor unit is submerged in the pumped media or surrounded by air. After passing through a classifying labyrinth, the impeller back vanes shall provide the necessary circulation of the cooling liquid, a portion of the pumpage, through the cooling system. Two cooling liquid supply pipes, one discharging low and one discharging high within the jacket, shall supply the cooling liquid to the jacket. An air evacuation tube shall be provided to facilitate air removal from within the jacket. Any piping internal to the cooling system shall be shielded from the cooling media flow allowing for unobstructed circular flow within the jacket about the stator housing. Two cooling liquid return ports shall be provided. Tile internals to the cooling system shall be non-clogging by virtue of their dimensions. Drilled and threaded provisions for external cooling and, seal flushing or air relief are to be provided. The cooling jacket shall be equipped with two flanged, gasketed and bolted inspection ports of not less than Vin diameter located 180° apart. The cooling system shall provide for continuous submerged or completely non-submerged pump operation in liquid or in air having a temperature of up to 40°C (1047), in accordance with NEMA standards. Restrictions limiting the ambient or liquid temperatures at levels less than 40°C are not acceptable. Restrictions requiring; complete or partial pump submergence are not acceptable. Carbon steel cooling jackets arc not acceptable. C. Cable Entry Seal: The cable entry seal design shalt preclude specific torque requirements to insure a watertight and submersible seal. The cable entry shall consist of dual cylindrical elastomer grommets, flanked by washers, all having a close tolerance fit against the cable outside diameter and the entry inside diameter and compressed by the body containing a strain relief function, separate front the function of sealing the cable. C5-4199-00 11311 - 4 SUBMERSIBLE SEWAGE PUMPS RO--3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI The assembly shall provide ease of changing the cable when necessary using the same entry seal. D. Motor: The pump motor shall be induction type with a squirrel cage rotor, shell design, housed in an air-tilled, watertight chamber, NEMA B type. Submersible motors shall be UL Listed for Class I, Division 1, Group C and D explosion-proof hazardous locations as defined by the National Electric Code. The stator windings and stator leads shall be insulated with either moisture-resistant Class F insulation rated for 311' F (155° C), or Class Fl insulation rated for 355° F (180° Q. For Class F, the stator shall be dipped and baked three times in Class F varnish and shall be heat-shrink fitted into the stator housing. If Class H is utilized, it shall be applied by the trickle impregnation process and shall result in a minimum 97% fill factor of the winding voids. Class H insulated motor windings shall be considered to be inverter duty motors as per NEMA MG 1 Standards. The use of bolts, pins, or other fastening devices requiring penetration of the stator housing is not acceptable. The motor shall be designed for continuous duty handling pumped media of 104° F (40° C) and capable of up to 15 evenly spaced starts per hour. The rotor bars and short circuit rings shall be made of cast aluminum or copper. Thermal switches shall be embedded in the stator lead coils to monitor the temperature of each phase winding. These thermal switches shall be used to supplement external motor overload protection and shall be connected to the control panel. The motor and pump shall be designed and assembled by the same manufacturer. The combined service factor (combined effect of voltage, frequency, and specific gravity) shall be a minimum of 1.15. The motor shall have a voltage tolerance of 10%. The motor shall be designed for operation up to 104° F (40° C) ambient and with a temperature rise not to exceed 144° F (80° Q. An analog temperature sensor shall be embedded in the stator windings. During pump operation, the stator temperature shall not exceed the ambient temperature of the pumps that are not operating by more than 144° F (80° Q. Motors utilizing Class F insulation shall have a nameplate rating, not including service factor, of at least 10% greater than the maximum brake horsepower requirement anywhere on the pump curve. The pump motor shall have a service factor of a minimum ' of 1.15. Inverter duty motors utilizing Class H insulation need not have the extra 10% safety factor, but shall meet the 1.15 service factor requirement. ' The power cable shall be sized according to the NEC and ICEA standards and shall be of sufficient length to reach the junction box without the need of splices. The outer jacket of the cable shall be oil-resistant chloroprene. The motor and cable shall be capable of continuous submergence under water without loss of watertight integrity to a depth of 65 feet. C5-4199-00 11311 - 5 SUBMERSIBLE SEWAGE PUMPS RO— 3/19/01 r WALNUT SIRE.T PUMP STATiON CITY OV JI;111-16 1N, MISSOURI The motor horsepower shall be adequate so that the pump is non-overloading throughout the entire pump performance curve from shut-off through run-out. E. Bearings: 'Pile pump -;haft shall rotate on a minimum of three bearings. Motor bearing shall be permanently grease lubricated. The upper bearing shall be a single roller bearing. The lower bearing shall be a two row angular contact bearing to compensate for axial thrust and radial forces. Single row lower bearings are not acce,:iable. The lower bearing housing shall include an independent thermal sensor to monitor the bearing temperature. If a high temperature occurs, the sensor shall activate an alarm and Shut the pump down. All bearings shall have a minimum L-10 bearing life of 100,000 hours at any point on the t usable curve when operating at full speed. Bearing life calculation shall be provided in accordance with the submittal process. F. Mechanical Seal: Each pump shall be provided with a tandeni mechanical shaft seal system consisting of two totally independent seal assemblies. The seals shall operate in an oil reservoir that hydrodynamically lubricates the lapped seal faces at a constant rate. The lower, primary seal unit, located between the pump and the oil chamber, shall contain one stationary and one positively driven rotating tungsten-carbide ring. The Lipper, secondary seal unit, located between the oil chamber and the motor housing, shall contain one stationary tungsten-carbide seal ring and one positively driven rotating tungsten-carbide seal ring. Each seal interface shall be held in contact by its owli spring system. The seals shall require neither maintenance nor adjustment nor depend on direction of'rotation for sealing. Seals containing silicon carbide, ceramic, or carbon or tool steel elements will not be considered equal to tungsten carbide. , The following seal types shall not be considered acceptable nor equal to the dual independent seal specified: shaft seals without positively driven rotating members, or conventional double mechanical seals containing either a common single or double spring acting between the upper and lower seal faces. Cartridge type systems are also not acceptable. No system requiring a pressure differential to offset pressure and to effect sealing shall be used. Each pomp shall be provided with an oil chamber for the shaft sealing system. The oil chamber shall be designed to prevent overfilling and to provide oil expansion capacity. The drain and inspection plug, with positive anti-leak seal shall be easily accessible from the outside. The seal system shall not rely upon the pumped media for lubrication. The motor shall be able to operate dry without damage while pumping under load. G. Pump Shaft: The pump shaft shall be an extension of the motor shaft. Use of couplings C54199-00 1 131 1 - 6 SUBMERSIBLE SEWAGE PUMPS RO— 3/19/01 r WALNUT STREET PUMP STATION CITY O JEFFERSON, MISSOURI is prohibited. The shaft shall be C1035 steel and shall be completely isolated from the pumped liquid. I4. Impeller: The impellers shall be minimum ASTM A48, Class 35B bray cast iron dynamically balanced, multiple vane, double-shrouded design having a long throughlet without acute turns. The impellers shall be capable of handling solids, fibrous materials, heavy sludge, and other material found in domestic wastewater. Impellers shall be keyed to the shaft and be securely retained. Impellers shall be coated with an acrylic dispersion zinc phosphate primer. I. Wear Rings: 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. Tile pump shall also have a stainless steel impeller wear ring heat-shrink fitted onto the suction inlet of the impeller. J. Volute: Single-piece minimum ASTM A48, Class 35B gray cast iron, non-concentric design with smooth passages large enough to pass any solids that may enter the impeller. Pumps shall be capable of passing a minimum of a 4-inch diameter spherical solid. Volute must be equipped with a centerline discharge. Tangential discharge volutes are specifically excluded. K. Protection: Stators shall incorporate thermal switches in series to monitor the temperature of each phase winding. At high temperature, the thermal switches shall open and stop the motor while also providing dry contact closure to activate an alarm. A lower bearing temperature sensor shall be provided. The sensor shall directly contact the outer race of the thrust bearing providing for accurate temperature monitoring. A leakage sensor shall be provided to detect water in the stator chamber. A small float switch shall be used to detect the presence of water in the stator chamber. When activated, the leakage sensor will stop the motor and activate an alarm. The pump motor stator shall be equipped with an analog temperature sensor. The accuracy of the analog temperature sensor shall be checked against the sump ambient temperature at the time of startup. 2.3 ACCESSORIES 1 A. Rail System: Rail-mounted installation systems shall consist of stainless steel guide rails, a sliding bracket, and a discharge connection elbow. Guide rails shall be of the size and ' type standard with the manufacturer and shall not support any portion of the weight of the pump. Guide rails shall be anchored at the top and bottom of the basin and at intermediate level with guide bar support brackets. For rail lengths greater than 20 feet, intermediate rail guide brackets shall be included. The sliding guide bracket shall be an integral part of the pump unit. C54199-00 11311 - 7 SUBMERSIBLE SEWAGE PUMPS RO—3/19/01 r WALNUT STREET PUMP s'i*A.TION CITY O JF"IF ERSON, MISSOURI 13. Discharge Base: A rigid discharge base-elbow to support the entire weight of the pumping unit shall be provided. The base is to be bolted directly to the floor with the 90 degree elbow having 125 lb. ANSI flange disehargin„ vertically. The discharge connection elbow shall be permanently installed in the wet well along with the discharge piping. The pump shall be automatically connected to the discharge connection elbow when lowered into place and shall be easily removed for inspection and service without entering the pump chamber. C. Lifting Cable: Each pump shall be provided with a lifting cable assembly of AiSI Type 316 stainless steel. The cable shall be of adequate length and diameter and suitable 1'or use with the specified lifting device. 2.4 SOURCE QUALiTY CONTROL A. 'Testing Requirements: The following factory tests are required: 1. Performance Test: Level A, as defined in 111 1.6, to demonstrate hydraulic and mechanical integrity at the specified condition point(s). Provide test report to Engineer. Include test data sheets, curve test results, and performance test logs. 2. Vibration Test: As defined in 1-II 1.1-1.5, conduct testing of variable speed pumps through the range of operating speeds and constant speed pumps at operating design speed to demonstrate that each pump is within acceptable vibration limits for vertically mounted centrifugal pumps. Provide test report to Engineer. Include test data sheets, curve test results, and performance test logs. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and conditions for compliance with requirements for installation , tolerances and other conditions affecting performance of pumps. Do not proceed until unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install in accordance with manufacturer's printed instructions and as specified in Division 1, Section "Execution Requirements." B. Accurately place anchor bolts using equipment templates. C. Connect suction and discharge piping without imposing strain to the pump flanges. C5-4199-00 11311 - 8 SUBMERSIBLE SEWAGE PtIMPS RO — 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 3.3 FIELD QUALITY CONTROL A. Site "Pest: Conduct a functional test on each pump prior to substantial completion of the project: 1. Startup— Startup of pumps, operation of control system, and demonstration of guide rail lift out operation. 2. Alignment—Test complete assemblies for correct rotation, proper alignment and connection, and quiet operation. 3. Flow Output—Measure flow by plant instrumentation and storage volumes as required. r4. Operating Temperatures— Monitor bearing areas on pump and motor for abnormally high temperatures. 5. Verify that under actual operating conditions that the motor stator temperature windings analog readouts do not exceed a 144° F (80° C) temperature rise over ambient conditions. Inspect the field assembly of components and installation of equipment including electrical connections. Prepare a written report on findings and any recommended corrective actions. B. Manufacturer's Field Services: Arrange and pay for a factory-authorized service representative to perform the following: 1. 16 manhours, on-site time for installation assistance and inspection. 2. 16 manhours, on-site time for functional and performance testing 3.4 PUMP SCHEDULES Primary Pumps Number of Pumps 2 Minimum Volute Discharge Size 12 inches diameter Design Operating Point Flow 5,000 gpm TDH 80 feet Minimum Efficiency 80 percent Secondary Operating Point (Full Speed) Flow 6,600 gpm TDH 60 feet Maximum Operating Speed 1200 rpm Motor Horsepower 140 Hp Drive Type Variable Speed Electrical Characteristics 460 VAC, 3 Phase, 60 I-Iz C54199-00 11311 - 9 SUBMERSIBLE SEWAGE. PUMPS RO —3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI Flygt Model CP 3306/705, or equal These pumps shall operate over the entire head range of 53 to 80 feet with a minimum efficiency of no less than 74%. In addition, the pump shall operate free of vibration and cavitation and have an NPSI-IR that does not exceed 34 ft over the entire operating head , range of 53 to 80 feet. Each pump drive unit shall be designed to allow at least 15 starts per hour. Secondary Pumps Number of Pumps 4 Minimum Volute Discharge Size 16 inches diameter Design Operating Point Flow 10,300 gpm TDI-1 80 feet Minimum Efficiency 84 percent Secondary Operating Point Flow 14,200 gpm TDH 60 feet Static Head 45 feet Minimum Shutoff Head 130 feet Maximum Operating Speed 900 rpm Motor Horsepower 300 I-ip Drive Type 3 Constant Speed 1 Variable Speed Electrical Characteristics 460 VAC, 3 Phase, 60 I-Iz Flygt Model CP 3400/835, or equal These pumps shall operate over the entire head range of 60 to 80 feet at full speed with a minimum efficiency of no less than 78%. In addition, the pump shall operate free of vibration and cavitation and have an NPSHR that does not exceed 36 ft over the entire operating head range of 60 to 80 feet. Each pump drive unit shall be designed to allow at least 15 starts per hour. END OF SECTION 11311 C5-4199-00 11311 - 10 SUBMERSIBLE SEWAGE PUMPS RO—3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 11350._ ACi'IVAT[L"D CAIZ1.3ON ODOR CONTROL SYSTEM PART I - GENERAL. 1.1 REL.ATED DOCUMENTS A. Drawings 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. Division 1, Section "Product Requirements." 2. Division 1, Section "Execution Requirements," 3. Division 13, Section "Control Panels." 4. Division 15, Section "Basic Mechanical Materials and Methods." 5. Division 15, Section "Fiberglass Duct (Air Piping;)." 1.2 SUMMARY A. The work of this section includes furnishing and installing a skid-mounted, activated carbon odor control system for the Walnut Street Pump Station. The unit will be located inside the Walnut Street Pump Station building. The nominal capacity of the treatment unit is 3,000 CFM. B. Provide fiberglass ducts (air piping) as part of the odor control system. 1.3 SUBMITTALS A. Submit the following; information in accordance with Division 1, Section "Submittal Procedures" to establish compliance with the specifications. 1. Manufacturer's Product Data 2. Shop Drawings, including wiring diagrams will be required for the odor control system. 3. Installation Instructions 4. O&M Manual, 5, Manufacturer's Product Warranties. 1.4 QUALITY ASSURANCE C54199-00 11350-1 ACTIVATED CARBON ODOR RO- 3/19/01 CONTROL SYSTEM WALNUT STREET PUMP STATION CITY OF .fEFFI RSON, MISSOURI A. Manufacturer ofthe activated carbon odor control system shall meet the following minimum qualification: Not fewer than ten(10) installations of comparable size in operation for at least five (5) years. 13. The Manufacturer shall warrant the odor control system, provided shall be free from defects in workmanship and material for a period of 5 years from Project Completion. Faulty workmanship or defective material identified within the warranty period shall be corrected at no cost to the Owner. PART 2 - PRODUCTS 2.1 ODOR CONTROL SYSTEM A. Acceptable manufacturer for the activated carbon odor control system: Calgon Carbon Corporation, or equal. The described treatment unit is Phoenix Model 3000, or equal.. B. Provide a 3,000 cfm activated carbon odor control system consisting of: I. Adsorber vessels 2. Activated carbon canisters 3. Blower and motor assemblies 4. System control panel 5. Interconnecting ductwork 6. Accessories 7. Automated regeneration package C. Adsorber Vessel 1. Provide a black polypropylene or PVC adsorber vessel to withstand a maximum loading of 15 inches water column of positive internal pressure. 2. Provide the following accessories with the vessel: a. 1-1/2-inch PVC MNPT single point drain connection b. 1-inch PVC FNPT single point water supply connection c. External sidewall canister access (for removal and replacement of canisters) d. Air inlet and outlet connections. D. Activated Carbon Canisters 1. Provide replaceable activated carbon-filled canisters with the following features: a. Porous polyethylene construction b. Able to be removed and replaced from adsorber vessel exterior sidewall c. Acceptable manufacturer: Calgon Carbon Corporation or equal. 2. Provide each canister with catalytic activated carbon with the following features: r a. Properties of activated carbon: Iodine Number, mg/g (ruin.) 950 C5-4199-00 11350-2 ACTIVATED CARBON ODOR RO— 3/19/01 CONTROL SYSTEM WALNUT STREET PUMP STATION CITY OF .JEFFERSON, MISSOURI Ash Content, % by weight(max.): 8 Apparent Density, g/cc (min.): 0.44 H2S Capacity g/cc: 0.15 Determination 1425 breakthrough capacity by passing a moist(85% R.11.)air stream containing 1% 142S at a rate of 1,450 cc/min through a 1-inch diameter by 9-inch deep bed of uniformly packed activated carbon and monitoring to 50 ppm breakthrough. Express the results in grams 1•I2S removed per cc of carbon. b. Use water as activated carbon regeneration solution. c, Activated carbon with requires hydroxide, permanganate, chlorine, organic, or any other chemical solution or liquid other than water to regenerate is unacceptable and specifically excluded. d. Acceptable manufacturer: Calgon Carbon Corporation, CENTAUR-I-11? Type catalytic activated carbon, or equal. E. Blower and Motor Assembly 1. Blower: a. Provide centrifugal industrial FRP blowers. b. Capacity: 3,000 scfcn c. AMCA certified and licensed to bear AMCA seal. d. Include: • Flanged outlet • Drain • Shaft seals, Viton • Inspection ports • Safety belt guards • Lifting eyes • Epoxy-coated heavy gauge all-welded steel base • Constant speed V-belt drive e. Encapsulate all parts of blower that are exposed to air stream in FRP to ensure corrosion resistance. 2. Motor: a. Provide a TEFL two-speed motor, 7.5/15 1-lp with graphite impregnation of FRP blower body. b. 1.15 service factor c. 3 phase/60 I-lertz/230-460 volt 3. Acceptable manufacturer: New York Blower or equal. F. System Control Panel 1. General a. Provide system control panel mounted to the skid. b. Provide panel assembly unit capable of manually operating odor control blower 2. Panel Construction a. See Division 13, Section "Control Panels" for panel requirements. C54199-00 11350-3 ACTIVA'rED CARBON ODOR RO —3/19/01 CONTROL SYSTEM r WAI.,NtJ'I' S'I'Itf?I:s'I' PI.JMI' STA'T'ION CITY OF JL;FFI?RSON, MISSOURI 3. Automated Regeneration Package a. Provide in automatic water regeneration package. ']his package shall permit cyclical regeneration of the activated carbon odor control system while the system remains on-line. This package shall include: five (5) ASCO Type 8210, or equal solenoid valves. O One (1) Hayward type EAU29, or equal actuated drain valve. G. Interconnecting Polypropylene Ductwork 1. Provide ductwork between adsorber vessel and intake blower in a configuration similar to that shown on the drawings. 2. Provide ductwork assembly and design compatible with blower and vessel. 3. Include an expansion joint in ductwork and install at blower outlet: • Resistant to ultraviolet degradation. • Slip-on design, fastened to ductwork with stainless steel baled clamps. r Fl. Skid Mounting 1. The system shall be mounted on an epoxy-coated carbon steel skid capable of supporting the full weight of the Can assembly and absorber unit. The system shall be capable of being lifted and moved as required while mounted on the skid without noticeable deflection. I. System Accessories 1. Furnish each activated carbon control system with the following accessories: a. Flow Monitoring Equipment Equip vessel with a manometer sufficient to give a direct read-out of differential pressure in inches of water column across the system. Acceptable manufacturers include: Dwyer series 1230-16 or equal. b. Blower Sound Attenuation Package • Provide blower sound attenuation package consisting of a rigid acoustical enclosure placed over blower and motor assembly. • Construct enclosure of FRI) panels with acoustical foaill insulation. r • Enclosure to allow for operator access to blower and motor assembly for maintenance. c. Grease Filter/Mist Eliminator • Provide grease filter/mist eliminator consisting of'one woven polypropylene filter pad housed inside an FRP enclosure. ' • Removable for cleaning. • Flange or equip housing with a door to allow removal and replacement of filter pad. • Ship loose, ready for installation into odor control system supply ductwork. • Flange and drill housing complete with gaskets, ready for installation. • Acceptable manufacturers include: ACS, Munters or equal C5-4199-00 11350-4 ACTIVATED CARBON ODOR RO— 3/19/01 CONTROL SYSTEM WALNUT STREET PUMP S'T'ATION CITY OF JEFFERSON, MISSOURI d. Damper • Provide damper to regulate airflow throughout the system • Factory install damper between blower outlet and reactor vessel inlet no7zlc. e. Exhaust Gas Vent Provide 18-inch PVC for venting airflow from activated carbon odor control system. Provide roof flashing, rain cap, and supporting devices. PART 3 - EXECUTION 3.1 INSPECTION A. Examine all equipment at the site to determine that it is in conformance with Division 1, Section "Product Requirements," of the contract documents and approved shop drawings, and that it is new, in good condition and capable of the required performance. B. Examine the installation site, as applicable to determine its suitability and conformance to specifications for the equipment installation. 3.2 INSTALLATION A. Install equipment in accordance with the manufacturer's instructions, conforming to the requirements of Division 1, Section "Execution Requirements." 3.3 FIELD QUALITY CONTROL A. The Equipment Manufacturer shall provide the services of a field service representative for a total of two (2) trips for a total of not more than four(4) working days for the purpose of instruction and assisting the Contractor and the Owner's personnel in the start-up and prulxr operation of the equipment. Operating and maintenance instructions for the equipment shall be furnished to the P g Contractor by the Equipment Manufacturer per the requirements of Division 1, Section "Submittal Procedures." B. Submit written report covering the technician's findings and to Engineer covering all inspections and outlining in detail any deficiencies noted. C. Correct all deficiencies noted in written report. Any reinspection of corrected work by manufacturer's technician shall be at Contractor's expense. C54199-00 11350-5 ACTIVATED CARBON ODOR R0 — 3/19/01 CONTROL SYSTEM WALNUT STREET PUMP STATION CITY 01' JEFFERSON, MISSOURI 3.4 SPAIZIE PARTS The following; spare parts shall be provided: A. Three(3) replaceable activated carbon canisters. 13, One (1) replacement grease filter/mist eliminator, r END OF SECTION 11350 r r r . t . C5-4199-00 11350 ACTIVATED CARi30N ODOR„ RO= 3/19/01 CONTROL SYSTEM WALNUT STREET PUNIP STATION CI'T'Y OF- JEFFERSON, MISSOURI SECTION 1 1400—POLYETHYLENE 'TANK PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings 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. Division 1, Section "Product Requirements." 2. Division 1, Section "Execution Requirements." 3. Division 15, Section "Basic Mechanical Materials and Methods." 1.2 SUMMARY A. The work of this section includes furnishing and installing a high density polyethylene tank for storage of BioxideO at the Walnut Street Pump Station. The unit will be located inside the Walnut Street Pump Station building. The nominal capacity of the tank is 4,000 gallons. 1.3 SUBMITTALS Submit the following infonnation in accordance with Division 1, Section"Submittal Procedures" to establish compliance with the specifications. A. Product Data, including dimensional drawings, installation instructions, instnictions required for unloading, storing, unpacking, assembly, and operation and maintenance manuals for the equipment. B. Shop Drawings.Parts List: C. Manufacturer's Product Warranties. D. Manufacturers Certificate of compliance with ASTM D 1998. 1.4 QUALITY ASSURANCE ' A. Manufacturer of the polyethylene tank shall meet the following minimum qualification:Not fewer than ten (10) installations of comparable size in operation for at least five (5) years. B. The Manufacturer shall warrant} the ta,ik provided shall be free from defects in workmanship and material for a period of 2 years from Project Completion. Faulty workmanship or C5-4199-00 11400-1 POLYETHYLENE TANK RO— 3/19/01 T WALNUT ST'RE'ET PUMP STATION CITY OF .IEFFERSON, MISSOURI defective material identified within the warranty period shall be corrected at no cost to the Owner. PART 2 - PRODUCTS 2.1 STORAGE TANK A. The vertical, flat-bottom, one piece, seamless storage tank shall have a nominal volume of , 4,000 gallons. It shall be suitable for bulk storage of Bioxide, a Davis Water and Waste Industries, Inc. product. An acceptable manufacturer for the storage tank is Integra Companies, Inc. bulk storage tank, or equal. B. Provide the following features: I. Mounting flats on the bottom portion of the tank 2. Tie-down lugs 3. Closed, domed top 4. 90-inch diameter x 162 inches high 5. Minimum 21-inch, locking manway opening 6. U-vent, with bulkhead fitting 7. 2-inch flange, top mounted connection for level transmitter connection 8. 2-inch flange, side mounted connection for tank overflow 9. 2-inch flange, side mounted connection for tank drain 10. Sight glass assembly 11. Fill line connection (through closed top) with 2-inch drop pipe, Schedule 80 PVC, and pipe support brackets 12. Discharge pipe connection (through closed top) with '/4-inch drop pipe, Schedule 80 PVC, and support brackets. 13. Orient fittings as shown on the Contract drawings. 2.2 MATERIALS A. The tank shall be constructed of rotational molded, cross-linked, high density polyethylene (XLHDPE). , B. The tank shall meet ASTM D 1998 requirements for-vertical polyethylene tanks. C. Polyethylene shall be the cross-linked, high density type meeting or exceeding the following: 1. Density: 0.937 to 0.945 gm/cc (ASTM D 1505) 2. Tensile Strength at Yield: 2,600 psi minimum (ASTM D 638) 3. Elongation at Break: 400% minimum (ASTM D 638) 4. Stress-crack Resistance: 1,000 hours minimum for F50 (ASTM D 1693) 5. Vicat Softening Temperature: 240 degrees F (ASTM D 1525) C5-4199-00 11400-2 POLYETHYLENE TANK RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 6. Brittleness temperature: -180 degrees F, Maximum (ASTM D 746) 7. Flexural Modulus: 100,000 psi (ASTM D 790) D. Resin shall contain a minimum of 03% ultraviolet stabilizer as recommended by. the manufacturer. PART 3 - EXECUTION 3.1 INSPECTION A. Examine all equipment at the site to determine that it is in conformance with Division 1, Section"Product Requirements"of the contract documents and approved shop drawings, and that it is new, in good condition and capable of the required performance. B. Examine the installation site, as applicable to determine its suitability and conformance to specifications for the equipment installation. 3.2 INSTALLATION A. Install equipment in accordance with the written manufacturer's instructions, conforming w to the requirements of Division 1, Section "Execution Requirements." END OF SECTION 11400 C5-4199-00 11400-3 POLYETHYLENE TANK RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 13100— LIGHTNING PROTECTION PART 1 - GENERAL 1.1 RELATED DOCUMEN'T'S A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. Furnish all labor, materials, tools, equipment and services to provide all lightning protection requirements according to the latest editions of the National Fire Protection Association's Lightning Protection Code NFPA 780 and National Electrical Code NFPA 70, .Lightning Protection Institute Standard of Practice LPI-175, Contract Drawings, and as specified herein, subject to the Bidding and Contract Documents. 1.3 RELATED SECTIONS A. The following specification sections describe related work: I. Division 16, Section "Basic Electrical Requirements." 2. Division 16, Section "Electrical Testing and Installation Check-Out." 3. Division 16, Section "Raceways." 4. Division 16, Section "Wires and Cables." 5. Division 16, Section "Grounding." 1.4 SUBMITTALS A. General: Submit the following in accordance with Condition of Contract: 1. Submit product data for lightning rods, ground conductors, and connection materials used in the lightning protection system. 2. Submit material list with manufacturer data describing the material and showing compliance with specifications, associated standards, and test requirements. 3. Submit two signed test reports of certification discussed in Section 1.6 below upon the completion of lightning protection system installation. C54199-00 13100-1 LIGHTNING PROTECTION RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 1.5 QUALITY ASSURANCE A. All lightning protection work shall comply with NFPA 780, the National Electrical Code and Lightning Protection Institute Standard of Practice LPI-175 as locally amended, and local codes which have jurisdiction. B. Material and equipment installed shall be new, meet applicable standards and shall be made by manufacturers regularly engaged in making; such product. C. Where fittings, devices or other components required are available as listed or labeled, such components shall be used. All equipment and material of the types tested by the Underwriters' Laboratories (UL) shall bear the UL labels. D. Installers shall have a minimum of five years of successful installation experience in lightning protection work for industrial facilities. 1.6 CERTIFICATION A. The Contractor shall have the lightning protection system certified by the Lightning; Protection Institute's Certified System Program as outlined in the LPI Standard of Practice LPI-175. Two signed copies of all reports shall be presented to Owner/Engineer when completed. 1.7 COORDINATION WITH OTHER TRADES A. The Contractor shall coordinate the work on the lightning protection system with that of other trades to prevent interference and ensure a timely execution of this work. PART 2 - PRODUCTS 2.1 GENERAL A. In general, all conductors, materials, and hardware used for lightning protection shall be minimum of Class I, or as indicated on the drawings, and shall be made by Thompson Lightning Protection, Inc. or approved equal. 2.2 CONDUCTORS A. Conductors used for lightning protection shall be 410 AWG aluminum, with a cross sectional area of 211600 circular mils, or as shown on drawings. C5-4199-00 13100-2 LIGHTNING PROTECTION RO —3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 23 AIR TEIU4INAL5 A. Air terminals shall be of solid copper with a thickness of at least 3/8 inch, nickel tipped for use with bronze leases except where otherwise specified on the drawings. Length and other details shall be as shown on Contract Drawings. 2.4 BRACKETS, FITTINGS AND OTHER HARDWARE A. In general, all brackets, supports, fittings, connectors, clamps, etc. shall be copper or bronze and shall be suitable for the application. Screws, nuts, washers, etc. not made of bronze shall be stainless steel. However, suitable bimetal bonding connectors shall be used for connecting copper cable to aluminum metal bodies. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and conditions under which system will be installed. Do not proceed with the Work until satisfactory conditions have been achieved. B. Verify that field measurements are as shown on shop drawings. 3.2 INSTALLATION A. Install lightning protection systems as shown on the Drawings, in accordance with manufacturer's written instructions, and in compliance with applicable installation standards specified. B. Install conductors with direct paths from air terminals to ground connections avoiding sharp bends and narrow loops. Where indicated, run conductors in nonmetallic raceway (PVC Schedule 40). C. Conceal system wiring, down conductors, interior wiring and wiring from normal view from exterior locations at grade within 200 feet of building. D. Electrically continuous, structural steel frame of building may serve as down conductors for lightning protection system. Number, size, type and location of grounds and connections to steel at roof and grade level shall be as required by NFPA, UL and LPI codes. Complete cable system with related air terminals, splices, and bonds shall be used on roof. C5-4199-00 13100-3 LIGHTNING PROTECTION RO— 3/19/01 WALNM* S'T'REET PUMP STATION CI'T'Y 01, JE- F ERSON, MISSOURI E. Downlead cables to down conductors from cable roof system shall not be brought directly through roof. Use through roof connectors with 1/2" diameter minimum solid brass rods and through flashings. F. Cable fasteners shall be spaced according to LPI, UL and NFPA code requirements. G. Do not connect copper equipment to aluminum surfaces except by means of approved bimetal transition fitting. Lead coating is not acceptable as bimetal transition. H. Make connections to structural steel with bonding plates of cast bronze having bolt tension cable clamps. I I. Mount air terminals using stainless steel screws or bolts. J. Use exothermic welded connections for conductor splices and connections between conductors and other components. Use cadweld connections for conductor connections in inaccessible locations, or as shown on the Drawings. K. For air terminals mounted on single-ply roofing, use adhesive recommended by manufacturer of air terminals and as approved by manufacturer of roofing material. Comply with roofing manufacturer's installation instructions. Do not use bolts to secure to roof. L. Use no combination of materials that may form electrolytic couple of such nature that corrosion is accelerated in presence of moisture, unless moisture is permanently excluded from the junction of such metals. Where unusual conditions exist that would cause deterioration or corrosion of conductors, use conductors with suitable protective coatings. M. Grounding 1. Provide equipment grounding and bonding connections sufficiently tight to ensure permanent and effective grounds and bonds. 2. Bond grounding conductors or grounding conductor conduits to lightning protection down conductors or grounding conductors. N. Coordination 1. Lightning protection installer shall work with other trades to ensure correct, neat ' and unobtrusive installation and specifically coordinate with Architect and roofing Contractor prior to start of Work. 2. It shall be the responsibility of lightning protection installer to ensure sound bond to main water service and to ensure interconnection with other building ground systems, including both telephone and electrical. C54199-00 13100-4 LIGHTNING PROTECTION RO —3/19/01 AWALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 3.3 FIELD QUALITY CONTROL A. Provide UL inspection and certification. B. Obtain UL Master Label and attach to building at location directed by the Owner. END OF SECTION 13100 r t 77 CS 4199-p0 13100-5 LIGHTNING.PROT' CTION r R0.=3/19%01 z WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 13410 — BASIC CONTROL INSTRUMENTATION MATERIALS & METHODS PART l - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: Basic requirements for instrumentation and control. Instrumentation and control for this Project shall be provided as a complete, integrated, commissioned, and operational system. To accomplish this, the Contractor shall employ the services of a systems integrator. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 13, Section "Instruments," for instrumentation and control components. 2. Division 13, Section "Control Panels," for control components that will be connected using equipment described herein. 3. Division 13, Section "Electric Valve and Gate Operators," for operator interface requirements. 4. Division 13, Section "Supervisory Control System," for network requirements and system control logic. 5. Division 13, Section "Programmable Logic Controllers," for Ethernet and DeviceNet compatibility. 1.3 REFERENCES A. EIA Fiber Optic Test Procedure (FOTP): 1. FOTP-25 - Repeated Impact Testing of Fiber Optic Cables and Cable Assemblies. 2. FOTII-33 - Fiber Optic Cable Tensile Loading and Bending Test. 3. FOTP-41 - Compressive Loading Resistance of Fiber Optic Cables. 4. FOTP-81 - Compound Flow(Drip) Test for Filled Fiber Optic Cable. 5. FOTP-82 - Fluid Penetration Test for Filled Fiber Optic Cable. 6. FOTP-85 - Fiber Optic Cable Twist Test. 7. FOTP-104 - Fiber Optic Cable Cyclic Flexing Test. C5-4199-00 13410-1 BASIC CONTROL INSTRUMENTATION RO— 3/19/01 MATERIALS & METHODS WALNUT STRI E-T PI1MP STATION CITY O .1F,VFI RSON, (v11SS0I1R) 13. lnstrunurllatioll, Systems, and ALI(OnlatiOn Society (ISA): 1. ISA SiA - Irlstrunlew Loop Diagrams. C. National Fire Protection Association (NFPA): 1. NFPA 70 - National F lectrical Code" (NEC). 1.). Siecor Recommended Procedure (SRP): I. SRP-005-01 1 - fiber Optic Cable Placing— Duct. 2. SRP-005-012 - fiber Optic Cable Placing— Direct Buried. vl. Telecommunications Industry Association (TIA): I. TIA/I IA-492AAAA - Detail Specification for 62.5 pun Core Dianleter/125 Earl Cladding Diameter Class la Graded-Index Multimode Optical Fibers. 2. TIA/EIA-49213AAA - Detail Specification for Class iVa Dispersion Unshifted Single-Mode Optical Fiber. 3. TIA/EIA-568-A - Commercial 13uiIdijig Tc)ecomnl tin ications Cabling; Standard. 4. TIAJAA-598-A - Optical Fiber Cable Color Coding. 1.4 PERFORMANCE REQUIREMENTS A. When the fiber optic cable is tested in accordance with FOTP-25, the cable shall withstand 25 impact cycles. The magnitude of the attenuation change shall be within the repeatability of*the measurement system for 90% of the test fibers. The remaining; 10% of the fibers shall experience an attenuation change <0.1 dB at 1550 nm (single- mode). The repeatability of the measurement system shall be ±0.05 dB or less. The average increase in attenuation For the fibers shall be --_0.40 d13 at 1300 11111 (nlultinulde). The cable,jacket shall not exhibit evidence of cracking or splitting at the completion of the test. I3. When the fiber optic cable is tested in accordance with FOTP-33 'Pest Condition 11 using a maximum mandrel and sheave diameter of 560 mill, the cable shall withstand a tensile load of 608 Ihl'applied for 1 hour. In addition, the cable sample, while subjected to a Illlrliil1U111 load of 600 lbf', shall be able to withstand a twist of 360° in a length of less than 9.9 ft. The magnitude of the attenuation change shall be within the repeatability of'the measurement system for 901%, of the test fibers. The remaining; 10% of the fibers shall experience an attenuation change < 0.1 dl3 at 1550 rim (single-mode). 'me repeatability of the measurement system shall be :1.0.05 M or less. The average increase in attenuation for the fibers shall be {: 0.40 d13 at 1300 nm (multimode). The cable shall not experience a measurable increase ill attenuation when subjected to the rated residual tensile load, 200 lbl, C5-4199-00 13410-213ASiC' CONTROL INSTRUMENTATION RO— 3/19/01 MATERIALS & METI IODS WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI C. The fiber optic cable shall withstand a minimum compressive load of 250 lbf/in for armored cables and 125 lbf/in for non-armored cables applied uniformly over the length of the compression plate. The cable shall be tested in accordance with FOTP-41, except that the load shall be applied at the rate of 3 mm to 20 mm per minute and maintained for 10 minutes. The magnitude of the attenuation change shall be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers shall experience an attenuation change :5 0.1 dB at 1550 nm (single-mode). The average increase in attenuation for the fibers shall be < 0.20 dB at 1300 nm (multimode). The repeatability of the measurement system shall be ± 0.05 dB or less. No fibers shall exhibit a measurable change in attenuation after load removal. MD. When tested in accordance with FOTP-81 Method A, the fiber optic cable shall exhibit no flow (drip or leak) of filling or flooding compound at 80°C. If material flow is detected, the weight of any compound that drips from the sample shall be <0.002 oz. E. 'file unaged fiber optic cable shall withstand water penetration when tested with a 1-m static head or equivalent continuous pressure applied at one end of a 1-m length of filled cable for 24 hours. No water shall leak through the open cable end. When a 1-m static ]lead or equivalent continuous pressure is applied at one end of a 1-m length of aged cable for 1 hour, no water shall leak through the open cable end. Testing shall be done in accordance with FOTP-82. F. When tested in accordance with FOTP-85, a length of fiber optic cable no greater than 2 m shall withstand 10 cycles of mechanical twisting. The magnitude of the attenuation change shall be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers shall experience an attenuation change _<0.1 dB at 1550 nm (single-mode). The repeatability of the measurement system shall be ±0.05 dB or less. The average increase in attenuation for the fibers shall be:5 0.40 dB at 1300 nm (multimode). The cable jacket shall exhibit no cracking or splitting when observed under 5x magnification after completion of the test. G. When tested in accordance with FOTP-104, the fiber optic cable shall withstand 25 mechanical flexing cycles at a rate of 30± 1 cycles per minute, with a sheave diameter not greater than 20 tames the cable diameter. The magnitude of the attenuation change shall be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers shall experience an attenuation change < 0.1 dB at 1550 nm (single-mode). The repeatability of the measurement system shall be ±O.05 dB or less. The average increase in attenuation for the fibers shall be < 0.20 dB at 1300 nm (multimode). The cable jacket shall exhibit no cracking or splitting when observed under 5x magnification. C5-4199-00 13410-3 BASIC CONTROL INSTRUMENTATION RO— 3/19/01 MATERIALS & METHODS WALNUT STRi 1'- i' Pt.IMI' STATION CITY OF JEFFI"ItSON, MISSOURI 1.5 DI.:1iNITIONS A. SC'ADA system: Supervisory Control and Data Acquisition system. The SCADA system shall include instrumentation and control systems for equipment throughout the Contract Documents, including, but not limited to: 1. Instrument loop components, including primary elements, sensors, transducers, transmitters, indicators, controllers, and recorders. 2, final operator control elements, including control valves and solenoid valves and interfaces to motors, starters, variable frequency drives, and electric operators. 3. indicating and control devices, including push buttons, pilot lights, selector switches, and indicators. 4. Ancillary components, including signal repeaters, fiber optic communication modules, signal isolators, relays, and timers. 5. instrumentation power supplies including dedicated power supplies, power conditioning, uninterruptible power supplies, and grounding systems. 6. Cabinets, consoles, panels, and enclosures. 7. Controls for process equipment and systems, programmable logic controllers, and computers. 1.6 SUBMITTALS A. General: Submit each item in this Article according to the Conditions ol' the Contract and Division l Specification Sections. B. Product Data: Rated capacities of'cach unit, weights (shipping, installed, and operating), furnished specialties, and accessories. Product data shall also include drawings from manufacturer detailing egUlpIllent assemblies and indicating dinlensions, required clearances, method of field assembly, components, and location and size of each Geld connection. C. Submit wiring diagrams detailing wiring for power and control systems and differentiating clearly between manufacturer-installed and field-installed wiring. D. Submit individual loop drawings as well as totally integrated system drawings. Loop drawings shall be 11" x 17" and shall conform to ISA 55.4. Upon completion of' tile project, submit final revised drawings in AutoCAD v14, or newer, format on CD-ROM. L. Certificates: Upon completion of testing, submit certificates to show end-to-end attenuation testing, optical time domain rellectometry test to obtain signature trace, and connector loss testing for all Fiber optic cable. C54199-00 13410-4 BASIC CONTROL INSTRUMENTATION RO -- 3/19/01 MATERIALS METHODS WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 1.7 QUALITY ASSURANCE A. Electrical Component Standard: Provide components that comply with NFPA 70 and that are listed and labeled by UL where available. B. Listing and Labeling: Provide electrically operated fixtures specified in this Section that are listed and labeled as defined in the National Electrical Code, Article 100. 1.8 DELIVERY, STORAGE, AND HANDLING A. The shipping, storage, and operating temperature range of the fiber optic cable shall be -40°C to +70°C. 1.9 PROJECT CONDITIONS A. The Contractor is specifically cautioned that the ambient air contains corrosive materials that include, but are not limited to, hydrogen sulfide (I-12SO4). In cooperation with the equipment manufacturer, the Contractor shall provide written documentation and test data for review by the Engineer that satisfactorily shows that electronic circuit cards and related equipment have been constructed to withstand an ambient concentration of hydrogen sulfide of at least 0.75 ppm for a period of at least 10 years. 1.10 COORDINATION AND SCHEDULING A. The Contractor shall work with the Engineer to ensure proper coordination of instrumentation and control with respect to the other trades, including but not limited to, structural and architectural (for mounting; wall penetrations), mechanical (for process �- connections; controlled equipment operating envelopes), and electrical (for power and control conductor routing, installation, and termination; equipment mounting and testing). PART 2 - PRODUCTS 2.1 ETHERNET A. Fiber Optic Cable: TIA/EIA-492AAAA multimode fiber with the following characteristics: 1. Core Diameter: 62.5 ± 3.0 µn1. 2. Cladding Diameter: 125.0± 2.0 µm. 3. Core-to-Cladding Offset: <_ 3.0 µm. 4. Core Noneircularity: <_ 5%. t 054199-00 13410-5 BASIC CONTROL INSTRUMENTATION RO—3/19/01 MATERIALS & METHODS WALNUT STREI '1' III JM1' STATION CiTY O .11 i l i. ItSON, MISSOURI 5. Cladding Noncircularity: < 2.0`;4. G. Coating Diameter: 245 J: 10 fun. 7. Colored fiber Diameter: 250 ftm (nominal). 8. Numerical Aperture: 0.275 :E0.015, Fiber optic cables shall be manufactured by Siecor Corporation (Ilicko y, N.C.), or equal. 13. YI-ach cable installed for bus c0n1n1unication s11a11 have twelve multimode optical fibers. C. Optical fibers shall be placed inside a loose buffer tube. Each buffer tube shall contain up to six fibers. The fibers shall not adhere to the inside of'the buffer tube. D. Each fiber shall be distinguishable from others by means of color coding according to TIA/EIA-598-A. Buffer tubes containing fibers shall also be color-coded with distinct and recognizable colors according to 'FIA/EIA-598-A. 1�. In buffer tubes containing multiple fibers, the colors shall be stable during temperature cycling and not subject to fading or smearing onto each other o1• into the gel filling material. Colors shall not cause fibers to stick together. f. Buffer tubes shall be of a dual-layer construction with the inner layer made of polycarbonate and the outer layer made of polyester. G. Fellers may be 111c1udul in the cable, core t0 lend symmetry to the cable cross-section where needed. 11. The central anti-buckling member shall consist of a glass reinforced plastic rod to prevent buckling of the cable. 1. Each buffer tube shall be filled with a non-hygroscopic, non-nutritive to fungus, electrically non-conductive, 1101110ge11011S gel. The gel shall be free Irocn dirt and foreign nlattcr. The gel shall be readily removable with conventional nontoxic solvents. Buffer tubes shall be stranded around a central member using the reverse oscillation, or "S-L", stranding process. J. The cable cure interstices s11all be filled with a water-blocking compound. The compound shall be a thixotropic gel containing a super absorbent polymer (SAI') material. The gel shall be non-nutritive to fiingus, electrically non-conductive, and 11onlogenous. The get shall be free from dirt and foreign matter and shall be readily removable with conventional nontoxic solvents. K. Binders shall be applied with sufficient tension to secure the butter tubes to the central member without crushing the buffer tubes. The binders shall be rlon-hygroscopic, non-wicking (0r rendered so by the flooding compound), and dielectric with low shrinkage. C54199-00 13410-613ASIC CONTROL INSTRUMENTATION RO — 3/19/01 MATERIALS & METHODS WALNUT STREET PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI L. The cable shall contain at least one ripcord under the sheath for easy sheath removal. M. Tensile strength shall be provided by high tensile strength aramid or fiberglass yarns helically stranded evenly around the cable core. N. Ali-dielectric cables shall be sheathed with medium density polyethylene. The minimum nominal jacket thickness shall be 1.4 mm. Jacketing material shall be applied directly over the tensile strength members and flooding compound. The polyethylene shall contain carbon black to provide ultraviolet light protection and shall not promote the growth of fungus. O. The jacket or sheath shall be free of holes, splits, and blisters. The cable jacket shall contain no metal elements and shall be of a consistent thickness. Jackets shall be marked with the manufacturer's nanie, sequential meter or foot markings, year of manufacture, and a telecommunication handset symbol, as required by Section 350G of the National Electrical Safety Code (NESC). The actual length of the cable shall be within -0/+1% of the length markings. The marking shall be in contrasting color to the cable jacket. The height of the marking shall be approximately 2.5 mm. P. The maximum pulling tension shall be 608 lbf during installation (short term) and 200 lbf long term installed. Q. Optical Fiber Connectors: Stainless-steel optical fiber cable connectors, capable of terminating optical fiber glass cables, with diameters ranging from 125 through 1000 µm. Fabricate connectors with optical fiber, self-centering, axial alignment mechanisms. Use ST-type connectors with quick-connect features and with insertion loss of not greater than 1.0 dB. R. Copper Conductor: 'I iA/EIA-568-A Category 5 1013ase-T unshielded twisted pair (UTP) cable with RJ-45 connections. 2.2 DEVICENETI'M A. General: DeviceNetTM products shall be manufactured by Open DeviceNet Vendor Association (ODVA) member cotnpanics and shall comply with the DeviceNetTM specification. B. Trunk Cable: Yellow DeviceNct'm thick cable. Trunk cables shall be DeviceBusTM Part No. 3083A manufactured by Belden Wire & Cable Company (Richmond, Ind.); or equal. rC. Drop Cable: Yellow DeviceNetTM thin cable. Trunk cables shall be DeviccBusTM Part No. 3085A manutactured by Belden Wire & Cable Company (Richmond, Ind.); or equal. 054199-00 13410-7 BASIC CONTROL INSTRUMENTA"PION R0—3/19/01 MATERIALS & METHODS WAi.,NU'i' ,"I'REI 'I' PUMi' S'I'A'1'i(.)N CITY OF JEFFERSON, MISSOURI 1), Connectors: Dive-pin nuni quick-disconnect. Connectors shall be 871 A-TS5 manufactured by Allen-Bradley Company (Milwaukee, Wis.); nlinifast" Part Number RSM and RSK manufactured by InterlinkBT, LLC (Minneapolis, Minn.); RSC 50-DN and RKC 50-DN manufactured by L,umberg USA, incorporated (Richmond, Va.); or equal. E. Tce Connectors: 'Three position with mini quick-disconnects. Tee connectors shall be T-Port 'taps Catalog Number 14851'-PIN5-MN5 manufactured by Allen-Bradley Company (Milwaukee, Wis.), Part Number RSM 2RKivl 57 manufactured by interlinkl3T, LLC (Minneapolis, Minn.); 'TAP 50RK manufactured by Lumberg USA, Incorporated (Richmond, Va.); or equal. F. 'Terminators: Scaled metal film resistors (121 92 1%, 0.25 W) with gold-plated contacts. Terminators shall be Catalog Number 1485A-T1 manufactured by Allen-Bradley Company (Milwaukee, Wis.); Part Number RSM 57-TR2 manufactured by InterlinkBT, LLC (Minneapolis, Minn.); RS 50T and RK 50T manufactured by Lumberg USA, Incorporates! (Richmond, Va.); or equal. G. Power Tap: Scaled unit with built-in overcurrent protection. Power tap shall be PowerTap"'m Catalog Number 1485T-P,T5-T5 manufactured by Allen-Bradley Company (Milwaukee, Wis.); Part Number SPTC2 manufactured by InterlinkBT, LLC (Minneapolis, Minn.); or equal. PART 3 - EXECUTION 3.1 INSTALLATION A. Non-bus signal transmission between instruments not located within a common panel shall be 4-20 mA operating at 24 VDC. Milliampere signals shall be current regulated and shall not be aflccted by changes in supply voltage and load resistance within the unit's rating. B. Ground mrasurenlcllt loops at panel external terminals by bonding to the instrument panel signal ground bus. C. Provide isolating amplifiers within the panel for field equipment possessing; a grounded input or output. D. Provide each receiver and each transmitter with ail individual switch and fuse to disconnect the receiver from power and signal sources. Provide inserts for test probes to aid with calibration and troubleshooting. E. Provide engraved lanlicoid nameplates (white background/black letters) for meters, indicators, totalizers, controllers, recorders, and other panel-mounted devices. Mount C54199-00 13410-8 BASIC CONTROL INS'TRUMENTA'TION R0— 3/19/01 MATERIALS & METHODS WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI nameplate using stainless steel screws. Use identifiers specified in the Contract Documents. F. Scale instruments in engineering units (unless specifically stated, 0-100% scale is not acceptable). G. Identify field-mounted devices with permanently affixed embossed stainless steel tags. Characters shall be at least 3/8-inch high. Fl. Identify wiring and terminals at devices, terminal blocks, and splices. Identification shall include signal tab number and polarity (where applicable). Instrumentation cables shall be tagged at both ends and at any intermediate pullbox,Junction box, or manhole. Tagging requirements apply to internal and external wiring of instruments and control panels. 1. Circuit cards for all electronic instrumentation shall have a solder finish on printed Wiring such that there is no exposed copper on surfaces, edges, or holes. Silver and silver alloys shall not be used on circuit cards. The intent of this Paragraph is that wire wrap shall not be permitted on circuit cards or backplanes. The Engineer may allow use of a small amount of wire wrap if required by the Manufacturer and if posts are gold electroplated to a minimum thickness of 5 mils, connecting wiring is gold wire, and adequate corrosion measures have been provided. J. Fiber Optic Cable Installation: 10, 1. Plane fiber optic cable in duct as outlined in SRP-005-011. Direct bury cable as outlined in SRP-005-012. 2. Avoid excessive tension and deformation of the duct during placement. Allow for relaxation of stretch after pulls. 3. Cap or plug duct to prevent moisture of foreign matter from entering until the cable installation starts. 4. At splice points, pull sufficient slack to reach the intended splicing location. 5. At points where the duct is continuous through the manhole, place the duct and cable on the rack and secure with appropriate cable ties while maintaining the cable's bend radius. 6. Install ST-type connectors for all equipment and patch cord connections. Splices shall be made by using the fusion splicing method. 3.2 FIELD QUALITY CONTROL A. All fiber optic cable shall be tested in accordance with TIA/EIA-568-A. END OF SECTION 1 3410 M4 C5-4199-00 13410-9 BASIC CON'T'ROL INSTRUMENTATION RO—3/19/01 MATERIALS & METHODS WALNUT STREET PUMP S'T'ATION CITY OF JEFFERSON, MISSOURI SECTION 13420 - INSTRUMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes instrumentation and control equipment f'or the pump station including, but not limited to, the following: 1. F lowmeters. 2. Pressure gauges. 3. Level transmitters. 4. pl-I sensors/transmitters. 5. 1-125 and combustible gas transmitters. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 13, Section "Basic Control Instrumentation Materials and Methods," for general installation requirements. 2. Division 13, Section "Control Panels," for instrumentation provided as part of(or packaged with) each control panel. 3. Division 13, Section "Programmable Logic Controllers," for instrument I/O connections. 1.3 REFERENCES A. American Society of Mechanical Engineers (ASME): 1. ASME B40.1 —Gauges— Pressure, Indicating Dial Type— Elastic Element. B. American Society for Testing and Materials (ASTM) 1. ASTM A105/A105M -- Standard Specification for Carbon Steel Forgings for Piping Applications. 2. ASTM A194/A194M — Standard Specification for Carbon and Alloy Steel Nuts for High-Pressure and I-ligh-Temperature Service. C5-4199-00 13420-1 INSTRUMENTS RO — 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOUIZI 3. ASTM A351/A351 M — Standard Specification for ;tcel Castings, Austenitic, for i ligh 'Temperature Service. 4. ASTM A479/A479M — Standard Specification for Stainless Steel Bars and Shapes for Use in Boilers and Other Pressure Vessels. C. International Electrotechnical Commission (IEC): 1. I13C 529 —Classification of Degrees of Protection by Enclosures. D. National Electric Manufacturers Association (NEMA): 1. NEMA 250— Enclosures for Electrical Equipment (1 000 Volts Maximum). E. National lire Protection Association (N1"PA): 1. NFPA 70 —National Electric Code' (NEC). F. Underwriters Laboratories (UL): 1. UL 486A -- Wire Connectors and Soldering Lugs for Use With Copper Conductors. 2, UL 4868 — Wire Connectors for Use With Aluminum. 3, UL 508 — Industrial Control Equipment. 1.4 DEFINI'T'IONS A. Accuracy: The combined effects of linearity, hysteresis, and repeatability errors, expressed as a percentage. B. BFSL: Best fit straight line method. ' C. HART°': Highway Addressable Remote Transducer protocol. D. Hysteresis: Error defined by the maximum measured separation between upscale and downscale indications of the measured parameter during a full range traverse from zero to parameter maximum. , E. Linearity: Error defined by the maximum deviation of an instrument output from a best Fit straight line during any one calibration cycle. ' F. Repeatability: Error defined by the ability of an instrument to reproduce an identical output signal when the same input parameter is applied to it consecutively, under the same conditions, and in the same direction. G. Stability: Ability of an instrument to maintain its performance specitic,,itions over time. C5-4199-00 13420-2 INSTRUMENTS RO —3/19/01 WALNUT STREET PUMP STATION CI'T'Y Of" JEFFERSON, MISSOURI 1-1. 'Total Performance: Combined errors of accuracy, ambient tetriperature effect, and span line pressure effect. 1.5 SUBMITTALS A. General: Submit each item in this article according to the Conditions of the Contract and Division I Specification Sections. B. Product Data: 1. include rated capacities; shipping, installed, and operating weights; furnished specialties; and accessories. 2. Manufacturer's warranty. 1 C. Shop Drawings: 1. Drawings from manufacturer detailing equipment assemblies and indicating dimensions, required clearances, method of field assembly, components, and location and size of each field connection. ' 2. Wiring diagrams detailing wiring for power and control systems and differentiating between manufacturer-installed and field-installed wiring. D. Certifications: 1. Certificate of factory calibration. E. Closeout Submittals: 1. Operations & maintenance manuals. 1.6 QUALITY ASSURANCE tA. Electrical Component Standard: Provide components that comply with NFPA 70 and that are listed and labeled by UL. B. Listing and Labeling: Provide electrically operated components specified in this Section that are listed and labeled as defined in the NEC, Article 100. 1.7 PROJECT CONDITIONS A. Field Measurements: Verity dimensions and clearances by field measurements. C5-4199-00 13420-3 INSTRUMENTS RO —3/19/01 WALNUT STREi T PUMP STA'T'ION CiTY OF JI?I"FERSON, MISSOURI 1.8 SCHEDULING A. Coordinate the installation of instrumentation with the installation of relevant process, mechanical and electrical components. 1.9 WARRANTY A. Instruments shall be fully warranted for one year after Project acceptance. 1.10 EXTRA MATERIALS A. Furnish extra materials described below that match product installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Two spare fuses for each instrument with field replaceable fuses. ' 2. Calibration fluids (for instrumentation requiring such fluids) in sufficient quantities to perform at least two field calibrations (excluding instrument commissioning). PART 2 - PRODUCTS 2.1 GENERAL A. Provide a stainless steel identification tag for each instrument. Tag shall include instrument tag information from the P&ID. 1. Tag number shall be permanently etched or embossed onto a stainless steel tag. "fags shall be fastened with appropriately sized stainless steel rivets or self- tapping screws to the device housing. ' 2. When rivets or screws cannot be effectively used, permanently attach tags with a circlet of 1/16-inch (1.6-mm) diameter stainless steel rope. 3. Instruments mounted on or within panels shall have tags installed so that the ' numbers are easily visible to service personnel. 2.2 MAGNETIC FLOWMETERS (INTREGAL TRANSMI.17FER) A. Elements: Carbon steel measuring tube with polyurethane lining and I-iastelloyo C ' electrodes. Flanges shall be ASTM A 105/A 105M carbon steel, ANSI B 16.5 Class 150. Provide grounding electrode or grounding rings made of the same material as the measuring electrodes. Magnetic flowmeter elements shall have the following operating characteristics: C5-4199-00 13420-4 INSTRUMENTS RO—3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI I. Minimum Liquid Conductivity: 20 µS/cm. 2. Liquid Temperature Range: 32°F to 120°F (O°C to 49 0C). 3. Ambient 'Temperature Range: 32°F to 140°F (0°C to 60°C). B. Indicating Transmitters: Integrally mounted to the flowtube, microprocessor-based pulsed DC field excitation with transient protection circuitry and empty pipe alarm (contact closure and local indication). Provide two-field LCD readout capable of displaying flowrate (gpm) and totaled flow (gallons) enclosed in a dual compartment, ' die-cast aluminum housing rated NEMA 250 'Type 4X. Magnetic flowmeter indicating transmitters shall have the following operating characteristics: 1. Accuracy (based on layout shown on): t0.5%. 2. Minimum Output Response Timc: 4.4s, 3. Input Power: 120 VAC u) 60 Hz. 4. Power Consumption: <20 VA. 5. Output Signal: 4-20 mA DC, 2-wire signal w/HART. 6. Electrical Connections: '/2-inch NPT. C. Magnetic flow meters shall be Model 9300A element with integrally mounted Model mm indicating transmitter manufactured by The Foxboro Company (Foxboro, Mass.); or equal. U. Applicable Instruments: Flow Range Tag No. Line Size Service 6 (gpm) O1-FE/FIT-301 4 inch Septic wastewater 0-500 Note: Flowmeter materials of construction shall be compatible with listed service. 2.3 pH SENSOR/TRANSMITTERS A. Sensor: Chemical resistant liquid crystal polymer (LCP) body using differential electrode technique suitable for immersion service. The sensor shall have a PVDF Junction and glass process electrode and a fouling resistant design. Sensor shall include a titanium ground electrode to eliminate ground loops. Sensor shall have the following operating characteristics: 1. Sensitivity: <0.005 pI-I. 2. Stability: 0.03 pI-I per 24 hr, non-cumulative. ' 3. Output Signal: 5-wire signal, with built in preamplifier. 4. Operating Temperature Range: 0°F to I00°F (-18°C to 38°C). 5. Process Connection: 1'/z-inell (40-mm). C54199-00 13420-5 INSTRUMENT'S RO — 3/19/01 WALNUT S'CREET PUMP STATION CITY OF JEFFERSON, MISSOURI B. Transmitter: Automatically temperature compensated pI-I analyzer, with reactive diagnostics. Analyzer shall provide two isolated analog outputs (pI-I and temperature) and diagnostic T'I'L outputs (off-line, warning, fail). Provide graphic dot matrix LCD display capable of displaying both pl-i and temperature of process fluid, housed in a NEMA 250 Type 4X enclosure. Transmitter shall have the following operating characteristics: 1 1. Accuracy: 0.05% of span. 2. Sensitivity: 0.05% of span. 3. Stability: 0.05% of span per 24 hr, non-cumulative. 4. Non-linearity: 0.05% of span. 5. Repeatability: 0.1% of span. 6. Input Power: 120 VAC a, 60 Hz. 7. Output Signal: Two 4-20 mA DC, 2-wire signal. 8. Electrical Connections: %-inch NPT. C. pI-1 sensors/transmitters shall be Model 6028PO sensor with Part Number 60A2F1278 protector and Model P63A 1 N I A l A 1 NFS analyzer manufactured by GLI t International, Incorporated (Milwaukee, Wis.); or equal. D. Applicable Instruments: , _ Tag No. Service _ pI-I Range 01-AE/AIT-304 Septic, wastewater 2.0- 12.0 Note: Sensor materials of construction shall be compatible with listed service. 2.4 PRESSURE GAUGES A. ASME 840.1, Grade IA; AISI Type 304 (UNS No. 530400) stainless steel case and bayonet ring and AISI Type 316 (UNS No. 531600) stainless steel wetted parts, silicone-filled 6-inch (150-mm) dial pressure gauge with laminated safety glass ' window, and '/z-inch NPT bottom connection. Diaphragm seal shall provide }/4-inch female NPT process connection, %-inch NPT gauge connection, and '/4-inch flushing connection; AISI 'I'ype 316L (UNS No. S31603) stainless steel diaphragm, and AISI ' Type 304L (UNS No. 530403) stainless steel bottom housing. Fill fluid shall be silicone. B. Pressure gauges shall be Ashcroft" 'Type 1009 gauge factory assembled to Type 201 diaphragm seal manufactured by Dresser Instrument Division, Dresser Industries (Stratford, Conn.); or equal. ' C5-4199-00 13420-6 INSTRUMENTS RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI C. Applicable Instruments: Tag No. Service Pressure Range O1-131-101 (taw Wastewater 30 in lig - 30 psi O1-PI-102 Raw Wastewater _ 30 in 1-fg - 30 psi 01-11I-103 Raw Wastewater 30 in Hg - 30 psi O1-PI-104 [taw Wastewater 30 in I-Ig - 30 psi 01-PI-105 Raw Wastewater i 30 in Hg- 30 psi 01-PI-106 Raw Wastewater in I-Ig - 30 psi 2.5 ULTRASONIC LEVEL MONITORS (TANKS) A. Ultrasonic type for monitoring level with zero and span range switches set in 0.1-inch ' increments. Sensing element shall be remote mounted from indicating transmitter. Transmitters shall include ambient temperature compensation. Output shall be directionally proportional to level. Beam angle shall be 12° conical, 3 dB down operating at 50 ki-Iz. Sensing element and transmitter enclosure shall be NEMA 250 Type 4X (IEC 529 IP65). B. Transmitters shall have 31/2-digit LCD readout (in tenths of a foot). C. Ultrasonic level transmitters shall have the following operating characteristics: 1. Accuracy: t0.5% of full scale. 2. Resolution: 0.125 inch (5 mm). 3. Repeatability: 0.125 inch (5 mm). 4. Zero & Span Adjustment: 10% of range. 5. Minimum Output Response Time: 2 s 6. Input Power: 24 VDC, 7. Output Signal: 4-20 mA DC, 2-wire signal w/HART 8. Maximum Resistance @ 24 VDC: 600 Q 9. Operating Temperature Range: 0°F to 100°F (-18°C to 4000 10. Mounting Connection: 2-inch (50-mm) NPT male 11. Electrical Connection: %-inch (20-mm) NPT female D. Level monitors shall be 505-2400 Series UniversalSonicTM manufactured by AMETf:K Drexelbrook (I-Iorsham, Penn.); or equal. E. Applicable Instruments: ' Tag No. _ Tank Service/Size (HxD, in feet) Range (feet) 01-LE/I iT-312 I3ioxide/13.5x7.5 12.0 C5-4199-00 13420-7 INSTRUMENTS RO 3/19/01 WALNUT STREET PUMP STATION CiTY OF JEFFERSON, MISSOURI 2.6 ULTRASONIC LEVEL MONI'T'ORS (EQUIPMENT) A. Ultrasonic type for monitoring level with zero and span range switches set in 0.1-inch increments. Sensing element shall be rcmote mounted from indicating transmitter. Transmitters shall include ambient temperature compensation. Output shall be directionally proportional to level. Beam ankle shall be 12° conical, 3 d13 down ' operating at 50 kHz. Sensing element and transmitter enclosure shall be NEMA 250 Type 4X (IEC 5291P65), B. Level indicators shall be remote mounted with 31/2-digit LCD readout (in tenths of a foot) in a NEMA 250 Type 4X (IEC iP65) enclosure. C. Ultrasonic level transmitters shall have the following operating; characteristics: 1, Accuracy: f0.5% of full scale. 2. Resolution: 0.10 inch (3 mm). 3. Repeatability: 0.10 inch (3 mm). 2.7 WET WELL LEVEL TRANSMITTERS A. Level Transmitters: Silicon piezoresistive sensor in an all-welded AISI Type 304 (UNS No. 530400) stainless steel housing; with protective end cap that does not require an O-ring seal. Cable shall be #22 AWG, 3-wire, Kevin" reinforced, neoprene insulated with integral atmospheric reference tube, marked every foot to allow proper installation and field calibration. Provide Tefion4' breather bag to isolate the reference tube and a local 31/2-digit LED readout. Also provide one '/4-inch NPT female test fitting accessory to allow field testing and calibration. Level transmitters shall have the following operating characteristics: 1. Non-Linearity (BFSL): <_t0.1% of full scale 2. Hysteresis & Repeatability: _<t0.05% of full scale. 3. Long; Term Stability: <f0.20% of full scale per yr, 4. Response Time: _< 3 ms 5. Input Power: 24 VDC 6. Output Signal: 4-20 mA DC, 2-wire signal 7. Maximum Resistance @ 24 VDC: 900 U 8. Operating; Temperature Range: -40°F to 185°F (-40°C to 85 0C). B. Wet well level transmitters shall be Model #516 with P/N 180402.001 manufactured by Viatran Corporation (Grwld Island, N.Y.); or equal. C54199-00 13420-8 INSTRUMENTS RO— 3/19/01 1 SWALNUT STREET PUMP S'T'ATION CITY OF JEFFERSON, MISSOURI C. Applicable Instruments: _ Tat; No. Location Range Ol-LL;%L['I'-107 North Wet Well [01-'INK-202] 1.0 — 11.0 it 01-LE/LI1'-108u� South Wet Weil [01-TI 4K.-201] 0 — 11.0 ft 2.8 1-12S AND COMBUSTIBLE GAS TRANSMITTERS A. Fl2S 'Transmitters: Electrochemical sensor integrally mounted with indicating transmitter. Enclosure shall be cast aluminum NEMA 250 Type 4X enclosure with 3'/z- digit LCD display and LIED diagnostic displays. Transmitters shall have discrete output fault alarm (Form A or Form t3) and the following operating characteristics: I. Long 'Term Sensitivity Drift: <2% signal/month. 2. Input Power: 24 VDC. 3. Output Signal: 4-20 mA DC, 2-wire signal. 4. Operating Temperature Range: -4°F to 1220F (-20°C to 50 0C). 5. Electrical Connection: '/a-inch (20-mm). I-12S transmitters shall be WorksAloneTh' 6200 Series (Part Number 7810-0310-0302 manufactured by Industrial Scientific Corporation (Oakdale, Penn.); Ultima manufactured by Instrument Division, Mine Safety Appliances Company (Pittsburgh, Penn.); 119500 InfinitiTA (OS Number U9500132004, P/N 006265-008) manufactured by Detector Electronics Corporation (Minneapolis, Minn.); or equal. E. Combustible Gas Transmitter: Catalytic sensor integrally mounted with indicating transmitter. Enclosure shall be cast aluminum NEMA 250 Type 4X enclosure with 31/2-digit LCD display and LED diagnostic displays. Transmitters shall have discrete output fault alarm (Form A or Form I3) and the following operating characteristics: 1. Long Term Sensitivity Drift: <2% signal/month. 2. input Power: 24 VDC. 3. Output Signal: 4-20 mA DC, 2-wire signal. 4. Operating 'temperature Range: -4°F to 122°F (-20°C to 50°C). 5. Electrical Connection: '/4-inch (20-mm). Combustible gas transmitters shall be WorksAloneTm 6200 Series (Part Number 7810- 0294) manufactured by Industrial Scientific Corporation (Oakdale, Penn.); Ultimao manufactured by Instrument Division, Mine Safety Appliances Company (Pittsburgh, Penn.); U9500 Infiniti"'"' (OS Number U9500A1004, P/N 006265-007) manufactured ' by Detector Electronics Corporation (Minneapolis, Minn.); or equal. C5-4199-00 13420-9 INSTRUMENTS RO—3/19/01 WALNUT STREET PUMP STATION CITY OF- JEFFEMSON, MISSOURi C. Applicable Instruments: Tag No. Service Range 01-AI /Arr-109 1-12S Gas 0.0 — 10.0 ppnl 01-AE/AiT-I 10 Combustible Gas 100.0% L.EL 2.9 VERIFICATION OF PERFORMANCE: A. Magnetic Flowmeters: Prior to shipping from manufacturer, conduct direct calibration with a volume standard. Prepare and submit calibration report as outlined in Article 1.5 — Submittals. B. Pressure Transmitters: Pressure transmitters shall be factory calibrated for operating range. Calibration shall be temperature compensated between :32°F and 175°F (0°C to 80-C), C. Wet Well level Transmitters: Level transmitters shall be factory calibrated for operating range. D. 1-12S and Combustible Gas Transmitters: Factory calibrated using calibration gases. PART 3 - EXECUTION 3.1 INSTALLATION A. Install each instrument in accordance with the manufacturer's recornmendations and the Contract Documents, 13. Mount instruments that require access for periodic calibration or maintenance so they are accessible while service personnel are standing on the floor. C. Mount and anchor instruments using stainless steel hardware. Secure instruments to walls, stands, or brackets as required by the manufacturer or shown on the Contract Drawings. ' 3.2 CONNLC'i'fONS ' A. Electrical: Conform to applicable requirements in Division 16 Sections. B. Grounding: Ground equipment. Tighten electrical connectors and terminals according , to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 48613. C5-4199-00 13420-10 INSTRUMENTS RO— 3/19/01 mm!j WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 3.3 INSPECTION A. Installation Inspection: Engage a factory-authorized service representative to inspect field-assembled components and equipment installation, including piping and electrical connections, and to prepare a written report of inspection. 3A COMMISSIONING A. Engage a factory-authorized service representative to perform startup service. B. Verify that units are installed and connected according to the Contract Documents. C. Calibrate instruments in the field under actual operating conditions. If required, provide calibration fluids. 3.5 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain units. 1. Train Owner's maintenance personnel on procedures and schedules for starting and stopping, exercising, troubleshooting, servicing, and maintaining units. 2. Review data in maintenance manuals. Refer to Division 1, Section "Closeout Procedures." 3. Review data in maintenance manuals. Refer to Division 1, Section "Submittal Procedures." 4. Schedule training with Owner, through Engineer, with at least seven days' advance notice. END OF SECTION 13420 CS-4199-00 13420-11 INSTRUMENTS RO— 3/19/01 it WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 13430 —CONTROL PANELS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes requirements for local control panels (LCPs) and master control panels (MCPs) provided with other equipment or built for this Project by the system integrator and includes the following: ' 1. Enclosures. 2. Wiring. 3. Terminal blocks. 4. Control panel components. 5. Pilot devices. 6. Panel-mounted devices. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 11, Section "Septage Acceptance Plant." 2. Division 11, Section "Submersible Sewage Pumps." 3. Division 11, Section "Activated Carbon Odor Control System." 4. Division 13, Section "Instruments," for panel-mounted instrumentation. ' 5. Division 13, Section "Supervisory Control System," for SCADA interface requirements. 6. Division 13, Section "Prograrnmable Logic Controllers," for PLCs and Ols. 7. Division 16, Section "Motor Control Centers," for control panel-mounted motor starters. 8. Division 16, Section "Motor and Circuit Disconnects," for control panel-mounted disconnects. 9. Division 16, Section "Transient Voltage Suppression," for additional control panel suppression requirements. 1 C54199-00 13430-1 CON'T'ROL PANELS RO-- 3/19/01 WALNUT STREET PUMP STATION CITY OF- JEFFERSON, MISSOURI 1.3 REFERENCES A. International Electrotechnical Commission (IEC): 1. IEC 529 - Classification of Degrees of Protection by Enclosures. B. National .Electric Manufacturers Association (NEMA): 1. NE-"MA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum), C. National Fire Protection Association (NFPA): 1. NFPA 70 - National Electrical Codeo(NEC). D. Underwriters Laboratories (UL): 1. UL 486A - Wire Connectors and Soldering Lugs for Use With Copper Conductors. 2. UL 486B - Wire Connectors for Use With Aluminum. 3. UL 497A — Secondary Protectors for Communications Circuits. 4. UL 508 - Industrial Control Equipment. 5. UIa 1283 — Electromagnetic Interference Filters. 6. UL 1449 —Transient Voltage Surge Suppressors. 1.4 SUBMITTALS A. Product Data: A 1. Submit manufacturer's product data sheets for equipment described in Part 2 of this Section including rated capacities of each unit, weights (shipping, installed, and operating), furnished specialties, and accessories. 2. Submit nameplate engraving schedule for each panel. B. Shop Drawings: 1. Plans, elevations, and sections for each control panel. 2. Location plan for each control panel with required clearances. 3. Location, dimensions, name, and manufacturer's designation of items mounted in and on the control panel. 4. Mounting details including location of anchoring flanges and holes including data on anchor bolt sizing and load carrying capacity. 5. Entry and exit locations of external wiring, conduit, and equipment, connections as well as all field connections. 6. Submit wiring diagrams detailing wiring for power and control systems, clearly differentiating between manufacturer- and field-installed wiring. C5-4199-00 13430-2 CONTROL PANELS RO— 3/19/01 WALNUT" STREET i,umI' STATION CITY OF JEFFERSON, MISSOURI C. Design Data: 1. Submit control panel heating and air-conditioning calculations. Calculations shall be submitted to show proper temperature conditioning equipment sizing or to demonstrate that temperature conditioning is not required: 2. Submit, in tabular form, 120 VAC current load. Load calculations shall demonstrate proper conductor and circuit breaker/fuse sizing. 3. Submit, in tabular form, 24 VDC current load. Load calculations shall demonstrate proper power supply sizing. 1.5 QUALITY ASSURANCE A. Electrical Component Standard: Provide components that comply with NFPA 70 and that are listed and labeled by UL where available. B. Listing and Labeling: Provide electrically operated fixtures specified in this Section that are listed and labeled as defined in the National Electrical Code, Article 100. 1.6 PROJECT CONDITIONS A. Field Measurements: Verify dimensions and clearances by field measurements. 1.7 COORDINATION AND SCHEDULING A. Coordinate the installation of control panels with the installation of relevant mechanical, electrical, and instru�nentation components. PART 2 - PRODUCTS 2.1 CONTROL ENCLOSURES (LCPs) A. floor-Illallnt, wall-mount, or free-standing, as required; NEMA 250 Type 4X (IEC 529 IP66) constructed of 14 gauge (1.91 mm) (minimum) AISI Type 304 (UNS No. 531400) stainless steel with No. 4 finish, unless indicated otherwise. H. Continuously weld all exterior seams and grind smooth. ' C. Use pan-type door construction with 360° door gasket, full length stainless steel piano hinge, door stop, data pocket, and handle-operated, padlockable, three-point AISi Type 316 (UNS No. 531600) stainless steel latching system for each door. Use of'stainless steel draw catches, draw pull catches, quick-release latches, and fist operating junction box clamps are acceptable as alternates. Use of screw-type clamps is not acceptable. C54199-00 13430-3 CONT"ROL, PANELS RO —3/19/01 i WA1,Nl.J'I' S"1'RE[:'1' 1'UMI' STATION CITY OF ,lI FFFIRSON, MISSOURI D. Provide interior mounting panel and shelves constructed of 12 gage steel with white enamel finish. E. Unless indicated otherwise, LCI's shall be mounted with the door hinge to the left. I'. Provide door-mounted steel print pocket with white enamel finish. G. Design enclosures so that cables, conduit, and piping enter the bottom of the unit. 2.2 CONTROL ENCLOSURES (MCPs) A. General: All MCPs shall be equipped with the following: I. Mush handles with key lock. 2. Properly sized closed loop, top-mount air conditioning unit. Assurne a maximum ambient room temperature of I 10'F with a maximum enclosure temperature of 70°h. 3. Control panel door switch that operates a fluorescent light. Doors shall include stops to hold them in the open position. 4. F'ixed gasketed polycarbonate view window in stainless steel trim on PLC bay side for panels lacking an operator interlace; minimum window size of 13 inch x 8 inch. 5. Door-mounted data pocket. G. Door-mounted folding shelf or rack-mounted pullout shelf'. 11. Without Operator Interface: Single bay modular system constructed of 14 gauge stainless steel doors and walls mounted on steel frame. The bay shall house the programmable logic controller, fiber optic modem, power supplies, uninterruptible power supply (UPS), terminal blocks, and relays in a rack-mount configuration. Control enclosure systems shall be APX''' Modular Enclosure System nrrnufactured by l loffnian Engineering Company (Anoka, Minn.) or equal. C. With Operator Interface: Double bay modular system constructed of 14 gauge stainless ' steel doors and walls mounted on steel frame. The left bay shall house the operator interface and the uninterruptible power system (UPS). 'Che right bay shall house the programmable logic controller, fiber optic modem, power supplies, terminal blocks, and relays in a rack-mount configuration. Control enclosure systems shall be APX(1' Modular E11C105Ure System manufactured by Flof man Engineering Company (Anoka, Minn.) or equal. 2.3 MCP ACCESS()RIES A. General: Each MCP shall be provided with the following accessories. C5-4199-00 13430-4 CONTROL PANELS R0 — 3/19/0 1 WALNUT STREET PUMP STATION CiTY OF JEFF E-RSON, MISSOURI B. Uninterruptible Power System: Rack-mounted on-line topology UPS unit capable of providing at least 15 minutes of operation for all devices mounted in or powered from the MCI". UPS powered devices shall include, but not be limited to, the PLC, fiber optic modem, Ethernet hub, 24 VDC power supply, and instruments mounted in or powered fi-om the MCi'. UPSs shall be manufactured by Sola/I-levi-Duty, a i,.lnit of EGS Electrical Group, LLC (Goldsboro, S.C.); or equal. C. Ethernet. Hub: IEEE 802.3 compliant with RJ-45 connections. 2.4 CONDUCTORS A. Power Wiring: For AC and DC' power and control wiring to components, use 1114 AWG (ininimum) stranded wire with nylon-,jacketed thermoplastic insulation rated for 600 VAC and 90°C. For wiring carrying; more than 15 A, use sizes in conformance with NEC. B. Signal Wiring: Use 1118 AWG (minimum) stranded, shielded, twisted-pair insulated wire rated for 300 VAC and G0°C. C. Wire Markers: Conductors shall be labeled using smudge-proof pre-printed, mechanically-attached character sleeve markers or pre-printed, full-circle, heat- shrinkable insulating; sleeve labels. Sleeve markers shall be Clip-Sleeve"m or Onlni- Grip"' manufactured by W.H. Brady Company (Milwaukee, Wis.); or equal. Sleeve labels shall be PerrnaSleeve'rm manufactured by W.H. Brady Company (Milwaukee, Wis.); or equal. 1.5 TERMINAL BLOCKS A. General: Terminal blocks shall be DIN rail mounted. Provide spare terminals equal it) approximately 20% of the designated number of each type of wiring connection. B. Standard Terminal Blocks: NEMA/EEMAC type for power and discrete 1/0, color- coded. Standard terminal blocks shall be Catalog No. 1492-CA I LGY (for gra% n1a11ufaCtUred by Allen-Bradley Company, Incorporated (Milwaukee, Wis.) or equal. C. Ground 'Terminal Blocks: NEMA/EEMAC type, green in color. (.;round terminal blocks shall be Catalog No. 1492-CA1LG manufactured by Allen-Bradley Compan%-, Incorporated (Milwaukee, Wis.) or equal. ' D. ruse Holder: 8 mill unit, gray in color unless otherwise noted, with two test sockets and blown fuse indicator (neon for AC, LEI) for DC) suitable for miniature (5x20 or ''/A"x 11A ") fuses sized for load. Fuse holders shall be Catalog; Numbers 1492-114, 1492- 1-15, or 1492-I-16 manufactured by Allen-Bradley Company, Incorporated (Milwaukee, Wis.); M 4/8.SF-'LT, M 4/8.SFDT, or M 4/8SFD'T1 (Part Numbers 115 667.27, 115 C5-4199-00 13430-5 CONTROL PANELS RO 3/19/01 WAt,Ni.1'i' S'1'tt1 r'I' P(1M1' STATION CITY OF JEFFERSON, MISSOURI 665.25, and 115 666.26) manufactured by Entrele.c Incorporated (Irving, 'Tex.); or equal. E. Analog 'Terminal Blocks: 6.2 or 9 mm unit, black or gray in color. For 4-20 mA loops, the supply side terminal block (I-) shall have an LED indicrtting current flow and the wturn terminal block (-) shall Dave a removable knife disconnect to allow insertion of an ammeter for testing. Analog terminal blocks shall be UDK 4-ILA 500 (Order No. 27 75 06 1) and UDK 4-MTK-P/P ('Order No. 27 75 21 0) man tfitcttired by Phoenix Contact (Harrisburg, Penn.); M 4/9.4AL (Part Number 305 338.14) and M 4/6.SNTA (Part Number 115 466.16) manufactured by Enlrelee Incorporated (Irving, Tex.); or equal. F. Analog L.o!a,jrs: Loop powered 1/1 opto-isolators, Ul, 508 recognized, minimum 1800 VDC isolation (input to output) with front mounted green LED indicating DC power and input signal status; maxinurm internal power consumption of 2.5 W. Analog isolators shall be Action I/Q Q408 manufactured by Action Instruments (San Diego, Calif:) or equal. G. HART Fault Alarm: DIN rail mounted digital HART monitor installed transparently on all 4-20 mA loops with FIART transmitters. Fault alarm shall have adjustable alarm trip delay and shall be isolated between input, output, and case. Alarms shall have LEI) indicators for alarm status, operations status, and communications status. 1. Response 'Time: <1 S. 2. Input Power: 24 VDC. 3. Power Consumption: 1.4 tit' 4. Output Signal: SPDT (Form CI HART fiiult alarms shall be FIFA HART Fault Alarm (Model Number l ll-'A/i iAIZ'I'/I I'IZ(i/18-301)C/1)IN) manufactured by Moore lnc.lustrics-lntcrnation.tl. Incorporated (Sepulveda, Calif.) or equal. 1.6 PANEL, DI:?VICES A. Beacons, Steady-On: C'ontinunus warning light, rated NEMA 250 Type 4X, %%ith optically enhanced I •exari WALNUT STREET PUMP ST'A'TION C'IT'Y 017- JI:F'VERSON, MISSOURI C. Alarm Horns: I'anel-mount heavy duty vibrating horn, UL-listed, rated NE-MA 250 Type (1, with ad'justabic volume (between 78 and 103 dB); rated 0.18 A at 120 VAC. Alarm horns shall be Adaptal-lorno 87011 Series manufactured by Edwards Signaling, an IGS Electrical Group Company (Cheshire, Conn.); Vibratonc°1 Model 350 nuill,lfactured by Signal Division, Electrical Products GrouP, F'ederal Signal Corporation (University Park, 111.); or equal. 1.7 PIL,O'I' DEVICES ® A. General: 30.5 thin NI'-MA 250 'Type 4/4X, corrosion-resistant. �1 B. Selector Switches: Two- or three-position (as required), non-Illuminated, maintained position with standard legend plate; contact blocks as required. Selector switches shall be Catalog Numbers 80011-1-IIZ2 and 8001-1-JR2 manufactured by Allen-Bradley Company, Incorporated (Milwaukee, Wis.); Catalog Numbers E34VI+BK1 and 11',34V1-113K1 manufactured by Cutler-E-tarnmer (Milwaukee, Wis.); Catalog Numbers CR 1041ISG21 B and CIZ104PSG34B manufactured by GE Electrical Distribution & Control (Plainville, Conn.); Catalog Numbers 9001 SKS 1 l B and 9001 SKS413 manufactured by Square D Company (Palatine, IIL), or equal. C. Keyed Selector Switches: Two or three-position (as required), maintained, keyed operation rated NEMA 250 'Type 4/13 with standard legend plate; contact blocks as required. Keyed selector switches shall be Catalog Numbers 80OT-1-133 and 800`1'-J44 manufactured by Allen-Bradley Company, Incorporated (Milwaukee, Wis.); Catalog Numbers E34KFB# and E34KGB7 manufactured by Cutler-l-lanlmer (Milwaukee, Wis.); Catalog Numbers CR104PSK2IAOOM and CR104PSK.34A00W manufactured by GL Electrical Distribution & Control (Plainville, Conn.); Catalog plumbers 9001 ICS I 1 K3 and 9001 KS4K10 manufactured by Square D Company (Palatine, 111.); or equal. 1.). I'uah Bllttolls: Normally open or normally closed (as required) momentary contact, non-illunlinated with standard legend plate and flush head, black unless color is indicated; contacts as required. Push buttons shall be Catalog Number 8001-1-AR2 (for black) manufactured by Allen-Bradley Company, incorporated (Milwaukee, Wis.); 1 Catalog Number E34PB1 (tar black) manufactured by Cutler-I-lanlmer (Milwaukee, Wis.); Catalog Number CIZ104PBGOOBI (for black) manufactured by GE Electrical Distribution & Control (Plainville, Conn.); Catalog Number 9001 SKR1B (for black) manufactured by Square D Company (Palatine, 111.); or equal. E. 1? WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI Conn.); Catalog; Number 9001 SKR9R manufactured by Square D Company (Palatine, 111.); or equal. i'. Pilot Lights: PUS1140 teSt type, full voltage LED, suitable for 120 VAC operation with standard legend plate, lens color as indicated. Pilot lights shall be Catalog Number 80011-QRT1110R (for red) manufactured by Allen-Bradley Company, Incorporated (Milwaukee, Wis.); Catalog Number Cl<104PI,71'82R (tor red) manufactured by GE Electrical Distribution & Control (Plainville, Conn.); Catalog Number 9001 SKT38LRR31 (For red) manta actured by Square D Company (Palatine, 111.), or equal. G. Potentiometers: Built-in resistive element rated for maximum 2 W at 300 VAC. Potentiometers shall be Catalog Number 8001-1-UR24 (for 5000 Q resistance) manufactured by Allen-Bradley Company, Incorporated (Milwaukee, Wis.); Catalog Number CR104PXP06 (for 5000 Q resistance) manufactured by GL Electrical Distribution & Control (Plainville, Conn.); Catalog; Number 9001 SK.2107 (for 5000 Cl resistance) mrintifzictured by Square D Company (Palatine, 111.); or equal. H. Elapsed Time Meters: Nominal 3.5" units with clock motor movement; non-resettable in NEMA 250 Type 4X high-density phenolic enclosure. Elapsed time meters shall be Century Model 2153131' manufactured by Simpson Electric Company (Elgin, ill.), or equal. I. Digital Panel Meters: Programmable 1/8 DIN with 3!/2 digit seven segment red or green LED readout with front panel rated NEMA 250 "Type 4. Provide modular relay, excitation, and analog outputs as required. Digital panel meters shall be Series EDM 35 manufactured by Carlo Gavazzi Incorporated (Buffalo Grove, Ill.); Flawk II 1­1235 Series manufactured by Simpson Electric Company (Elgin, III.); or equal. 1.8 PANEL, COMPONENTS A. 24 VDC Relays: General purpose, eight-pin relay suitable for 24 VDC coil operation and DIN rail mounting with retaining; clip; snap-in label markers; push-to-test button; and mechanical flag, green LEI) indicating lamp, and free wheeling diode parallel to the coil. Relays shall be ItELECO C2-A20DX/24VDC with S2-B plug-in socket and S3-C retaining clip manufactured by 'I'urck Incorporated (Minneapolis, Minn.) or equal. , B. 120 VAC Relays: General purpose, eight-pin relay suitable for 120 VDC coil operation and DIN rail mounting with retaining; clip; snap-in label markers; push-to-test button; , and mechanical flag; and neon indicating; lamp parallel to the coil. Relays shall be RELECO C2-A20X/120VAC with S2-B plug-in socket and S3-C retaining clip manufactured by Turek incorporated (Minneapolis, Minn.) or equal. C. Transient Circuit Protection: Series wired suppression device with a minimum 50 kA surge protection in all modes suitable for DIN rail mounting;, rated for 20 A, 120 VAC, lc). Device shall be UL 1449 rated for 400 VAC with an active response time of< 1 ns. 054199-00 13430-8 CONTROL PANELS RO — 3/19/01 WALNUT STREET PUMP STATION CI'1"Y OF JEFFERSON, MISSOURI Unit shall have a set of Corm C contacts for alarm conditions. Transient circuit protection shall be Model FIS-P-SP-120-30A-RJ manufactured by Innovative Technology, Incorporated (Brooksville, Fla.); Catalog Number STV25K-10S manufactured by Sola/I-Ievi-Duty, EGS Electrical Group (Skokie, 111.); or equal. D. Control Power 'Transformers: Adequately sized with integral primary and secondary fusing. Control power transformers shall be Class 9070, Type 'TF manufactured by Square D Company (Palatine, Ill.) or equal. E. 24 VDC Power Supplies: Switching type with LED status indicators and Form C contacts for alarm conditions. Power supplies shall be SUN Series manufactured by Sola/Hevi-Duty, EGS Electrical Group (Skokie, Ill.) or equal. C. Fiber Optic Modems: Panel-mount unit with dual channels configured in a counter- rotating ring IEEE 802.3 Ethernet network with multimode fiber optic connectors. Device connection shall be i OBase-T using RJ45 connectors. Modems shall have on- line diagnostic monitoring, self-healing communication recovery, in-line signal rmonitoring, preamble regeneration with signal timing and restoration, low signal level annunciation, and selectable wavelength. Fiber optic modems shall be Model Number OEM-E'TI-1-85-P-D-ST-24V-A 1 manufactured by Phoenix Digital (Scottsdale, Ariz.), or requal. 1.9 IDENTIFICATION A. General: Unless noted otherwise, laminated plastic nameplates shall be white with black letters. Secure nameplates with permanent adhesive. B. Provide laminated plastic nameplate with 1/2 inch (13 mm) letters to identify each enclosure using identification indicated on the Contract Drawings. C. Provide laminated plastic nameplate with 1/4 inch (6 mm) letters for each. panel- mounted instrument, control device, indicator light according to the function of the controlled item. D. Each instrument, terminal strip, and relay shall be identified with similar nameplates showing the tag number only. I Numerically code terminal strips using integral tag holders. ' 1.10 FABRICATION A. General Requirements: 1. Panels shall be assembled by a UL panel builder. The final assembly shall bear a serialized UL label for "Enclosed Industrial Control Panels". An assembly of C5-4199-00 13430-9 CONTROL PANELS RO— 3/19/01 WA1.,Nt.l'I' S'rRl.;i: WALNUT STREET DUMP STATION CITY OF JEFFERSON, MISSOURI 5. Separate AC wiring from DC wiring a minimum of 4 inches (100 mm) using plastic wiring duct. 6. Separate and shield DC signal wiring from control wiring. 7. Use cable ties to bundle like wiring. Secure cable ties to bolted or screwed mounting plates. Use of adhesive mounting plates is not acceptable, except on exterior walls where penetrations are not desirable. 8. Provide grounding lug for electrical grounding of metal panels. Size lugs for system requirements, but in no case less than 118 AWG. 9. Provide analog terminal blocks and analog isolators for all 4-20 mA signals. 10. Provide isolated grounding for DC signal shields. Configure and terminate to master terminal for connection to an external grounding pad. Grounding for digital hardware and electronic analog components shall be performed in accordance with the manufacturer's recommendations. 11. Provide isolated copper bus bar common 0 VDC reference for each enclosure. C. PLC I/O: For control panels with PLCs, in addition to 1/0 points required for the control panel to meet the functionality requirements of Section 13450 — Supervisory Control System and the respective equipment specifications, the following discrete and analog T/O points shall also be wired and appropriately programmed: 1. Transient voltage surge protection status. 2. Control panel door open. 3. For control panels with heaters: Low temperature alarm. 4. For control panels with air conditioners: High temperature alarm, air conditioner failure. 5. For control panels with DC power supplies: Power supply operating status. 6. For control panels with UPSs: Control relay input to indicate loss of normal power for UI'Ss that are not otherwise networked. 7. For control panels with fiber optic modems: Channel A error, Channel A impending fault detect, Channel B error, Channel B impending fault detect, Channel A received signal strength, Channel B received signal strength. PART A T 3 - EXECUTION 3.1 INSTALLA'T'ION A. Wire all 1/0 module points to terminal blocks, including spares. B. Label terminals with permanent, legible identification, clearly visible with protective cover removed. Terminal blocks and conductors shall be colored as follows: C5-4199-00 13430-11 CON'T'ROL PANELS RO— 3/19/01 WALNUT STREET PUMP s'rATION CI'T'Y OF JEFFERSON, MISSOURI Type u Terminal Block and Conductor Color AC (line) Black AC (switched) Red AC (neutral) -� White t AC (source outside panel) Yellow DC Blue DC (-) Gray r Ground Green 3.2 MOUNTING A. Unless precluded by field obstructions, mount enclosures so that the top of the enclosure is between 60 and 72 inches above the operating floor. Enclosures taller than 72 inches shall be floor-mounted. B. For wall-mounted control p anel enclosures, use stainless steel hardware with wail anchors attached to concrete or masonry walls. C. For floor-mounted control panel enclosures, provide concrete housekeeping pad a minimum of 3 inches (75 mm) High and 2 inches (50 mm) larger in width and depth than the enclosure with stainless steel floor anchors. Use floor stands where necessary to maintain proper working height. D. For other locations, install stainless steel metal framing with stainless steel hardware anchored to the handrail or concrete floor or set in concrete anchors. 3.3 CONNECTIONS A. Drawings indicate the general arrangement of instrumentation and cabling, B. Electrical: Confirm to applicable requirements in Division 16 Sections. C. Grounding: Ground equipment. 'lighten electrical connectors and terminals, including grounding connections, according to manufacturer's published torque-tightening values. Where manufacturer's torque values are not indicated, use those specified in UL 486A and Ul. 48613. C5-4199-00 13430-12 CONTROL, PANELS RO— 3/19/01 WAI,Nu'r STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 3.4 LOCAL CONTROL PANEL (LCP) SCHEDULE A. General: 1. Minimum control panel enclosure sizes are called out in inches as height by width w by depth (HxWxD). 2. Pilot light and beacon colors are abbreviated as follows: a. Red - R. b. Green - G. C. Amber - A. d. White - W. C. Blue - 13. 3. Capitalized letters for panel-mounted pilot devices indicates nameplate lettering. 4. Input/output (1/0) points listed are hard wired to the PLC located in the MCP. SCADA discrete 1/0 is 24 VDC. SCADA analog 1/0 is 4-20 mA. Nan-Ethernet communications shall be made via DeviceNet communications. B. 01-LCP-101 (Wet Well Level): I. General: Hard-wired control panel for local display of wet well levels. This control panel is hard-wired to 01-MCP-001. a. Minimum Enclosure Size: x 18 x 18x6. b. Mounting: Wall. C. Power Source: 24 VDC (loop-powered). 2. Panel-Mounted Devices: C11. SOU'm WET WELL LEVEL digital panel meter(0-11 fcet). b. NORTH WET WELL LEVEL digital panel meter(0-11 feet). C. 01-1,CI'-301 (Septage Acceptance Plant): I. General: PLC based control panel for automatic and manual operation of the sewage acceptance plant. This control panel shall communicate with 01-MCP- 001 via a DeviceNet connection. a. Minimum Enclosure Size: 42x36x8, b. Moulting: Framing. C. Power Source: 480 VAC, 3cp. 2. Panel-Mounted Devices: a, p1-1 analyzer [0 1-AIT-304]. C5-4199-00 13430-13 CONTROL PANELS RO— 3/19/01 WALNUT STREET PUMP STATION CI'T'Y OF ,JEFFERSON, MISSOURI 3. Pancl-Mounted Pilot Devices: It. C0114TIZOL POWER ON pilot light (W). b. ACCEPTANCE PLANT ON pilot light (G). C. ACCEPTANCE PLANT READY pilot light (R). d. ACCEPTANCE PLANT' MOTOR OVERLOAD pilot light (A). e. ACCEPTANCE PLANT HIGH LEVEL ALARM pilot light (A). f. ACCEPTANCE PLANT HAND-OFF-AUTO selector switch. g. S1PTAGE VALVE OPEN-CLOSE-STOP selector switch. h. SI)RAY WASHES HAND-OFF-AUTO selector switch. 4. Control panel shall also include 480 VAC power disconnect, overcurrent protection, motor starless, and control power transformer in addition to terminal blocks, relays, ,and controllers required for operation in accordance with Section 13450 - Supervisory Control System. L), 01 4,0P-302 (Septage Acceptance Plant Interface Panel): 1. General: a. Minimum Enclosure Size: 24x24x 14. f b. Mounting: Wall. C. Power Source: 120 VAC, I(p. 2. Panel-Mounted Devices: a. Digital keypad/operator interface. b. Receipt printer. 3. Panel-Mounted Pilot Devices: a. SYSTEM READY TO DUMP pilot light (G). b. SYSTEM ON-OFF selector switch. ' C. EMERGENCY STOP push.button. E. 01-L.CP-401 (Activated Carbon Odor Control System): 1. General: PLC based control panel ibr automatic and manual operation of the activated carbon odor control system. This control panel shall cornmunicate with O1-MCP-001 via a DeviceNet connection. I.I. Minimum Enclosure Size: 30x3Ox8. b. Mounting: 1,ramc. C. Power Source: 480 VAC, 3cp. C54199-00 13430-14 CONTROL PANELS RO—3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 2. Panel-Mounted Pilot Devices: a. POWER ON pilot light (W). b. BLOWER ON pilot light (G). C. BLOWER HIGH-LOW selector switch. rd. BLOWER MOTOR OVERLOAD pilot light (A). C. BLOWER MOTOR OVERLOAD RESET push button. f. BLOWER EMERGENCY STOP push button. g. CARBON REGENERATION AUTO-01-F-STEP selector switch. h. CARBON REGENERATION START-STOP selector switch. i. LOW PRESSURE ALARM pilot light (A). 2. Control panel shall also include 480 VAC power disconnect, overcurrent protection, motor starters, and control power transformer in addition to terminal blocks for SCADA 1/0, relays, and controllers required for operation in accordance with Section 13450 - Supervisory Control System. B. O 1-LCI'-201 (Sewage Pumps): I. General: Hard-wired control panel incorporating pump manufacturer supplied devices to monitor and alarrn the operation of the high water effluent pump internal protective devices. This control panel shall communicate with O1-MCP- 001 via a remote 1/0 block and DeviceNet connection. a. Minimum Enclosure Size: 24X30X8. b. Mounting: Wall. C. Power Source: 120 VAC, I(p. 2. Panel-Mounted Pilot Devices: a. CONTROL POWER ON pilot light (W). b. SEWAGE #I ALARM pilot light (A). c. SEWAGE PUMP #1 ALARM RESET push button. d. SEWAGE PUMP #2 ALARM pilot light (A). e. SEWAGE PUMP #2 ALARM RESET push button. f SEWAGE PUMP #3 ALARM pilot light (A). g. SEWAGE PUMP #3 ALARM RESET push button. h. SEWAGE PUMP #4 ALARM pilot light (A). i. SEWAGE PUMP #4 ALARM RESET push button. J. SEWAGE PUMP 115 ALARM pilot light (A). k. SEWAGE PUMP #5 ALARM RESET push button. 1 I. SEWAGE PUMP #6 ALARM pilot light (A). 111. SEWAGE PUMP #6 ALARM RESET push button. 3. Control panel shall also include 120 VAC power disconnect, overcurrent protection, and control power transformer in addition to terminal blocks for C54199-00 13430-15 CONTROL. PANELS RO—3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SCADA I/O, relays, and controllers required for operation in accordance with Section 13450 - Supervisory Control System. 1.2 MASTER CONTROL PANEL (MCP) SCHEDULE A. General: Coordination of the MCPs shall be the responsibility of the system integrator. Construction of MCPs shall also be the responsibility of the system integrator. '- 1 Walnut Street Pump Station SCADA Pane B. U1-MCI 00 ( p C 1). I. The Walnut Street Pump Station SCADA Panel shall be located in the Electrical Room. Primary control and monitoring functions include the sewage pumps and integration of the septage acceptance and odor control system local control panels. 2. Panel-Mounted Devices: a. Large operator interface. END OF SECTION 13430 C54199-00 1343016 CONTROL., PANELS RO—3/19/01 WALN(1T sTR.EE-,r PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 13445 — ELFCTRIC VALV1: AND GATE OPERATORS PART 1 - !GENERAL. 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes electric operators for valves and gates for both open/close and modulating services. One company shall manufacture all electric actuators installed on valves and gates for this Project. I3, Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 11, Section "Hydraulic Gates," for equipment with electric operators. 2. Division 13, Section "Supervisor), Control System," for valve and gate operator control. 3. Division 15, Section "Process Piping Equipment and Valves," for process valves with electric operators. 1.3 SUBMITTALS A. Product Data: 1. Include rated capacities; shipping, installed, and operating weights; furnished specialties; and accessories. 2. Manufacturer's warranty. B. Shop Drawings: 1. Drawings from manufacturer detailing equipment assemblies and indicating dimensions, required clearances, method of field assembly, components, and location and size of each Geld connection. 2. Wiring diagrams detailing wiring for power and control systems and differentiating between m<ulufacturer-installed and Geld-installed wiring. C. Closeout Submittals: I. Operations and maintenance O&M manuals for each type of actuator used. � ) YP 2. Lubrication requirements with manufacturer's list of approved lubricants. 1.4 QUALITY ASSURANCE C5-4199-00 134,15-1 ELECTRIC VALVE RO— 3/19/01 AND GATE OPERATORS WALNUT S'TREE'T PUMP STATION CITY OF JEFFERSON, MISSOURI A. Electrical Component Standard: Provide components that comply with NF'PA 70 and that are listed and labeled by UL. B. Listing and Labeling: Provide electrically operated components specified in this Section that are listed and labeled as defined in the NEC, Article 100. 1.5 I ROJEC I' CONDITIONS A. Soine new electric operators are to be installed on existing gates and valves. The Contractor shall inspect existing gates and valves to provide necessary attaching and mounting accessories and to ensure proper installation of electric operators. 1.6 SCHEDULING A. Coordinate the installation of electric operators with the installation of'relevant process, mechanical, electrical, and control components. 1.7 WARRANTY A. Actuators shall be fully warranted for one year after Project acceptance. 1.8 EXTRA MATERIALS A. furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Pilot Lights: Two complete sets of each lens color. PART 2 - PRODUCTS 2.1 MAN I.IFAC•TURI"'RS A. Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1 . Multi-Turn Operation: a. Type SAR manufactured by AUMA Actuators, inc. (Pittsburgh PA). 1 b. Series 2000 manufactured by I.-'IM Company (Missouri City, TX). C. L120 Series manufactured by Limitorque Corporation (Lynchburg, VA). 2. Quarter-"Turn Operation: a. 'Type SG manufactured by AL1MA Actuators, Inc. (Pittsburgh, PA). b. Series 2000 manufactured by I"IM Company (Missouri City TX). C5-4199-00 13445-2 ELECTRIC VALVE RO— 3/19/01 AND GATE OPERATORS WALNUT STRI 1' PUMP STATION CITY OF JEFFERSON, MISSOURI C. LY Series rnnnuftactured by Limitorque Corporation (Lynchburg; VA). 2.2 GENERAL A. Fsleetric operators provided for this Project shall all be from the same mtuiufucturer. 13. Electric operators shall have DeviceNet communications. C. All actuators shall operate at 480 VAC, 3 cp, 60 Hz. D. Where noted on the schedule, electric operators shall be rated explosion proof'. 1.3 ACTUATORS A. General: Actuators shalt include motor, actuator unit gearing, limit switch gearing, position limit switches, torque switches, stem nut, declutch lever, and handwheel as a self-contained unit. B. Power Gearing: Multiple reduction unit consisting of accurately cut spur, helical, or bevel gears and worm gearing. Spur, helical, or bevel gearing and worm shall be hardened alloy steel. Worm gear shall be alloy bronze. Non-metallic, aluminum, or cast gearing is not acceptable. C. Handwheel: Cast or ductile iron with cast-in arrow to indicate OPEN rotation. I-Iandwheel shall not rotate daring motor operation and a fused motor shall not prevent manual operation; simultaneous operation of manual handwheel and motor shall not be allowed. Switching from motor operation to handwheel operation shall be accomplished by a positive, padlockable declutch lever that mechanically disengages the motor and related gearing. Friction-type declutch mechanisms tire not acceptable. D. Position Limit Switches: Integral to the actuator, limit switch gearing shall be of the intermittent type, constructed of bronze or stainless steel, grease lubricated, and totally enclosed to prevent dirt and other foreign material from entering the gear train. Switches shall be adjustable, allowing for trip points from fully open to fully closed positions of valve travel. Switches shall not be subject to slippage or breakage due to over-travel. Limit switch contacts shall be silver-plated with switch mounting to permit visual verification of switch position without disassembly. The actuator shall have four contacts, all of the same basic design. E. 'Torque Switches: Equip each actuator with a torque switch to interrupt the control circuit in both opening and closing directions when valve/gate torque overload occurs or when valve/gate torque. seating in the CLOSED position is required. The torque switch shall be mounted to permit visual verification of the switch position without disassembly and shall have independently adjustable graduated dials for both OPEN and CLOSE directions of travel with a positive means to limit adjustability so as not to C54199-00 13445-3 ELECTRIC VALVE RO-- 3/19/01 AND GATE OPERATORS WAI,Nl1'I' S'i'RL,I,"I' i'UMi' STATION CiTY OF .iC;FFI:RSON, MISSOURI exceed the actuator output torque capability. 'Torque sensing based on motor current, voltage, or magnetic flux are not acceptable. I . Enclosure: Rated NEMA 250 Type; 4 (IEC 529 iP67) with 120 VAC space heater for control compartment. Enclosure shall have local disconnect meeting NEC Article 430, Part i requirements. Cover bolts shall be stainless steel, captive design. G. Reversing Contactor: NEMA- or IEC-rated threc-pole contactor mounted with actuator enclosure, mechanically and electrically interlocked to prevent both coils from energizing at the same time. Provide overload relays in each phase or a thermal relay responsive to winding, temperature wired in series with the contactor. Provide auxiliary motor overload contacts. 1-1. Motor: Specifically designed fir actuator service. High starting torque (modified Design 13), TENV, minimum NEMA Class P motor insulation, with maximum contin►.►ous temperature rating of 155°C (rise plus ambient) for the duty cycle specified. Motor shall be equipped with internal contacts to protect against motor overload. Provide thermostatically controlled 120 VAC motor heater. 1. Local Controls: Provide operator-mounted LOCAL-OFF-REMOTE selector switch with local OPEN, CLOSE, and STOP pushbuttons. Also provide local LED pilot lights indicating OPEN (green) and CLOSE (red) position. At any mid-position, both pilot lights shall be lit. 1.4 NETWORK CONTROLLER A. Each actuator shall be equipped with a digital control module to provide remoter monitoring and control of the actuator using the Device Net protocol. Each module shall have built-in transient and lightning protection. B. In case of failurc of the digital control module, local controls shall not be disabled. Removal of the module shall also not disable the local controls. Neither the digital control module nor the actuator shall require battery backup for memory or program storage. C. The control module shall have an automatic reset watchdog tinier to recover the microprocessor in case of lockup. The timer shall also disconnect the actuator from the network and disable all outputs should the microprocessor fail. D. The network controller shall return, as a minimum, the following alarms and values: I. Valv(- in fully OPEN position. 2. Valve in filly CLOSER position. 3. Valve is opening. 4. Valve is closing. 5. Selector switch in LOCAL position. C5-4199-00 13445-4 ELECTRIC VALVE RO— 3/19/01 AND GATE- OPERATORS WALNUT STREET PUMP STATION CITY Or JI FFERSON, MISSOURI 6. Selector switch in REMOTE position. 7. Torque switch tripped in OPEN position. 8. Torque switch tripped in CLOSED position. 9. Valve is not moving on command (valve stalled or,iammed). 10. Loss of internal control voltage (blown fuse). 11. Motor thermal overload tripped. 12. Three-phase power out of sequence, loss of phase. 13. Local emergency shutdown input activated. 14. Network communications failure, 15. Actuator failed self-diagnostics or general alarm. 16. Unit alarm (one or more alarms active). 17. Valve position (0 - 100% for open-close valves; 0 - 4095 with 0.1% resolution for control valves). E. The network controller shall accept, as a inini►num, the following inputs: 1. OPEN, CLOSE, and STOP cornniands. 2. Valve position (0 - 100% for open-close valves; 0 - 4095 with 0.1% resolution for control valves). PART 3 - EXECUTION 3.1 INSTALLATION A. Install electric operators at locations shown on the Contract Drawings or as scheduled in this Section. 3.2 CONNECTIONS A. Electrical: Conform to applicable requirements in Division 16 Sections. B. Grounding: Ground equipment. 'lighten electrical connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 48613. 3.3 INSPECTION A. Installation Inspection: Engage a factory-authorized service representative to inspect field-assembled components and equipment installation, including electrical connections, and to prepare a written report of inspection. B. Operational Test: After electrical circuitry has been energized, start units to confirm proper motor rotation and unit operation. Remove malfunctioning units, replace with new components, and retest. C5-4199-00 13445-5 ELECTRIC VALVE RO— 3/19/01 AND GATE OPERATORS WALNUT STREET PUMP STATION CITY 01-1 ,11; MISSOURI C. 'Pest and adjust controls and sat'etics. Replace damaged and malfunctioning; controls and equipment. 3.4 COMMISSIONING A. Engage a factory-authorized service representative to perform startup service. 13. Verify that units are installed and connected according; to 1he Contract Documents. C. Perform startup checks according; to manufacturer's written instructions. 3.5 DEMONSTRATION A. Engage a lactory-authorized service representative to train Owner's maintenance personnel to ad.lust, operate, and maintain units. 3.6 ELECTRIC VALVE OPERATOR SCHEDULE Equipment Tag - No. Equipment Description Service 01-SLG-101 South wet well Isolation gate Sluicc gate _ open/close 01-51_.G-1 02 North wet well isolation gate Sluice grate open/close O1-SLG-103 North wet well isolation gate Sluice gate 4_ open/close 01-VLV-201 East force main isolation valve 30" plug; valve open/close 01-VLV-202 West force main isolation valve 30" plug valve open/close U 1-VI,V-203 Force main crossover valve 30" plug valve open/close END OF SECTION 13445 C5-4199-00 13445-6 ELECTRIC VALVE RO— 3/19/01 AND GATE OPERATORS WALNUT STREET PUMP STATION CI'T'Y OF JI?FFERSON, MISSOURI SEC`f ION 13450 --SUPERVISORY CON'T'ROL SYSTEM PART' 1 - GENERAL 1.1 RELATEI? DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes requirements for system integration of equipment and instrumentation. Control requirements for pump station operation are outlined herein. Work not specifically called out as by another party shall be the responsibility of the system integrator. B. As an overview, PLCs will provide control for individual pieces of equipment or areas. e The master control panel 1'LCs will be linked via a fiber optic Ethernet network using; TCP/IP protocol to provide data exchange and remote monitoring and control of equipment. The Plant Control Room at the WPCF will be the central point of operations and data collection with other control nodes located throughout the facility. Sub-network communications shall be based on the DeviceNet"m protocol. C. Work under this Section includes: i. Furnish and install computers (includes installing, all software, configuring; database input and output, installing and debugging programs, installing and testing all peripheral equipment, installing electrical enclosures and rack-mounted equipment, installing and configuring printers, and testing for proper operation). t 2. Furnish and install networks (includes installing network equipment, installing; interconnecting; cables, testing, and debugging). 3. Furnish and install PLCs (includes programming and installing PLCs, developing; PLC ladder logic, coordinating programming of PLCs provided by other equipment manufiteturers, and testing PLCs for control, monitoring, and alarm functions). 4. Furnish and install UI'Ss (includes providing and configuring UPS monitoring: software). 5. Furnish and install SCADA software (includes software formatting, developing MMI screen graphics). 6. Document the SCADA system, conduct trouble-shooting, and provide start-up assistance. C5-4199-00 13450-1 SUPERVISORY CONTROL SYSTEM RO — 3/19/01 WALNUT STREET PUMP STATION CI'T'Y OF JC:FFERSON, MISSOURI D. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 13, Section "Instruments," for instrumentation referenced in this Section. 2. Division 13, Section "Control Panels," for control panel construction. 3. Division 13, Section "Programmable Logic Controllers," for PLCs referenced in this Section. 1.3 REFERENCES A. International Electrotechnica) Commission (IEC): I. IEC 529 —Classification of Degrees of Protection by Enclosures. B. National Electric Manufacturers Association (NEMA): 1. NE MA 250— Enclosures for Electrical Equipment (1000 Volts Maximum). C. National Fire Protection Association (NFPA): 1. NFPA 70—National Electric Code" (NEC). D. Underwriters Laboratories (UL): 1. UL 486A— Wire Connectors and Soldering Lugs for Use Willi Copper Conductors, 2. UL 486B — Wire Conductors for Use With Aluminum. 3. UL 508 —Industrial Control Equipment. 1.4 DEFINITIONS A. I-IOA switch: ]-land-off=auto selector switch. B. FOFO: First on, first off. C. FOLO: First on, last oft. D. LOFO: Last on, first off. , E. LOLO: Last on, last off. F. LOR switch: Local-off-remote selector switch. G. OI(s): Operator interface(s). C5-4199-00 13450-2 SUPERVISORY CON'T'ROL SYSTEM RO—3/19/01 WAI..,NUT STRI,.i T PUMP STATION C'I'TY 01- .11?171-4 RSON, MISSOLIRI 1.1. MCI3: Master control panel. 1. P&ID(s): Piping & instrument diagrain(s). J. PLC(s): Programmable logic controller(s). K. SCADA: Supervisory control and data acquisition. L. UPS(s): Uninterruptible power supply(ics). 1.5 SUBMITTALS A. Product Data: 1. Include rated capacities; shipping, installed, and operating weights; furnished specialties; and accessories. 2. Manufacturer's warranty. 13. Shop Drawings: 1 . Drawings from manufacturer detailing equiprilcnt assemblies and indicating dimensions, required clearances, method of field assembly, components, and location and size of. each field connection. 2. Wiring diagrams detailing wiring for power and control systems and differentiating between manufacturer-installed and field-installed wiring. C. Closeout Submittals: 1 . Operations and maintenance manuals. O&M manuals shall include the name, address, and telephone number of the system integrator and the Contractor. With a comprehensive index, the 0&N,1 manual shall include a complete hardware list as well as approved shop drawings, software documentation, functional and operational descriptions, principals of operating logic, maintenance schedules and procedures, and safety considerations. 2. PL.0 ladder logic printouts. 3. Loop drawings for field mounted instrumentation with terminal block locations. 1.6 QUALITY ASSURANCE A. Qualifications: The systems integrator tier this Project shall be CSI Autornation Services (1airview Heights, Ill.). B. Other systems integrators may he used on this Project with prior approval of the T ng►necr, Prior to acceptance of Bids, the Contractor shall submit references (contact name, address, and telephone number) of at least three SCADA installations at pump C54199-00 13450-3 SUPERVISORY CONTROL SYSTEM RO —3/19/01 r WALNUT STREET PUMP STATION CITY OF JIFFFRSON, MISSOURI stations of similar size with at least I year of acceptable operating experience by the substitute systems integrator. Acceptable operating experience means: I. 'The system was installed and programmed by the systems integrator. 2. The facility is presently using the installed system for data acquisition and control. C. Regulatory Requirements: 1. Electrical Component Standard: Provide components that comply with NFPA 70 and that are listed and labeled by UL. - 2. Listing and Labeling: Provide electrically operated corponents specified in this Section that are listed and labeled as defined in the NEC, Article 100. 1.7 i IZUJLC'T CONDITIONS A. Work on this project shall be closely coordinated with work on the new water pollution control facility. 1.8 SCHEDULING A. Coordinate control system installation and programming with actual equipment installation. B. The installation of fiber optic cable from 01-MCP-001 located in the pump station to 02-MCP-003 located in the Headworks Building at the WPCF will be by others. Installation of conduit for fiber optic from O1-MCP-00I to the river crossing shall be the responsibility of the Contractor. Fiber optic terminations in 01-MCP-001 shall also be the Contractor's responsibility. PART" 2 - PRODUCTS 2.1 SOFTWARE A. General: Software provided for control shall the products of one manufacturer (except as provided herein) for singlc-source responsibility. Tile software used shall be commercially available with the benefit of numerous independent systems integrators having expertise in the use and programming of the software. B. SCADA Software: MMUSCADA system that features full rocess visualization data P , collection and management, and supervisory control. SCADA software shall include necessary drivers and configuration utilities. SCADA software shall be iFIXTM manufactured by Inteliution Incorporated (I"oxborough, Mass.). C5-4199-00 13450-4 SUPERVISORY CONTROL SYSTEM RO — 3/19/01 1!J WALNUT STREET PUMP STATION CITY OF .JEFFERSON, MISSOURI C. Web Server: Web server software shall allow remote access using standard web browsers. Web servers shall be i WebSci-ver"*m manufactured . by Intellution Incorporated (Foxborough, Mass.). D. Office 'fools Software: Integrated software suite that includes word processing, spreadsheet, presentation graphics, Internet browser, electronic mail, and database software. Office tools software shall be Office 2000 Professional manufactured by Microsoft Corporation (Redmond, Wash.). 2.2 CONTROL COMPUTERS A. Desktop Units: Full tower case with the following components: 1. 800-MHz Pentiumo III processor. 2. 128 MB SDRAM (expandable to 512 M13). 3. 256 KB Level 2 SRAM cache. 4. Dual channel 40 MB/s ultra-wide SCSI-3 controller. 5. 9.1 GB ultra-wide SCSI-3 hard drive. 6. Graphics accelerator with 8 M13 RAM. 7. l UBase-T PCI Ethernet card. 8. 3'/2-inch 1.44 MB floppy dive, 9. 32x EIDE CD-ROM drive. 10. lomega Z,IP drive. 11. 56.6 kbps diagnostic internal modem. 12. Mouse and 101-key keyboard. 13. 16-bit sound card with speakers. Desktop control computers shall be rnunufactured by Compaq, Dell, Gateway, or equal. B. The pre-installed operating system for all computers shall be Windows NT 0.0. C. Desktop computers shall be installed at locations shown on the Contract Drawings, 2.3 MONITORS A. One 22-inch color SVGA flat screen monitor for each desktop control computer; 0.25 to 0.27 min variable grille pitch. Monitors shall be MultiSync FP1350" m (Model JC- 2241 UMW) manufactured by NEC Technologies (Itasca, 111.) or equal. 2.4 UNINTERRUPTIBLE POWER SUPPLIES (UPSs) A. UPSs shall be on-line topology capable of providing at least 15 minutes of continuous and simultaneous operation of all connected equipment. UPS powered equipment shall C54199-00 13450.5 SUPERVISORY CONTROL SYSTEM R0 — 3/19/01 STATION CITY (.)F JI'.FTT'RSUN, MISSOt JRl include, but is not limited to, fiber optic modems, 1.?thernet hubs, computers, monitors, and printers, UPSs shall be mantilitctured by Sola/!-levi-Duty, a Unit of L:GS Electrical Group, LLC (Goldshoro, S.C.); Best Power, it Unit of SPX Corporation (Necedah, Wis.); American Power Conversion (AI'C) Corporation (West Kingston, R.I.); or equal. PART 3 - E-'XEC.UTION 3.1 INSTALLATION I ION A. *Fhe description provided in this Section, together with the other applicable Sections and the Contract Drawings (specifically the l'&IDs) comprise the functional design criteria liar this Project. B. The PR:.IDs represent the basic concept ol'the instrumentation and controls. The control system descriptions further supplement these drawings. C. When a field located LOR or LIOA switch is selected in the OFF position, £III controls shall be disabled. D. All LOR and 1IOA switches shall include contact blocks 16r discrete PLC input indicating switches are in REAR)Th. or ff 11TO mode, C. When the field located LOR switch is selected in the 1.0C,4L position (LOC 41. mode), control shall be Manually initiated by the operator at the respective equipment. F. When the field located LOR switch is selected in the 111 A407'1: position (R1sHOTL mode), till controls shall be by the PLC via the SCADA system. In this mode, operators shall be provided with two additional software selections: I. REA/U7'1 HeIND Mode: This mode requires rnanual control by operators via the SCADA, such as starting or stopping pumps and opening or closing valves, 2. R1A•1UTIs :I UTO Mode: This mode will operate the controlled equipment by a process variable parameter, such as a flow or level setpoint, or a pre-programmed sequence as described in this Section, G. When a field located I-IOA switch is selected in the 1-1,4AID position (1111NU mode.), the equipment shall be energized. 1-I. When a field located I-IOA switch is selected in the :411'TO position (AUTO mode), energizing o1 the eglllpn'Ient shall he determined by the local control programming. 1. The SCADA computer 1' pt display l s) lit} shall provide clear indication and precise status of equipment. C5-4199-00 13,150-6 SIJPIiRVISORY CONTROL SYSTEN RO— 3/19/0) WALNUT ST'RI'CT PUMP ST'AT'ION CITY 0I7 .1131"T-LRSON, MISSOURI J. A software controller (single variable or multi-variable) shall have STARTISTO ' (OI'I NIC'LOS;) function command and analog output Function command, such as speed, flow, or level. K. Motorized equipment with a local disconnect switch shall include an auxiliary contact showing; that the equipment is out of service when the disconnect is open. This EQUIPMENT OUT 01 SERVICE shall be considered in any lead-lab or backup operating scheme. L. Discrete status changes shall be logged in the plant database. Alarms shrill be logged and annunciated on the SCADA computer display. Acknowledgment of'the alarm shall also be logged. 3.2 CONTROL SYS'I'I M DE-SCRIPTIONS A. Sewage Pump Control: I. The PUMP Station Consists OI three variable speed (two s111all and one large) and three constant speed (all large) submersible pumps. The variable speed pumps shall be, the two primary pumps (small) and one secondary (large) pump. The remaining; three secondary pumps are constant speed, operating only during periods of high flow rates. Each pump shall have an HOA selector switch. The variable speed pumps shall have drive-mounted I-10A switches while the constant speed pump 1-IOA switches shall be mounted near each pump access hatch. In tile HAND mode, the pump shall run until the switch is placed in the OFF or AUTO position. In the AUTO mode (prelcrred position), the pumps shall be operated based on the IVET WELL LEVEL. 2. In the AUTO mode, the operator shall select from the two small variable speed Pumps the I'RIA41IRY LEAD PUMP (the remaining pulllp (101lults to PRIMARY LAG PUAV). The large variable speed secondary pump is the S'EC'ONDARY LEAD 11UAI11. As the WET IFELL LEVEL reaches the PRIAMRY LEAD PUMP ON setpoint, the pump shall S'TARTand ramp up to the minimum operating; speed. As the IVET NEIL LEVEL increases, the speed of the pump shall also increase until Full speed is reached. As the 14"ET {YELL LEVEL continues to increase, the ITIA11IRY LE11D PUMP shall turn off and the S'EC'ONDARY LEAD PUMP shall start and ramp up to minimum speed. As the IVET IVELL LEVEL continues to increase, the pump shall increase in speed until full speed is reached. As the WET IVEL L LEVEL decreases, the pump speed shall also decrease to minimum operating; specd until the S'EC'ONDARY LIsf1D I'(..IM!' OFF setpoint is reached. The SECONDARY LEAD PUMP shall S'TOI' and the 11RIA11IRY LEAD PUMP shall ST-1RT and ramp up to full speed. As the IVE7'IVELL LEVEL decreases, the pump speed shall also decrease until the nllnitlll1111 pt1111p Operating speed is reached. If the FVET IVELL LEVI L decreases to the pump station low level, the C5-4199-00 13450-7 SUPI3RVISORY CONTROL SYSTEM Ito — 3/]9/01 WALNUT STREET PUMP STATION CiTY (.. F' JEFFERSON, MiSSOURI PUA71' STATION LOW LEVEL ALARA7 shall be annunciated and recorded and the PRIA111R)'LEAD PUMP shall ,STOP, 3. In the AUTO mode, the operator shall select. the SE(.-'ONDAR)' LAG PUMP and the SECONDARY LAG LAC; PUA111. The remaining pump defaults to S'ECONDAR)' LAST PUMP. If the SEC'ONDAR)' LEAD PUMP operates lit full speed and the WET IFELL LEVEL continues to increase, the PRIMARY LAG PUA,11' shall S'T'ART and both pumps shall ramp from low speed to full speed with a rising wet well. If the water level continues to rise to the SECONDARY LAG PUMP ON setpoint, the PRIAIARI'LAC; PUMI' shall STOP and the SECONDARY LAG PUA11' shall S7AR'1' and operate until the level drops to the SE(''ONDARY LAG PUMP OFF setpoint. The second force main is anticipated to open at this time based on a flow setting, if the water level continues to rise to the SECONDAR)'LAG LAG PUMP ON setpoint, the S'ECONDARYLAG LAC; PUMP shall START and operate until the level drops to the SE('ONDAR)' LAG LAG PUAIP OFF setpoint, 11' the water level continues to rise to the SECONDARY LAST' PUA41' ON setpoint, the S'EC'ONDARY LAST' PUMP shall START and operate until the level drops to the SECONDARY LAW PUA71' OFF setpoint. The secondary variable speed pump will ramp from low to full speed as the wet well rises and each additional pump is started. If' the purr►p station high level is reached, the JUMP STATION HIGH LEi%EL ALARAI shall be annunciated and recorded. 4. The pump setpoints shall be operator selectable. Preliminary setpoints shall be: S'etpoint Description — --�-- Elevation High level alarm 528.5 Last secondary pump on - �M_ 527.5 Last secondary pump oft _ 526.5 Lag lag secondary pump on 526.5 Lag lag secondary pump off _ 525.5 _Lag secondary pump o_n 525.5 Lag secondary PUMP 01T _ —� 523.5 Lag primary pump ofl' 524.5 - -Lag primary pump on 523.5 Lead primary pump off - — --- 522.0 Lead secondary pump on -^- 522.0 i.eud secondary pump aff 520.5 _Lead primary pump oil _ - 520.5 Low level alarm, all pumps ofl'� 519.0 ~Low level alarm �- --- 519.0 5. In the event of pump Cailure (11UA71' MOTOR (. VE'RLOAD, PUMP MOTOR TAMPERATURE ALARM, PUA/I' BEARING TEMPERATURE ALARA7, PUA1P HIGH SEAL iAILURE ALARM, PUMP i..OP SEAL FAiLURE ALARM), an C5-4199-00 13,450-8 SUPERVISORY CON`i'ROL SYSTEM RO -- 3/19/01 WALNUT STREET PUMP STATION CI'T'Y OF.IEFFERSON, MISSOURI alarm shall be annunciated and logged and, if available, the backup pump shall start and assume the role of the failed pump. B. Force Main Operation: 1. The operator shall select one of the two force mains as the LrSAD FORCE MAIN (the remaining force main defaults to the LAG P'ORCE MAIN). The valves shall OPEN and C'L0,5C as necessary based on a flow setting of approximately 20,800 gpm and the force main selected. 2. In the event a secondary pump is called to start, the lag force main shall automatically OPEW Both force mains shall be used as long as any secondary pump is operating. C. Odor Control System: 1. The odor control system shall run continuously with manual ON-OPY'operation. D. Septage Acceptance Unit: I. Operation of the septage acceptance unit shall be on a batch basis, operating when a load is requested to be delivered. 2. Information f'or each load received shall be displayed and recorded at the local and WPCF MMI. For each user, the number of trips, start time for each trip, elapsed time logged in, quantity dumped (gallons), high pl-1 faults, and low pH faults shall be retained fir billing purposes. L. Electric Valve and Gate Operators: 1. In addition to the basic controls outlined in Article 3.1 in this Section, additional information received via DeviceNet"'M communications as outlined in Section 13445, Article 2.4, Paragraph E shall be displayed and monitored. F, Uninterruptible Power Supplies: I. Each UPS shall be independently monitored using UPS manufacturer-supplied software. Software shall monitor each UPS and annunciate any UPS alarms. Software shall also provide for orderly shutdown of connected equipment in case of prolonged electrical outage. G. Pump Station Electric Power: 1. Incoming plant electric power shall be monitored. Parameters to be monitored include kW, kVA, power £actor, voltage, and amperage as well as phase imbalance, loss of phase, and phase reversal. END OF SECTION 13450 C'5-4199-00 13450-9 SUPERVISORY CON'T'ROL SYSTEM RO — 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFI�ERSON, MISSOURI SECTION 13455 -- PROGRAMMABLE LOGIC CONTROLLERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes requirements for programmable logic controllers, operator interfaces, and accessories, including: 1. Power supplies. 2. Chassis. 3. 1/0 modules. 4. Communication modules. 5. Programming software. B. Related Sections: The following Sections contain requirements that relate to this ID Section: 1. Division 13, Section "Control Panels," for PLCs and Ols provided by equipment manufacturers. 2. Division 13, Section "Supervisory Control System," ('or integration of system controls with local controls and coordination of on-line programming software. 1.3 REFERENCES A. National Fire Protection Association (NFPA): I. NFPA 70— National Electric Code`s (NEC). B. Underwriters Laboratories (UL): 1. UL 486A — Wire Connectors and Soldering Lugs for Use With Copper PP er Conductors. 2. UL 486B— Wire Conductors for Use With Aluminum. 3. UL 508 — Industrial Control Equipment. C5-4199-00 13455-1 PROGRAMMABLE LOGIC RQ— 3/19/01 CONTROI.,LERS WALNUT STREET PUMP STATION CITY OI' Ji FFI`:RSON, MISSOURI 1.4 DEFINITIONS A. MMI: Man-machine interface. B. OI(s): Operator interface(s). C. 111,C(s): Progranirnable logic controller(s). D. SCADA: Supervisory control and data acquisition. 1.5 SYS'T'EM DESCRIPTION A. The Proposed SCADA system shall be a network of PL.Cs communicating via fiber optic Ethernet using TCP/IP Protocol. Pl_,Cs shall also communicate via Category 5 UTP cable from master control panels to personal computers and MMIs as outlined on the control network schematic. Communications from PI.Cs to micro-PLCs and other devices such as valve actuators and drives shall be via DeviceNet protocol. Personal computers shall provide MMI and database capabilities with local Ols Installed where shown. B. A minimum o1' 10% spare assignable input/output points for each 1/0 type shall be provided for each PLC location. 1.6 SUBMITTALS A. Product Data: 1. Submit manufacturer's product data sheets for equipment described in Part 2 (it' this Section including memory size, input and output capacities, and communications capabilities for each processor. B. Shop Drawings: 1. Submit component dimensional drawings. 2. Submit wiring diagrams detailing wiring for power and control systems and differentiating clearly between manufacturer-installed and field-installed wiring. C. Maintenance and Operation Instructions: 1. Submit electrical diagrams with information on repair, troubleshooting, and testing. Include operational sequence description as weli as programming documentation required in this Section. C5-4199-00 13455-2 PROGV---MMABLE LOGIC RO— 3/19/01 CONTROLLERS 1 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI D. Project Record Documents: 1. Submit complete programming documentation f'or each PLC on 3-1/2 inch floppy disks or CD-ROM. Documentation shall include fully annotated reports and description comments, lull sequence of operation shall be contained in running comments. Description and reports shall be cross-referenced. 1.7 QUALITY ASSURANCE A. Regulatory Requirements: I. 131ectrieal Component Standard: Provide components that comply with NFPA 70 and that are listed and labeled by UL. 2. Listing and Labeling: Provide electrically operated components specified in this Section that are listed and labeled as defined in the NEC, Article 100. 1.8 PROJECT CONDITIONS A. The existing wastewater treatment plant operations shall be maintained during the installation of the new SCADA system. 1.9 COORDINATION AND SCHEDULING A. Coordinate the installation of PLCs with the installation of relevant electrical and instrumentation components. 1.10 WARRANTY A. PLCs and accessories shall be fully warranted for one year after Project acceptance. PART 2 - PRODUCTS 2.1 PROGRAMMABLE LOGIC CONTROLLERS, (PLCs) A. General: PLC programming software shall RSLogix 500 manufactured by Rockwell Automation (Milwaukee, Wis.), or equal. B. Network PLCs: SLC 500TM Line, Model 5/05 (Catalog No. 17474,552) manufactured by Allen-Bradley Company, Incorporated (Milwaukee, Wis.), or equal. C54199-00 13455-3 PROGRAMMABLE LOGIC RO— 3/19/01 CONTROI.,LERS WALNUT SIRE-F." ' PUMP STATION CITY OF A-11-FLRSON, MISSOURI C. I"quipmcnt PLCs: PLCs provided and used for equipment control purposes shall be identical to network PLCs. Micro-PLCs with DeviceNet communications capability may be used in lieu of network PLCs provided there are adequate 1/O points. Micro- PLCs shall be MicroLogixT1,1 manufactured by Allen-Bradley Company, Incorporated (Milwaukee, Wis.), or equal. ' 2.2 OPERATOR INTERFACES (Ols) A. General: OIs shall be fi.11ly configured for cash application. Provide one copy of 01 configuration software for each type of OI used on this project. 01 configuration software shall be PanelMate Power Series Configuration Software (Catalog; Number 06ALL) manufactured by Cutler-Ilanlnler (Milwaukee, Wis.); QuickDesigner (Catalog; Number QDA-EDT-001) manufactured by Total Control Products (Melrose Park, Ill.); or equal. 13, Large Ols: Thin film transistor (TFT) color screen, nlinirrlum 640x480 pixels (1()"0.5", VGA.) display size, %vith a touchscreen with a minimum of 384 touch cells, and DeviceNet communication port. Large Ols shall be PanelMate° Power SeriesTM 3000 (Catalog Number 39ST1•IX) nlanulactured Cutler-llanlnler (Milwaukee, Wis.); 12.1" TFT QuickPanel (Catalog Number QPL-21100-C211) manufactured by Total Control Products (Melrose Park, III.); or equal. 2.3 ACCESSORIES A. Power Supplies: Catalog No. 1746­1)4 111,11111fhctured by Allen-Bradley Company, Incorporated (Milwaukee, Wis.), or equal. 13. Chassis: Catalog No. 1746-A-13 manufactured by Allen-Bradley Company, Incorporated (Milwaukee, Wis.), or equal. Provide blank covers on unused slots. C. Analog Input Modules: Catalog No. 1746-N14 manufactured by Allen-Bradley Company, Incorporated (Milwaukee, Wis.), or equal. 1). Analog Output Modules: Catalog No. 1746-N(.*)41 nlanufilctured by Allen-Bradley Company, Incorporated (Milwaukee, Wis.), or equal. 1:. Discrete Input Modules: Catalog No. 1746-11316 manufactured by Allen-Bradley Company, Incorporated (Milwaukee, Wis.), or equal. F. Discrete Output Modules: Catalog; No. 1746-01316 manufactured by Allen-Bradley Company, Incorporated (Milwaukee, Wis.), or equal. G. DeviceNet Communication Modules: Catalog No. 1746-SDN manufactured by Allen- Bradley Company, Incorporated (Milwaukee, Wis.), or equal. C54199-00 13455-4 PROGRAMMABLL? LOGIC RO — 3/19/01 CONTROLLERS WALNUT STREET PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI PART 3 - EXECUTION 3.1 INSTALLATION A. Install all PLCs in control enclosures, B. Wire all I/O module points to terminal blocks, including spares. Use spade lugs to connect conductors to the PI,Cs. Spade lugs shall be Part Number 53120-1 (422-16 AWG) or Part Number 53123-1 (1/16-14 AWG) manufactured by AMP Incorporated (Harrisburg, Penn.) or equal. C. For PLC control enclosure wiring and labeling requirements, see Section 13430 - Control Panels. 3.2 CONNECTIONS A. Drawings indicate the general arrangement of instrumentation and cabling. B. Electrical: Conform to applicable requirements in Division 16 Sections. C. Grounding: Connect CPU to frame round using a green round wire and grounding b g g b 6 g g bracket. Branch ground conductors to a central earth ground point to ensure no conductor carries current from any other branch. 'Tighten electrical connectors and terminals, including grounding connections, according to manufacturer's published torque-tightening values. Where manufacturer's torque values are not indicated, use those specified in UL 486A and UL 48613. 3.3 PLC SCHEDULE Location 'Type Provided By _ 01-MCP-001 SLC System integrator O1-LCP-101 SLC Septage receiver manufacturer _ 01-LCP-102 KIC' _ Odor control system manufacturer 3.4 01 SCHEDULE Location _ Type _ Provided By 01-MCP-001 Large 01 _ System integrator END OF SECTION 13455 C5-4199-00 13455-5 PROGRAMMABLE LOGIC RO—3/19/01 CONTROLLERS i WALNUT STREET PUMP STATION CI'T'Y OF .IEFFIERSON, MISSOURI SECTION 14620 - TROT.LLY HOISTS PART I - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1 .2 SUMMARY A. This Section includes manual and electric trolley hoists. 1.3 SYSTEM DESCRIPTION A. Electric, Wire Rope Hoists 1. Basket Screen Hoist shall be an electric wire-rope hoist with push trolley suspension. a. Capacity: 1 ton b. Lift: standard lift, with a minimum of 50 feet. C. Lifting Speed: between 15 and 30 feet per minute. d. Lug-suspension type mounted on a push trolley suspension. e. Standard headroom type. 2. Pump Hoist shall be an electric wire-rope hoist with hand-geared trolley suspension. a. Capacity: 5.0 tons b. Lift: standard lift, with. a minimum of 50 feet. C. Lifting Speed: between 15 and 30 feet per minute. d. Lug-suspension type mounted on a hand-geared trolley suspension. using a curved I-beam. e. Standard headroom type. B. Manual, Chain Hoists 1. Check Valve T loist shall be a manual chain hoist with push trolley suspension. a. Capacity: 4.0 tons b. Lift: standard lilt, with a minimum of'20 feet. 2. Plug Valve Hoist shall be a manual chain hoist with ush trolley suspension. p Y sus P a. Capacity: 2.0 tons b. Lift: standard lift, with a minimum of'20 feet. C54199-00 14620-1 TROLLEY HOISTS RO—3/19/01 WALNUT STREET PUMP STATION CI'T'Y OF JEI'-FERSON, MISSOURI 3. Force plain Valve 1.loist shall be a manual chain hoist with push trolley suspension. a. Capacity: 3.0 tons b. Lift: standard lift, with it minimum of 20 feet. 1.4 SUBMITTALS A. Submit the following in accordance with the Conditions of the Contract and Division 1 Specification Sections: 1. Product Data, 2. Shop Drawings. 3. Operation and Maintenance Manuals. 4. Manufacturer's Warranty. 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: Manufacturer shall have not less than ten installations of comparable size in operation ('or at least live years. r 1.6 COORDINATION A. Coordinate layout and installation with other construction that penetrates ceilings or is supported by them, including light fixtures, I-IVAC equipment, fire-suppression system, and partition assemblies. 1.7 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components that flail in materials or workmanship within one year of Substantial Completion. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Yale Hoists 2. Coffing Hoists C54199-00 14620-2 'TROLLEY HOISTS RO—3/19/01 r WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 3. Acco Hoists 2.2 MATERIALS A. Wire Rope: improved plow steel. Factor of safety not less than five, based on minimum ultimate tensile strength of material. B. Load Block: Enclosed, safety type with sheave pitch diameter of at least 18 times the wire rope diameter. C. Hook: heat-treated alloy steel, 360-degree rotation, with spring-loaded safety latch. D. Rope Drum: steel or ductile iron, with grooves to prevent piling of rope on drum. E. Load Brake: enclosed, suitable for holding the rated capacity of the hoist at any point when the motor is stopped. F. Motor Brake: electrically operated, automatically engaged when the power is off, capable of holding the rated capacity of the hoist at any point independent of the load brake. G. Load Limiting Device: manufacturer's standard device to prevent lifting of damaging overloads. 1-1. Hoist Housing: malleable iron, cast steel, welded steel, or aluminum. 1. Gear Assembly: gears shall be spur, helical, spiral, or bevel type, accurately machines, and conforming to AGMA standards for this service. Gear shafts shall be high carbon steel or alloy steel, machined and ground for accurate fit, and splined for fitting to the mating gear. Bearings shall be anti-friction with a minimum bearing life of 3,000 hours. Assembly shall operate in an oil bath with lubricant suitable for 10 to 110°F range. .1. Motor: high-starting torque, high-slip, 30-minute time rated, reversible motor specifically designed for hoist duty, 460 volt, 3 phase, 60 liz. K. Trolley: specifically designed for use with the hoist, with not less than four wheels sized to properly distribute the load, and suitable quick-acting track clamps. L. Monorail Track: ASTM A36, complete with necessary clamps, hangers, splice plates, end stops, fasteners, and fittings. Deflection of track shall not exceed 1/450 of span ' based on frill capacity load, including hoist. and trolley. M. Power Cable: flat cable festooning system complete with track, cable trolleys, and all necessary hardware. C5-4199-00 14620-3 TROLLEY HOISTS RO —3/19/01 WALNUT STREET PUMP STATION CiTY OF JEiTE-RSON, MISSOURI N. Load Chain: roller load or link load chain shall be A1SC Series 300 chrome-nickel alloy corrosion resistant steel chain suitable for hoist use and of sufficient hardness and strength to withstand the tests specified in ASME HST-2M. Chain shall have a safety factor of not less than 5, based on the minimum ultimate strength of the material. 0. I-land Chain: endless-coil, link type, fabricated from RISC Type 304 corrosion resistant steel. Hand chain reach distance shall be standard length for the specified lift height of hoist and shall reach approximately 30 inches above the operating floor. 2.3 CONTROLS A. Pendant-mounted station with full-guarded, momentary-contact pushbuttons; grounded to hoist. Pushbuttons shall return to the off' position when pressure is released by the operator. B. NEMA 12 control enclosure with breakers, magnetic starters, thermal overloads, hoist travel limit switch. 2.4 FACTORY FINISHES A. Finish: Manufacturer's standard paint applied to factory-assembled and -tested equipment before shipping. PART 3 - EXECUTION 3.1 EXAMINA`1'ION A. Examine ceilings for suitable conditions where monorail will be installed. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install monorail track p lumb and level. Track shall be smooth and offer no obstruction to trolley-wheel movement. B. Installation shall be in accordance with manufacturer's instructions and ANSI MH 27.1 "Specifications for Underhung Cranes and Monorail Systems." 3.3 FIELD QUALI'T'Y CONTROL 054199-00 14620-4 TROLLEY HOISTS RO — 3/19/01 WALNUT S'T'REET PUMP STATION CITY OF JEFFERSON, MISSOURI A. Operate trolley and hoist after Installation to verify proper operation of hoist, travel of trolley, and setting of limit switches and stops. Make adjustments to installation as required until unit operates to the satisfaction of Owner and Engineer. ` 3.4 PAINTING AND CLEANING A. After completing installation, inspect exposed finish. Remove buns, dirt, and construction debris and repair damaged finishes. 3.5 START-UP SERVICES A. The Equipment Manufacturer shall provide the services of a field representative for a total of one trip of not more than one day for start-up inspection and for instructing and assisting he Contractor and Owner's personnel in the start-up and proper operation of g P P the equipment. { END OF SECTION 14620 e ?f } L C5-4199-00 14620-5 TROLLEY HOISTS., s RO-3/19/01 $. WALNUT STREET PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI SECTION 15011 - PLUMBING GENERAL. PROVISIONS PART l - GENERAL, 1.1 RELATED DOCUMEN'r5 A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section and Other Sections of Division 15. 1.2 SUMMARY A. Contractor shall provide complete and operating systems for the following: 1. Storm Drainage System 2. Sanitary Sewcrs System 3. Domestic I-lot Water, Cold Water and Hot Water Return System 4. Acid Waste Systems 5. Natural Gas Systems 6. Compressed Air System 7. Vacuum Systems 8. Medical/Laboratory Gas Systems 9. Plumbing Fixtures 10. Plumbing Equipment B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 15, Section"Plumbing Pipe and Pipe Fittings— General." 2. Division 15, Section "Valves, Strainers and Piping Accessories— General." 3. Division 15, Section"Plumbing Pipe Supports and Anchors." 4. Division 15, Section "Plumbing Piping Insulation." 5. Division 15, Section"Domestic Water Piping Systems." 6. Division 15, Section "Soil, Waste and Sanitary Drain Piping, Vent Piping and Appurtenances." 7. Division 15, Section "Drains, Cleanouts and Traps." 8. Division 15, Section "Plumbing Fixtures and Trim." C. Any discrepancies or omissions contained in the contract documents must be clarified with the engineer at time of bidding or systems will be assured to be complete and operable. No claims for extras will be considered. 1.3 RELATED WORK A. Applicable provisions of this section apply to all sections of Division 15, Mechanical. C5-4199-00 15011 - 1 PLUMBING GENERAL PROVISIONS RO —3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 1.4 CONTRACT DRAWINGS A. Contract drawings are diagrammatic only and do not give fully dimensioned locations of various elements of work. Determine exact locations from field measurements. The plumbing work shall conform to the requirements shown on all of the drawings. ' Architectural and Structural drawings shall take precedence over plumbing drawings. Because of the small scale of the plumbing drawings, it is not possible to indicate all offsets, fittings and accessories which may be required. The Contractor shall investigate the structural and finish conditions affecting the work and shall arrange his work accordingly, providing such pipe, fittings, valves and accessories as may be required to meet such conditions. Where pipe or equipment sizes differ between plans and schematics or risers, use the larger of the two sizes. 1.5 SPACE REQUIREMENTS A. Consider space limitatio ns imposed by adjacent work in selection and location of equipment and material. Do not provide equipment or material which is not suitable in this respect. 1.6 OPENINGS A. Framed, cast or masonry openings for access panels, equipment and piping are specified under other divisions. However, drawings and layout work for exact size and location of all such openings are the responsibility of this contractor. 1.7 CONCEALED WORK A. Where the word "concealed" is used in connection with insulation, painting, piping, and the like, the word is understood to mean hidden from sight as in chases, furred spaces or above ceilings. "Exposed" is understood to mean open to view. 1.8 PERMITS, INSPECTIONS AND UTILITY CONNECTIONS A. Secure and pay for all constriction permits, inspections and utility connections related to , plumbing work as specified herein, shown on the drawings or required by local authorities. 1.9 ACCEPTABLE MANUFACTURERS A. The following is a list of acceptable manufacturers f'or items of equipment specified under Division 15, Section "Plumbing General Provisions." Where two or more units of same type or class of equipment are required, provide units of a single manufacihirer. ' Manufacturer's names and catalog numbers specified under sections of Division 15 are used to establish standards of design, performance, quality and serviceability and not to limit competition. Equipment of similar design, equal to that specified, manufactured by a manufacturer named below, will be acceptable on approval. A request for prior 054199-00 15011 - 2 PLUMBING GE14ERAL PROVISIONS RO — 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI approval of equipment not listed must be submitted 15 days before bid due date. Submit complete design and performance data to the Engineer in accordance with the General Conditions. ITEM MANUFACTURERS Access Doors Milcor, Karp, Zurn Gate, Globe and Check Valves Crane, Milwaukee, Hammond, NIBCO Strainers Mueller, Keckley, Hoffman, Zurn Butterfly Valves DeZurick, Keystone, Milwaukee, Centerline, NIBCO Ball Valves Apollo, Milwaukee, Watts, Hammond, NIBCO Pressure Relief Valves Kunkle, B&G, Keckley, Cash Pressure Gauges Marsh, Wiess, Trerice, Marshalltown Plug Valve Grinnell, Huber, NIBCO Thermometers Trerice, Marshalltown, Marsh, Wiess In-Line Circulators Armstrong, Bell & Gosset, Taco Insulation Schuller, Armstrong, Owens-Corning, Knauf, Manson Backflow Preventers Watts, Febco, Wilkins, Flowmatic Drains, Hydrants and Josam, Jay R. Smith, Wade, ' Cleanouts Zurn, Watts Plumbing Fixtures American-Standard, Eljer, Briggs, Crane Domestic Water Heaters PVI, A.O. Smith, Lochinvar, Bradford- White, State, RUUD/Itheem, Bock ' Medical Gas Devices Ohio, Chemtron,NCG Buffalo Electric Water Coolers Oasis, Sunroc, Haws, Halsey Taylor, Elkay C54199-00 15011 - 3 PLUMBING GENERAL PROVISIONS R0— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI ITEM MANUFACTURERS Mop Sinks Fiat, Stearns-Williams, Mustee Stainless Steel Sinks Elkay, Just, Advance Tabco Water Softener Northstar, Marlo, Bruner Rainsoft Water, Ecodyne 'Toilet Seats Bemis, Beneke, Olsonite Laundry Fittings Gray Manufacturing Co. S Y mmons Industries Flushometers Sloan Valve Co., 'turn Industries Cast Brass Faucets T&S Brass, Speakman, Zurn, Delta, Grohe Pressure Balance Bath/ Acorn, Leonard Valve Shower Faucets Powers, Symmons, Delta Thermostatic Mixing Valve Leonard Valve, Lawler, Powers, Symmons Bath/Shower Faucets Miscellaneous Fittings (Except Chicago Faucet, McGuire Manufacturing, Faucets) Brasscraft Supports J.R. Smith, Wade, Zurn ' 1 C5-4199-00 15011 -4 PLUMBING GENERAL PROVISIONS RA—3/19/01 WALNUT STREIsT PUMP STATION CITY OF JI?FhERSON, MISSOURI 1.10 SUBMIT'T'ALS A. in accordance with Conditions ofContract and Division I Specification Sections. 13. All electronic equipment that depends on real time operation shall be suitable for the year 2000 and beyond. 1.11 OPERATING AND MAINTENANCE INSTRUCTIONS A. Delivery: Secure three copies of operating and maintenance instructions, service manuals, and parts lists applicable to each item of equipment furnished. Deliver three bound sets of same for Owtincr's use. Delivery of required documents is a condition of final acceptance. Operation and maintenance instructions should include all nameplate data and design parameters. Clearly distinguish between information that pertains to the particuku- equipment and infonnation which does not. Submittal and form of documents shall be in accordance with DIVISION 1. B. Instruction Services: Upon completion of work, and at a time designated by the Engineer, provide services of competent representative of the Contractor for period of at least 40 hours to instruct the Owner's representative in the operation and maintenance of the entire system. 1.12 OPERATING 'PESTS A. After all plumbing systems have been completed and put into operation, subject each system to an operating test under design conditions to ensure proper sequence and operation throughout the rauige of operation. Make adjustments as required to ensure proper functioning of all systems. Special tests on individual systems are specified under individual sections. 1.13 SYSTEM PERFORMANCE TEST RUN A. Refer to Division 15 sections for initial start-up of equipment and systems for purposes of testing, adjusting and balancing. At time of plumbing work closeout, check each item in each system to determine that it is set for proper operation. With Owner's Representative and Architect/Engineer present, operate each system in test Rill of appropriate duration to demonstrate compliance with performance requirements. During or following test runs, make final corrections or adjustments of systems to refine and improve performances wherever possible, including noise and vibration reductions, elimination of hazards, better response of controls, signals and ' alarms, and similar system performance improvements. Provide testing or inspection devices as may be requested for Architect/Engineers observation of actual system performances. Demonstrate that controls and items requiring service or maintenance are accessible. C5-4199-00 15011 - 5 PLUMBING GENERAL PROVISIONS RO— 3/19/01 WALNUT STREET PUMP STATION CI'T'Y OF A"IFI�ERSON, MISSOURI 1.14 OWNER-FURNISHED EQUIPMENT A. Refer to Division 1 for specification requirements on plumbing equipment furnished to project by Owner, and to be received, installed and placed in operation as plumbing work. Principal items include the following: 1.15 PRE-PURCHASED F.,QUIPMENT A. Refer to Division 1 for specific requirements and plumbing equipment which has been pre-purchased for project, and is to be assigned to this contractor for installation, and fulfillment of other requirements. Principal items of pre-purchased plumbing equipment include the following: 1.16 EXISTING FACILITIES A. Mechanical work includes dismantling and removal of certain existing plumbing facilities, revisions to existing systems and interconnection of new plumbing services and systems with existing services and systems. Owner's continued occupancy of existing building during perfonnance of plumbing work, and Owner's use of plumbing systems thereof, must not. be interrupted. Schedule all existing utility shutdowns with Owner at least 14 days prior to anticipated shutdown. 1.17 EXISTING UTILITIES 4k A. Drawings and survey data of Contract Documents indicate available information on existing utilities and services, and on new services (if any) to be provided to project by utility companies and agencies. Accuracy of information is not assured. Refer to Division 1 provisions for resolution of discrepancies discovered during course of performing plumbing work. 1.18 RECORD DOCUMENTS A. Maintain record documents in accordance with DIVISION 1. 1.19 GUARANTEE A. Contractor Responsibility: The installer shall guarantee all work, materials and equipment tarnished under these specifications for a period of 1 year from the date of formal acceptance. Within the guarantee period, all defective equipment or installation ' shall be corrected to the satisfaction of the Owner, without additional cost. B. Manufacturer's Certificate of Warranty: Warranty shall be obtained for all equipment. , Warranty shall be obtained 1br at least one year as defined in the Paragraph: Installer Responsibility. Where longer period is called for in the specific equipment specifications, the longer period shall govern. C5-4199-00 15011 - 6 PLUMBING GENERAL, PROVISIONS RO —3/19/01 1 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI PART 2 PRODUCTS Not Applicable. PART 3 EXECUTION Not Applicable. END OF SECTION ISO 11 ■ { :r } . r N .. f 7� : ,'C54199-00, 1"5011 -7 PLUMBING GENERAL PROVISIONS ' RO 3/19/01 T, s r. WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 15050 - BASIC MECHANICAL MATERIALS AND METHODS PART l - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Piping materials and installation instructions common to most piping systems. 2. Transition fittings. 3. Dielectric fittings. 4. Mechanical sleeve seals. 5. Sleeves. 6. Escutcheons. 7. Grout. 8. Mechanical demolition. 9. Equipment installation requirements common to equipment sections. 10. Painting and finishing. 11. Concrete bases. 12. Supports and anchorages. 1.3 DEFINITIONS A. Finished Spaces: Spaces other than mechanical and electrical equipment rooms, furred spaces, pipe and duct shafts, unheated spaces immediately below roof, spaces above ceilings, unexcavated spaces, crawlspaees, and tunnels. B. Exposed, Interior Installations: Exposed to view indoors. Examples include finished occupied spaces and mechanical equipment rooms. C. Exposed, Exterior Installations: Exposed to view outdoors or subject to outdoor ambient temperatures and weather conditions. Examples include rooftop locations, D. Concealed, Interior Installations: Concealed from view and protected from physical contact by building occupants. Examples include above ceilings and in duct shafts. E. Concealed, Exterior Installations: Concealed from view and protected from weather conditions and physical contact by building occupants but subject to outdoor ambient temperatures. Examples include installations within unheated shelters. C5-4199-00 15050-1 13ASIC MECHANICAL MA']'ERIALS RO— 31/19/01 AND METHODS WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 1.4 SUBMITTALS A. Product Data: For the following: 1. Transition fittings. 2. Dielectric fittings. 3. Mechanical sleeve seals. 4. Escutcheons. B. Welding certificates. 1.5 QUALITY ASSURANCE A. Steel Support Welding: Qualify processes and operators according; to AWS DLI, "Structural Welding Code— Steel" B. Steel Pipe Welding: Qualify processes and operators according_ to ASME Boiler and Pressure Vessel Code: Section IX, "Welding and Brazing Qualifications." 1. Comply with provisions in ASME B31 Series. "Code fbr Pressure Piping." 2. Certify that each welder has passed AWS qualification tests for welding processes involved and that certification is current. C. Electrical Characteristics for Mechanical Equipment: Equipment of higher electrical characteristics may be furnished provided such proposed equipment is approved in writing and connecting electrical services, circuit breakers, and conduit sizes are appropriately modified. If' minimum energy ratings or efficiencies are specified, equipment shall comply with requirements. 1.6 DELIVERY, STORAGE, AND I-IANDLING A. Deliver pipes and tubes with factory-applied end caps. (Maintain end caps through shipping, storage, and handling to prevent pipe end damage and to prevent entrance of dirt, debris, and moisture. B. Store plastic pipes protected from direct sunlight. Support to prevent sagging and bending. 1.7 COORDINATION A. Arrange for pipe spaces, chases, slots, and openings in building; structure during progress of construction, to allow for mechanical installations. ' B. Coordinate installation of'required supporting devices and set sleeves in poured-in-place concrete and other structural components as they are constructed. C54199-00 15050-2 BASIC MECHANICAL MATERIALS RO — 3/19/01 AND METHODS WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI C. Coordinate requirements for access panels and doors for mechanical items requiring access that are concealed behind finished surfaces. Access panels and doors are specified in Division 8 Section "Access Doors and Frames." PART 2 - PRODUCTS 2.1 PIPE, TUBE, AND FITTINGS A. Refer to individual Division 15 piping Sections for pipe, tube, and fitting materials and joining methods. B. Pipe Threads: ASME B 1.20.1 for factory-threaded pipe rind pipe fittings. 2.2 JOINING MATERIALS A. Refer to individual Division 15 piping Sections for special joining materials not listed below. B. Pipe-Flange Gasket Materials: Suitable for chemical and thermal conditions of piping system contents. 1. ASME B16.21, nonmetallic, flat, asbestos-free, 1/8-inch maximum thickness unless thickness or specific material is indicated. a. Full-Face Type: For flat-face, Class 125, cast-iron and cast-bronze flanges. b. Narrow-Face Type: For raised-face, Class 250, cast-iron and steel flanges. 2. AWWA C110 rubber, flat face 1/8 inch thick Unless otherwise indicated; and full-face or ring type, unless otherwise indicated. C. Flange Bolts and Nuts: ASME B 18.2.1, carbon steel, unless otherwise indicated. D. Plastic, Pipe-Flange Gasket, Bolts, and Nuts: Type and material recommended by piping system manufacturer, unless otherwise indicated. ' E. Solder Filler Metals: ASTM B 32, lead-free alloys. Include water-flushable flux according to ASTM B 813. F. Brazing Filler Metals: AWS A5.8, BCuP Series, copper-phosphorus alloys for general- duty brazing, unless otherwise indicated; and AWS A54 BAgl, silver alloy fbr refrigerant piping, unless otherwise indicated. ' G. Welding Filler Metals: Comply with AWS D10.12 for welding materials appropriate for wall thickness and chemical analysis of steel pipe being welded. H. Solvent Cements for Joining Plastic Piping: C54199-00 15050-3 BASIC MEC14ANICAL MATERIALS RO —3/19/01 AND METHODS WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 1. A13S Piping: ASTM 1) 2235. 2. CPVC Piping: ASl'M F 493. 3. PVC Piping: ASTM la 2564. Include primer according to ASTM F 656. 4. PVC to ABS Piping 'Transition: AS'1'1v1 D 3138. 1. Fiberglass Pipe Adhesive: As furnished or recommended by pipe manUthCturCr. 2.3 TRANSITION FI'T'TINGS A. AWWA Transition Couplings: Same size as, and with pressure rating at least equal to and with ends compatible with, piping to be jOilICC1. I. Underground Piping NI'S 1-1/2 and Smaller: Manulactured fitting or coupling. 2. Underground Piping NPS 2 and Larger: AWWA 0219, metal sleeve-type coupling. r 3. Aboveground Pressure Piping: Pipe fitting. B. Plastic-to-Metal Transition Fittings: one-piece fitting with manufacturer's Schedule 80 equivalent dimensions; one end with threaded brass insert, and one solvent-cement-joint end. C. Plastic-to-Metal Transition Adaptors: One-piece fitting with manufacturer's SDR 11 equivalent dimensions; one end with threaded brass insert, and one solvent-cement-joint end. D. Plastic-to-Metal Transition Unions: MSS SP-107, four-part union. Include brass end, solvent-cement-joint end, rubber O-ring, and union nut. E. Flexible Transition Couplings for Underground Nonpressure Drainage Piping: ASTM C 1173 with elastomeric sleeve, ends same sire as piping to be joined, and corrosion-resistant metal band on each end. 2.4 DIELECTRIC FITTINGS A. Description: Combination fitting of copper alloy and ferrous materials with threaded, solder-joint, plain, or weld-neck end connections that match piping system materials. B. Insulating Material: Suitable for system fluid, pressure, and temperature. C. Dielectric Unions: factory-fabricated, union assembly, for 250-psig minimum working pressure at 180 ° F. D. Dielectric Flanges: factory-fabricated, companion-flange assembly, for 150- or 300- psig minimum working pressure as required to suit system pressures. C5-4199-00 15050-4 13ASIC MECHANICAL MATERIALS R0— 3/19/01 AND METHODS WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI E. Dielectric-Flange Kits: Companion-flange assembly for field assembly. Include flanges, full-face- or ring-type neoprene or phenolic: gasket, phenolic or polyethylene bolt sleeves, phenolic washers, and steel backing washers. 1. Separate companion flanges and steel bolts and nuts shall have 150- or 300-psig minimum working pressure where required to suit system pressures. F. Dielectric Couplings: Galvanized-steel coupling with inert and noncorrosive, thermoplastic lining; threaded ends; and 300-prig minimum working pressure at 2256 F. G. Dielectric Nipples: Electroplated steel nipple with inert and noncorrosive, thermoplastic lining; plain, threaded, or grooved ends; and 300-psig minimum working pressure at 2256 F. 2.5 MECHANICAL SLEEVE SEALS A. Description: Modular scaling element unit, designed for field assembly, to fill annular space between pipe and sleeve. 1. Sealing Elements: EPDM interlocking links shaped to fit surface of pipe. Include type and number required for pipe material and size of pipe. 2. Pressure Plates: Plastic. Include two for each scaling clement. 3. Connecting Bolts and Nuts: Stainless steel ol' length required to secure pressure plates to sealing elements. Include one far each scaling element. 2.6 SLEEVES A. Galvanized-Steel Sheet: 0.0239-inch minimum thickness; round tube closed with welded longitudinal joint. B. Steel Pipe: ASTM A 53, Type E, Grade B, Schedule 40, galvanized, plain ends. C. Cast Iron: Cast or fabricated "wall pipe" equivalent to ductile-iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated. D. Stack Sleeve Fittings: Manufactured, cast-iron sleeve with integral clamping flange. MInclude clamping ring and bolts and nuts for membrane flashing. 1. Underdeck Clamp: Clamping ring with set screws. 2.7 ESCUTCHEONS A. Description: Manufactured wall and ceiling escutcheons and floor plates, with an ID to closely fit around pipe, tube, and insulation of insulated piping and an OD that completely covers opening. C5-4199-00 15050-5 BASIC MECHANICAL MATERIALS RO—3/19/01 AND METHODS WALNUT STREET PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI B. One-Piece, Deep-Pattern Type: Deep-cirrrwn, hox-shaped hrats with pOhShcd chrol>>c- plated finish. C. One-Piece, Cast.-Brass Type: With setscrew. 1. Finish: Polished chrome-plated D. Split-Casting, Cast-Brass Type: With concealed hinge and sct screw. 1. Finish: Polished chrome-plated E. One-Piece, Stamped-Steel Type: With set screw or spring clips raid clrrollic-plated finish. F. Split-Plate, Stamped-Steel "Type: With concealed Irirnge. set screw or sprint:; clips, and chrome-plated finish, G. One-Piece, Floor-Plate 'Type: Cast-iron floor plate. H. Split-Casting, Floor-Plate Type: Cast brass with concealed) Image rind set screw. 2.8 GROUT A. Description: 5000 psi mininium compressive strength at 7 clays when testes) by AS TM C109. Shrinkage limited to 0.00" in plastic state when tested in accordrunce with AN"I'M C827 and in hardened state when tested to accordance with Corps of' Flivirrecrs Ckl)- C621. PART 3 - EXECUTION 3.1 MECHANICAL DEMOLITION A. Disconnect, demolish, and remove mechanical systems, equilrrrrent, and compolients indicated to be removed. 1. Piping to Be Removed: Remove portion or' piping indicated to he reproved and cap or plug remaining piping with same or corrrpatihle piping lnntc6ill, 2. Piping to Be Abandoned in Place: Drain piping and cap or I.1I11V pipillp, with snare or compatible piping material. 3. Ducts to Be Removed: Remove portion of dUCIS indicated to hV renu)ved ttn(l Plug remaining ducts with same or compatible dr.rclworl; material. 4. Ducts to Be Abandoned in Place: Cap or plug, duels will) surrre or compnliNt. e ductwork material. 5. Equipment to Be Removed: Disconnect and cal) services alld reprove e(luipment. g E C5-4199-00 15050-6 13AS1(' MF(.'I IANI('A1. \1X11:hI 1.S R0 —3/19/01 AND Nill;Tl lOI)S WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOLJRI G. Equipment to Be Removed and Reinstalled: Disconnect and cap services and remove, clean, and store equipment; when appropriate, reinstall, reconnect, and make equipment operational. 7. Equipment to Be Removed and Salvaged: Disconnect and cap services and remove equipment and deliver to Owner. B. If pipe, insulation, or equipment to remain is damaged in appearance or is unserviceable, remove damaged or unserviceable portions and replace with new products of equal capacity and quality. 3.2 PIPING SYSTEMS - COMMON REQUIREMENTS A. Install piping according to the following requirements and Division 15 Sections specifying piping systems. B. Drawing plans, schematics, and diagrams indicate general location and arrangement of 6 p b b f, piping systems. Indicated locations and arrangements were used to size pipe and ® calculate friction loss, expansion, pump sizing, and other design considerations. Install �! piping as indicated unless deviations to layout are approved on Coordination Drawings. C. Install piping in concealed locations, unless otherwise indicated and except in equipment rooms and service areas. D. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise. E. Install piping above accessible ceilings to allow sufficient space for ceiling panel removal. rF. Install piping to permit valve servicing. G. Install piping at indicated slopes. H. Install piping free of sags and bends. 1. Install fittings for changes in direction and branch connections. J. Install piping to allow application of insulation. K. Selects stem components with pressure rating equal to or g reater than system operating pressure. L. Install escutcheons for penetrations of walls, ceilings, and floors according to the following: C5-4199-00 15050-7 BASIC MECHANICAL MATERIALS RO—3/19/01 AND METHODS WALNUT S'CREET PUMP STATION r CITY OF JEFFERSON, MISSOI fRl 1. New Piping: a. Piping; with Fitting or Sleeve Protruding front Wall: One-piece, deep- pattern type. b. Chrome-Plated Piping: One-piece, cast-brass type with polished chrome- plated finish. C. Insulated Piping;: One-piece, stanlpcd-steel type with spring clips, d. Bare Piping at Wall and floor Penetrations ill Fini.,hcd Spaces: One-piece: cast-brass type with polished chrome-plated knish. e. I3are Piping at Ceiling Penetrations in Finished Spaces: One-piece or split- casting, cast-brass type with polished chrome-plated finish. 1'. Bare Piping; in Unfinished Service Spaces: One-piece. cast-brass type with polished chrome-plated finish. g. Bare Piping in Equipment Rooms: One-piece, cast-brass tyile. h. Bare Piping at Floor Penetrations in Equipment Rooms: One-piece, floor•• plate type. 2. Existing Piping;: Use the following: a. Chrome-Plated Piping: Split-casting, cast-brass type with chrome-plated finish. b. insulated Piping: Split-plate, stanlpcd-steel type with concealed or exposed-rivet hinge and spring clips. C. Bare Piping at Wall and Floor Penetrations in Finished Spaces: Split- casting. cast-brass type with chrome-plated finish. d. Bare Piping at Ceiling Penetrations in Finished Spaces: Split-casting, cast- brass type with chrome-plated finish. C. Bare Piping in Unfinished Service Spaces: Split-casting, cast-brass type with polished chrome-plated rough-brass finish. r 1. Bare Piping in Unfinished Service Spaces: Split-plate, stanlpcd-steel type with concealed or exposed-rivet hinge and set screw or spring clips. g. Bare Piping in Equipment Rooms: Split-casting, cast-brass type. h. Bare Piping in Equipment Rooms: Split-plate, stamped-steel type with set screw or spring~ clips. i. Bare Piping at Floor Penetrations in ECllill)IllCllt Rooms: Split-casting, r floor-plate type. M. Install sleeves for pipes passing through concrete and masonry walls, gypslllll-board f partitions, and concrete floor and rool'slabs. I. Cut sleeves to length tar mounting flush with both surlilces. , a. Exception: 1? WALNUT STREET PUMP STATION CITY OF .IEFFERSON, MISSOURI iron sleeve; fittings below floor slab as required to secure clau-rping ring; if ring; is specified. 2. Install sleeves in new walls and slabs as new walls and slabs are constructed. 3. Install sleeves that are large enough to provide 1/4-inch annular clear space between sleeve and pipe or pipe insulation. Use the following sleeve materials: a. Steel Pipe Sleeves: For pipes smaller than NIS 6. b. Steel Sheet Sleeves: For pipes NPS 6 and larger. penetrating gypsum-board partitions. C. Stack Sleeve Fittings: For pipes penetrating floors with membrane waterproofing. Secure flashing between clamping flanges. Install section of cast-iron soil pipe to extend sleeve to 2 inches above finished floor level. Refer to Division 7 Section "Sheet Metal Flashing and Trim" for flashing. 1) g Seals ace outside of sleeve fittings with grout. P � 4. Except 1'or locations where mechanical sleeve seal is specified, seal annular space between sleeve and pipe or pipe insulation. using joint sealants appropriate for size, depth, and location of joint. Refer to Division 7 Section "Joint Sealants" for materials and installation. N. Aboveground, Exterior-Wall Pipe Penetrations: Seal penetrations using sleeves and mechanical sleeve seals. Select sleeve size to allow for 1-incli annular clear space between pipe and sleeve for installing mechanical sleeve seals. I. Install steel pipe for sleeves smaller than 6 inches in diameter. 2. Install cast-iron "wall pipes" for sleeves 6 inches and larger in diameter. 3. Mechanical Sleeve Seal Installation: Select type and number of scaling element. required for pipe material and size. Position pipe in center ol'sleeve. Assembly mechanical sleeve seals and install in annular space between pipe and sleep c Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. O. Underground, Exterior-Wall Pipe Penetrations: Use wall castings unless noted ' otherwise. If Drawings allow use of sleeves, install cast-iron "wall pipes" for slceve,, Seal pipe penetrations using mechanical sleeve seals. Select sleeve size to allow for I- inch annular clear space between pipe and sleeve for installing; mechanical sleeve seals. 1. Mechanical Sleeve Seal Installation: Select type and number of sealing elements required for pipe material and size. Position pipe in center of'sleeve. Assemble mechanical sleeve seals and install in annular space between pipe and sleeve. Tighten bolts against pressure plates that cause scaling elements to expand and make watertight seal. C5-4199-00 15050-9 BASIC MECHANICAL MATERIALS RO— 3/19/01 AND METHODS r WALNUT S'I'Rf r-'I'I)I IN11' S'I'A'1'ION CITY Ol- .il?I'F1:RSO N, MISSOURI I'. Dire-Barrier Penetrations: Maintain indicated lire rating of walls, partitions, ceilings, and floors at pipe penetrations. Seal pipe penetrations with lirestop materials. Ruler to Division 7 Section "Through-Penetration F irestop Systenns" tar materials. Q. Verify final equipment locations for roughing-in. R. Refer to equipment specifications in other Sections ol'these S pecilications Ibr roughing- in requirements. 3.3 PIPING JOINT CONSTRUCTION A. Join pipe and fittings according to the following requirements and Division 15 Sections specifying piping systems. B. Ream ends o`'pip--s and tubes and remove burrs. Bevel plain ends of steel pipe. C. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before assembly. D. Soldered Joints: Apply ASTM B 813, water-flushablc flux, unless otherwise indicated. to tube end. Construct joints according to ASTM B 828 or ('DA's "Copper Tube Handbook," using lead-free solder alloy complying with AS'IN f3 32. E. Brazed Joints: Construct joints according to AWS's "l3razing Handbook," "Pipe and Tube" Chapter, using copper-phosphorus brazing filler nnetal complying with AWS A5.8. 1-. Threaded Joints: Tlu•ead pipe with tapered pipe threads according to ASIMEH 131 20.1 Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burr., and restore full ID. Join pipe fittings and valves as follows: 1 . Apply appropriate tape or thread compound to external pipe threads unless dr\ seal threading is specified. 2. Damaged Threads: Do riot use pipe or pipe fittings with threads that are corrodeki or damaged. Do not use pipe sections that have cracked or open welds. G. Welded .Joints: Construct joints according to AWS D10.12, using (jualilied processe, and welding operators according to Part 1 "Quality Assurance" Article. 1-1. Flanged Joints: Select appropriate gasket material, size, type, and thickness for service application. Install gasket concentrically positioned. Use suitable lubricants on bolt threads. 1. Plastic Piping Solvent-Cement Joints: Clean and dry oinun surfaces. loin pipe and , P J g 1p Fittings according to the following: 054199-00 15050-10 BASIC MIC'IIANICAL MATERIALS RO-- 3/19/01 AND MEITIODS r WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 1. Comply with ASTM F 402 for safe-handling practice of cleaners, primers, and sot vent cements. 2. ABS Piping;: Join according; to ASTM D 2235 and ASTM D 2661 Appendixes. 3. CPVC Piping;: Join according; to ASTM D 2846/1) 2846NI Appendix. 4. PVC Pressure Piping: schedule number ASTM D 1785, I'VC pipe and PVC socket fittings according to ASTM D 2672. .loin other-than-schedule-number PVC pipe and socket fittings according to ASTM D 2855. 5. PVC Nonpressure Piping: Join according to ASTM D 2855. 6. PVC to ABS Nonpressure Transition Fittings: Join according; to ASTM D 3138 Appendix. J. Plastic Pressure Piping Gasketed Joints: Join according to ASTM D 3139, K. Plastic Nonpressure Piping Gasketed Joints: .loin according to ASTM 17 3212. L. P✓ Piping Heat-Fusion Joints: Clean and dry Joining surfaces by w ipin , with clean cloth or paper towels. Join according to ASTM D 2657. 1. Plain-End Pipe and Fittings: Use butt fusion. 2. Plain-End Pipe and Socket Fittings: Use socket fusion. M. Fiberglass Bonded Joints: Prepare pipe ends and fittings, apply adhesive, and join according to pipe manufacturer's written instructions. 3.4 PIPING CONNECTIONS A. Make connections according to the following, unless otherwise indicated: 1. Install unions, in piping NPS 2 and smaller, adjacent to each valve and at final connection to each piece of equipment. ? Install flanges, in piping NPS 2-1/2 and larger, adjacent. to flanged valves and at final connection to each piece of equipment. 3. Dry Piping Systems: Install dielectric unions and flanges to connect piping materials of dissimilar metals. 4. Wet Piping Systems: Install dielectric coupling and nipple fittings to connect piping materials of dissimilar metals. 3.5 EQUIPMENT INSTALLATION - COMMON IZEQUIIZEMf NTS A. Install equipment to allow maximum possible hcadrooni unless specific mounting heights are riot indicated. B. Install equipment level and plumb, parallel and perpendicular to other building systems and components in exposed interior spaces, unless otherwise indicated. C5-4199-00., 15050-11 BASIC MECI-{ANICAL MATERIALS RO-- 3/19/01 AND ME-THODS WALNUT ST'RE ..' mirvll' STATION CITY (')I* JI FERSO N, MISSOURI C, Install Mechanical ecluipllicnt to facilitate service, maintenance, and repair or replacement of components. Connect e(ILlipnlent tier case of' disconnecting, with nlininluM inlerlcrence to other installations. Extend grease fitLings to accessible locations. D. Install equipnlcnt to allow right o1'way Ior piping installed at required slope, 3.6 1)AIN'ITING A. fainting of mechanical systems, cgtlipmcm, and eolllponcllts is Specified 111 Division 9 Section "Painting." B. Dania b e and FOLIChll : Repair marred and damaged factory-Painted finishes with materials and procedures to match original factory finish, 3.7 CONCRETE BASES A. Concrete Gases: Anchor equipment to concrete base according to equipnlcnt manufacturer's written instructions and according to seisrnic codes at Project. I. Construct concrete bases as shown on Drawings, using concrete and reinforcement as specified in Division 3 — Concrete Work, 2. Install epoxy-coated anchor bolts [6r supported equipment that extend through concrete base, and anchor into structural concrete floor. 3. Place and secure anchorage devices. Use supported ecfuipnlent manufacturer's 4k setting drawings, templates, diagrams, instructions, and directions llirnislled with items to be embedded. 4. Install anchor bolts to elevations required Ior proper attachment to supported equipment. 5. Install anchor bolts according to ancllor-bolt nlanufactUl-er's written instructions. 3.8 ERECTION OF METAL SUPPORTS AND ANCHORAOFS A. Refer to Division 5 Section "Metal Fabrications" (br structural steel. B. Gut, lit, and place IlliSCelltllleoLIS metal supports accurately in location, alignment, and elevation to support and anchor mechanical mateIials and equipment. C. Field Welding: Comply with AWS D1.1. 3.9 LRLC I ION OF WOOD SU1 I OR fS AND ANCI-IORA(_,I.,S A. CLIt, lit, and place wood grounds, Ilailers, blocking, and anchorages to support, and anchor mechanical materials iin(] egLlipincllt. 054199-00 15050-12 BASIC 1\11;c.'I IANICAL MATERIALS RO— 3/19/01 AND MITI-IODS r WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI B. Select fastener sizes that will not penetrate members if opposite side will be exposed to view or will receive finish materials. 'Tighten connections between members. Install fasteners without splitting wood members. C. Attach to substrates as required to support applied loads. 3.10 GROUTING ING A. Mix and install grout for mechanical equipment base bearing surliices, pump and other equipment base plates, and anchors. B. Clean surfaces that will come into contact with grout. C. Provide forms as required for placement of grout. D. Avoid air entrapment during placement of grout. E. Place grout, completely filling equipment bases. F. Place grout on concrete bases and provide smooth bearing surface for equipment. G. Place grout around anchors, H. Cure placed grout. END OF SECTION 15050 C5-4199-00 15050-13 BASIC MECHANICAL MATERIALS R0— 3/19/01 AND METI-IODS WALNUT S'T'REET PUMP S'1"ATION CITY OF .JEFFERSON, MISSOURI SECTION 15055 - MOTORS PART I - GENERAL 1.1 RELATED DOCUMEN'T'S A. Drawings and general provisions of` the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes basic requirements for factory-installed and field-instilled motors for I-IVAC equipment. B. Related Sections include the Collowing: 1, Division 15 Section "Mechanical Vibration and Seismic Controls" for mounting motors and vibration isolation and seismic-control devices. 2. Division 15 Sections for application of motors and reference to specific motor requirements for motor-driven equipment. 1.3 DEFINI'T'IONS A. Factory-Installed Motor: A motor installed by motor'i'zed-equipment ManulaClurer as a component of equipment. B. Field-Installed Motor: A motor installed at Project site and not fiictor installed as an ,I Y integral component of motorized equipment. 1.4 SUBMITTALS A. Product Data for Field-Installed Motors: For each type and size of motor, provide nameplate data and ratings; shipping, installed, and operating weights; mounting arrangements; size, type, and location of winding terminations; conduit ent►-y and eground lug locations; and information on coatings or finishes. B. Shop Drawings for Field-Installed Motors: Dimensioned plans, elevations, sections, and details, including required clearances and service space around equipment. Include the following: 1. Each installed unit's type and details. 2. Nameplate legends. 3. Diagrams of power and control wiring. Provide schematic wiring diagram for each type of motor and for each control scheme. C5-4199-00 15055 - 1 MO'T'ORS RO— 3/19/01 r WALNUT STREET PUMP STATION CITY Ol, JEFFE RSON, MI`S011R1 C. Coordination Drawings: I lour plans showing dimensioned layout, required working clearances, and required area above and around licld-installed motors. Show motor layout, mechanical power transfer link, driven load, and relationship between clectrical components and adjacent structural and mechanical elements. Show support locations, type of support, and weight on each support. Indicate field measurements. D. Manufacturer Seismic Qualification Certification: Submit certification that motors, accessories, and components will withstand seismic forces defined in Division 15 Section "Mechanical Vibration and Seismic Controls." Include the 1011OWillL!: 1. Basis of Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation. M a. The terill "withstand" means "the unit will remain in place WithOUt separation ofany parts front the device when subjcctcd to tllc scisrllic lorces specified and the unit will be fully operational after the seismic event." 2. Dimensioned Outline Drawings of Motorized Equipment: Identify center of gravity and locate and describe mounting and anchorage provisions. 3. Detailed description of'equipment anchorage devices on which the certification is based and their installation requirements. E. Qualification Data: For testing, agency. F. 'Pest Reports: Written reports specified in farts 2 and 3. G. Operation and Maintenance Data: For field-installed motors to include in emergency, operation, and maintenance manuals. 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent testing agency. acceptable to authorities braving jurisdiction. with the experience and capability to conduct the testing indicated, as documented according to ASTM E -548. B. Source Limitations: Obtain field-installed motors Of'a single type through one source from a single manufacturer. C. Product Options for I-'icld-Installed Motors: Drawings indicate sire, profiles, and dimensional requirements of motors and are based on the specific system indicated. Refer to Division l Section "Product Requirements." D. Electrical Components, Devices, and Accessories: 1_isted and labeled as defined in NFPA 70, Article 100, by a testing; ag,cncy acceptable to authorities having jurisdiction, and marked for intended use. C5-4199-00 15055 - 2 MOTORS RO — 3/19/01 WALNUT STREET PUMP STATION CITY OI: .IEF ERSON, MISSOURI E. Contpiy with NFIIA 70. 1.6 PRO.ILCT CONDI'T'IONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: I. Notify Architect at least two days in advance of props ;ed utility interruptions. Identify extent and duration of utility interruptions. 2. Indicate method of providing temporary utilities. 3. Do not proceed with utility interruptions without Architect's written permission. 1.7 COORDINA'T'ION A. Coordinate features of motors installed units and accessory devices. Provide motors that are: 1. Compatible with the following: a. Magnetic controllers. b. Multispeed controllers. C. Reduced-volta;e controllers. 2. Designed and labeled for use with variable frequency controllers, and suitable for use throughout speed range without overheating. 1 3. Matched to torque and horsepower requirements of the load. 4. Matched to ratings and characteristics of supply circuit and required control sequence. B. Coordinate motor support with requirements for driven load; access for maintenance and motor replacement; installation of accessories. belts, belt guards; and adjustment of sliding rails for belt tensioning. C. Coordinate size and location of concrete bases. Cast anchor-bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 3 Section. PART 2 - PRODUCT'S 2.1 MOTOR REQUIREMENTS A. of M or requirements appl y to Factory-installed and field-installed motors except as follows: C5-4199-00 15055 - 3 MOTORS RO--3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 1. Different ratings, performance, or characteristics Im a motor are specified in another Section. 2. Manufacturer for a factory-installed motor requires ratings, performance, or characteristics, other than those specified in this Section, to nleet performance specified. 2.2 MOTOR CI-IARACT.ERISTICS A. Motors 1/2 FlP and Larger: Three phase. B. Motors Smaller Than 1/2 HP: Single phase. C. Frequency Rating: 60 I-Iz. D. Voltage Rating: NEMA standard voltage selected to operate on nominal circuit voltage to which motor is connected. E. Service Factor: 1.15 for open dripproof'motors; 1.0 for totally enclosed motors. F. Duty: Continuous duty at ambient temperature of 105 deg V (40 deg C) and at altitude of 3300 fleet(1005 1n) above sea level. G. Capacity and Torque Characteristics: Sufficient to start, accelerate, and operate connected loads at designated speeds, at installed altitude and environment, with indicated operating sequence, and without exceeding nameplate ratings or considering service factor. H. Enclosure: Open dripproof. 2.3 POLYPHASE MOTORS A. Description: NEMA MG 1, Design 13, medium 1ndUC6011 motor. B. Efficiency: Standard efficiency according to NEMA MG 1, Para. 12.59 and Table 12- 10. C. Stator: Copper windings, unless otherwise indicated. 1. Multispeed motors shall have separate winding for each speed. D. Rotor: Squirrel cage, unless otherwise indicated. E. Bearings: Double-shielded, prelubricated ball bearings suitable for radial and thrust loading. F. "Temperature Rise: Match insulation rating, unless otherwise indicated. C54199-00 15055 - 4 MOTORS RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI G. Insulation: Class F, unless otherwise indicated. H. Code Letter Designation: 1. Motors 15 HP and Larger: NEMA starting Code F or G. 2. Motors Smaller I'han 15 HP: Manufacturer's standard starting characteristic. I. Enclosure: Cast iron for motors 7.5 hp and larger; rolled steel I'or motors smaller than 7.5 hp. r1. Finish: Gray enamel. # 2.4 POLYPHASE MOTORS WITH ADDITIONAL REQUIREMENTS A. Motors Used with Reduced-Inrush Controllers: Match wiring connection requirements for controller with required motor leads. Provide terminals in motor terminal box, suited to control method. B. Motors Used with Variable Frequency Controllers: Ratings, characteristics, and features coordinated with and approved by controller manufacturer. 1. Designed with critical vibration frequencies outside operating range of controller output. 2. Temperature Rise: Matched to rating for Class B insulation. 3. Insulation: Class 14. 4. "Thermal Protection: Comply with NEMA MG 1 requirements for thermally protected motors. C. Rugged-Duty Motors: Totally enclosed, with 1.25 minimum service factor, greased bearings, integral condensate drains, and capped relief vents. Windings insulated with nonhygroseopie material. 1. Finish: Chemical-resistant paint over corrosion-resistant primer. D. Source ua ' Q hty Control: Perform the following tests on each motor according to NEMA MG 1: 1. Measure winding resistance. ' 2. Read no-load current and speed at rated voltage and frequency. 3. Measure locked rotor current at rated frequency. 4. Perform high-potential test. 2.5 SINGLE-PHASE MOTORS A. Type: One of the following, to suit starting torque and requirements of specific motor application: C5-4199-.00 15055 - 5 MOTORS RO —3/19/01 WALNUT STREET PUMP STATION C'IT'Y OF- JEFFERSON, MISSOURI 1. Permanent-split capacitor. 2. Split-phase start, capacitor run. 3. Capacitor start, capacitor run. B. Shaded-Pole Motors: For motors 1/20 hp turd smaller only. C. Thermal Protection: Internal protection to automatically open power supply circuit to motor when winding temperature exceeds a safe value calibrated to temperature rating of motor insulation. Thermal-protection device shall automatically reset when motor temperature returns to normal range. D. Bearings: Ball type for belt-connected motors and ether motors with high radial forces on motor shaft; scaled, prelubricated-sleeve type for ether single-phase motors. E. Source Quality Control: Perform the following tests on each motor according to NEMA MG 1: 1. Measure winding resistance. 2. Read no-load current and speed at rated voltage and lrcclucncy. 3. Measure locked rotor current at rated frequency. 4. Perform high-potential test. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive field-installed motors far compliance with requirements, installation tolerances, and other conditions affecting performance. B. Examine roughing-in of conduit systems to verify actual locations of conduit connections before motor installation. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 MOTOR INSTALLATION A. Anchor each motor assembly to base. adjustable rails. or ether suppoil. arranged and e sired according to manufacturer's written instructions. Attach by bolting. Level and align with load transfer link. B. Install motors on concrete bases complying with Division 3, C. Comply with 171ountinb and anchoring requirements specified in Division 15 Section "Mechanical Vibration and Seismic Controls." 3.3 FIELD QUALITY CONTROL C5-4199-00 15055 - 6 MO'T'ORS RO — 3/19/01 WALNUT S'T'REET PUMP STATION CI'T'Y OF ,JEFFERSON, MISSOURI A. Prepare for acceptance tests as follows: 1. Run each motor with its controller. Demonstrate correct rotation, alignment, and speed at motor design load. 2. 'Pest interlocks and control features for proper operation. 3. Verify that current in each phase is within nameplate rating. B. Testing: Owner will engage a qualified testing agency to perform the following field quality-control testing: 1. Perform each electrical test and visual and mechanical inspection stated in NETA ATS, Section 7.15.1. Certify compliance with test parameters. 2. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. C. Manufacturer's Field Service: Engage a factor '-authorized service representative to perform the following: 1. Inspect field-assembled components, equipment installation, and piping and electrical connections for compliance with requirements. 2. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. 3. Verify bearing lubrication.. 4. Verify proper motor rotation. 5. Test Reports: Prepare a written report to record the following: a. Test procedures used. b. Test results that comply with requirements. C. Test results that do not comply with requirements and corrective action taken to achieve compliance. 3.4 ADJUSTING A. Align motors, bases, shafts, pulleys and belts. 'Pension belts according to manufacturer's written instructions. 3.5 CLEANING A. After completing equiptnent installation, inspect unit components. Remove paint splatters and other spots, dirt, and debris. Repair damaged finish to match original finish. B. Clean motors, on completion of installation, according to manufacturer's written instructions. C54199-00 15055 - 7 MOTORS RO —3/19/01 WALNUT STREET PUMP STATION CITY OF JE FLItSON, MISSOURI CND O ' SECTION 15055 M , M X t.y s C5=4199=00' 15055 8 MOTORS , =tr r RO 3'19/01 . tai .. � '� •� `. .. �. � ;' �'.'.� WALNUT STREET PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI SEC'T'ION 15060 - MANGERS AND SUPPORTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes hangers and supports for mechanical system piping and equipment. B. Related Sections include the following: 1. Division 5 Section "Metal Fabrications" for materials for attaching hangers and supports to building structure. 1.3 DEFINITIONS A. MSS: Manufacturers Standardization Society for the Valve and Fittings Industry. B. Terminology: As defined in HISS SP-90, "Guidelines on Terminology for Pipe Hangers and Supports." 1.4 SUBMITTALS A. Product Data: For each type of pipe hanger and support. B. Shop Drawings: Signed and sealed by a qualified professional engineer for 111ultlplC piping supports and trapeze hangers. Include design ca1CU1a6011s quid indicate size and characteristics of components and fabrication details. C. Welding Certificates: Copies of certificates Im welding procedures and operators. 1.5 QUALITY ASSURANCE ' A. Welding: Qualify processes and operators according; to ASME Boiler and Pressure Vessel Code: Section IX, "Welding and Brazing Qualifications." B. Engineering Responsibility: Design and preparation ol'Shop Drawings and calculations for each multiple pipe support and trapeze by a qualified professional engineer. 1. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is C5-4199-00 15060-1 1IANGFIRS AND SUPPOR'T'S RO —3/19/01 WALNUT STREET PUMP STATION CI'T'Y OF .1I"sFFERSON, MISSOURI experienced in providing engineering services of the kind indicated. I ngincering services are defined as those perlornled for installations of hangers and supports that are similar to those indicated for this Project in material., design. and extent. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Suhjcct to compliance with rel uircnlcnts, manufacturers I offering products that may be incorporated into the Work include, but tu-e not limited to, the following: 1 . B-Line Systems, Inc. 2. Grinnell Corp. 3. GS Metals Corp. 4. Michigan Hanger Co., Inc. 5. National Pipe Hanger Corp. 2.2 MANUFACTURED UNITS A. Pipe Hangers, Supports, and Components: MSS S11-58, factory-labrlcated components. Refer to "Hanger and Support Applications" Article in Part 3 for where to use specific hanger and support types. 1. Galvanized, except use nonmetallic coating where attachments are in direct contact with copper tubing. B. Channel Support S),stems: MFMA-2, factory-fabricated components for field assembly. I . Stainless steel or galvanized steel, except use nonmetallic dating where attachments are in direct contact with copper tubing. C. Thermal-l-Ianger Shield Inserts: 100-psi nunmlunl compressive-strength insulation, encased in sheet metal shield. 1 . Material for Cold Piping: As"rtvl C 552. 'type i cellular glass or water-repellent- treated, ASTM C 533, Type I calcium silicate with vapor barrier. 2. Material for Hot Piping: ASTM C 552, Type I cellular glass or water-repellent- treated, ASTM C 533, Type I calcium silicate. 3. For Trapeze or Clamped System: Insert and shield cover entire circumference of pipe 4. For Clevis or Band I larger: Insert and shield cover lower ISO degrees of'pipe. 5. Insert Length: Extend 2 inches beyond sheet metal shield for piping operating below ambient air temperature. C5-4199-00 15060-2 !-!ANGE=RS AND SUPPORTS RO — 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 2.3 MISCELLANEOUS MATERIALS A. Mechanical-Anchor Fasteners: Stainless steel insert-type attachment:; with pull-out and shear capacities appropriate for supported loads and building materials where used. E. Structural Steel: ASTM A 36/A 36M, steel plates, shapes, and bars, black and galvanized. C. Bolts: ASTM F 593, alloy Group 1, hex-head; except use bolts conforming to ASTM A 307, Grade B when connections are bolted to building structural steel. D. Nuts: ASTM F 594, Alloy Group 1, hex-head, except use nuts conforming to ASTM A 563, Grade D when connections are bolted to building structural steel. E. Washers: ASTM F 844, type 304 stainless steel, flat washers F. Grout: ASTM C 1107, Grade 13, factory-mixed and -packaged, nonshrink and nonmetallic, dry, hydraulic-cement grout. 1. Characteristics: Post hardening and volume adjusting; recommended for both interior and exterior applications. 2. Properties: Nonstaining, noncorrosive, and nongaseous. 3. Design Mix: 5000-psi, 28-day compressive strength. PART 3 - EXECUTION 3.1 HANGER AND SUPPORT APPLICATIONS A. Comply with MSS SP-69 for pipe hanger selections and applications that are not specified in piping system Specification Sections. B. 1-forizontal-Piping Hangers and Supports: Unless otherwise indicated and except as specified in piping system Specification Sections, install the following types: 1. Adjustable Steel Clevis Hangers (NISS Type 1): For suspension of noninsulated or insulated stationary pipes, NI'S 1/2 to NI'S 30. 2. Yoke-Type Pipe Clamps (MSS 'Type 2): for suspension of 120 to 450 deg F pipes, NPS 4 to NPS 16, requiring up to 4 inches o1'insulation. 3. Carbon- or Alloy-Steel, Double-13olt Pipe Clamps (MSS Type 3): For suspension of pipes, NPS 3/4 to NPS 24, requiring clamp flexibility and up to 4 inches of insulation. 4. Steel Pipe Clamps (MSS Type 4): For suspension of cold and hot pipes, NI'S 1/2 to NPS 24, if little or no insulation is required. 5. Pipe Hangers (MSS Type 5): For suspension of pipes, NI'S 1/2 to NPS 4, to allow off-center closure for hanger installation before pipe erection. C54199-00 15060-3 HANGERS AND SUPPORTS RO — 3/19/01 WALNUT STREET PUMP STA'T'ION CI'T'Y OF JEFFERSON, MISSOURI 6. Adjustable Swivel Split- or Solid-Ring Hangers (MSS 'hype 6): For suspension of noninsulatcd stationary pipes, NI'S 3/4 to NPS 8. 7. Adjustable Steel Band Hangers (MSS Type 7): For suspension of noninsulatcd stationary pipes, NPS 1/2 to NI'S 8. 8. Adjustable Band Hangers (MSS Type 9): For suspension of noninsulated stationary pipes, NPS 1/2 to NPS 8. 9. Adjustable Swivel-Ring Band Hangers (MSS Type 10): For suspension of noninsulated stationary pipes, NPS 1/2 to NI'S 2. 10. Split Pipe-Ring with or without Turnhuckle-Adjustment Hangers (MSS Type 11): For suspension of noninsulated stationary pipes, NPS 3/8 to NPS 8. 11. Extension Hinged or Two-Bolt Split Pipe Clamps (MSS Type 12): For suspension of noninsulated stationary pipes, NPS 3/8 to NPS 3, 12. U-Bolts (MSS Type 24): For support of heavy pipe. NPS 1/2 to NPS 30. 13. Clips (MSS Type 26): For support of insulated pipes not subject to expansion or contraction. 14. Pipe Saddle Supports (MSS "Type 36): For support of' pipes. NPS 4 to NPS 36, with steel pipe base stanchion support and cast-iron floor flange. 15. Pipe Stanchion Saddles (MSS Type 37): For support of pipes, NPS 4 to NPS 36, with steel pipe base stanchion support and cast-iron floor flange and with U-bolt to retain pipe. 16. Adjustable Pipe Saddle Supports (MSS Type 38): For stanchion-type support for pipes, NPS 2-1/2 to NPS 36, if vertical adjustment is required, with steel pipe base stanchion support and cast-iron floor flange. 1.7. Single Pipe Rolls (MSS "Type 41): For suspension of pipes, NPS 1 to NPS 30, from two rods if longitudinal movement caused by expansion and contraction might occur. 18. Adjustable Roller Hangers (MSS Type 43): For suspension of pipes, NPS 2-1/2 to NPS 20, from single rod if horizontal n•iovement caused by expansion and contraction might occur. 19, Complete Pipe Rolls (MSS Type 44): For support of pipcs, NPS 2 to NPS 42, if' longitudinal movement caused by expansion and contraction might occur but vertical adjustment is not necessary. 20. Pipe Roll and Plate Units (MSS Type 45): For support of pipes, NPS 2 to NPS 24, if small horizontal movement caused by expansion and contraction might occur and vertical adjustment is not necessary. 21. Adjustable Pipe Roll and Base Units (MSS Type 46): For support of pipes, NPS 2 to NPS 30, if vertical and lateral adjustment during installation might be required in addition to expansion and contraction. C. Vertical-Piping Clamps: Unless otherwise indicated. and except as specified in piping system Specification Sections, install the following types: 1. Extension Pipe or Riser Clamps (MSS Type 8): For support of pipe risers, NPS 3/4 to NPS 20. C5-4199-00 15060-4 MANGERS AND SUPPORTS RO-- 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 2. Carbon- or Alloy-Steel Riser Clamps (MSS Type 42): For support of pipe risers. NJ-IS 3/4 to NPS 20, if longer ends are required for riser clamps. D. Hanger-Rod Attachments: Unless otherwise indicated and except as specified in piping 1 system Specification Sections, install the following types: I . Steel Turnbuckles (MSS Type 13): For adjustment up to 6 inches for heavy loads. 2. Steel Clevises (MSS Type 14): For 120 to 450 deg F piping installations. 3. Swivel Turnbuckles (MSS Type 15): For use with MSS Type 11. split pipe rings. 4. Malleable-Iron Sockets (MSS Type 16): For attaching hanger rods to various jtypes of"building attachments. 5. Steel Weldless lye Nuts (MSS Type 17): For 120 to 450 deg F piping installations. E. Building Attachments. Unless otherwise indicated and except as specified in piping system Specification Sections, install the following types: 1. Steel or Malleable Concrete Inserts (MSS Type 18): For upper attachment to suspend pipe hangers from concrete ceiling. 2. Top-Beam C-Clamps (MSS Type 19): For use under root' installations with bar- joist construction to attach to top flange of. structural shape. 3. Side-Beam or Channel Clamps (MSS Type 20): For attaching to bottom flange of beams, channels, or angles. 4. Center-Beam Clamps (MSS Type 21): For attaching to center of-bottom flange of beams. 5. Welded Beam Attachments (MSS Type 22): For attaching to bottom of beams if loads are considerable and rod sizes are large. 6. C-Clamps (MSS Type 23): For structural shapes. 7. Top-Beam Clamps (MSS Type 25): For top of bcanis if' hanger rod is required tangent to flange edge. 8. Side-Beam Clamps (MSS Type 27): For bottom of'steel I-beams. 9. Steel-Beam Clamps with Eye Nuts (MSS Type 28): For attaching to bottom of steel I-beams for heavy loads. 10. Linked-Steel Clamps with Eye Nuts (MSS Type 29): For attaching to bottom of steel I-beams for heavy loads, with link extensions. 11. Malleable Beam Clamps with Extension Pieces (MSS "Type 30): For attaching to structural steel. 12. Welded-Steel Brackets: For support of pipes from below or for suspending from above by using clip and rod. Use one of'the following for indicated loads: a. Light (MSS Type 31): 750 lb. b. Medium (MSS Type 32): 1500 ib. C. I-leavy (MSS Type 33): 3000 lb. C54199-00 15060-5 HANGE,'RS AND SUPPORTS RO — 3/19/01 WALNIJ'T S'1"RC;Fs'I' I'l_IMI' STATION CITY Ol" JI"'FFERSON, MISSOURI 13. Side-Beam Brackets (MSS 'Type: 34): For sides ol'steel or wooden bean-1s. 14. ['late Lugs (MSS Type 57): For attaching; to steel beams if flexibility at beam is required. 15. Horizontal 'Travelers (MSS 'Type 58): For supporting piping systems subject to linear horizontal movement where head room is limited. F. Saddles and Shields: Unless otherwise indicated and except as specificd in piping system Specification Sections, install the following types: 1. Steel Pipe-Covering Protection Saddles (MSS 'Type 39): To till interior voids with insulation that matches adjoining insulation. 2. Protection Shields (MSS 'Type 40): Of' length recommended by manufacturer to j prevent crushing insulation. 3. Thermal-Hanger Shield Inserts: For supporting insulated pipe. 360-degree insert of high-density, 100-psi minimum compressive-strength, water-repellent-treated calcium silicate or cellular-glass pipe insulation, same thickness as adjoining insulation with vapor barrier and encased. in 360-degree: sheet metal shield. G. Spring Hangers and Supports: Unless otherwise indicated and except as specified in piping system Specification Sections, install the tollowing types: I. Restraint-Control Devices (MSS "Type 47): \Where indicated to control piping movement. 2. Sprint; Cushions (MSS Type 48): For light loads if' vertical movement does not exceed 1-1/4 inches. 3. Spring-Cushion Roll Hangers (MSS Type 49): l'or equipping Type 41 roll hanger with springs. 4. Spring Sway Braces (MSS Type 50): To retard sway, shock, vibration, or thermal expansion in piping systems. 5. Variable-Spring Hangers (MSS Type 51): Presct to indicated load and limit variability factor to 25 percent to absorb expansion and contraction of pipinp system from hanger. 6. Variable-Spring Base Supports (MSS Type 52): Preset to indicated load and limit variability factor to 25 percent to absorb expansion and contraction of piping system from base support. 7. Variable-Spring Trapeze Hangers (MSS Type 53): Preset to indicated load and limit variability !actor to 25 percent to absorb expansion ;uu1 contraction of pipilig system from trapeze support. 8. Constant Supports: For critical piping stress and if necessary to avoid transfer of' stress from one support to another support, critical terminal, or connected equipment. 111CiUde auxiliary stops for erection, hydrostatic test, and load- adjustment capability. These supports include the lollo%ving types: a. Horizontal (MSS Type 54): Mounted horizontally. b. Vertical (MSS "Type 55): Mounted vertically. C54199-00 15060-6 FIANGI RS AND SUPPORTS RO — 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOIJRI C. Trapeze (MSS 'Type 56): Two vertical-type supports and one trapeze, member. 3,2 HANGER AND SU 'OR I INS TALLA I N A. Pipe Hanger and Support Installation: Comply with MSS S1'-69 and MSS SP-89. Install hangers, supports, clamps, and attachments as required to properly support piping from building structure. B. Channel Support System Installation; Arrange for grouping of parallel runs of piping and support together on field-assembled channel systems. 1. Field assemble and install according to manufacturer's written instructions. C. heavy-Duty Steel Trapeze Installation: Arrange for grouping of parallel runs of horizontal piping and support together on field-fabricated. heavy-duty trapezes. 1. Pipes of Various Sizes: Support together and space trapezes for smallest pipe size or install intermediate supports for smaller diameter pipes as specified above for individual pipe hangers. 2. Field fabricate from ASTM A 36/A 36M, steel shapes selected for loads being supported. Weld steel according to AWS D-1.1. D. Install building attachments within concrete slabs or attach to structural steel. Space attachments within maximum piping span length indicated in MSS SP-69. Install additional attachments at concentrated loads, including valves. flanges, guides, strainers, and expansion joints, and at changes in direction of piping. Install concrete inserts before concrete is placed; fasten inserts to lorms and install reinforcing bars through openings at top of inserts. E. Install mechanical-anchor fasteners in concrete after concrete is placed and completely cured. Install fasteners according to manufacturer's written instructions. F. Install hangers and supports complete with necessary inserts, bolts, rods, nuts, washers, and other accessories. G. Install hangers and supports to allow controlled thermal and seismic movement of piping systems, to permit freedom of movement between pipe anchors, and to facilitate action of expansion joints, expansion loops, expansion bends, and similar units. H. Load Distribution: Install hangers and supports so that piping live and dead loads and stresses from movement will not be transmitted to connected equipment. 1. Pipe Slopes: Install hangers and supports to provide indicated pipe slopes and so maximum pipe deflections allowed by ASME B31.9, "Building Services Piping," is not exceeded. C5-4199-00 15060-7 HANGERS AND SUPPORTS RO — 3/19/01 WALNIJ"I' S'I'RI. 1?'I' I'UMl' STATION CITY 01" JEFFERSON, MISSOUM J. Insulated Piping: Comply with the following: 1. Attach clamps and spacers to piping. a. Piping; Operating above Ambient Air Temperature: Clamp may project through insulation. b. Piping; Operating below Ambient Air 1 eniperatLire: Use thermal-hanger shield insert with clamp sized to match 01) of insert. C. Do not exceed pipe stress limits according to ASME 1331.9. 2. Install MSS SP-58, Type 39 protection saddles, if insulation without vapor barrier is indicated. Fill interior voids with insulation that matches adjoining; insulation. a. Option: Thermal-hanger shield inserts may be used. Include steel weight- distribution plate for pipe NPS 4 and larger if pipe is installed on rollers. 3. Install MSS SP-58, "hype 40 protective shields on cold piping with vapor barrier. Shields shall span arc of 180 degrees. a. Option: Thermal-hanger shield inserts may be used. Include steel weight- distribution plate for pipe NI'S 4 and larger if pipe is installed on rollers. 4. Shield Dimensions for Pipe: Not less than the following: a. NPS 1/4 to NPS 3-1/2: 12 inches long and 0.048 inch thick. b. NPS 4: 12 inches long and 0.06 inch thick. C. NPS 5 and NPS 6: 18 inches long and 0.06 inch thick. d. NI'S 8 to NPS 14: 24 inches long and 0.075 inch thick. e. NPS 16 to NPS 24: 24 inches long and 0.105 inch thick. 5. Pipes NPS 8 and Larger: Include wood inserts. 6. Insert Material: Length at least as long as protective shield. 7. Thermal-Hanger Shields: Install with insulation same thickness as piping insulation. 3.3 EQUIPMENT SUPPORTS A. Fabricate structural-steel stands to suspend equipment fi-om structure above or to support equipment above floor. , B. Grouting: Place grout under supports for equipment and maize smooth bearing surface. 3.4 METAL FABRICATION A. Cut, drill, and fit miscellaneous metal fabrications for heavy-duty steel trapezes and equipment supports. h. C5-4199-00 15060-8 HANGERS AND SUPPORTS RO — 3/19/01 WALNUT STREET PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI B. Fit exposed connections together to form hairline joints. Ficld-weld connections that cannot be shop-welded because of shipping; size limitations. C. Field Welding: Comply with AWS D1.1 procedures for shielded metal are welding, 6 l� g appearance and quality of welds, and methods used in correcting; welding work, and with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding; flux immediately. 4. Finish welds at exposed connections so no roughness shows after finishing and contours of welded surfaces match adjacent contours. 3.5 ADJUSTING A. Hanger Adjustment: Adjust hangers to distribute loads equally on attachments and to achieve indicated slope of pipe. 3.6 PAINTING A. Touching Up: Cleaning and touchup painting; of field welds, bolted connections, and abraded areas of shop paint on miscellaneous metal are specified in Division 9 Section "Painting." B. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing-repair paint to comply with ASTM A 780. END OF SECTION 15060 r C54199-.00 15060-9 MANGERS AND SUPPORTS RO —3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 15061 - PLUMBING PIPE AND PIPE FITTINGS - GENERAL PART I - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section and Other Sections of Division 15. 1.2 SUMMARY A. Requirements of Division 15, Section "Plumbing General Provisions" apply to work ® in this section. ® B. Related Work: 1. Division 9, Section "Painting." 2. Division 15, Section"Plumbing General Provisions." 3. Division 15, Section "Basic Mechanical Materials and Methods." 4. Division 15, Section "Valves, Strainers and Piping Accessories-General." 5. Division 15, Section "Plumbing Pipe Supports and Anchors." 6. Division 15, Section "Plumbing Piping Insulation." 1.3 SUBMITTALS A. Refer to Division 1 and Basic Mechanical Requirements for administrative and procedural requirements for submittals. NB. Product Data: Submit product data on the following items: 1. Escutcheons 2. Dielectric Unions and Fittings 3. Mechanical Sleeve Seals 4. Strainers C. Quality Control Submittals: Submit welders' certificates specified in Quality r Assurance below. ■ C5-4199-00 15061 - 1 PLUMBING PIPE AND PIPE RO—3/19/01 FITTINGS — GENERAL WALNUT STREET PUMP S'T'ATION CITY OF JEFFERSON, MISSOURI 1.4 QUALITY ASSURANCE A. Codes and Standards: Comply with applicable American National Standards (ANSI), American Society of Mechanical Engineers (ASME) and American Society for Testing and Materials (ASTM) pertaining to products and installation of piping. B. NSF Labels: Where plastic piping is indicated to transport potable water, provide pipe and fittings bearing approval label by National Sanitation Foundation (NSF). 1.5 PRODUCT DELIVERY, STORAGE, AND HANDLING A. 1Jse end-cap protectors on each length of pipe and tube except for concrete, corrugated metal, hub-and-spigot, clay, and similar units of pipe. B. Handle pipe carefully to prevent bending and end damage. Store piping materials inside and protect from the weather. When necessary to store outdoors, elevate above grade and enclose with durable watertight wrapping. PART 2 - PRODUCTS 2.1 PIPE AND PIPE FITTINGS A. Specifications for pipe, pipe fitting materials, and appurtenances are covered for each 4k system in the section on that system. PART 3 - EXECUTION 3.1 PIPE FABRICATION AND INSTALLATION A. Make piping layout and installation in the most advantageous manner possible with respect to headroom, valve access, opening and equipment clearance, and for other work. Give particular attention to piping in vicinity of equipment. Preserve the maximum access to various equipment parts for maintenance. B. Install piping in accordance with recognized industry practices to achieve , permanently-leakproof systems, capable of performing intended service without piping failure. Install each run with necessary swings, elbows, and couplings, and with adequate and accessible unions for disassembly and maintenance and replacement of valves and equipment. Align piping accurately at connections, within 1/16 inch misalignment tolerance. C. Orient horizontal runs parallel with walls and column lines and pitched to drain. Locate runs as shown or described by diagrams, details and notations. Hold piping close to walls, overhead construction, column and other structural and permanent- 05-4199-00 15061 - 2 PLUMBING PIPE AND PIPE RO—3/19/01 FITTINGS — GENERAL WALNUT" STREET PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI enclosure elements of building. in finished spaces, conceal piping from view, by locating above suspended ceilings; do not encase piping in solid partitions. Provide proper space for insulation, removal of pipe, special clearances, and for offsets and fittings. D. Do not cut nor weaken a structural member. E. Cut pipes accurately to measurement determined at site. After cutting pipe, ream it to remove burrs. F. Install piping neatly, free from unnecessary traps and pockets. Work into place without springing or forcing. Use fittings to make changes in direction. Field bending and mitering are prohibited. Make connections to equipment using flanged joints or unions. Make reducing connections with reducing fittings only. MG. Electrical Equipment Spaces: Do not run piping through transformer vaults and other electrical or electronic equipment spaces and enclosures unless unavoidable. Install drip pan under piping that must be run through electrical spaces. 3.2 OFFSETS AND FIT'T'INGS A. Small scale of mechanical drawings do not indicate all offsets and fittings required. Investigate conditions affecting work and take steps as required to meet such conditions. 3.3 SECURING AND SUPPORTING A. Support piping to maintain line and grade with provision for expansion and contraction. Use approved clevis-type, split-ring or trapeze-type hangers connected to structural members of the building. Do not support piping from other piping, conduits, air ducts, nor their associated hangers and supports, unless otherwise indicated in contract documents or approved by Engineer. �1 B. Perforated bar hangers, straps, wires and chains are not permitted. C. Details of securing and supporting systems for piping are covered in Division 15, Section "Plumbing Pipe Supports and Anchors." ' 3.4 PIPING JOINTS A. Screwed: Make screwed joints using machine cut USASI taper pipe threads. Ream pipe to full inside diameter after cutting. Apply suitable joint compound to male threads only. Close nipples are not permitted. B. Unions: Make black ground joint 150-pound standard (300-pound WOG) malleable unions in black piping systems. Use galvanized ground joint unions in galvanized C5-4199-00 15061 - 3 PLUMBING PIPE AND PIPE RO— 3/19/01 FITTINGS --GENERAL WALNUT STREET PUMP STATION CITY 0i'JEFFFRSON, MISSOURI piping systerns. Select seats to match piping service. Use flanged union joints on piping larger than 2-1/2 inches. C. Dissimilar Metals: Utilize electric isolating unions on single temperature systems when joining galvanized and non-galvanized piping, steel and copper piping, equipment, etc. Use insulating unions such as Crane Company No. 1259, EPCO as manufactured by EPCO Sales, Inc., or e(lual. D. Welded: Make welded joints as ►econnnended by the standards of the American Welding Society. Insure complete penetration of deposited metal with base metal. Provide filler metal suitable for use with base metal. Keep inside of pipe and fittings free from globules of weld metal. Do not use initered joints. 1. Weld and fabricate piping in accordance with ANSI Standard 1331.1 latest edition; Code for Pressure Piping. Machine beveling in shop is preferred. Field beveling play be done by flame cutting to recognized standards. 2. Align piping and equipment so that no part is offset more than 1/16 inch. Set fit- tings and joints square and true, and preserve alignment during welding operation. Use of alignment rods inside pipe is prohibited. 3. Weld shall not project within pipe. 'Pack welds, if used, must be of same material and made by same procedure as completed weld. Otherwise, remove tack welds during welding operation. 4. Do not split, bend, flatten, nor otherwise damage piping before., during nor after installation. 5. Remove dirt, scale and other foreign matter from inside piping before assembling sections, fittings, valves, and CyUipnlcnt. E. Flanged: Prior to installation of bolts, accurately center and align flanged joints to prevent mechanical prestressing of flanges, pipe and equipment. Align bolt holes to straddle vertical, horizontal or pipe centerline. Do not exceed 3/64 inch per foot inclination of flange face frorn true alignment. 1. Use flat face companion flanges only with flat faced fittings, valves and equip- I� merit. Otherwise, use raised face flanges. 2. Use gaskets suitable for intended service and factory cut to proper dimensions. Secure with a suitable gasket cement. 3. Use ANSI nuts and bolts, galvanized or black, to match flange material. Use ANSI 316 stainless steel nuts and bolts underground. "Tighten bolts progressively ' to prevent unbalanced stress. Draw bolts tight to ensure proper seating of'gaskets. 4. Use carbon steel flanges conforming to ANSI I316.5 with materials conforming to ASTM A 105 Grade II or ASTM A 108, Grade I1. Use only welding neck type ' flanges at fittings. Weld slip-on flanges inside and outside. Use slip-on flanges on pipe only. 5. Keep flange covers on equipment and shop-filbricated piping until ready to install ill system. C5-4199-00 15061 - 4 PLUMBING PIPE AND PIPE R0— 3/19/01 FITTINGS -- GENERAL i WALNUT STREET PUMP S'T'ATION CITY 01"JEFFERSON, MISSOURI 6. Gaskets - High Temperature Piping: Provide 1/6 inch thick ring gaskets of graphite-impregnated composition material Garlock No. 7022. 7. Gaskets - Other Piping: Provide 1/8 inch thick ring rubber gaskets as manufac- tured by U.S. Rubber Company, Rainbow Rubber, or Garlock No. 10. For pipe smaller than 6 inches, use 1/16 inch thick gasket. 1. Grooved: Provide grooved, full flow (not mitered), ductile iron (ASTM A-536) or malleable iron (ASTM A-47) grooved end fittings, and standard (heavy duty) grooved couplings with gaskets suitable for - 30 degrees F to 230 degrees F serv- ice. Before assembling couplings, apply light coat of lubrication recommended by coupling manufacturer to outside surface of pipe at groove and to outside sur- face of gasket' Groove pipe to coupling manufacturers recommended specifica- tion. 2. Soldered: Prior to snaking .joints, cut pipe square and ream to full diameter. Clean exterior of pipe and socket. Apply a thin coat of suitable fluxing compound (except for Phos Copper Solder Joints) to both pipe and socket, and fit parts to- gether immediately. 3. Heat assembled joint only as required to cause solder to flow. Run joint full, slightly beaded on outside, and wipe to remove excess solder. 4. Use brazing alloy (Min. 1000 degrees F melting point) on copper refrigerant pip- ing, building heating water piping, and on underground copper piping. Use 95/5 solder on copper piping for chilled water and domestic water. F. No Hub Piping: Slip-on type gaskets with double bolted stainless steel clamps or cast iron clamps with stainless steel bolts. Install according to manufacturer's recommendations using recommended tools. G. Bell and Spigot Piping: Beltite, Tyton or Grip-'rite compression joints; or lead and oakum joints as specified for each applicable system. 1. For lead and oakum joints, pack joint with dry oakum. Run joint full with molten lead in one continuous pour. Use not less than 12 ounces of lead for each inch of pipe diameter. 2. For Beltite, Tyton, or Grip-Tito compression joints, install in accordance with manufacturer's recommendations and with ASTM C 443. Use only pipe and fit•• tings designed for compression gaskets. Provide adequate concrete thrust blocks at changes of direction, as recommended by manufacturer. H. Plastic Piping (PVC, ABS, PE): Schedule 40 or lighter, use solvent welded socket type fittings installed in strict accordance with manufacturer's recommendations. 1. Schedule 80 or heavier, use threaded joints cut with sharp clean pipe thread dies and manufactured fittings. Make joints in strict compliance with manufacturer's recommendations. Seal,joints with approved teflon tape. 2. Schedule 80, where specified, use solvent welded joints as specified for Schedule 40. C5-4199-00 15061 - 5 PLUMBING PIPE AND PIPE RO —3/19/01 FITTINGS —GENERAL WALNUT STRT,ET PUMP STATION CI'CY OF JEFFERSON, MISSOURI 3. Provide space heat as required to meet manufacturer's recommended application temperature. I. Plastic Piping (Polypropylene): For installation below grade or in inaccessible locations use thermal welded socket type t onnections installed in strict compliance with manufacturer's recommendations using approved equipment. ' I. For installation above grade and in accessible locations use mechanical compres- sion gasket type fittings installed in strict compliance with mail u fact urer's rec- ommendations, unless thermal welded type fittings are specified. 2. Provide space heat as required to meet manufacturer's recommended application temperature. J. Acid Waste Glass Piping: Use gasket and clamp type connections as recommended by manufacturer. Cutting of glass pipe shall be in compliance with manufacturer's procedures using manufacturer's recommended equipment. K. Open Drain-Tile Joints: Provide 1/4 inch open joint, with top two-thirds of annubar space covered by joint accessory material. L. Mechanical Joints: Provide a stuffing box type mechanical joint adapted to use gasket, cast iron gland and bolts. Coat bolts with bitumastic enamel. Use joint parts similar in design to one of the following: I. DOUblex Simplex .Joint manufactured by American Cast Iron Pipe Company, Birmingham, Alabarna. 2. U.S. Joints manufactured by United States Pipe and Foundry Company, Burling- ton, New Jersey. 3. Boltite Joint manufactured by McWane Cast Iron Pipe Company, Birmingham, Alabama. 4. Flexklamp manufactured by National (last Iron Pipe Company, Birmingham, Alabama. M. 13aI1 Joints: Provide ode flexible ball joints, made of carbon steel. Ball joints must have 15 degrees of angular flexibility. Use welded or flanged ends in accordance with pipe joining methods. Furnish with 11N gaskets. N. Asbestos-Cement (Transite) Piping: Provide joints of machined spigot end, pushed into a sleeve with rubber washer between spigot and sleeve (Known as "ring-tite" joint). Furnish and install according to manufacturer's recommendations. Provide adequate concrete thrust blocks at changes in direction, as recommended by manufacturer. C54199-00 15061 - 6 PLUMBING PIPE AND PIPE RO — 3/19/01 FI'T'TINGS — GENERAL WALNUT STREET PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI 3.5 ISOLATION VALVES A. Provide piping systems with line size shutoff valves located at risers, at branch connections to mains, at all equipment, and at other locations specified or shown in details, riser diagrams, isometrics, and flow diagrams. 3.6 DRAIN VALVES A. Provide drain valves at low points of water piping systems so theses stems can be entirely drained. Install 2- inch drain for 2-inch pipes and larger. Install line size drain valve for pipes smaller than 2 inches. Drain valves shall have hose end with cap and chain. 3.7 BRANCH CONNECTIONS A. Pipe 2-1/2 Inches and Smaller: For threaded piping, use straight size or reducing tee. When branch is smaller than header, a nipple and reducing coupling or swaged nipple may be used. B. Three (3) Inches 'Through 36 Inches: For welded piping, when branch size is the same as header size, use welding tee. Use Weldolet or reinforced nozzle when branch is smaller than header. For threaded branch connections, use 3,000 pound full coupling welded to header. 3.8 EQUIPMENT CONNECTIONS A. Comply with the following at equipment connections: 1. Connect assemblies with nipples wherever possible, 3.9 FLOOR AND CEILING PLATES A. Provide chrome-plated floor and ceiling plates around pipes exposed to view and passing through walls, floors, partitions, or ceilings in finished areas. Size plates to fit pipe or insulation and securely lock in place. 3.10 PI IDENTIFICATION A. Provide identification of exposed piping and piping in accessible plenums and chases with factory printed labels or one inch high black stencil letters on pipe or insulation consisting of pipe identification and flow direction arrow. Apply marker where view is unobstructed. Markers or stenciling shall be applied close to valves, changes in direction, branches, or where pipes pass through walls or floors, and at intervals on straight pipe not exceeding a spacing of 50 feet. Markers shall conform with "The C5-4 199-00 1 5061 - 7 PLUMBING PIPE AND PIPE RO-- 3/19/01 FITTINGS — GENERAL WALNUT STREET PUMP STATION ary OF JI7,FFEIZSON, MISSOURI Scheme for Identification of Piping Systems (ANSI A13.1-1975)" sponsored by the National Safety Council, the American Society of Mechanical Engineers, and OSHA. 3.11 PIPE SLEEVES A. Fit pipes passing through masonry and concrete floors, walls, and roof with sleeves. Size sleeve for minimum of 1/2-inch clearance between pipe or insulation and sleeve. B. Extend each sleeve through floor or wall. Cut sleeve flush with each surface, except extend floor sleeves 2 inches above finished floor line in all but exposed areas. C. Caulk sleeves water and airtight. Seal annular space between pipes and sleeves with compound to make sleeve water, fire, and airtight. D. Sleeves below grade in outside walls are detailed on drawings. Provide Thunderline Link-Seal with cadmium-plated nuts and bolts, with cast iron pressure plate. 3.12 TES'T'ING A.. 'Test pressurized piping systems either hydrostatically or pneumatically before insulation is applied and before concealment. Isolate or remove piping mounted equipment and instruments which will not safely withstand test pressures. Provide plugs or spool pieces for piping mounted equipment or instrumentation iterns removed for testing. Test piping systern at 150 percent of operating pressure, but not less than 25 psi test pressure. B. Maintain pressure for minimum period of 2 hours. During this period, piping system shall show no sign of failure, leakage, nor distortion. There shall be no loss of test pressure during this 2-hour period. C. Repair defects disclosed by testing; and repeat test procedure until satisfactory test is witnessed by Architect/Engineer. D. Additional testing requirements, if any, are specified in the sections oil each type of piping. 3.13 CLEANING A. Clean piping systems thoroughly. Purge pipe of construction debris and contamination before placing; the systems in service. Use whatever temporary connections are required for cleaning, purging and circulating. B. Special requirements, if any, are specified in the sections on each type of piping. C. After cleaning, system shall be drained completeiy, refilled, vented, and circulated for 4 hours and drained, filled, vented, and circulated .for 4 additional hours and drained. C5-4199-00 15061 - 8 PLUMBING PIPE AND PIPE RO — 3/19/01 FITTINGS — GENERAL WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI Strainer baskets shall be removed, cleaned and reinstalled. System shall be refilled with fresh water and put in operation. - 3.14 CONNECTIONS TO EQUIPMENT FURNISHED BY OT14ERS A. Provide service connections to laboratory furniture and equipment specified in Division 11. Drawings for laboratory equipment are included in bidding documents. Detailed shop drawings of equipment will be furnished indicating exact number and location of rough-in points. Final shop drawings may indicate adjustments in total number and exact location of rough-in points, and in equipment dimensions. Making adjustments to field conditions is considered part of work required. B. Roughing-In: When roughing-in, extend service piping to various items of equipment. Temporarily terminate at points as shown on detailed equipment shop drawings or as directed. Do not use contract drawings accompanying these specifications for rough- in locations but only for pipe sizing and general routing. C. Final Connections: Laboratory furniture will include service fixtures such as valves and cocks, valve and cock bases, sinks, cup sinks, sink and trough plugs, tailpieces, traps, and similar and associate furniture apparatus, set in place. Provide standard items such as pipe, fittings, adaptors, insulation, and other plumbing materials to connect from rougli-in locations to service fixtures and associated apparatus, including necessary stop valves and P-traps. D. Stop Valves: Provide stop valves for each service at rough-in locations, except for drains. Stop valve locations are subject to approval, and must be accessible from same room in which furniture or equipment is located. E. Reagent Rack Manifolds: Horizontal pipe manifolds in open-type reagent racks %vill be provided as part of furniture. Include pipe, nipples, tees, end caps and related parts ready for connection of service piping. Make-up joints hand tight only. Disassemble manifolds and reassemble, making permanent joints. END OF SECTION 15061 �1 C5-4199-00 15061 - 9 PLUMBING PIPE AND PIPE RO— 3/1.9/01 FITTINGS — GENERAL WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SEC'T'ION 15075 - MECHANICAL IDENTIFICATION PART l - GENERAL ELATED DOCUMENTS R A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following mechanical identification materials and their installation: 1. Equipment nameplates. 2. Equipment markers. 3. Access panel and door markers. 4. Pipe markers. 5. Duct markers. 6. Stencils. 7. Valve tags. 8. Warning tags. 9, Hose valve signs. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples: For color, letter style, and graphic representation required for each identification material and device. C. Proposed equipment and valve identification nomenclature. 1.4 QUALITY ASSURANCE A. ASME Compliance: Comply with ASME A13.1, "Scheme for the Identification of Piping Systems," for letter size, length of color field, colors, and viewing angles of identification devices for piping. 1.5 COORDINATION A. Coordinate installation of identifying devices with completion of covering and painting of'surfaces where devices are to be applied. B, Coordinate installation of identifying devices with location of access panels and doors. C5-4199-00 15075-1 MI:C HANICAI., IDENTIFICATION RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEhFERSON, MISSOURI C. Install identifying; devices before installing acoUStical ceilings and similar concealment. PART 2 - PRODUCTS 2.1 EQUIPMEN'I" IDI?NTII,ICA"1"ION DEVICE'S f i A. Equipment Nameplates: Metal, with data engraved or stamped, fir permanent attachment on equipment. I . Data: a. Manufacturer, product name, model rlunlber, and serial nllnlber. b. Capacity, operating and power characteristics. and essential data. C. Labels of*tested compliances. 2. Location: Accessible and visible. 3. Fasteners: As required to rllount on ccluipnlent. B. Equipment Markers: Engraved. color-coded laminated plastic. Include contact-type, permanent adhesive. 1 . Terminology: Match Schedules as closely as possible. 2. Data: a. Name and plan number. b. Equipment service. C. Design capacity. d. Other design parameters such as pressure drop, entering and leaving; conditions, and speed. 3. Size: 2-1/2 by 4 inches for control devices, dampers, and valves; 4-1,/2 by 6 inches for equipment. C. Access Panel and Door Markers: 1/16-inch-r � thick, engraved laminated plastic, with abbreviated terms and numbers corresponding to identification. Provide 1/8-inch center hole for attachment. I. Fasteners: Sell-tapping, stainless-steel screws or contact-type, permanent adhesive. 2.2 PIPING IDENTIFICATION DEVICES A. Manufactured Pipe Markers, General: Preprinted, color-coded, with lettering indicating service, and showing direction of flow. 1. Colors: Comply with ASME A13.1, unless otherwise indicated. C5-4199-00 15075-2 ME.CHANICAL IDENTIFICATION RO — 3/19/01 VvAI,NU`I' S`I'it.i?I '1' i'(_1M1' S'fA'I'lON CITY OF .IFT'FERSON, MISSOURI 2. Lettering: Use piping system terms indicated and abbreviate only as Accessary for each application length. / 3. Pipes with OD, Including Insulation, Less Than 6 Inches: Pull-band pipe markers extending 360 degrees around pipe at each location. 4. Pipes with OD, Including Insulation, 6 Inches and Larger: I it.licr fill)-band or strip-type pipe markers at least three times letter height t►nd of length required for label. 5. Arrows: integral with piping system service lettering to accommodate both directions; or as separate unit on each pipe marker to indicate direction of flow. B. Pretensioned Pipe Markers: Precoiled semirigid plastic lormed to cover full circutn(erence of'pipc and to attach to pipe without adhesive. C. Shaped Pipe Markers: Preformed semirigid plastic 1`01111ed to partially cover circumference of pipe and to attach to pipe with mechanical fasteners that do not penetrate insulation vapor barrier. f1). Self-Adhesive Pipe Markers; Plastic with pressurc-sensitive. permanent-type, self- adhesive back. L. Plastic Tape: Continuously printed, vinyl tape at least 3 mils thick with pressure- scnsitive, permanent-type, sell-adhesive butt:. 1. Width for Markers on Pipes \with OF), Including II1SIIIMiOn, Less T11,111 () Inches: 3/4 inch minimum. 2. Width for Markers on Pipes with 01), Including Insulation. 6 Inches or Larger: 1- 1/2 inches Illlllllllu111. 23 DUCT IDENTIFICATION ICATION DEVICES A. Duct Markers: Engraved, color-coded lanlinatCd plastic. Include direction and quantity ofairflow Intl duct service (such as supply, return, and Cxflaust). Include contact-type, permanent adhesive. L 2.4 STENCILS A. Stencils: Prepared with letter sizes according to ASNlF A13.1 for piping; I111111111Un1 letter height of 1-1/4 inches for ducts; and minimuru letter height of 3/4 inch for access panel and door markers, ccluiptllent markers, equipment sighs, and sinlilar ollcratiollal instructions. I. Stencil Material: Metal or fiberboard 2. Stencil Paint: Exterior, gloss, black, unless otherwise indicated. Paint may be in pressurized spray-can form. 3. Identification Paint: C:xterior, in colors according to ASMI:. A13.1, unless otherwise indicated. C5-4199-00 15075-3 NIEC'1IANICAL 11)I::N'1'11-1CATI0N RO— 3/19/01 WALNUT' STREET PUMP STATION CITY 017- JEFFERSON, MISSOURI 2.5 VALVE AND PiPING EQUIPMENT TAGS A. Valve Tags: Stamped or engraved with 1/4-inch letters. Provide 5/32-inch hole for Fastener. 1. Nomenclature: For valves, the upper line of lettering shall consist of the size and type of'valve. For piping equipment, the upper line shall consist of(lie equipment number or size, and type of equipment. The next (in(-- to three lines shall include the manufacturer, model or catalog number, and any other pertinent information. 2. Material: 0.0375-inch-thick stainless steel. 3. Valve-Tag Fasteners: Stainless steel wire-link or I.-)eaded chain. 2.6 WARNING TAGS A. Warning Tags: Preprinted or partially preprinted, accident-prevention tags; 01' plasticized card stock with matte finish suitable for writing. 1. Size: Approximately 4 by 7 inches 2. Fasteners: Reinforced grommet and wire or suing. 3. Nomenclature: Large-size primary caption such as i.)ANGiR, CAUTION, or DO NUT OPERATE. 4. Color: Yellow background with black lettering. 2.7 HOSE VALVE? SIGNS A. Porcelain enamel metal sign with white background. 1. Nomenclature: Black letters I-inch high, either "1101'AIll..1; WATEi'." or "NON- POTABLE WATER". 2. Sire: 3-inch high by 12-inch long. PART 3 - EXECUTION J 3.1 APPLICATIONS, GENERAL A. Products specified are for applications referenced in other Division 15 Sections. It more than single-type material, device, or label is specified fir listed applications. selection is Installer's option. 3.2 EQUIPMENT IDI NT'IFiCA'i'ION A. Install and permanently fasten equipment nameplates on caeh major item ot'mechanical equipment that does not have nameplate or has nameplate that is damaged or located where not easily visible. Locate nameplates where accessible and visible. Include nameplates for the following general categories ofequipnwnt: C5-4199-00 15075-4 MECHANICAL IDENTIFICATION RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 1. Duel-burning units, including boilers, furnaces and heaters. 2. Pumps, condensers, and similar motor-driven units. 3. Coils and similar equipnlcrit. 4. bans, blowers, primary balancing dumpers, and mixing boxes. 5. Packaged HVAC central-station and zone-type units. 6. All equipment specified in Division I i and 14. E. Install equipment markers with permanent adhesive on or near each nigjor item of mechanical equipment. 1. Letter Size: Minimum 1/4 inch for name ot'twits il'vlelving distance is less than 24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately larger lettering for greater viewing distances. Include secondary lettering two- thirds to three-fourths the size of principal lettering. 2. Data: Distinguish among multiple units, indicate operational requirements, indicate safety and emergency precautions, warn of* hazards and improper operations, and identify units. 3. Locate markers where accessible and visible. C. Install access panel markers with screws on equipment access patlels. 3.3 PIPING IDENTIFICATION A. Install manufactured pipe markers indicating service on each piping system. Install with ilow indication arrows showing direction of flow. 1. Pipes with OD, Including Insulation, Less 'I"han 6 Inches: Pretensioned pipe markers. Use size to ensure a tight fit. 2. Pipes with OD, Including Insulation, 6 Inches and Larger: Shaped pipe markers. Use size to match pipe and secure with Iasteners. B. Stenciled Pipe Marker Option: Stenciled markers may be provided instead of manufactured pipe markers, at Installer's option. install stenciled pipe markers with painted, color-coded bands or rectangles coniplying Nvith ASM E-' A 13.1 oil each piping system. 1. Identification Paint: Use for contrasting background. 2. Stencil Paint: Use far pipe marking. C. Locate pipe markers, flow direction arrows, and color braids where piping is exposed in y finished spaces; machine rooms; accessible niahitenance spaces such as shafts, tunnels, and plenums; and exterior noneoncealed locations as f allows: I. Near cacti valve, control device, and instrunlcrlt. 2. Near each branch connection, excluding short takeofl's for fixtures and terminal units. Where flow pattern is not obvious, mark each pipe at branch. C54199-00 15075-5 MECHANICAL IDENTIFICATION RO -- 3/19/01 WALNUT STRI"I"T PUN4I' STATION CITY OFF JEFFERSON, MISSOURI 3. Near penetrations through walls, floors, ceilings, and nonaceessible enclosures. 4. At access doors, manholes, and similar access points that permit view of concealed piping. 5. Near major equipment items and other points of origination and termination. t. Spaced at maximuni intervals of 50 feet along each run. Reduce intervals to 25 feet in areas of congested piping and equipment. 7. On piping above removable acoustical ceilings. Omit intermediately spaced markers. 3.4 DUCT IDENTIFICA'T'ION A. Install duct markers with permanent adhesive on air ducts in the Hollowing color codes: 1. Green: For cold-air supply ducts. 2. Yellow: For hot-air supply ducts. 3. Blue: For exhaust-, Outside-, relic)-, return-, and mixed-air duels. 4. ASME A13.1 Colors and Designs: For hazardous material exhaust. 5. Letter Size: Minimum 1/4 inch for name of units it' viewing distance is less than 24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately larger lettering for greater viewing distances. Include secondary lettering two- thirds to three-fourths the size of principal lettering. B. Stenciled Duct Marker Option: Stenciled markers, showing. service and direction of flow, may be provided instead of"laminated-plastic duct markers, at installer's option, it' lettering larger than F inch high is needed for proper identification because of distance from normal location of'required identification. C. Locate markers near points where ducts enter into concealed spaces and at maximum intervals of 50 feet in each space where ducts are expoSed or concealed by removable ceiling system. 3.5 VALVE-TAG INS'T'ALLATION A. Install tags on valves and control devices in piping systems, except check valves; valves within factory-fabricated equipment units; plumbing f ixturc supply stops; shutoff valves; Iaucets; convenience and lawn-watering hose connections; and HVAC terminal devices and similar roughing-in connections Of Cnd-L1SC fixtures and units. List tagged valves in a valve schedule. 3.6 WARNING-TAG INSTALLATION A. Write required message on, and attach warning tags to, Cquipnncnt and other items where required. C54199-00 15075-6 N11 CHANICAL IDENTIFICATION RO—3/19/01 r WALNUT STREET PUMP STA'CION CITY Or JEFFERSON, MISSOURI 3,7 HOSE VALVE SIGN INSTALLATION A. Install "Potable Water" or"Non-Potable Water" signs'at all hose valves. 3,8 ADJUSTING A. Relocate mechanical identification materials and devices that have become visually blocked by other work. 3,9 CLEANING A. Clean faces of mechanical identification devices. END Or SECTION 15075 C5-4199-00 15075-7 MECI-IANICAL IDFNTIPIC:ATION. : R0— 3/19/01 WALNUT STIZEET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 15080 - MECHANICAL INSULATION - G PARI1 �ENCRA L 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes pipe, ductwork and equipment insulation. 1.3 DEFINITIONS A. Dual-Temperature Surfaces: Normal operating temperatures that vary from hot to cold. B. Cold Surfaces: Normal operating temperatures less than 75 deg F. C. Thermal Resistivity: "r-values" represent the reciprocal of thermal conductivity (k-value). Thermal conductivity is the rate of heat flow through a homogenous material exactly 1 inch thick. Thermal resistivities are expressed by the temperature difference in degrees F between two exposed faces required to cause one Btu to flow through one square foot of material, in one hour, at a given mean temperature. D. Density: Is expressed in lb/sq. ft. 1.4 SUBMITTALS A. General: Submit the following in accordance with the Conditions of Contract and Division 1 Specification Sections. 1. Product data for each type of mechanical insulation identifying k-value, thickness, and accessories. 2. Material certificates, signed by the manufacturer, certifying that materials complN with specified requirements where laboratory test reports cannot be obtained. 3. Material test reports prepared by a qualified independent testing laboratory, Certify insulation meets specified requirements. C54199-00 15080-1 MECHANICAL INSULATION RO—3/19/01 WALNUT STREET PUMP STATION CITY.OF JEFFERSON, MISSOURI 1.5 QUALITY ASSURANCE A. Fire Performance Characteristics: Conform to the following characteristics for insulation including facings, cements, and adhesives, when tested according to ASTM E 84, by UL or other testing or inspecting organization acceptable to the authority having ,jurisdiction. Label insulation with appropriate markings of testing laboratory. 1. Interior Insulation: Flame spread rating of 25 or less and a smoke developed rating of 50 or less. 2. Exterior Insulation: Flame spread rating of 75 or less and a smoke developed rating of 150 or less. 1.6 SEQUENCING AND SCHEDULING e A. Schedule insulation application after testing of piping and duct systems. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Glass Fiber a. Certain feed Corporation. b. Knauf Fiberglass Gmbl-1. C. Manville. d. Owens-Corning Fiberglas Corporation. e. USG Interiors, Inc. - Thermafiber Division. f. Or equal. 2. Flexible Elastomeric Cellular: a. Armstrong World Industries, Inc. b. Halstead Industrial Products. C. IMCOA d. Rubatex Corporation. e. Or equal. 2.2 GLASS FIBER C5-4199-00 15080-2 MECHANICAL INSULATION RO— 3/19/01 WALNUT STREET PUMI' STATION CI'T'Y OF JEFFERSON, MISSOURI A. Material: Inorganic glass fibers, bonded with a thermo-setting resin. 1. Board: ASTM C 612, Type 2, semi-rigid jacketed board. a. Thermal Conductivity: 0.26 average maximum, at 75 deg F mean temperature. b. Density: 12 pef average maximum. 2. Blanket: ASTM 0553, Type 1I, Class F-1,jacketed flexible blankets. a. Thermal Conductivity: 0.32 average maximum, at 75 deg F mean temperature. 3. Preformed Pipe Insulation: ASTM C547, Type 1, rigid pipe insulation,jacketed. a. Thermal Conductivity: 0.26 average maximum at 75 deg F mean temperature. b. Density: 10 average maximum. B. Adhesive: Produced under the UL Classification and Follow-Up Service. 1. Type: Non-flammable, solvent-based. 2. Service Temperature Range: Minus 20 to 180 deg F. 2.3 FLEXIBLE ELASTOMERIC CELLULAR A. Material: Flexible expanded closed-cell structure with smooth skin on both sides. 1. Tubular Materials: ASTM C534, Type I. 2. Sheet Materials: ASTM C534, Type II. B. Thermal Conductivity: 0.30 average maximum at 75 deg F. 2.4 ADHESIVES A. Flexible Elastomeric Cellular Insulation Adhesive: Solvent-based, contact adhesive recommended by insulation manufacturer. B. Lagging Adhesive: MIL-A-3316C, non-flammable adhesive in the following Classes and Grades: r1. Class 1, Grade A for bonding glass cloth and tape to unfaced glass fiber insulation, sealing edges of glass fiber insulation, and bonding lagging cloth to unfaced glass fiber insulation. 2. Class 2, Grade A for bonding glass fiber insulation to metal surfaces. C5-4199-00 15080-3 MECHANICAL INSULA'T'ION RO—3/19/01 WALNUT STREET PUMP STATION CITE' OF JEFFERSON, MISSOURI 2.5 JACKETS A. General: ASTM C921, Type 1, except as otherwise indicated. B. PVC Jacketing: FIigh-impact, ultra-violet-resistant PVC, 20-mils thick, roll stock ready for shop or field cutting and forming to indicated sizes. 1. Adhesive: As recommended by insulation manufacturer. C. Aluminum Jacketing: ASTM B209, 3003 Alloy, 1-1-14 temper, roll stock ready for shop or field cutting and forming to indicated sizes. 1. Finish and Thickness: Smooth finish 0.010 inch thick. 2. Moisture Barrier: 1-mil, heat-bonded polyethylene and Kraft paper. 2.6 ACCESSORIES AND ATTACHMENTS A. Glass Cloth and Tape: Woven glass fiber fabrics, plain weave, presized a minimum of 8 ounces per sq. yd. 1. Tape Width: 4 inches. 2. Cloth Standard: MIL-C-20079I-I, 'Type I. 3. Tape Standard: MIL-C-200791-1, 'I'ype 11. B. Bands: 3/4-inch wide, in one of the following materials compatible with jacket: 1. Stainless Steel: Type 304, 0.020 inch thick. 2. Galvanized Steel: 0.005 inch thick. 3. Aluminum: 0.007 inch thick. 4. Brass: 0.01 inch thick. 5. Nickel-Copper Alloy: 0.005 inch thick. C. Wire: 14-gage nickel copper alloy, 16-gage, soft-annealed stainless steel, or 16-gage, soft-annealed galvanized steel. D. Corner Angles: 28-gage, 1-inch by I-inch aluminum, adhered to 2-inch by 2-inch Kraft paper. E. Anchor Pins: Capable of supporting 20 pounds each. Provide anchor pies and speed washer's of sizes and diameters as recommended by the manufacturer for insulation type and thickness. 2.7 SEALING COMPOUNDS A. Vapor Barrier Compound: Water-based, fire:-resistive composition. C54199-00 15080-4 MECHANICAL INSULA'r1UN RO—3/19/01 i WALNIJT STRI.ET PUMP STAnON CITY OF .i 1,'FFERSON, MISSOURI I. Water Vapor Permeanec: 0,08 perm maximum. 2. Temperature Range: Minus 20 to 180 deg F. B. Wcatherproof Sealant: Flexible-clastomcr-based, vapor- barrier sealant designed to seal metal,joints. S1. Water Vapor Permeance: 0,02 perm maximum. 2. Temperature Range: Minus 50 to 250 deg F. 3. Color: Aluminum. PART 3 - EXECUTION 3.1 PREPARA'T'ION A. Surface Preparation: Clean, dry, and remove foreign materials such as rust, scale, and dirt. B. Mix insulating cements with clean potable water. Mix insulating cements contacting stainless-steel surfaces with demineralized water. 1. Follow cement manufacturer's printed instructions for mixing and portions. 3.2 INSTALLATION, GENERAL A. Refer to schedules at the end of this Section for materials, forms, jackets, and thicknesses required for each mechanical system. B, Select accessories compatible with materials suitable 1or the service. Select accessories that do not corrode, soften, or otherwise attack the insulation or jacket in either the wet or dry state. C. Install vapor barriers on insulated ducts and pipes having surface operating temperatures below 60 deg F. U. Apply insulation material, accessories, and finishes according to the manufacturer's printed instructions. E. Install insulation with smooth, straight, and even surfaces. F, Seal joints and scams to maintain vapor barrier oil insulation requiring a vapor barrier. G. Seal penetrations for hangers, supports, anchors, and other projections in insulation requiring a vapor barrier. CS-4199-00 15080-5 MECHANICAL INSULATION RO — 3/19/01 WALNUT STRE I 'I' PUMP STATION CI'T'Y Of JEFFERSON, MISSOURI 1-1. ,Seal Ends: Except for flexible clastomeric insulation, taper ends at. 45 degree angle and seal with lagging adhesive. Cut ends of flexible clastomeric cellular insulation square and seal with adhesive. 1. Apply adhesives and coatings at manufacturer's recommended coverage-per-gallon rate. .I. Keep insulation materials dry during application and finishing. K. Items Not Insulated: Unless otherwise indicated do not apply insulation to nameplates and data plates, or flexible connectors for ducts and pipes. 3.3 PiPE; INSULA'T'ION INSTALLA'T'ION, Gf;NERAL A. 1`ighily butt loaigihJdinsJl scams and end joint Bond with adhesive. 13. flexible I lastomeric Insulation: Slip insulation on the pipe bef6re making connections wherever possible. Seal joints with adhesive. Where the slip-on technique is not possible, cut one side longitudinally and apply to the pipe. Seal seams and joints with adhesive. C. Apply insulation continuously over fittings and specialties, except as otherwise indicated. D. Apply insulation with a minimum number of' joints. E. Exterior Wall Penetrations: for penetrations of exterior walls, terminate insulation flush with mechanical sleeve seal. Seal terminations with vapor barrier coating. 3.4 DUCT INSULA'T'ION A. Install block and board insulation as follows: 1. Adhesive and Band Attachment: Secure block and board insulation tight and smooth with at least 50 percent covet-age of adhesive. Install bands spaced I-' ,inclies apart. Protect insulation under bands and at exterior corners with metal corner angles. bill joints, scams, and chipped edges with vapor barrier compound 7, Speed Washers Attachment: Secure insulation tight and smooth with speed washers and welded pins. Space anchor pins 18 inches apart each way and 3 inches from insulation joints. Apply vapor barrier coating compound to insulation in contact, open joints, breaks, punctures, and voids in insulation. B, Blanket Insulation: Install tight and smooth. Secure to ducts having long, sides or diameters as follows: 054199-00 15080-6 MECi-IANICAL INSULATION R0 — 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI I. Smaller Than 24 Inches: Bonding adhesive applied in 6-inch-wide transverse strips on 12-inch centers. 2. 24 Inches and Larger: Anchor pins spaced 12 inches apart each way. Apply bonding adhesive to prevent sagging of the insulation. 3. Overlap joints 3 inches. 4. Seal joints, breaks, and punctures with vapor barrier compound. 3.5 JACKETS A. Aluminum Jackets: Install jackets drawn tight. Install lap or butt strips at joints with material same as jacket. Secure with adhesive. Install jackets with I%z-inch laps at longitudinal joints and 3-inch-wide butt strips at end joints. ® I. Seal openings, punctures, and breaks in vapor barrier jackets and exposed I! insulation with vapor barrier compound. B. Interior Exposed Insulation: Install continuous aluminum jackets and seal all joints and seams with sealant. Secure jacket with stainless-steel draw bands 12 inches on center and at butt joints. C. PVC Jackets: Install the PVC jacket with 1-inch overlap at longitudinal and butt joints and seal with adhesive. 3.6 APPLICATIONS—INSULATION SCHEDULE Service Material Thickness Jacket Ductwork Flexible Elastomeric 1%z" Aluminum Blanket or Board Glass Ductwork Fiber ''/2" Aluminum Exterior Water/Drain Piping Preformed Glass Fiber 1" PVC END OF SECTION 15080 C54199-00 15080-7 MECHANICAL INSULATION RO—3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 15101 --VALVES, STRAINERS AND PIPING ACCESSORIES M GENERAL PART ] - GENERAL ' 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section and Other Sections of Division 15. 1.2 SUMMARY A. This Section includes the following: 1. General requirements which apply to all Division 15 sections making reference to valves, strainers, and piping accessories. The extent of valves required by this section is indicated on drawings or specified in other Division 15 sections. Valve types for specific services are specified in the section on that service. B. Related Sections: The following Sections contain requirements that relate to this Section: 1 . Division 15, Mechanical a. Division 15, Section "Plumbing General Provisions." b. Division 15, Section"Domestic Water Piping Systems." 1.3 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections, B. Maintenance data for valves to include in the operation and maintenance manual specified in Division 1. Include detailed ma.nufacturer's instructions on adjusting, servicing, disassembling, and repairing. 1.4 QUALITY ASSURANCE A. Single-Source Responsibility: Comply with. the requirements specified in Division 1 Section Materials and Equipment, under Source Limitations�� Paragraph. ' B. ASME Compliance: Comply with ASME 831.9 for building services piping and ASME 1331.1 for power piping. C. MSS Compliance: Comply with the various MSS Standard Practice documents referenced. 054199-00 15101 - 1 VALVES, STRAINERS AND PIPING RO — 3/19/01 ACCESSORIES-- GENERAL WALNUT STREET PUMP STATiON CI'T'Y OF JEFFERSON, MISSOURI 1.5 DELIVERY, STORAGE AND HANDLING A. Prepare valves for shipping; as follows: 1. Protect internal parts against rust and corrosion. 2. Protect threads, flange fiices, grooves, and weld ends. 3. Set globe and gate valves closed to prevent rattling;. 4. Set ball and plug valves open to minimize exposure of functional surfaces. 5. Set butterfly valves closed or slightly open. 6. Block check, valves in either closed or open position. B. Use the following precautions during storage: 1. Maintain valve end protection. 2. Store indoors and maintain valve temperature higher than ambient dew-point r temperature. I1' outdoor storage is necessary, store valves off the ground in watertight enclosures. ' C. Use a sling; to handle large valves. Rig to avoid damage to exposed parts. Do not use handwheels and stems as lifting or rigging points. ' PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following;: 1. Gate Valves: a. Red & White Valve Corp. b. Crane Company; Valves and Fitting Division. , C. Milwaukee Valve Company, Inc. d. NIBCO Inc, C. Or equal. 2. Ball Valves: a. Conbraco Industries, Inc.; Apollo Division. ' b. Milwaukee Valve' Company, Inc. C. NIBCO Inc. , d. Watts C. Or equal. 3, Plug Valves: C54199-00 15101 - 2 VALVES, STRAINERS AND PIPING R0 — 3/19/01 ACCESSORIES —GENERAL WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI a. Grinnell Corp. b. Huber: J.M. Huber Corp.; },low Control Division (Rerun Valves). c. NIBCOInc. d. Or equal. 4. Globe Valves: a. Crane Company; Valves and Fitting Division. b. Milwaukee Valve Company, Inc. C. NIBCO Inc. d. Red-White Valve Corp. C. Or equal. 5. Butterfly Valves: a. Center Line, Mark Controls Corporation. b. General Signal; DeZurik Unit. C. Keystone Valve USA, Inc. d. Milwaukee Valve Company, Inc. e. NIBCO Inc. f. Or equal. 6. Swing Check Valves: a. Crane Company; Valves and Fitting Division. b. Milwaukee Valve Company, Inc. C. NIBCO Inc. d. Or equal. 7. Wafer Check Valves: a. Crane b. Milwaukee Valve Company, Inc. C. NIBCO Inc. d. Or equal. 8. Lift Check Valves: a. Crane Company; Valves and Fitting Division. b. Milwaukee Valve Company, Inc. C. NIBCO Inc. d. Or equal. C5-4199-00 15101 - 3 VALVES, STRAINERS AND PIPING RO— 3/19/01 ACCESSORIES —GENERAL WAI.Nt.I'I' S'I RIE'1' Pl1MP STATION CITY OF .I1sFFEit.SON, MISSOURI 2,2 VALVE DESIGN A. Valve Construction: 1. Provide valves designed for repacking under pressure when fully opened, equipped with packing suit►ble for intended service, equipped with gland followers, and having pressure/temperature rating no less than design criteria applicable to components of systetn. 2. Provide packing, of molded Teflon impregnated asbestos (30 percent minimum Tellon content.). 3. Perform body and seat. tests and stamp valve to show that tests have been successfully completed. 4. Provide valves conforming to (allowing specifications: Material Specifications Bronze- 150 psi maxiniurn ASTM B 62 Bronze - 300 psi maximurn ASTM B 61 Cast Iron ASTM A 126, Class B Carbon Steel, Cast AS'I'M A 216, Grade WCB Carbon Steel, Forked ASTM A 105, Grade 11 5. Valve Size: Unless otherwise noted, provide pipe size valves. B. Special Code Requirements: 1. Provide valves for use in boiler rooms that conform to ASME Boiler and Pressure 1 Vessel Code Specifications. 2. Provide valves for fire protection service that are approved by either Underwriter's Laboratory or the Associated Factory Mutual Fire Insurance Companies, 3, Provide fire hose valves with National Standard threads on outlet end. 2.3 VALVE BOXES , A. Provide cast iron boxes, extension type with screw or locking slide adjustment, and ' flared base. Minimum thickness ofinetal shall be 3/16 inch. 1. Install boxes over each underground valve, 2. Provide covers with cast-in identification of service. 2.4 VALVE TAGS A. Furnish main shutoff and control valves with 1-1/2 inch diameter brass valve tag with stamped and red-filled numbers. C5-4199-00 15101 - 4 VALVES, STRAINERS AND PIPING RO -- 3/19/01 ACCESSORIES —GENERAL WALNU'i'STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 1. Service designations shall be 1/4 inch litters, and valve number shall be 1/2 inch letters. 2. Service designations shall be approved by Engineer. Secure tags to valves by use of brass "S" hooks and brass chain. 3. Secure chain to valve by use of copper or metal meter seals. 4. Mount charts acid drawings listing functions of each valve and its location in metal frame and behind glass placed as directed. In addition, on record drawings mark symbols and furnish valve schedule properly identifying valve number and service with exact location, material being piped, and room number of area that valve services. This schedule shall be furnished on reproducible drafting paper or film suitable for reproduction on an Ozalid machine. Size of drafting paper shall be approved by the Owner. 2.5 STRAINERS A. Unless specified or shown otherwise provide strainers ahead of ba c w p , kflo p a prc,venters and other equipment indicated on drawings. I. Furnish "Y" ahe�attern strainers f p �d o tanks, traps, pumps, solenoid and control valves and other equipment. Arrange cap far easy removal of screen, with opening for blow-out. 2. Provide strainer with blow-out nipple and plug valve of same size as blow-out connection, and pipe to nearest floor or hub drain. 2.6 BUTTERFLY VALVES A. Provide butterfly valves used for isolating service with tapped lug body. B. Provide memory stops for butterfly valves used for throttling service such as pump and equipment discharge piping. 2.7 ISOLATION VALVES A. Provide piping systems with line size shut-off valves located at risers, at branch connections to mains, at all equipment, and at other locations as indicated and required. 2.8 DRAIN VALVES A. Install drain valves at low points of water piping systems so these systems can be entirely drained. ' B. Install a 2-inch drain for 2-inch pipes and larger. C. Install line size drain valves for pipes smaller than 2 inches. 054199-00 15101 - 5 VALVES, STRAINERS AND PIPING RO— 3/19/01 ACCESSORIES —GENERAL WALNUT STREET PUMP STA'T'ION CITY OF .11"Fi ERSON, MISSOURI U. install drain valves at main shut-off valves. PART 3 - EXi:CUTION 3.1 INSTALLATION A. Install valves and stops in accessible locations; provide where shown or as required to make systems Complete and readily maintained. B. Provide valves with stems pointed up, in vertical position where possible., but in no case with stems pointed downward from horizontal plane unless unavoidable. C. Install valve drains with hose-end adaptors f'or each valve chat must be installed with stem below horizontal plane. I). Install automatic control valves furnished by the temperature control contractor, and under his supervision. 3.2 QUALITY ASSURANCE A. Single-Source Responsibility: Comply with the requirements specified in Division 1. B. ASME Compliance: Comply with ASME 1331.9 for building services piping and ASME 1331.1 for power piping. C. MSS Compliance;: Comply with the various MSS Standard Practice documents referenced. END OF SECTION 15101 1 C5-4199-00 15101 - 6 . VALVES, STRAINERS AND PIPING IZ.0— 3/19/01 ACCESSORIES --GENERAL WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 15141 - PLUMBING PIPE SUPPORTS AND ANCHORS PART 1 - GENERAL 1.1 RI:LA7TED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section and Other Sections of Division 15. 1.2 SUMMARY A. This Section includes the following: 1. Furnishing and installing pipe hangers, supports, and anchors. B. Related Section: The following Sections contain requirements that relate to this Section. O 1. Division 15, Section "Plumbing General Provisions." 2. Division 15, Section "Plumbing Pipe and Pipe Fittings - General." 1.3 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. 1. Product data for each type of hanker and support. 2. Submit pipe hanger and support schedule showing manufacturer's Figure No., size, location, and features for each required pipe hanker and support. 3. Welder certificates signed by Contractor certifying that welders comply with requirements specified under the "Quality Assurance" Article. 1.4 PERFORMANCE REQUIREMENTS A. Design seismic restraint hangers and supports, for piping and equipment. B. Design and obtain approval from authority with jurisdiction over seismic restraint hangers and supports for piping and equipment. 1.5 QUALITY ASSURANCE A. Code Compliance: Comply with applicable plumbing codes pertaining to product materials and installation of supports, anchors, and seals. C5-4199-00 15141 - 1 PLUMBING PIPE SUPPORTS RO --3/19/01 AND ANCHORS WALNUT STREET PUMP STATION CI'T'Y OT' JEF ERSON, MISSOURI 13. Reference ,Standards: Comply with applicable standards listed below pertaining to products and installation. C. Pipe Supports and 1-langers; ANSUMSS S11-58, MSS SP-fig, and MSS SP-89. D. Automatic Sprinkler Pipe Supports; NFPA No. 13, Standard for the Installation of Sprinkler Systems, E. Standpipe I-lose System Pipe Supports; NFPA No. 14, Standard for the Installation of Standpipe and Hose Systems. PART 2 - PRODUCTS 2.1 INSERTS A. Malleable iron or welded steel case, and insert for threaded connection with provision for lateral adjustment and slot for reinforcing rods and lugs for attaching; to forms. Insert to match threaded hanger rod size. 1� 2.2 STEEL, PIPE HANGERS A. Pipe Sizes to 8 Inch: Adjustable wrought steel clevis or adjustable swivel ring hanger. 2.3 TRAPEZE I4ANGERS A. Steel channels (with the major dimension vertical) with welded spacers and hanger rods. 2.4 UNISTRUT PIPE SUPPORTS A. Standard Unistrut, or equal, nietal ('raining members and appurtenances For pipe support where shown. Mult-A-frame and Power-Strut pipe support systems are also acceptable. I-lot-dip galvanize members and appurtenances. 2.5 VERTICAL, PIPE SUPPORT A. Support vertical risers with steel strap pipe clamps of a proved design and size. 2.6 COPPER PIPE AND TUBE HANGERS AND VER'I'1CA1., SUPPOR'T'S A. Same as steel pipe hangers and riser clamps except that surfaces which come in contact with copper piping or tubing shall be copper plated or coated with plastic material rated to withstand operating temperature plus 100 degrees. As an alternative for hangers only, tape copper pipe and tube at all points contacting steel hankers. Use a dual wrap of polyvinyl tape. Also tape all points contacting steel structural member or sleeves. C5-4199-00 15141 - 2 PLUMBING PIPE SUPPORTS RO— 3/19/01 AND ANCHORS WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 2.7 PLASTIC SUPPORTS A. For concealed piping 3 inches and smaller, plastic support brackets as manufactured by P&M Company may be used in accordance with manuf'acturer's recommendations. 2.8 HANGER RODS A. Provide steel hanger rods, threaded both ends or all-thread. Coat rod to prevent rusting. Cut threads using sharp, open dies to provide full sharp threads. 1. H,in,,cr rods attached to the top of beams shall be attached with steel jaw, hook rou and nut, spring washer, lock washer and swivel top beam clamp. Top beam clamp shall not be used to support pipe larger than 6 inc. 2. Secure hanger rods with a nut above and below yoke of clevis hangers. B. Provide hanger rods long enough to allow pipe movement due to expansion and contraction without deflecting more than 10 degrees from vertical. 1. Hanger rods attached to bottom of beams shall be attached with two piece malleable iron jaw I-beam clamp and swivel, selected so as not to exceed manufacturers load rating. 2.9 INSERTS AND HANGERS A. Provide cast-in-place inserts, or snap-off self drilling anchors (spaced to carry no more than 2,000 pounds total weight per insert), to support hangers from bottom of reinforced concrete slabs. When using self'drilling anchors, install in sides of beams wherever possible. 2.10 PIPS: I-IANGL;R ROD SIZE AND HANGER SPACING A. Support horizontal pipe on maximum centers and with steel rod as follows: rNominal Pipe Size Steel Pipe C�lper Tubing 1-ku> >er Rod 1/2" & 3/4" 711 5 ft 3/8 in r f" & 1-1/4" 7 R 711 3/8 in 1-1/211 9 ft 811 3/8 in 2" 10 ft 8 f1 3/8 in 2-1/2" 11 ft 9 fl 1/2 in 3" & 3-1/2" 12 ft 10 ft 1/2 in 4" 1411 12 f3 5/8 in 5" & 6" ?611 14 f1 3/4 in O" 19 f1 16 fl 7/8 in B. Support schedule 20 and 30 steel pipe over 6 inch size on maximum of I0-ft centers. C5-4199-00 15141 - 3 PLUMBING PIPE SUPPORTS RO-- 3/19/01 AND ANCHORS 1 WALNUT STRE-1`T PUMP STA'T'ION CITY OF .li3FFI:RSON, MISSOURI C. Support steel pipe; 4 inches and larger, which is supported by self drilling anchors in bottonns of concrete slabs, on maximum of 1041 centers. D. Support each length of grooved pipe with at least two hangers and no greater spacing than recommended by the grooved coupling manufacturer. L-. Support nonmetallic pipe on centers with rod sizes in accordance with the manufacturer's recommendation. Place hangers not more than G feet apart for all sizes of polyvinyl chloride pipe. F. Install hangers to provide minimum 1/2-inch clear space between finished covering and adjacent work. G. Place a hanger within one foot of each horizontal elbow. 11. Use hangers which are vertically adjustable 1-1/2-inch minimum after piping is erected. 1. Support horizontal soil pipe near each hub, with 120 inches maximum spacing r between hankers. .1. Support vertical piping at every floor. Support vertical soil pipe at each floor at hub. Support piping assemblies in chases adequately enough to be rigid and self-supporting before the chase is closed. Provide structural support for piping penetrating chase walls to fixtures. Where practical, support riser piping independently of connected horizontal piping. 2.11 ANCHORS A. Provide rigid anchors where shown or required to secure pipe to permit expansion loops or expansion joints to function. Use pipe anchors consisting of heavy steel collars with lugs and bolts for clamping to pipe and attaching anchor braces. r PART 3 - EXECUTION 3.1 PREPARATION ' A. Proceed with installation of hangers, supports and anchors only after required building structural work has been completed in areas where the work is to be installed. Correct inadequacies including (but not limited to) proper placement of inserts, anchors and other building structural attachments. ' 3.2 INS'rALLATION OF BUII.,DING ATTACHMENTS A. Install building attachments at required locations within concrete or on structural steel f'or proper piping support. Space attachments within maximum piping span length C5-4199-00 15141 - 4 PLUMBING PIPE SUPPORTS RO— 3/19/01 AND ANCHORS WALNUT S'T'REET PUMP STATION CiTY Oi-JEFFERSON, MISSOURI indicated under heading; "Pipe Hanger Rod Size And Hanger Spacing;," and in MSS SP-69. Install additional building attachments where support is required for additional concentrated loads, including valves, flanges, guides, strainers, expansion joints, and at changes in direction of piping. Install concrete inserts before concrete is placed; fasten insert securely to forms. Where concrete with compressive strength less than 2,500 psi is indicated, install reinforcing bars through openings at top of inserts. 3.3 INSTALLATION OF HANGERS AND SUPPORTS A. General: Install hangers, supports, clamps and attachments to support piping from building structure; comply with MSS SP-69. Arrange for grouping; of parallel runs of horizontal piping to be supported together on trapeze-type hangers where possible. Install supports with maximum spacings as giver) under the heading "Pipe Hanger Rod Size and Hanger Spacing," and complying with MSS SP-69: Where piping of various sizes is to be supported together by trapeze hangers, space hangers for smallest pipe size or install intermediate supports for smaller diameter pipe. Do not use wire nor perforated metal to support piping, and do not support piping from other piping. B. Install hangers and supports complete with inserts, bolts, rods, nuts, washers and other accessories. Except as otherwise indicated for exposed continuous pipe runs, install hangers and supports of same type and style as installed for adjacent similar piping. C. Support fire-water piping independently of other piping. D. Provision for Movement: Install hangers and supports to allow controlled movement of piping; systems and permit freedom of movement between pipe anchors, and to facilitate action of expansion joints, expansion loops, expansion bends and similar units. E. Load Distribution: Install hangers and supports so that piping; live and dead loading and stresses from movement will not be transmitted to connected equipment. F. Pipe Slopes: Install hangers and supports to provide indicated pipe slopes; and so that 111axlllll1111 pipe deflections allowed by ANSI B31 are not exceeded. 1 3.4 INS'I ALLATION OF ANCHORS A. Install anchors at proper locations prevent stresses from exceeding those permitted b% ' ANSI B31, and to prevent transfer of loading and stresses to connected equipment. B. Where expansion compensators are indicated, install anchors in accordance with ' expansion unit manufacturer's written instructions, to limit movement of piping and forces to maximums recommended by manufacturer for each unit. C. Do not install supports, anchors and similar devices where they will damage construction during installation or because of the weight of the expansion of the pipe. C54199-00 15141 - 5 PLUMBING PIPE SUPPOR'T'S RO — 3/19/01 ANI) ANCHORS WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI D. Anchor Spacings: Where not otherwise indicated, install anchors at ends of principal Pipe-runs, at intermediate points in pipe-runs between expansion loops and bends. Make provisions for preset of anchors as required to accommodate both expansion and contraction of piping. 3.5 ADJUSTMENT OF HANGERS AND SUPPORTS ' A. Adjust hangers and supports to bring piping to proper levels and elevations, END OF SECTION 15141 CS-4199-00 15141 . 6 PLUMBING PIPE SUPPORTS RO-3/19/01 AND ANCHORS WALNUT STREET PUMP STATION CITY OF J1aFFERSON, MISSOURI SECTION 15220 - PROCESS WATER AND WASTE PIPING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including; General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes materials and installation methods common to process water and waste piping specified in other related sections. B. Related Sections include the following: 1. Division 15, Section "Basis Mechanical Materials and Methods." 2. Division 15, Section "Ductile Iron Process Piping." 3. Division 15, Section "Carbon Steel Process Piping." 4. Division 15, Section "PVC Process Piping." 5. Division 15, Section "Fiberglass Duct (Air Piping)." 6. Division 15, Section "Process Piping Equipment and Valves." 1.3 DEFINITIONS A. The use of the works "pipe" or "piping" in this Section is understood to include both pipe and tube or piping and tubing;. B. Piping Code: All piping systems installed and tested under this Section shall conform to the applicable portions and the specifically referenced paragraphs of the American National Standard Code for Pressure Piping, and the latest revision of ANSI/ASME 1331.1 - "Power Piping", hereinafter referred to as the "Code". 1.4 SYSTEM DESCRIPTION A. General: Labor, materials, supplies, tools, equipment, and services incidental to and necessary for the complete and proper installation and operation of all piping systems identified or described in the Contract Documents that are not specifically defined or shown, but would reasonably be implied as necessary including, but not limited to, provisions for dismantling, draining, expansion and contraction, shall be furnished as if called for in detail. C5-4199-00 15220-1 PROCESS WATER RO — 3/19/01 AND WASTE PIPING WALNUT STREET PUMP S'T'ATION CITY OF- JEFFERSON, MISSOURI E. Piping Ncmenclature: 1. The Drawings show the various piping; systems by means of piping and instrumentation diagrams (flow diagrams) and detailed piping drawings. The piping and instrumentation diagrams show schematics of the piping systems. The detailed piping drawings show tiie arrangement and physical layout of the piping. 2, file pipelines shown on the piping and instrumentation diagrams are identified by a pipeline designation system. 'Phis same designation is also used on the detailed piping drawings. The designation system is explained on the Drawings. 1.5 SUBMITTALS A. General: Submit the following in accordance with the Conditions of the Contract and Division 1 Specification Sections: 1. Manuf'acturer's certified statements of compliance inspection/testing of all pipe and fittings as required by referenced standards. 2. Piping system pressure test report. 3. Qualification weld records. 4. Prior to beginning fabrication of any welded piping system, the Contractor and each subcontractor required to do welding, shall prepare and submit to the Engineer for approval, three quality control samples of pipe joints made in accordance with applicable specifications. Additional samples shall be prepared and submitted as required until three samples of'each pipe system are approved by the Engineer. One approved sample will be returned to the Contractor. 1.6 QUALITY ASSURANCE A. Welding Qualifications: Perform all welding; of piping systerns with qualified welders and/or welding operators. Qualify welders and/or welding operators in accordance with Code Paragraph 127.5. B. Weld Records: Maintain qualification weld records in accordance with Code Paragraph 127.6. Keep the records current at all times. C. Welding; Quality Control Samples: Approved quality control welded joint samples shall be the basis of minimum acceptable quality of pipe joints furnished under this Contract and for welder qualification tests. C5-4199-00 15220-2 PROCESS WATER RO — 3/19/01 AND WASTE PIPING WALNUT STREET PUMP STATION CI'T'Y CAF JEFFERSON, MISSOURI 1.7 DELIVERY, STORAGE, AND HANDLING A. Each length of pipe and tubing shall be thoroughly cleaned inside and immediately capped or plugged and stored in a clean, dry place.. The plugs or caps shall not be removed until just prior to installation. Leftover cut lengths, unless used immediately., ' shall have the ends wiped clean, plugged or capped, and returned to clean-dry storage. All fittings shall be stored in a clean, dry place and thoroughly cleaned inside immediately before fit-up. PART 2 - PRODUCTS 2.1 PIPING A. Piping materials shall conform to the standards specified in the individual piping specifications. 2.2 FITTINGS A. Unless otherwise noted, all elbows shall be of the standard, short-radius type. Long radius elbows shall only be used where specifically shown and noted on the Drawings. B. Mitered fittings shall be used only where specifically allowed in the specifications or noted on the Drawings. 2.3 INSTRUMENTATION PROVISIONS A. Instrumentation connections shall be of the same type of material specified for the services involved, unless otherwise noted on the Drawings. Coordinate instrumentation provisions with instrumentation subcontractor to ensure that the proper type and size connections are provided. PART 3 - EXECUTION 3.1 EXAMINA'T'ION A. Field Measurements: Field check dimensions shown on the Drawings and the equipment Shop Drawings. Resolve any discrepancies before starting the work. Verify all dimensions in the field as necessary and be responsible for the proper dimensions and alignment of the finished piping. Interferences shall be brought to the attention of the Engineer in writing. Check connections to mechanical equipment and piping equipment and provide matching piping connections as required. C54199-00 15220-3 PROCESS WA'T'ER RO —3/19/01 AND WASTE PIPING WALNtJ'I' S`1'12EI i' PIJMi' STATION r CITY OF A-ITT .RSON, MISSOURI 3,2 GENERAL INSTALLATION RE"QUIRUMENTS A. Pipe: Use full lengths of pipe where length between fittings is less than the mill- random lengths of pipe. Avoid extra joints. B. Fabrication Accuracy: Accurately fiabricate and install piping as shown on the Drawings. Eccentric reducers in process piping shall be installed to avoid pocketing the pipes. All other horizontal piping shall be installed level. All vertical piping shall be installed plumb. Exceptions are shown and noted on the Drawings. C. Access: All piping equipment and devices installed in the piping that require periodic removal for maintenance or replaceillent shall be installed For easy removal without cutting or damaging the pipe. U. Clearance: Maintain adequate clearance around piping, equipment, and building structure to prevent the possible damage of these items. E. Dielectric Joints: Use dielectric joints to connect piping of dissimilar metals. Joints shall be dielectric unions for sizes 2 inches and smaller and flanged joints for sizes 2'/z inches and larger. When connecting stainless steel to copper, use Ilanged joints for all sizes. Use bolt insulation kits for dissimilar flanges in all liquid services. F. Equipment Connections: Piping connections to e(l(lipment and other components shall be made so they do not cause danlagc to the C(lUipillCilt or component during Connection and operation. G. Movement: Fabricate and install ;piping to provide for and control the movement due to e thermal expansion and/or contraction and install anchors and guides as specified or its detailed on the Drawings. The design for expansion/contraction guides and anchors is based on pipe installed exactly as shown on the Drawings. Any modifications to pip lengths, locations and/or configurations shall recluire the Contractor to redesign expansion/contraction controls and submit detailed calculation and drawings to the Engineer for written approval. 3.3 FLANGED PIPING, SYSTEMS A. Bolt holes of the flanges shall straddle the normal vertical cold horizontal centerline~, unless otherwise shown on the Drawings. 13. Installation of gaskets and bolting procedure shall conform to Code Paragraph 135.2. Use one, and only one gasket per joint. Nuts on bolts and/or stud bolts shall be tightened by the cross-over method to load gaskets evenly, "Tightening shall be repeated by going over aild across until the joint is unilorinly tight. 'Torque wrenches shall be used where required to uniformly torque bolts as necessary. C5-4199-00 15220 4 PROCESS WATER RO --3/19/01 AND WAS'IT? PiPING WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI C. Flange bolts or stud-bolt length shall comply with ANSI 1316.5. D. Flange bolts wid stud bolts shall be lubricated with oil and graphite at time of installation. 1 3.4 '1 TREADED PiPiNG SYSTEMS A. Joints: Cut pipe squarely without deformation, thread pipe, and ream pipe to full bore. Clean threads to remove chips, threading oil, and other foreign matter. Apply specified pipe joint compound or tape to cleaned male threads only. Assemble joint and remove any exress pipe joint compound from tightener!joint. Backing off to permit alignment of'threaded joint is not permitted. B. Branch Connections: Use standard or reducing threaded tees, crosses, laterals, and/or threaded welding outlet fittings. C. Reducing Fittings: Use reducing fittings and/or swaged nipples for change in pipe sizes. Use bushings only when reducing fittings and/or swaged nipples are not manufactured in sizes required. D. Dead Ends: Use threaded nipples and caps. Use threaded plugs only when space does not permit threaded nipples and caps. 3.5 WELDED PIPING SYSTEMS A. Shop fabricate major piping assemblies to keep field welds to a minimum; provide flanged connections for field assembly. B. General Welding Procedures: 1. Preparation: Prepare ends of pipe for welding by machining, abrasive cutting, grinding, sawing, or any combination of these methods. 2. Cleaning: "Thoroughly clean weld areas and remove all burrs and scale, Remove all foreign substances such as cutting oils, metal particles, grinding compounds, etc. 3. Alignment: Align work accurately in jigs or fixtures. 1 C. Connections: Make all branch connections using suitable fittings and additional reinforcements as described in ANSUASME 831.1 Paragraph 127.4.8. Factory-made welding outlet fittings are recommended for this branch connection service. Fishmouth ' pipe connections at branches, laterals, tees, or crosses will not be permitted without written approval of the Engineer. C5-4199-00 15220-5 PROCESS WATER R0 — 3/19/01 AND WAS'T'E PIPING WALNUT STREI?T PUMP STATION CITY OF- JEFFERSON, MISSOURI 3.6 13URIED PIPING SYSTEMS A. Elevations of buried piping, uniform slope in direction of flow, and installation details shall be as shown on the Drawings. No pipe shall be laid on a foundation in which frost exists, nor at any time when, in the opinion of the Engineer, there is the danger of formation of ice or frost upon the foundation. 3.7 FIELD QUALITY CONTROL r A. Inspection: Tine Contractor shall provide the Engineer with inspection access to piping during any phase of fabrication and/or installation. Inspection of welds shall be visual on the exterior. Interior welds shall be inspected by I3oroscope, radiography, or visually as selected by the Engineer. B. Testing: est all piping s stems in the presence of the En �ineer e r b y P b The Contractor shall furnish all necessary potable water, air or other gases, meters, gauges, bulkheads, and all other materials and appliances necessary to conduct the tests as herein required. I. 'Pest piping systems and/or portions of piping systems to be insulated and/or concealed before tine insulation is applied or before concealment. Perform tests on buried piping before the piping; is covered by backf ill, except where piping systems require the backfill to be in place to develop thrust restraint. 2. Install '/4-inch nominal size vent and drain valves in hydrostatically-tested piping systems, 1 inch and larger. Install line size vent and drain valves in hydrostatically tested carbon steel piping systems, '/A inch and smaller. Locate vents at high points of each line and/or branch connection. Locate drains at low points. Use piping materials specified for each service. Cap all drain or vent valves not removed from the piping systems after testing. 3. F lush all lines prior to testing hydrostatically. 4. Isolate or remove equipment., piping equipment and/or instruments which will not safely withstand the test pressures. Provide spool pieces for any piping equipment or instrumentation items removed for testing. 5. Turn all valves to the "Open" position before applying test pressure. 6. Apply test pressure in steps to equalize strain. Check piping; system,joints with a ' soap solution during final step of'pneunnatic test. 7. Maintain pressure for it mininum period of one hour. During this period, the piping system shall show no sign of failure, leakage, and/or distortion. There shall be no loss of test pressure during this one-hour period. 8. After the main line has been tested, line valves shall be systematically closed to isolate portions of the piping system to determine acceptability of the individual valves. 9. The Contractor shall, at his own expense, repair all defects disclosed by the testing and repeat the test procedure until it satisfactory test is witnessed by the Engineer. C5-4199-00 15220-6 PROCESS WA'CEIZ It0 — 3/19/01 AND WASTE PIPING WALNU14 STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 10. After the test of any section has been completed to the satisfaction of the Engineer, the Contractor shall carefully drain the line of all water to a point of discharge approved by agencies, to prevent freezing of same. The Contractor shall also demonstrate to the satisfaction of the Engineer that all piping is absolutely clean turd clear of dirt, chips, shavings or other foreign material. 11. The Contractor shall prepare a report based on the satistactory completion of the hydrostatic or pneumatic testing of each piping system or portion of the system. The report shall establish the exact limits of the testing. This report shall contain the test pressure at the beginning and end of the test, the time interval of the test, and other information required. The report also shall include a marked-up set of Piping and Instrumentation Diat!tams with the sections of pipe yellowed-out and initialed by the Contractor and Engineer as they are tested. The Contractor shall be responsible for maintaining this set of Piping and Instrumentation Diagrams, which shall be given to the Engineer at the completion of the job. 12. Use test media and pressures specified below. Any deviations must be approved in writing by the Engineer. a. All liquid service piping shall be tested, using potable water, at a pressure of 150 percent of the working pressure for the piping system, but not less than 60 psi. b. All low pressure air service piping, shall be tested, using air, at a pressure of 10 psig. 3.8 PROTECTION AND CLEANING A. The Contractor shall clean all pipe, tubing, and fittings. ,lust prior to completion of the day's work, all open ends of pipe, tubing, and fittings shall again be plugged or capped. Any pipe, tubing, or fittings exposed to the weather during installation of pipe shall be capped or plugged unless fit-up work is in progress. During fit-up work, only the end being fit-up shall have the plug or cap removed. Any tack-welded joints expected to be rleft at the end of the day shall be covered or otherwise protected from the elements until a single full root pass weld can be completed. END OF SECTION 15220 r r C54199-00 15220-7 PROCESS WATER RO--3/19/01 AND WASTE- PIPING r WALNUT STRI=CT PUMP STATION CITY 017 JEF F ERSON, MISSOURI SECTION 15221 - DUCTILE IRON PROCESS PIPING PART 1 - GENERAL 1.1 RELA'T'ED DOCUMENTS A. Drawings and general provisions ol'the Contract, including General and Supplementary Conditions and Division 1 Specification Scctions, apply to this Section. 1.2 SUMMARY A. 'i'his Section includes specific piping requirements related to Ductile Iron process piping systems. B. Related Sections include the following: I. Division 15, Section "Process Water and Waste Piping." 1.3 SUBMITTALS A. Submit the following in accordance with Conditions of the Contract and Division I Specification Sections: 1. Manufacturer's Product Data on joint restraint system. 2. Special coating test reports. 3. Certification signed by manufacturer that tile. pipe and fittings meet specification requirements. 1.4 DELIVERY, STORAGE AND HANDLING A. Comply with Inspection, Handling and Storage requirements of AWWA C600. "Installation of Ductile-Iron Water Mains and 'I'hcir Appurtenances". 13. All outside pipe coating that has been damaged shall be repaired by the Contractor before installing the pipe. Pipe and fittings in which the cement lining has been broken off or loosened shall be replaced by, and at the clpe►ise of, the Contractor. C5-4199-00 15221-1 DUCT11,131 IRON PROCESS PIPING RO — 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI PART 2 - PRODUCTS 2.1 PIPING SYS'T'EMS Interior Exterior p _ e Joint Li_ 'ning Coating D t Mechanical Special Bituminous D2 Push-on Special Bituminous D3 Flanged Special Primer ' Use Types D 1 or D2 for potable water and process piping; systems installed underground. Use Type D3 for ductile iron piping systems installed above grade or within structures 2.2 MATERIALS A. Pipe: 1. Push-On Joint: AWWA 0151, Class 350 up to 12", Class 250 from 14" to 20" Class 200 for 24" and above. 2. Mechanical Joint: AWWA C151, Class 350 tip to 12", Class 250 from 14" to 20" Class 200 for 24" and above, 3. Flanged: AWWA C1 15, Class 250. B. Interior Lining: 1. Special: Polybond Plus as manufactured by American Cast Iron Pipe Company, or approved equal, applied at pipe manufacturer's Cacility. C. Exterior Coating: t 1. Bituminous Coating: AWWA C151. 2. Primer: Epoxy. r D. Polyethylene Encasement for Buried Service: AWWA C105. ■ E. Fittings: AWWA Cl 10, Class 250 minimum. I'. Joints: 1. Push-On: AWWA Cl 11, vulcanized SI3R gasket. a. Restrained Joints: Pipe manutacturer's standard boltless restrained joint; American Flex-Ring or Lok-Ring, U. S, pipe 'FR-Flex, or equal. C54199-00 15221-2 DUCTILE IRON PROCESS PIPING RO— 3/19/01 WALNUT STREET PUMP S'T'ATION CiTY OF JEFFERSON, MISSOURI 2. Mechanical: a. Gasket: AWWA C1 H, vulcanized SBR, b. Follower Gland: AWWA C;111. C. Nuts & Bolts: AWWA C111. 3. Flanged: a. Flanges: AWWA C 115. b. Gasket for water service: 1/8-inch thick, full face, rubber having a durometer hardness of 75 to 85, or neoprene with a durometer hardness of 55 to 65. C. Gasket for air service: 1/8-inch thick, full face, non-asbestos sheet synthetic fiber with nitrile binder, suitable for 250°F continuous service. d. Bolts: ASTM A 307, Grade B for interior location; ASTM F593, Alloy Group I for exterior application. e. Nuts: ASTM A 563, Grade 17 for interior application; ASTM F594, Alloy Group 1 for exterior application. PART 3 - EXECUTION 3.1 INSTALLATION OF NONBURIED PIPING A. installation of flanged ductile iron piping; systems shall conform to the requirements of Division 15, Section "Process Water and Waste Piping." 3.2 INSTALLATION OF BURIED PIPING A. Installation ofductile iron pipelines shall conform to the applicable sections of AWWA 0600, "Installation of Ductile Iron Water Mains and 'I'heir Appurtenances". B. Coat all bolts and nuts on buried piping with two heavy coats of coal-tar pitch. C. Install polyethylene, encasement on all buried ductile and cast-iron pipe in accordance with AWWA C105. D. Thrust Ttestraint: 'Thrust restraint in buried pressure lines shall be accomplished with restrained/tied joints. Restrained lengths are shown on the Drawings. END OF SECTION 15221 C5-4199-00 15221-3 DUCTILE IRON PROCESS PIPING RO— 3/19/01 WALNUT S'1'RE?ET PUMP STATION CITY 014 JEFFERSON, MISSOURI SECTION 15222 -CARBON STEEL PROCESS PIPING PART' 1 - GENERAL 1,1 RELA'T'ED DOCUMI?NTS A. Drawings and general provisions of'the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1,2 SUMMARY A. This Section includes specific piping requirements related to Carbon Steel process piping systems, including galvanized. B. Related Sections inefude the following; 1, Division 15, Section "Process Water and Waste Piping." 1.3 SUBMH'1"ALS A. Submit the following in accordance- with Conditions of the Contract and Division I Specification Sections; I, Manufacturer's Product Data for piping and fittings, 2 Certification signal by manufacturer that the pipe and fittings meet specification requirements, PART' 2 - PRODUCTS 2.1 11I ING 5YS I E'MS `!' le Schedule_ Other_ FI 40� -- F2 80 of 40 Galvanized G2 SO Galvanized Use 'Type Fl/F2 as indicated on the Drawings, Use 'Type G 1/G2 where galvanized piping is indicated on the Drawings, C5-4190-00 15222-1 CARBON STEEL PROCESS PIPING RO—3/19/01 r WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 2.2 MATERIALS A. Pipe: I. Sizc 1/4" thru ?.''/z": ASTM A 53, Type I-, threaded, Schedule 40/80 as indicated above. 2. Size 3" thru 5": ASTM A 53, 'type S, Grade A, Schedule 40/80 as indicated above. 3. Size 6" thru 10": AWWA C200, Schedule 40/80 as indicated above. 4. Size 12" thru 42": AWWA 0200, 0.375" wall. 5. Size 48" thru 66": AWWA C'200, 0.500" wall. B. fittings: 1. Size 1/4" thru 2'/z": ASTM A. 197, 150 lb, malleable iron, banded, threaded ends. 2. Size 3" thru 5": ASTM A 2:34, Grade WPB. 3. Size 6" thru 66": AWWA 0208, 5-piece elbows f'or bends greater than 45 degrees, 3-piece (or bends up to and including 45 degrees. C. Branches ('/4" thru 2%2"): ASTM A 105, standard weight, f'or 6 ed steel, welding outic t fittings with threaded ends. D. Unions ('/4" thru 2%"): ASTM A 197, 300-lb, malleable iron, bronze-iron seats, b round joint, threaded ends. E. Flanges: 1. Size '/," thru 3": ASTM A 105, 150-lb, raised face (or faced to match equipment). 2. Size 4" thru 66": AWWA 0207, Class D. I'. Gaskets: 1/16" thick, compressed non-asbestos synthetic filter with nitrile binder G. Bolts: ASTM A 307, Grade 13, length per ANSI 1316.5 1-1. Nuts: ASTM A 563, Grade 1). 1. `threaded Pipe Joint Con1pC)und: 'Teflon thread tape e .I. Interior Coating: The interior surface of' all carbon steel pipe and fittings shall be cleaned, primed with coal-tar primer, and lined with coal-tar enamel, in accordance with AWWA C203. K. Galvanizing: AS`rM A 53 (for Piping Specification GI only). C5-4199-00 15222-2 CARBON STEEL PROCESS PIPING RO — 3/19/01 WALNUT STREET PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI PART 3 - EXECUTION 3.1 INS'T'ALLATION A. Threaded Joints: Conform to requirements of Division 15, Section "Process Water and Waste Piping." ® B. Welded Joints: Conform to requirements of Division 15, Section "Process Wetter and ■ Waste Piping." Prepare, clean, align, and space girth butt-weld ends per ANSI/ASME B31.1 Paragraph 127.3.1. Each and every steel weld must be chipped, filed, and wire brushed after each pass. Welding procedure for girth butt welds shall conform to ANSI/ASME B31.1 Paragraphs 127.4.1 and 127.4.2. C. Buried Piping: Coat all carbon steel piping to be buried in accordance with the latest revision of ANSI/AWWA C203, "Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot-Applied". Clean piping thoroughly, prime, and coat with two coats of enamel, totaling 3/32-inch thick. Wrap coated pipe with a fibrous glass mat, apply a seal coat of cnaumel, 1/32-inch to 3/32-inch thick, and wrap with felt and heavy kraft paper. Pipe shall be shop-coated and left with a 6-inch cutback at the ends for welding. Protect joints same as pipe except that glass mat and kraft paper may be ornitted. All primer, coating, seal coat, etc., shall be fully plasticized coal-tar enamel and all materials and methods shall comply with AWWA 0203. END OF SECTION 15222 ■ ' CS-4199-00 15222-3 CARBON STEEL PROCESS PIPING RO—3/19/01 WALNUT STREET PUMP STATION CITY OF ,JEFFERSON, MISSOURI SEC"PION 15223 - PVC PROCESS PIPING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Gcneral and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes specific piping requirements related to Polyvinyl Chloride (PVC) process piping systems. B. Related Sections include the following: 1. Division 15, Section "Process Water and Waste Piping." 1.3 SUBMIT'T'ALS A. Submit the following in accordance with Conditions of the Contract and Division 1 Specification Sections: 1. Manufacturer's Product Data 2. Certification signed by manufacturer that the pipe and fittings meet specification requirements. 1.4 DELIVERY, STORAGE, AND HANDLING A. All plastic piping materials shall be protected fi-om exposure to direct sunlight during storage and installation. 13. Store solvent cements in a cool shelter. Discard solvent cement that has exceeded its shel1,1i1e. PART 2 - PRODUCTS 2.1 PIPING SYSTEMS A. Type: P1, Schcdule 80 PVC ' C5-4199-00 15223-1 PVC PROCESS PIPING RO— 3/19/01 WALNUT S'T'REET PUMP STATION CITY OF .11I'FTiRSON, MISSOURI 2.2 MATERIALS A. Pipe: ASTM D 1785, PVC 1120, Schedule 80. B. Fittings: ASTM D 2467, PVC I. C. Unions: ASTM D 2467, PVC I. D. Flanges: ASTM D 2467, PVC 1, Class 150, flat face. L. Solvent Cement: ASTM i) 2564. F. Gaskets: "Viton" fluorinated elastomer, till face. G. Bolts: ASTM F 593, Alloy Group 1. I4. Nuts: ASTM F 594, Alloy Group 1. I. Washers: ASTM F 844, AISI "Type 304 stainless steel. PART 3 - IXLCUTION S 3.1 INSTALLATION A. Follow manufacturer's written instructions for cutting, preparing, cleaning, priming, and joining. Do not solvent weld at temperatures below 40T, or above 90T, unless manufacturer's specific instructions for cold/hot weather solvent welding are followed. B, Joints and Fittings: 1 . PVC pipe and fittings 4 inches and larger shall be joined using solvent welded flanged joints, and 3 inclics and smaller shall be joined using solvent welded socket type joints. 2. Use flanged joints instead of' adapters to connect 1'VC piping to other piping materials. 3. All changes in direction shall be made by use of fittings. Bending of pipe is not permitted. 4. Use standard or reducing tees, crosses, and laterals for branch connections. Use reducing fittings for change in pipe sizes; bushings are not permitted. C. Install buried nonmetallic pipe according to the pipe manufacturer's written instructions. Snake pipe from side to side in the trench to compensate i'or thermal expansion, being careful not to disturb undried joints. CND 01" SECTION 15223 C5-4199-00 15223-2 PVC PROCESS PIPING RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 15224 - STAINLESS STEEL PROCESS PIPING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section, 1.2 SUMMARY A. This Section includes specific piping requirements related to stainless steel process piping systems. B. Related Sections include the following: i. Division 15, Section "Process Water and Waste Piping." 1.3 SUBMITTALS A. Submit the following in accordance with Condition:; of the Contract and Division 1 Specification Sections: 1. Manufacturer's Product Data for piping and fittings. 2. Certification signed by manufacturer that the pipe and fittings meet specification requirements. PART 2 - PRODUCTS 2.1 PIPING SYSTEMS A. Type Sl, 304L stainless steel. 2.2 MATERIALS A. Pipe: ASTM A312, Grade 'TFP 304L, Schedule l OS, welded scam, annealed, pickled and passivated. B. Fittings: ASTM A403, Grade WP 304L, Schedule IOS, annealed, pickled and passivated, socket weld ends for 2-inch diameter and smaller, butt-weld ends for 2%i-inch diameter and larger. C. Flanges: ASTM A182, Grade I- 3041, 150 lb., flat face or to match equipment. ' C5-4199-00 15224-1 S'T'AINLESS STEEL PROCESS PIPING . RO — 3/19/01 r WALNUT S'I'RT;I"s'I' PUMI' S'1'A'I'ION CITY OF .IFIFFERSON, MISSOURI D. Gaskets: 1/8-inch thick, Full Bice, non-asbestos sheet synthetic fiber with nitrile binder, suitable for 250°1 continuous service. E. Bolts: AS'TM 1593, Alloy Ciroup 1, length per ANSI 7316.5. 1, Nuts: AS'TM 1594, Alloy Group 1. a Threaded Pipe ,point Compound: Tellon thread tape. 11. biller Metal for Welding: AWS Class F.308L. 1. Shielding gas for Welding: Selected to minimize carbon pickup. r PART 3 - GXLCUTION 3.1 INSTALLATION A. General: Use only stainless steel saw blades and cutting and grinding tools suitable f'or use on stainless steel pipe. Clean piping only with stainless steel wool, stainless steel wire brushes, or other non-contaminating media. B. "Threaded Joints: Conform to requirements of Division 15, Section "Process Water and Waste Piping." C. Welded Joints: Conform to requirements of- Division 15, Section "Process Water and Waste Piping" with additional requirements noted below: 1. Alignment: Keep aligning benches clean at all times. Do riot allow stainless steel to come in contact with carbon steel benches, -pigs, or fixtures. Place sheet of stainless steel between bench and stainless steel pipe. Carbon steel jig or fixture surfaces that come in contact with stainless steel pipe shall be galvanized. 2. Welding Procedure: Welding procedures shall follow the recommended practices 01'AWS D10.4 with the 161lowing additional requirements: Make all welds using the Metal Inert Gas (MIG) welding process. All weld joints shall be purged with an inert gas prior to and during the welding operation. Purging procedures shall conform to AWS D10.11. Both the torch side and the back side (inside of pipe) shall be purged. All purge paper rnust be physically removed from systems prior to cleaning. All welds must have 100 percent penetration and smooth lines of fusion on the exterior and interior. The interior must be flush and smooth, and the weld concavity shall not exceed 10 percent of'the pipe wall thickness. 3. Weld Cleaning: Clean interior and exterior of all welds which are accessible. Use stainless steel wire brushes, resinoid, or rubber-bonded aluminum grinding wheels C5-4199-00 15224-2 STAINLESS STEEL PROCESS PIPING lei RO -- 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 4, which are free of carbon particles.. Do not use carbon steel tools or brushes,.ar. . grinding whccis for use an carbon steel material. 'F END.OF SECTION 15224 C5 4199-00 15224-3 ' STAINLESS STEEL PROCESS PIPING R0= 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 15226—FIBERGLASS DUCT (AIR PIPING) PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Provide fiberglass duct (air piping) including air dampers for odor control systems as shown on the drawings, as specified herein, and as needed for a complete and proper installation. B. Related Sections include the following: 1. Division 1, Section "Product Requirements." 1 2. Division 1, Reetion "Execution Requirements." 3. Division 11, Section "Activated Carbon Odor Control System." 4. Division 15, Section "Process Water and Waste Piping." 5. Division 15, Section "Process Piping Equipment and Valves." 1.3 SUBMITTALS A. Submit the following in accordance with Conditions of the Contract and Division 1 Specification Sections: 1. Shop Drawings 2. Manufacturer's Product Data 1A QUALITY ASSURANCE A. Mwiufacturer of fiberglass duct (air piping) shall meet the following minimum qualification: Not fewer than ten (10) installations of comparable size in operation for at least five (5) years. PART 2 - PRODUCTS 2.1 FIBERGLASS DUCT A. Provide fiberglass duct in the largest possible shop-fabricated sections minimizing field joints. C5-4199-00 15226-1 FIBERGLASS DUCT (AIR PIPING) RO—3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI B. Rectangular duct: 1. Hand-laid-up over a myriad mold. 2. Unacceptable: duct made from flat plate joined at corners. C. Round Duct: 1. Filament wound with a hand-laid-up corrosion barrier and exterior layer. D. Construct ducts in accordance with ASTM D3982 and ASTM 0582 standards, except add 1/8 inches to minimum wall thickness dimensions shown in Table No. 2 of ASTM D3982. E. Materials 1. Resin a. Premium ,grade of fire retardant vinyl ester with antimony oxide added to achieve Class I flame spread per ASTM E84 b. Acceptable products include: Hetron #FR922, Riechold 89300, oe equal. 2. Internal Corrosion Barrier: a. "C" glass veil b. Followed by two layers of 1-1/2 once chopped stand mat. 3. Structural Layers a. Rectangular duct: Alternating layers of 18 once woven roving and 1-1/2 ounce chopped strand mat. b. Round duct: Alternating layers of filament winding and chopped strand mat or unidirectional/mat combination for sires four feet in diameter and larger. 4. Final Exterior Layer a. Provide a final coat of corrosion resistant gel coat. 22 N MA UAL. VOLUME CONTROL DAMPERS A. At branch ducts, provide manually operated dampers. 13. Single blade type with an external stainless steel locking; quadrant control that can be locked , into any position. 1. Positively align control handle with internal damper blade. 2. Shalt: Fiberglass pultruded rod, '/4-inch minimum diameter. 3. Shaft seal: Provide a packing gland with Teflon packing on control end of shaft and completely enclosed Teflon bearing on opposite end of shaft. 4. Blade: a. Place blade on centerline of shaft. b. Secure blade with %4-inch diameter 316 stainless steel hex cap bolts and lock washers and overlay with fiberglass. 5. Dampers shall be flanged for easy removal. C. Acceptable Manufacturers include: Yankee Plastic Company or equal. 054199-00 15226-2 FIBERGLASS DUCT(AIR PIPING) RO— 3/19/01 WALNUT STREET PUMP STATION CiTY OF JEFFERSON, MISSOURI PART 3 - EXECUTION 3.1 INSPEC'T'ION A. Examine all duct at the site to determine that it is in conformance with Division 1, Section "Product Requirements" of the contract documents and approved shop drawings, and that it is new, in good condition and capable of the required performance. B. Examine the installation site, as applicable to determine its suitability and conformance to specifications for the duct installation. 3.2 PREPARATION A. Holes in concrete: 1. Provide sleeves, accurately dimensioned and shaped to permit passage of items of this rSection 2. Deliver all such sleeves, with accurate setting drawings and setting information, to the trades providing the surfaces through which such items must penetrate, and in a timely manner to assure inclusion in the work. D. Flashing 1. Where items of this section penetrate the roof, outer walls, or waterproofing of any kind, provide under this Section all base flashing and counterflashing required at each such penetration. 2. Provide on each pipe passing through a 3 lb. seamless lead flashing and counterflashing assembly. C. Joining: 1. Provide services of the manul'acturcr to conduct complete onsite training for joint making. 2. Include review of Material Safety Data Sheets and safety procedures. 3. Certify each person trained. 3.3 iNSTALLATION A. Install equipment in accordance with the manufacturer's written instructions, conforming to the requirements of Division 1, Section "Execution Requirements." 3.4 TESTING AND ADJUSTING A. 'rest and adjust ductwork system and dampers to assure proper balance and operation. C5-4199-00 15226-3 FIBERGLASS DUCT (AIR PIPING) RO— 3/19/01 WALNUT S'T'REET PUMP STATION CITY OF JE—ERSON, MISSOURI 1. Test and regulate odor control systems to conform to the air volumes shown on the approved shop drawings, 2. Make tests and adjustments in apparatus and ducts for securing the proper volume and face distribution of air for each branch duct. 3. For each system, record the following data in tabulated form; a. Air volumes at all supply, return and exhaust outlet PP Y> s. b. Total cfm exhausted. c. Total static pressure at blower and at each system, 1 � ., � , Motor spud, blower speed, and input amperage rating, B. Submit two sets of written test and balance reports. C. Eliminate noise and vibration and assure proper function of all controls, maintenance of temperature, and operation in accordance with the approved design. END OF SECTION 15226 C5-4199-00 15226-4 FIBERGLASS DUCT (AIR. PIPING) RO 3/19/01 WALNUT STREET PUMP STATION CITY OF .JEFFERSON, MISSOURI SECTION 15229 - PROCESS PIPING EQUIPMENT AND VALVES PART 1 - GENERAL. 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes piping equipment and valves for process piping. Specialized valves may be specified in other sections. The requirements of those sections shall take precedence over the general valve specifications of this Section should there be differences in the type and material of a valve specified for a particular service. B. Related Sections include the following: 1. Division 13, Section "Electric Valve and Gate Operators." 2. Division 15, Section "Process Water and Waste Piping." 1.3 SYSTEM DESCRIPTION A. Piping Equipment Nomenclature: 1. The Drawings show the various pieces of piping equipment by drafting symbols. These symbols are individually identified by a Piping Equipment Designation. Identification legends are shown on the Drawings. 1.4 SUBMITTALS A. Submit the following in accordance with the Conditions of Contract and Division I Specification Sections: 1. Valves, Baekflow Preventers, Yard Hydrants, Flow Indicators, and Pressure Gages: Manuf'acturer's Product Data, Operating & Maintenance Instructions, Parts Lists, Manufacturer's Product Warranties. 2. Piping Components (compression couplings, expansion joints, flexible connectors, hose couplings): Manufacturer's Product Data, Manufacturer's Product Warranties, C54199-00 15229-1 PROCESS PIPING EQUIPMENT RO— 3/19/01 AND VALVES WALNUT s,rRm'. r PUMP STATION CITY O1. JE►.FI RSON, MISSOURI 1.5 DELIVERY, STORAGIa, AND HANDLING A. Plug or cap all open ends of piping equipment and valves. Remove protective covers immediately prior to installation. 1.6 WARRAN'T'Y A. Manufhcturer written warranty agreeing to repair or replace equipment that fails in materials or workmanship within one year from the date of'Substantial Completion. PART 2 - PIZODUCTS 2.1 GENERAL A. Specifications For the Process Piping equipment and Valves Follow PART 3 of' this Section. 2.2 MANUFACTURERS A. Subject to compliance with requirements, manufacturers offering products that may be incorporated in the work include, but are not limited to, the following: I. Piping Equipment and Valves: See individual piping equipment and valve specifications. 2 Valve Boxes: Mueller Company, or approved equal. 3. Floor Boxes: Series R-7506 as manufactured by tllc Neenah Foundry Co., 17-5690 type by the Clow Corporation, or approved equal. 4. Floor Stands: 'Type 1 12 as manufactured by the Walworth Company; Nordstrom Figure 1 as manufactured by the Rockwell Manufflcturing Company, or approved equal. 5. Chain Wheels and Guides: Stockham Valves and Fittings, David Round and Son, Inc., or approved equal. 23 MATERIALS A. Castings: All castings, whether of bronze, iron or steel, shall be sound and slllooth, without swells, lumps, blisters, sand holes or other imperfections, and shall be made in accordance with best foundry practice. I. Valves shall have the name of the mamlfilcturer and the size of the valve cast on the body or bonnet in raised letters. B. Unless otherwise specified, materials shall conform to the following requirements: 1. Iron Castings: ASTM A 126, Class "B" C5-4199-00 15229-2 PROCESS PIPING EQUIPMENT ' R0— 3/19/01 AND VALVES WALNUT° STRETT PUMP STATION CiTY OF d1"TT RSON, MISSOURI ?. Steel Castings: ASTM A 216 3. Bronze Castings: ASTM 1161 4. Sterns, Bolts and Nuts: ASTM i.3 21, Alloy C46400-1102 5, Stem Nut and Yoke Nut: ASTM 13 584, Alloy C 86700 6. Stuffing Flox Grand: ASTM 13 62 7. Bushings: ASTM 13 62 2.4 VALVE ACCESSORIES A, Valve Boxes (Cast iron or Ductile Iron). Valve box assemblies shall consist of a large bottom section, pipe extension pieces and cover lid. "HIC lids shall have the words "WATER" or "(JAS" marked on them when used For valves on water or gas lines. The cast-iron valve box assemblies shall be the sliding or screw type. I. Valves to be installed with valve boxes shall be furnished with -,in extension stem and operating nut. B. 1' lour [loxes: Cast-iron floor boxes, CC111a1 in height to the slab thicknc,ss, and furnished with removable lids. C. L,'xtension Sterns and Floor Stands: Cast-iron floor stands with indicator, suitable For the service intended. Extension stem brackets shall be substantial, adjustable wall brackets. I. Valves to be installed with floor stands shall tie Furnished with an extension stem. 2.5 VALVE OPERATORS A. General: All valve operators shall conform to the specific requirements for each type of valve and type of'operat.or as specified in this Section. Valve operators in general shall be designed to provide sufficient torque to open and close each valve at 125 percent of the rated working pressure f'or the valve. B. Hand Wheels: hand wheels shall be galvanized and of the size recommended by the valve manufacturer. The word "OPEN" and an arrow are to be cast on the rims of hand Wheels to indicate the direction the wheels are to be turned to open the valve. Hand wheels for floor stands shall be not less than 14 inches diameter far valves up to 6 Inches, and 16 inches diameter Ic)r valves 8 inches and larger. C. Chain Wheels: Chain wheels shall be cast Iron of pocketed or pinned sheave style, and shall be bored and key seated. Bolt-on or acliuslable rims, or "Babbitt" wheels will not be acceptable. Chain guides shall be brass-bushed. Chain wheels and guides shall be 1 galvanized. 1. 'fhe word "OPEN" and an arrow are to be cast on the rim of the chain wheel to indicate the direction the wheal is to be turned to open the v,live. C5-4199-00 15229-3 PROCESS PIPING EQUIPMENT RO — 3/19/01 AND VALVES WALNUT STREET PUMP STATION CI'T'Y 0F .1 F,FFI"I MON, MiSSOURI 2. Chains shall be heavily galvanized and shall be of the proof coil design. Chains shall be of the size recommended by the valve manufacturer and of sufficient length to extend to within 5 feet of the floor. D. Nut Operators: All nut-operated valves are to be Furnished with a 2-inch square wrench nut with the word "OPEN" and an arrow cast on top to designate the direction the nut is to he turned to open the valve. 2.6 FACTORY F'IN1SllI S A. The interior and exterior of all underground valves, valve boxes, extension stems and fittings, when not constructed of brass or bronze, shall be painted at the point of manufacture in accordance with AWWA C110, Section 10-9, except machined surfaces, which shall be given a suitable coating of'grease or other protective material. B. All other valves, when not constructed of brass or bronze, shall have their interiors painted at the point of manufacture with the same coating as that on the inside of the pipeline in which the valve is to be installed. Unless otherwise specified, all valves exteriors, extension stems, floor stands, brackets and fittings when not constructed of brass or bronze, shall be cleaned and shop primed with one coat of paint, as recommended by the manufacturer whose paint is to be used, and in accordance with Division 9 Section "Painting." 2.7 SOURCE QUALITY CONTROL A. All valves shall be tested at the point of manufacture and made drop-tight when tested under hydrostatic head in accordance with the latest AWWA specifications for water valves. The entire valve assembly, including valve, operator and integral controls, shall be tested. PART 3 - EXECUTION If EXAMINATION A. The Contractor, in preparing, his piping shop drawings, must be especially careful to allow ample clearance f'or valve installation, operation and arrangement. C5-4199-00 15229-4 PROCESS PIPING EQUIPMENT RO — 3/19/01 AND VALVES WALNUT STREET PUMP STATION CITY Oil JEFFERSON, MISSOURI 3.2 INSTALLA,riON A. General: Follow manufacturer's written instructions for the installation of piping equipment and valves. Install flanged, threaded, socket, and welded joints in accordance with the provisions of Division 15 Section "Process Water and Waste Piping." B. Valves: I. Gate and KnifegateT: Install stem in an upright vertical position unless otherwise shown on the Drawings. 2. Butterfly: Install stem in the horizontal position wherever possible. 3. Globe: Install stem in an upright vertical position unless otherwise shown on the Drawings. Install manual globe valves with the pressure under the seat. 4. Diaphragm: Install stem to florin a 15-degree angle above the horizontal run of piping. Position bonnet weep hole to face downward but away frorn aisle or working areas. C. Valve i3oxes: Install valve box assemblies on all buried valves. Cradle valve, and actuator when one is required, in concrete. The concrete shall also support the valve box. Do not allow valve box to transfer its weight or surface loads to the valve or actuator. Locate top of operating nut between 12 and 18 inches of*finished grade. D. Floor Boxes: Install floor boxes where required to provide support for extension stems of the non-rising type or to provide access to the operating nut of valves installed beneath floors or slabs. L. Extension Stems and Floor Stands: Where called for on the Drawings, or required, install extension stems and hand-operated floor stands with indicator. Locate wall brackets for extension stems in accordance with valve manufacturer's recommendations, but not more than 6 feet apart. F. Chain Actuators: Install chain wheels and guides for all manual valves located oil piping with a centerline elevation over 6 feet above the finished floor and at other locations identified on the Drawings. Extend chains to within 5 feet of the floor or 1 foot from equipment. Where chains hang in normally traveled areas, provide "tie- backs" so that chains can be hung out ol'the line of traffic. G. Pressure Relief Devices: Relief valves shall be piped to outside atmosphere if so shown on the Drawings. Relief valves shall not discharge above or towards electrical equipment, working areas, or corridors. 1-1. Outlet Piping: Route outlet piping from backflow preventers, air release and vacuum relief valves, and pressure safety valves to a floor drain, if available, otherwise route to floor. C54199-00 15229-5 PROCESS PIPING EQUIPMENT RO— 3/19/01 AND VALVES WALNUT STRIai T PUMP S'T'ATION C'I'TY 01 JEFFERSON,RSON, MISSOUIZi i. Pressure Gauges: Install pressure gauges on the suction Land discharge of each pump, at the discharge of'eaeh pressure reducing valve, and on building water-service entrance. J. Flexible Connectors and Expansion Joints: Install control units on pressure pipelines not anchored on both sides of flexible connectors, where excessive elongation or compression of the flexible connector could occur, and elsewhere where shown on the Drawings, VALVE AND PIPING EQI.Jlf'MEN'I' Si'I:CII--ICATIONS ARV 1 Air Release Valve: Combined air release and air/vacutun valve for sewage service. Single housing design, cast iron body, bronze and stainless steel working parts with backwashing connections and valves, ioncludiilg inlet isolation valve, blow-off valve, clean writer inlet valve, rubber supply hose, and quick connect couplings. Vahnatic Series 800 BW Or equal I3'P Backllow Preventer: Reduced pressure type, with two ldepcndcntly-acting ng spring, loaded check valves together with an independent relief valve located in the zone be- tween the two check valves. i3ronze body with stainless steel and bronze working Parts, EPT rubber, I3una-N and nylon trim; 175 psig maximum working pressure. 300 prig hydrostatic test pressure. The assembly shall include ball-type test cocks. tightly-closing, full-port, resilient-seated, ball valve. shut.-offs oil each end; and air gap connection for installing a drain line. All parts must be replaceable without removal ofthe unit from the line. Size: '/,t-inch to 2-inch. Watts Series 009 Or equal CC Compression Coupling: Cylinder type with two steel Follower flanges, one steel or M cast-iron middle ring, two molded rubber gaskets with rolled thread, track-headed. high-strength steel bolts. Use Viton gaskets For high-temperature applications. Dresser Manufacturing Division, Style No. 38 Or equal 17.11 Expansion Joint for use on low pressure (aeration) air piping: flexible rubber spherical expansion ,joints with reinforced EPDM tube suitable for 2509' continuous service; single sphere; floating galvanized steel flanges; exterior coated to protect against out- door exposure to ultraviolet light.. Provide control rods where noted oil the Drawings or where inadequate support is provided foi-the piping on either side of the joint. Size: 1-inch to 24-inch. Proco Series 240 Or equal 054199-00 15229-6 PROCESS PIPING EQUIPMENT R0 — 3/19/01 AND VALVES WALNUT STIZEET PUMP S'T'ATION CITY OF JEFFERSON, MISSOURI EJ2 Expansion Joint for use on water and wastewater lines: flexible .rubber spool- type ex- pansion joints with filled arch neoprene tube, reinforced with fabric and steel rings; I integrally-molded rubber flanges with galvanized steel retaining rings; exterior coated with hypalon paint. Provide control rods where noted on the Drawings or where in- adequate support is provided for the piping on either side of the joint. Size 1-inch and larger. Proco Series 220 Or equal I'I Pressure Gauges: stainless steel Bourdon tube stainless e b , sta n ss st el movement, Baked-enamel metal dial, balanced pointer, 4V2,-inch dial, 1/2-inch NP'C stainless steel bottom stem, fl percent. accuracy, overload stop, safety blowout disc, filled with silicone, weatherproof black fiberglass-reinforced polypropylene case, complete with factory-installed and calibrated stainless steel diaphragm seal, cleanout type:, with V2-inch process connee- tion. Provide with '/cinch stainless steel ball valve for process connection. Trerice 450LFSS Or equal roQCHI Quick Coupling: aluminum 150-lb ANSI flange x quick-coupling male hose adapter fitting, cam-locking type, with lockable aluminum cap and stainless steel chain, meeting MIL-C-27487. Size: 4-inches. OPW Or equal QCI•I2 Quick Coupling: Stainless steel male NPT x quick-coupling male hose adapter fit- ting, cam-locking type, with lockable stainless steel cap and stainless steel chain, meeting MIL-C-27487. Size: 2-inches. OPW Or equal STR1 Y Strainer: PVC body with full port opening, T yp e 316 stainless steel screen, hex cap screen access, threaded, socket, or flanged ends to match piping. Size: ''/z-inches to 4- inches. Hayward Or equal VBI Ball valve: I ypc 316 stainless steel body, pipe weds, Ball and stem; F T seat and seals; NPT pipe ends; vinyl-coated stainless steel handle. Size: IA-inch to 2-inches. Worcester, Figure 4466"TSE Or equal V132 Ball Valve: PVC Grade I ball valve with 'Teflon seats and Viton seals. Valve joints �. shall be true union. Valves shall be sized for schedule 80 connections. Size '/;!-inch to 2-inches. Chemtrol Series •TU 054199-00 15229-7 PROCESS PIPING EQUIPMENT RO —3/19/01 AND VALVES WAI.NI T STREl'I' I'UMP STATION CITY OF JI;FFFRSON, MISSOURI Or equal VCl Check Valve: rubber check valve, end of line, flexible duckbill sleeve with stainless steel retaining rings. Size: 2-inch to 6-inch. Red Valve Series 35 Or equal VC2 Check Valve:: swing check; cast iron body, disc, and bolted cover; bronze mounted; Spring loaded, or lever and spring, or lever and weight; extendcd stainless steel hinge shall with stuffing box and packing; Class 125. Size: 3-inch to 24 inch. GA Industries Or equal VG 1 Globe Valve: bronze body, 200 Ibs w.o.g., be\,eled bronze disc, screw-in bonnet. Size: '/4-inch to 2-inch. Jenkins, Figure 746 Or equal VI l l I-lose Valve: complete assembly consisting of globe valve as specified above, atmos- pheric vacuum breaker, and hose nipple. The atmospheric vacuum breaker shall be Model 715A, as ►llanu fact tired by Febco, or equal. Unit to operate without any spill- age. Unit shall be rated 150 psi working pressure, Size: '/,-inch. VPl Plug Valve: eccentric plug, bolted bonnet, drip-tight shutoff in either direction, cast- iron body, stainless steel or bronze bearings, welded-in nickel scat, 80 percent mini- mum port area, nitrite-butadiene packing and resilient plug facing, 125-1b ANSI flanged ends, mechanical dial position indicator, 150 psig non-shock working pressure in either direction, standard paint application. Worm gear aCtUator on 8-inch diameter valves and larger. Install with seat downstream. Size: 2-inch to 36-incll. DeZUrick, Figure l 181' Or equal VY1 Volume Control Damper: flip, flange ends, single blade type with an external stain- less steel locking quadrant control that can be locked into any position, as manufac- tured by Yankee Plastic Co., or equal. YI-I Yard Hydrant: non-freeze exposed-head yard hydrant; equipped with east alu►lllnunl housing, bronze casing and Internal parts, and non-turning; operating rod with free- floating compression closure valve. Hydrant shall be equipped with a tapped drain port ►n valve housing. Worm stem shall be drilled and tapped Im had whcel operator. Eland wheel to be included with the hydrant. Size: I-inch inlet and hose connection. Wade, model W-8610 Or equal END OF SECTION 15229 C54199-00 15229-8 PROCESS PIPING L'OUIPMENT RO — 3/19/01 AND VALVES WAI,NI1'I S'CRIiE'I' PUMP STATION CITY OT' JU"FF :RSON, MISSOURI SECTION 15241 - MECHANICAL VIBRATION CONTROLS AND SIiISMIC' RESTRAINTS I'AR'f' 1 - GINi?RAL 1.1 RELATED DOCUMI�,N' 'S A. Drawings and general provisions of' the Contract, includint, !►cncral, Supplementar y and Special Conditions, and Division I Specification Sections, apply to this Section. 1,2 SUMMARY A. This Section includes vibration isolators, Vibration isolation hoses. Vibration isolation roof•curbs, and seismic restraints and sn(ihbers. I 13. Related Sections include the 11611owing: �j 1. Division 1.5 Section "Hangers and Supports" for pipe hanger restraints. 2. Division 15 Section "Metal Ductwork" li)r flexible duct connector~. 3. Division 15 piping Sections for flexible pipe connectors. 13 SUBMITTALS A. Product Data: Indicate types, styles, materials, and finishes Im each type of isolator specified. Include load deflection curves. B. Shop Drawings: Show designs and calculations, certified ley a professional engineer. fir the 1611owing: 1. Design Calculations: Calculations li)i' selection of vibration isolators, design of vibration isolation hoses, and selection o1'seismic restraints. 2. Vibration Isolation Base Details: Detail 1•abricati0ll, including ta1chot'ages and attachments to the structure and to the supported equipment. Include auxiliary motor slides and rails, and base weights. 3. Seismic Restraint Details: I.)ctail Ihht•iciitirnr and attachment of restraints and snubbers. 1.4 OUALITY ASSURANCE A. Pro Iessional I:rtgineer Oualitications: A prolcssional engineer who is legally qualified to practice in the jurisdiction where the Project is located and who is experienced in ' providing engineering services of the kind indicated. kngineering services are defined ns those performed for installations c)1' vibration Isolation base:; and seismic restraints that are simibir to those indietned for this Project in material. design, and extent. CS-4199-00 15241 - I MI CI IANICAL VIBRATION CONTROLS RO ._ 3/19/01 AND SL,ISMIC RESTRAINTS WALNUT STREET PUMP STATION CITY Of,IEF F RSON, MISSOURI 1.5 PROJI`CT CONDITIONS A. Project seismic zone is 1 with a zone factor of 0.075. B. Building Importance factor: 1 ,0. 1.6 COORDINATION A. Coordinate layout and installation of vibration isolation and seismic-restraint devices with other construction that penetrates ceilings or is supported by them, including; light fixtures, 11VAC equipment, lip►;-suppression-systerrr components, arrcl partition assemblies. ' 13. Coordinate size and location cal' concrete housekeeping ,uul vibration isolation bases. Cast anchor-boll inserts into base. ('oncretc, reiifforcement, and Formwork regr.rirernents are specified in I)ivision 3 Sections. C. Coordinate installation ol'rool'curbs, equipment supports. m►cl cool'penetrations, PART 2 - PRODUCTS 2.1 MAN UFAC"i'URI?RS A. MilnulaCturers: Suhiect to compliance 'vvitlt rccluiren►cuts. l)rovide products by one of 4k the following: 1 , Amber/Booth Company, Inc. ' 2. Kinetics Noise Control, inc. 3, Mason industries, Inc. 4, Or equal. 2.2 VIBRATION ISOI.A`I'ORS A. Isolator fads: Oil and Willer-resistant and factory cut to sires that match requirements of the ccluipn►cnt supported. 1 . Rubber Isolator Pads: tdastomcr (neoprene or silicone) ,arranged in single or multiple lay(,r's and molded Will) a nonslip pattern ant) Steel hascplatcs of sul'li- t' cient stiff less to provide unif'orni loading over rile pact area. 2. fiberglass or Cork Isolator 1'rrcis: Molded cork or glass liher not less than 1 inch (25 mm) thick and precompressed through 10 compression cycles at 3 times the rated load. 3. Load Range: From 10 to 50 psig (09 to 345 kPa) anti a clullcctiou not less than 0.O8 inch per I inch (2 nun per 25 nine) of thickr►css. Do not exceed a loading~ of 50 psig (345 kl'a). 054199-00 1.52:11 - 2 MI:CI IANICAI. VIBRATION CONTROLS lei RO - 3/19/01 AND SFISMIC RFS'i'RAiNT'S I!j Wn{,Nll'{' S'I"{his{.;'{' i'l.►Mf' STATION CITY OF ,11:FFC;RSON, MISSOURI B. Rubber Isolator Mounts: Double-defleclion type, with molded, oil-resistant rubber or neoprene isolator elements, with CnCapsulated top- and haseplates, Factory-drilled and tapped top plate for bolted equipment mounting, Fact0ry-dr'il1Cd baseplate for bolted connection to structure. Color-code to indicate capacity range. C. Spring Isolators: Freestanding, laterally stable, opim-spring-type isolators. 1. Outside Spring I)ianlcter: Not less than tit percent of the Compressed height of the spring, at rated load. 2. Minimum Additional "Travel: 50 percent ol'thc required deflection at rated load, 3. Lateral Stiffness: More than 1.2 times the rated vertical stil'l'ness. 4, Overload Capacity: Support 200 17crcent of'rated load, fully Compressed, without deformation or failure. 5. Baseplates: Factory drilled Im holting to structure and bonded to a 1/4-inch- (6- !nm-) think, rubber isolator pad attached to the haseplale underside. Sire hase- plates to limit floor loading to 100 pslg (690 kl'a). 6. Top I'lates: Provide threaded studs Cor fastcrling and ICVClillg e(Iuipment. 7. Finishes: Mtulufilcturer's standard corrosive-resislant Imish. 1). Restrained Sprint,; Isolators: Vertically restrained, freestanding, laterally stable, steel open-spring-type isolators. I . I lousing: Weldcd steel with resilient vertical limit stops to prevent sprint, exten- sion due to wind loads or when weight is removed, l aCto►-y-drilled baseplate for hotting to structure and honded to a 1/4-inch- (6-nun-) thick, ruhhcr isolator pad attached to the buseplate underside. i'rovidC adjuStahlC CLltlipruent rnr►unting told leveling bolt. 2. Outside Spring Diameter: Not less than 90 percent of the compressed heig,llt of the sprint; at rated loud. 3. Minimum Additional 'Travel: 50 percent ol'the reLltlirCd deflection at rntcd load. 4. Lateral Stiffness: More than 0.8 tinles the rated vertical stil'l'ness. 5. Overload Capacity: Support 200 percent ol'rated land, fully compressed, without delormation or luilurc. 6. Finishes: Bilked enamel for metal components oil isolators 161. interior use. I lot• dip galvalliZed For metal components oil isolators fur Czterior use. E. Rubber Ilangers: DOLINC-dC11CCtion type, with molded, oil-resistant rubber or neoprene isolator elements honded to lormed-steel housings with threaded corinCCtionS for hanger rods. Color-code to indicate capacity range. F, Spring Hangers: Combination spring and elastonleric hanger with coil spring and elastomeric insert in compression. C5-4199-00 152411 - 3 MI'Cl IANICA1, VIIiRATION C.'ONTROLS' R0 -- 3/19/01 AND SFISMI(.' RFSTRAIN`I'S WAL.NU'I' S'1'1tI?1;'I' I't 1)Vfl' STATION CITY 01' ,113I'i ERSON, MISSOURi I. 1'ranac: formed steel, lubricated for connection to threaded rods and to allow lift• 30 dcgrees of angular hanger rod naisalignntcnt without biuding or reducing iso- lation efficiency. 2. Outside Spring Diameter: Not less than Kt) percent of the compressed height of the sprint; at rated load. 3, Minimum Additional "Travel: 50 percent ol'the rquired deflection at rated load. 4. l:lastorncric Element: Molded, oil-resistant rubber or raCoprene. 5. finishes: Baked enamel fitr metal components. Color-codc to indicate capacity range. 2.3 Sf,18MIC C'ONTR01 S A. 'Thrust Restraints: Combination s grin t and elastomeric restraints with coil spring g and I � r � clastomeric insert in compression. factory set litrthrust. I. Frame: formed stcel, IitbriCilted lire cc►nrtccticnt to thrCadcd rods and to alloW 101. 30 degrees of tant;ular hanger rod rrtis dignment Without binding or rcdtrcilIg iso- lation efficiency. 2. Outside Sprint; Diameter: Not less than 80 percent of the compressed height of the sprint; at rated loud. 3. Minimum Additional Travcl: 50 percent of the reLl►rired deflection at rated load. 4. I:lastomeric l;leraacnt: Molded, oil-resistant rubber or rteoprcttc, 5. finishes: Baked enamel for metal components. Color-code to indicate capacity range. 13. Mantiluctured Seismic Snubbers: All-dircctiorutl, double-acting :;Hoppers. 1, Construction: Interlocking steel members restrained h , a 314-inch- (19-111111-) !� � thick, rcplaccahlc, shock-absorbing neoprene insert. lvlaintain )/8-inch (3-mm) clearance in all directions between rigid and resilient su►fitce:;, C. fabricated Seismic Snubbers: Welded structural-steel shapes designed and lubricated to restrain aluipntent or vibratiolt isolation trues frorta excessive movement during a scisrrtic cvcnt. Ihaigrt to resist gravity 16FCCS identilied by authorities having jurisdiction. 1 . Construction: Welded steel spa ies confo n it , to t S' N, 3 ► (AS TM I r t a�, .1 I , l A _ ( (,1. ( fit A 36lv1). 2. Resilient Components: 3/4-inch- ( I()-mm-) thie.k, replaceuhle, shock-absorbing neoprene insert. ('54199-00 1 5241 - 4 MI'Cl IANIC'A1, VIIIItA'1'I0N C'ON'I'R(.)I,S RO ._ 3/19/01 AND S'FISMIC RFSTRAIN'I'S WALNLJT S't'RlarT PUMP STA'CION CITY 0h JL3hhI RS(.)N, MISSOURi PART 3 - EXECUTION 3.1 lWrALL,ATION A. install and anchor vibration-, sound-, and scisrnic-control products according to manuf'acturer's written instructions curd authorities having;jurisdiction. B. Anchor interior mounts, isolators, hangers, and snubbers to vibration isolation bases. Bolt isolator baseplates to structural floors as required by authorities having jurisdiction. C. Anchor exterior mounts, isolators, hangers, and snubbers to vibration isolation bases. Bolt isolator baseplates to structural supports as required by authorities having; jurisdiction. U. Dill concrete inertia bases, after installing base frame, with 3000-psig (20.7-M1'a) concrete, and trowel to a smooth, hard finish. Cust-in-place concrete is specified in Division 3. I?. install pipe connectors at connections for equipment supported on vibration isolators. 3.2 SEISMIC CONTROL A. Vibration Isolation Bases: Mount equipnunt on structural-steel bases or concrete inertia bases, 13. Snubbers: Install the rec aired number of seismic snubbers on each s grin mounted 1 I b piece ol'equipment, locate snubbers as close as possible to the vibration isolators and bolt to supporting structure. 3.3 ADJUSTING AND ( LF,ANING A. Adjust limit stops on restrained spring isolators to nu►unt equipment at normal operating height. Alter cquipmerrt installation is complete, adjust limit stops so they are out ol'eontact during normal operations. B. Adjust thrust restraints for it maximum of 1/4-inch (6 nun) of movement at start and stop. 1:ND OF SECTION 15241 054199-00 15241 - 5 MI CilAN1CAl. VIBRATION CONTROLS RO -- 3/19/01 AND SEOSMIC RL;STRAiNTS WALNUT STRET.T PUMP STATION CITY O1- JE 'VERSON, MISSOURI SECTION 15262 - PLUMBING PIPING INSI.ILATION PAIt'T I - 013NERAL 1.1 RELA'T'ED DOCUMENTS A. Drawings and general provisions of Contract, including Gencral and Supplementary Conditions and Division I Specification Sections, apply to this Section and Other Sections of Division 15, 1.2 SUMMARY A. This Section includes the Following: 1. The intent of insulation specifications is to obtain superior duality workmanship resulting in un installation which is absolutely satisfitctory in both function and appearance. Provide insulation in strict accordance with the specification for each type of service and apply as recommended by the rnanttlacturcr. E. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 9, Section "Painting." 2. Division 15, Section "Plumbing General Provisions." 3. Division 15, Section "Domestic Water Piping Systems." 1.3 DEFINITIONS Cold Piping/Surfaces: Pipes or surfaces were the normal operating temperature is 601F or lower. 13. 'Third Party Supervision Testing: Verification testing by a nationally recognized independent testing organization that will conduct sampling of the product through to simulated end use testing. C. 'Thermal Conductivity: The amotmt of heat in BTUs transferred in one hour through one square foot of homogeneous tt7atcrial one inch in thickness when there is a temperature difference of one `F, D. Compression (-'it Method: To allow Cor expansion and contraction of sheet and roll insulation, leave a 1/2"••wide uncoated border tit the butt-edge se;u»:; on the surface to be insulated and the insulation surface, (.)vcrlc►p the inSulution 1/4" at the butt-edge and compress the edges into place. Apply adhesive to the butt-edges of the insulation. C5-4190-00 15262 - I PLUMBING PIPING INSULATION Ito._ 3/19/01 WALNUT STREE"I' PUMP STATION CITY 01" .11.,114-160N. MISSOURI IRI 1.4 SUBMITTALS A. General: "llubrnit the following in accordance with Conditions of Contract and Division I Speeilication Sections. 1.5 QUALITY ASSURANCE A. All piping iI1SLIkIIiO1l Llsed on the prciject must have a flame spread rating; not exceeding; 25 and a smoke developed rating not escceding 50 as determined by test procedures ASTM H 84, NFTA 255 and U.1— 723. 'These ratings must be its tested can the composite of insulation, .jacket or fincing, and adhesive. Components such as adhesives, mastics and cements r11LISt Thee( Ille Sa111C itl(livldllill r Itillg,S aS the rllirlillltltll rcduirements. 1.6 PRODUCT L)IS1,IVl?RY, STORAGC:, AND I IANDLING A. Handle insulation c►u•efiill), to prevent bending; and end damage. Store insulation materials inside and protect from the weather. 1.7 SbQUENCING AND SCI Ii t)UL,ING A. Schedule insulation application alter testing; (.)I'piping systems. 13. SCIM1111e insulation application alter installation and testing of*heat trace tape. PART 2 - PRODUCTS 2.1 P111" INSULATION A. Insulating materials For each service shall conform to the lilllowin , schedule: I(cm Service I.,oU1160 t) T Vj)e Size 'fl►ickness 1 Cold Water(("W) 1 2 A B All 1/2" 2 1 lot Water(I IW) I. ? A B R1111outs-1-1. 1/2" A 1" cln 1" A I-1/4" too"1"h 1-1/2" 3 l lot Water 1 2 A 13 Runouts'1'1' 1/2" Rucirculalion A I" (In I" (IIwlt) A 1 4T1.1' 1-1/2" C5-4199-00 15262 - 2 PL(_IMBINCi PIPING INSULATION RO — 3/19/01 WALNU'I' S'I'IlL;1 1' 1'(.IMI' STA'T'ION CI'T'Y O JI:I-I-F.-RSON, MISSOURI Item Service Location "1h Size "Thickness 4 Handicapped SPECIFII 1.) WITH NIXTURF IN SFCTION 15440 Lavatory Exposed I lot & Cold Witter Supply k rind Drain Piping t Key to Location: I. Within the confines of,tile building envelope concealed ill walls of ceilings. 2. Wit him the coil Iines of the building envelope exposed to vim. ft Rnrlouts 2" find snlaller. .H.I.Fol. pipe sizes larger than shown sec Isucrgy t_'ooe fir Insulation 'I'hickncss. B. Insulating lrlatcrial and methods of installation conforming to file following: I. Type A: one piece or hall' sectional or semi-rigid wrap fiberglass insulation jucketed with Owens-Corning Fiberglass, or equal, I"iberglass 25AS.1 all service vapor barrier jacket. a. K: 0.24 Mull in./°I' sal. I't. at 75"F mean temperature. b. Operating temperatures: -60'F to 450°F. C. Jacket water vapor permeance: not more than 0.02 perm./inch. (l. Jacket and butt strips: factory applied, sell'-scaling pressure sensitive adhesive or a conventional lap-seal adhesive. 2. 'Type B: flexible 25/50 rated, elastonleric thermal insulation, AP Armstrong or Al' Armstrong SS, or equal. a. K: 0.27 Bad in.PF sq. ft. at 75'F mean tell)perature. h. Operating temperatures: 40°F to 200"1. C. Water vapor permeability: 0.10 perm-inch. d. Scal scams and buu.joints with 3M 11471 tape; or Armstrong 520 adhesive, or equal. C. filling covers: falbricate and install in accordance with nlanulacturer's recommendations. f. Exterior applications: I"inish entire surface with two (2) coats of Armallex Finish, or equal. (.:,`. General: Owens-Corning Fiberglass, Schuller, Manson, Krrauf or Armstrong, or equal. For purposes of setting a standard of duality aril thcrrna.11 efficiency, the insulation materials mentioned hereinafter are as manufactured by Owens-Cording Fiberglass and adhesives as manufactured b), Benjamin Foster Company, or equal, unless specifically indicated otherwise. 054199-00 15262 - 3 I'LUMBINCi I'IPINO INSUL.ATI0N RO-- 3/19/01 WALNI T STltEF"f I'l INII' STATION CITY 01: .JI..ITFRSON, N11SS(Ill U. Insulation, jacket:; or facings, and adhesives used to aclherc jac:l:et or lacing to the insulation, including litting and butt strips. I'm use v,-ithin the confines ol' the building, Shall have a noncombustible lire and smoke hailed sysivin rating and lahel as tested by ASTM 1'.-84, NFPA :.55, and l).L. 73 not cxccecling Flaulc Spread 25, Fuel ('ontl'itluled 50. Smoke Developed M, 1 . Accessories such as adhesives, Illastics, Cements, tapes, and cloth 161, linings shall have Ilse same ratings as listed above. 2. All products or their shipping Cartons shall hear Ilie Underwriter's Label indicating that flame and smoke ratings do not exceed the ,hove criteria, I:. Fittings oil all insulated piping shall have fiberglass molded 1►r segmental insulaticln equal in thickness to that elf' the insulation applied to mijoining pipe and securely lastened in place using wire hands. I . Insulation on strainers shall he inst!IIICd with rcu►ovahlc covers to facilitate Cleaning elf the strainers. 2. Contractor may Cleft to furI11S11 I11001•)' Cllt 1IbCI•pla:;s IIIS11111tio ll Willi Zestoll of approved equal polyvinyl chloride fittings co\crs as art option to the shove, filling insulation. Assembly shall comply witll ratings spccilicd Above. 1.2 FLANGE., VAI.VI: AND FITTING INSULATION A. Provide molded or mitered covers for (langes, valve~ IIILI littings. 1.3 1NS1)LATI0N ,tit IIL"1,1) A. Field Fabricated; Use sections of'high density liherglass ur calcium silicate insulation that will support the hearing area at hangers and supports. Further support insulation at hangers and supports with a shield of galvarlired metal extending not less than 4 inches on either side of the support hearing area, covering at least half of (lie pipe circunllcrcnce, ruff conlilrnlillg to the schedule hCI(M-- When pipe is guided at top and bottom, metal shield:; should cover the whole pipe circtmlfcrcnce. ,\dhere nlcull shield to insulation so that metal will not slide with respect to Illstilalloll. Insulated Section Minimum t .�. �.Iandarrl Pipe f)irunctcr Lcn�th in Inches (iauLw of NIC1.11 shluld 3 in. & smaller 12 I 4 ill. to G in. 12 10 R in. to 18 in. 18 1.1 IR in, &,� larger 211 1' 13. At Contractor's option, factory made insulation shields rll;ly hr- provided as mule by Pipe Shields, Inc., or cclual. Insulation should extend al least one inch beyond metal. Select proper shield li►r service and pipe span. C5-4199-00 15202 - 4 PI.URIMM; PIPIN(i INSULATION RO — 3/19/0 1 WALNUT S'i'REi '1' P11MI' STATION CiTY 017 JEFFERSON, MISSOURI 1 .4 F VC_. PLASTIC JACKETING A. Furnish for finishing insulated pipe, valves, fittings, flanges, raid similar installations, Ceel-Tite 300 Series PVC jacketing and lifting covers, Serll joints with Ceel-Tits 300 Series welding adhesive:. PART 2 - EXECLYnON II PLUMBING PiPING SYSTEM A. Execution of the work shall conform to the nlzanufiacturer's instructions and recommendations, Insulation shall be installed only over clean, dry equipment and Piping. 13, Install insulation on pipe systems subsequent to testing, and acceptance of tests. C. Install insulation materials with smooth and even surfaces, Insulate each continuous run of piping with full length units of insulation, with single cut piece to complete run. Do not use cut pieces or scraps abutting each other. D. Extend piping insulation without interruption through walls, floors zinc] similar piping penetrations, except where otherwise indicated. L. Omit insulation on exposed plumbing fixture runouts i'I'onl thew of wall or floor to fixture and on unions, flanges, strainers, flexible connections, and expansion joints. l". Where insulation is removed to make piping connections to existing system, contractor shall repair and/or replace the existing lnRdatlelll. Insulation shall match the existing as to type and thickness. M G. Insulate plumbing vents within 6 lineal I'Cet of'rool'outlet. Ll. Where piping hangers or anchors must be in direct contact with pipe, seal off'the pipe insulation on both sides of the hanker by carrying the vapor seal down to the bare pipe. Apply insulation around the hanger ring or anchor and pipe and carry vapor barrier upward and outward along the hanger rod or anchor members to a point not less than 12 inches from the adjacent pipe. Draw wire loops light over the vapor barrier jacket, with ends of wire bent down. 'fake care to avoid puncturing the V111101-Seal. 0 END OF SECTION 15262 1 C5-4199-00 15262 - 5 PLUMBING PIPING INSULATION R0— 3/19/01 WALNUT STREET PUMP S'rATION CITY 011 JI.-TI ERSON, MISSOURI SECTION 15412 - DOMESTIC: WATE-R PIPING SYSTI-1-WIS PART I .. GENERAL 1.1 R[1ATED DOCUMEN'T'S A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division I Spec ificationt Sections, apply to this Section and Other Sections of Division 15, 1.2 SUMMARY A. This Section includes the following: 1, This Section provides the requirements for furnishing and installing domestic hot and cold water piping and appurtenances. 13. Related Sections: The following Sections contain requirements that relate to this Section: 1, Division 15, Section "Plumbing General Provisions", 2. Division 15, Section "Plumbing Pipc and Pipe fittings Cicrneral." 3. Division 15, Section "Valves, Strainers and Piping Accessories -- General." 4. Division 15, Section "Plumbing Piping Insulation." 1.3 SU13MITTALS A. General: Submit the following in accordance with Conditions o1' Contract and Division I Specification Sections. 1. Product Data for the following plumbing piping products, a. Couplings, fittings, and pipe for galvanized pipe and copper pipe, b. I-lose bibbs and wall hydrants. ' C. Reduced pressure backflow preventers, d, flow Control valves. 13. Coordination drawings drawn accurately to scale and coordin,,tting penetrations. 1.4 QUALITY ASSURANCE rA, Plumbing Code Compliance: Comply with applicable portions of National Standard Plumbing Code pertaining to plumbing materials, consu•uetlon and installation of products. C5-4199-00 15412 - 1 DOMEISTIC:' WATER PIPING SYSTEMS RO -- 3/19/01 WA1.,NUT STRfi1:'r N11M1' STATION CITY 01' JEF I,RSON, MISS(WRI 13. ANSI Compliance: Comply with applicable American Nltional Standards pertaining to products and instaliatioll ofdonlcstic water piping' systems. C. Comply with the provisions of'ASME, 1331 .9 "Building Services Piping" for materials, products, and installation. PART 2 - PRODUCTS 2.1 DOM13S`I'IC WATER PINING MA'1'I;RIALS AND PRODIX"I'S A. Above Ground Nipil1g: I. Nips Size 2-1/2 Inch and Srratller: Schedule 40 1,alvartized stcul pipe with cast iron threaded, galvanized. Class 125 fittings. 2. Nips Sire 2 Inch and Smaller: 'I'ypc L, hard drawn copper tubc with Wrought copper Iittings, solder joints. B. Underground Water Piping: I. Pipe Size 2-1/2 Inch and Smaller: Type K, soft annealed copper tube with wrought copper fittings, solder joints. C. Underfloor Piping: ASTM 13 88, hard-drawn. Typed K capper tube with Wrought copper littings, brazed joints. 2.2 VALVES A. Sectional, ShutotTand Drain Valves: 2-1/2 Inch and Smaller Doll Valves. B. Check Valves: All Sizes: Swing Check Valves. C. Balance Cocks: Class 125, bronze body, bronze plug, ticrewch ever operlted, straight or angle pattern. Bell and Gossett, Sarco, I lanllrlond. •Paco. D, Check Valves: All Sizes: Swing Check Valves. Is, I"low Control Valve (I:('V): Autollow "I*-'V" automatic flow regulator, brass valve body 111117-7 S.S. spring electroless nickel plated brass piston assembly, -i 5%) rlcCUracy, "0" I'lllg St)'Ie Ulllon rating 400 psig at 275"1• with fillet brill valve and Wye strainer. F. I•lose Hibbs (1[13-I): Chicago #51' sink fitting, 1/2" inlet 3/4" hose thread outlet, I•ottgh ' brass, 293-6 removable: tee handle, rough brass, l 27 :;pact( outlet in-line backflow preventer, 3/4" hose thread inlet and Mullet. Nibco 1l707-3-5. 90" drop ell. C5-4199-00 15412 - 2 DOMI:S'I'IC WATER PIPING SYSTEWS RO — 3/19/01 rWALNUT STREET DUMP STATION CITY OF JEFFERSON, MISSOURI G. Hose Bibb (1-I13-2): J.R. Smith 05760-N13 bronze box Hydrant, '1' handle key, locking cover. 1-1. Wall Hydrant (WI-1-1): J.R. Smith 115509-PI3, bronze box hydrant, bronze casing, 3/4" hose connection with integral vacuum breaker, "'I'" handle kcy and cylinder lock. 1.3 13ACKFI.OW PREVENTERS A. General: ASSE Standard, backflow preventers, of size indicated for maximum flow rate indicated and maximum pressure loss indicated. 1. Working Pressure: 150 psig minimum except where indicated otherwise. 2. 2 Inches and Smaller: Bronze body with threaded ends. 3. 2-1/2 Inches and Larger: Bronze, cast-iron, steel, or stainless-steel body with flanged ends. a. Interior Lining: I DA-approved epoxy coating, for backllow preventers 1 having cast-iron or steel body. 4. Interior Components: Corrosion-resistant materials. 5. Exterior Finish: Polished chrome plate when used in chrome-plated piping sys- tem. 6. Strainer on inlet, where strainer is indicated. B. Flose Connection Vacuum Breakers: ASSE 1011, nickel plated, with nonremovable and manual drain features, and ASME B1.20.7 garden-hose threads on outlet. Units attached to rough-bronze-finish hose connections may be rough bronze. C. Reduced-Pressure-Principle Backilow Preventer: ASST; 1013, consisting of(OS&Y) gate valves on inlet and outlet and strainer oil inlet. Include test cocks and pressure-differential relier valve having ASME A 1 12.1.2 air-gap fitting located between 2 positive-seating check valves for continuous pressure application. 1. Pressure Loss: 12 psig maximum, through middle 1/3 of flow range. 1.4 WA'1'I:R METER A. Provide water meter and related piping eon(orming to applicable local utility company regulations and AWWA Standards, o('the size and capacity indicated. B. Provided by local utility company. Provide roughing-in and bypass 1'or meter in accordance with utility company requirements. PART 3 - EXECUTION C54199-00 15412 - 3 DOMESTIC WAT13.R PIPING SYSTEMS RO— 3/19/01 WA1.,Nt.1'I' Srt'IZI?.I '1' {'L1MP STATION CITY ()r' .rr r'rr.rtSC)N, MISSOURI 3.1 EX'fl:ltIOR WA'I'1_:It 1111'INt:'r A. General: Install exterior �vater service piping s�slcill in Compliance \vith local governing regulations. B. Street Main Connection: Arrange and pay firr tabs in water main. of size an(.) in location indicated, by local water utility company. C'.. Street Main Connection: Cut into and install new tee liar ',,niter service in existing water I11ain. tit location indicated, ill accordance \vith local lltilltl' Co)Illpriny requirements. Provide curb valve and curb box as re(Iuired. 1). Water Service Piping: Fxtentl water service pi ping of size arul in location indicated to r t: I water service entrance at building. Provide sleeve in tmindation wall firr• water service entry, make entry watertight. Provide gate valve at water service entry inside building; strainer, Pressure gauge, test tee with valve. 3.2 VALVE`S A. Sectional Valves: Install on each branch and riser, close to plain, whcrc branch or riser serves two or more plumbing Ilxtul"CS Ur' Cl1tl111t11cr1t connection!" and elsewhere as indicated. B. Shutoff Valves: Install on Inlet of each I)Illlllbin Cgllipment item. and ml inlet CIFCach plumbing fixture, and elsewhere as indicated. C. Drain Valves: Install on each plumbing equipment item loct-lted to completely drain equipment for service or repair. Install at base of* each riser, at tease of each rise or drop in piping system, and where else indicated or required to completely drain donicstic water piping system. D. Check Valves: Install on discharge side of'each pump, and elsewhere is indicatcll. Cs. 13alancc Coda and blow control Valves: Install un each 1101 water rccir•culatilI loop, and elsewhere as indicated. F. I lose 13ibbs: Install on exposed piping where indicated, With vacuum breaker. G. Hydrants: Installed whcrc indicated, in accordance with manuft►cturer's installation ' instructions. 3.3 PUMPS A. I"urnish and install unl s in accordance \with Division I p P B. Provide the following controls for each hot water rccircl►lating, 1•,unlp. Refer to 1ivision 16 sections For wiring of controls; not work ol'this section. 054199-00 15412 - 4 DONIFISTIC W"A' FIR PIPING SYSTEMS ' RO — 3/19/0 1 WALNUT STREET PUMP S'i'ATION CITY C>F J1 VFF4'RSON, MISSOURI C. Immersion aquastat to start pump at 100 degrees V (38 degrees C'), and stop pump at I 10 degrees F (43 degrees Q. D. Separate On-Auto-Offswitch. E. Relays required fir above. 3.4 PIPING SPECIALTY INSTALLATION A. Install backilow preventers of*type, size, and capacity indicated, at each water Supply PP Y connection to mechanical equipment and systems, and to other equipment and systems its indicated. Comply with plumbing code and authority having jurisdiction. Locate in same room as equipment being connected. Install air-gap fitting on units having atmospheric vent connection and pipe relief outlet drain to nearest floor drain. Do not install bypass around backflow premiter. 13. Install strainers on supply side cif' each control valve, pressure-regulating valve, and solenoid valve, and where indicated. C. Install hose bibbs with integral or field-installed vacuum breaker. 3.5 EQUIPMENT CONNECTION A. Piping Runouls to Fixtures: Provide hot and cold water piping rtrnouts to fixtures 01' sires indicated, but in no case smaller than required by National Standard Plumbing Code, 13. Mechanical Equipment Connections: Connect hot and cold water piping system to mechanical equipment as indicated, and comply with equipment manufacturer's installation instructions. Provide shutoff valve and union for each connection; provide drain valve on drain connection. 3.6 SPARE PAR'E'S A. burnish to Owner, with receipt, one valve key fir each key-operatcd hydrant, bib, or Faucet installed. _ STERILIZATION A. Sterilize the water system with solution containing not less than 50 parts per million available chlorine. Allow chlorinating solution to remain in system fiir period of 8 hours. Have valves and lancets opened and closed several times during the period. 13. After sterilization, flush the solution from the system with clean water until residua Y 1 chlorine content is less than 0.2 parts per million. ' C5-4199-00 15412- 5 DOMESTIC WATER PIPING SYSTEMS RO— 3/19/01 WALNUT STREET PUMP STATION r CITY oi' jE—FFERSON, MISSOURI .8 TESTING A. Test under a cold water hydrostatic pressure of 1-1/2,timcs.operating pressure.(150 psig minimum) and carefully check f'or leaks. Repair fill leaks and retest system until proven watertight. ' END OF SECTION 15412 ' .. " .. � C5-4199-OU 15412 6 DOMESTIC WAT.PIl . NIf'ING SYSTEMS R0 - 3/19/0 l , WALNUT STREET PUMP STATION CITY Oh .1EhCI';RSON, MISSOURI SECTION 15414 - SOIL, WASTE AND SANITARY DRAIN 1'I1'1NG, VENT PIPING AND APPUR'11 NANCES PART l - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract,, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section and Other Section of Division 15. 1.2 SUMMARY A. This Section includes the following: 1, This Section provides requirements for furnishing and Installing piping with in buildings and under ground laterals within 5 fect ol'building. B. Related Sections: The following Sections contain requirements that relate to this Section: 1, Division 2, Section "Site Clearing." 2. Division 15, Section "Plumbing General Provisions." 3. Division 15, Section "Plumbing Pipe and Pipe 1"ittings -• General." 4. Division 15, Section "Plumbing Pipe Supports and Anchors." ' 5. Division 15, Section "Drains, Cleanouts and Traps." 1.3 SUBMITTALS A. General: Submit the following in accordance with Conditions of contract and Division l Specification Section. 1. Cast iron piping, fittings, and couplings. 2. Vent terminals and roof flashing assemblies 1.4 QUALITY ASSURANCE A. Comply with ASME 1331.9 "Building Services Piping" for materials, products, and installation. B. Plumbing Code Compliance: Cornply with applicable portion of International Plumbing Code pertaining to plumbing materials, conStRIC6011 and installation of products. PART 2 - PRODUCTS C5-4199-00 15414 - 1 SOIL, WASTE AND SANITARY DRAIN RO— 3/19/01 PIPING, VENT PIPING AND APPUR'I"ENANCES WAi.,NIJ'F' S'i'RI. I 'I' i'UMi' STATION CITY OF,I1TI"ERSON, MISSOURI 2.1 DRAIN AND VENT PIPE AND FITTINGS A. Aboveground Piping `within Buildings: 1 . 2" to 15" service weight ASTM A74 cast iron huh-and-:;gigot soil pipe with cast iron, hub-and-spigot soil pipe fittings, Icad anti oakurn.joints. 2. 2" to 20" service weight ASTM A74 hubicss cast iron Soil pipe with hubless cast iron soil pipe fittings, no hub joints. B. Underground Piping: 1 2" to 15" service weight ASTM A74 cast iron hub-and-Spigot sail pipe with cast iron, Ilub-and-spigot soil pipe fittings, compression gasket joints. 2. Polyvinyl chloride (PVC) plastic. DWV Pipe, ASTNI D2665 Schedule 40, plain ends. PART 3 - EXECUTION 3.1 NOTICE AND FEES A. Give proper notice and pay all tees and other costs for complete sewer service. 1� 3.2 INSTALLATION OF BUILDING DRAIN AND VENT PIPING A. Install underground building drains as indicated and in accordance with international Plumbing Code. Lay underground building drains beginning at low point of systems, true to grades and alignment indicated with unbroken continuity of invert. Place bell ends of piping facing upstream. Install required gaskets in accordance with manul'acturcr's recommendations for use of lubricants, cements, and other special installation requirements. Clean interior of piping of dirt and other superfluous material as work progresses. Maintain swab or drag in line and pull past each .joint as it is completed. Place plugs in ends of uncompleted piping at end of day or whenever work stops. B. Give horizontal pipe a grade of 1/4 inch per foot where possible, but not less than 1/8 inch per foot, unless otherwise shown. C. Use reduction fittings to connect two pipes ofdiflcrent diameter. D. Change directions by appropriate use of 45 degree «yes, 1017g sweep quarter-bends, and sixth, eighth-, and sixteenth-bends. Sanitary tees n-ray hC used on vertical stacks. Use long sweeps at the base of risers. C5-4199-00 15414 - 2 SOIL, WAS"111 AND SANITARY DRAIN R0 --3/19/01 PIPING, Vf. NT PIPING AND APPURTENANCES WAi..NUT STREE"I' PUMP STATION CITY OF JEFFERSON, MISSOURI E. Provide a separate trap at each fixture, unless a trap is built into the fixture. Provide a deep seal trap at each floor drain and hub chain. Place traps so that the discharge from any fixture will pass thru only one trap bel'orc reaching a building di-ain. F. Make vent connections to vent stacks with inverted wyc fittings. [wend full size vents thru the roof to at least 6 inches above the roof. G. Flash with 6 pound lead flashing approximately 24 inches square. Flange the flashing to the lead sleeve. Extend the flashing up and around the vent pipe. Turn the flashing down inside the pipe at least 2 inches to make an absolutely watertight joint, IJ. Install one inch thick extruded polystyrene over underground building drain piping, not under building. Provide width to extend minimum of 12 inches beyond each side of pipe. Install directly over -)ipc centered on pipe centerline. 3.3 TES"TING A. Below Floors: Test pipe below floors before backfilling and connecting to sewers. B. Maintain not less than 15 feet of hydrostatic head for 2 hours without a leak. C. System "Test: After all the various sections ofsoil, waste and vent piping are installed. but before fixtures are connected, test the system by: 1. Plugging all outlets. 2. Filling vertical sections of three floors at time with water. Provide wyes as re- quired to facilitate plugging. 3. Test for 4 hours without any drop in the water level. 3.4 PROTECTION A. Protect drains during remainder of construction period to avoid clogging with dirt and debris and to prevent damage from traffic and construction work. B. Place plugs in ends of uncompleted piping at end of day or when work stops. END OF SECTION 15414 r s C54199-00 15414 - 3 SOiL, WAS'1'I; AND SANITARY DRAIN R0._ 3/19/01 PIPING, VhNT PIPING AND APPURTENANCES WALNUT STREET PUMP STATION CITY OF" JEFFERSON, MISSOURI SECTION 15431 - DRAINS, CLEANOUTS AND TRAPS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary eConditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section provides requirements for roof drains, floor drains, cleanouts and grease traps. wB, Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 15, Section "Plumbing General Provisions." 2. Division 15, Section "Domestic Water Piping Systems." 3. Division 15, Section "Soil, Waste, and Sanitary Drain Piping, Vent Piping and Appurtenances," 1.3 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. B. Maintenance data for inclusion in Operating and Maintenance manuals as specified in Division 1 for the following: 1.4 QUALITY ASSURANCE; ' A. Design Concept: the Drawings indicate sizes and dimensional requirements of'system components. Components having equal performance characteristics that deviate from the indicated size and dimensions may be considered, provided deviations do not change the design concepts or intended performance. The Burden of Proof for equality of products is on the Contractor. ' 054199-00 15431 - 1 DRAINS. CLEANOUTS AND TRAPS RO — 3/19/01 1 WA1,,Nl,''T S'1'itlL?'1' PIJMP S'I'A'I'Ir)N CI'T'Y 0F .11.1-1-1-160N, MISSOURI PART 2 - PROI:)UC'TS 2.1 ROOD DRAINS A. Rool'Drains (RD-1): furnish Jay R. Smith 1010, or equal, cast iron body with sump, removable cast iron dome strainer, membrane flange vid membrane clamp with integral gravel stop, with adjustable underdeck clamp, rool' sump receiver waterproofing flange adjustable extension sleeve (fir insulation). Size as indicated, outlet as required, 13. Rool'Overilow Drains (OD-1): furnish .fay R, Smith /11070, cu• cclual, cast iron holy with sump, removable jpolycthylencj Icast iron] donee strainer, tlashing clamp and gravel stop, underdeck clamp, sump receiver, 4" PVC standpipe, 4" water dam size as indicated, outlet as required. 2.2 I-LOOR DRAINS (FD) A. [door Drains (FD-A): furnish ,lay R. Smith 2010-A-U, or equal, cast iron two piece body with double drainage flange, seepage boles, reversible clamping collar, vandal prool'ser•ews, and round, adjustable nickel-bronze strainer. 13, floor Drain (I'D-13): furnish ,lay R. Smith 1121 10-Y-[.1-1'37, or equal, cast iron two- piece body with double drainage flange, seepage holes, flashing collar, vandal proof screws, bronze adjustable top anti-flour rim, size as indicated, outlet as required. 2.3 CLEANOU'TS A. Exterior Areas (CO-I): furnish Jay R. Smith 4220, or equal, cast iron cleanout with lead seal, adjustable housing, and heavy duty. tractor type cover with vandal proof' screws, cast tlush in a 16 inch x 16 inch x G inch thief: concrete pad in nonsurlaced areas. , B. Interior Finished floor Areas (CO-2): Cast iron, two piccc burly with double drainage (lange, weep holes, reversible clamping collar, and adjjustable nickel-bronze strainer, .lay R. Smith x(020, or equal, round with scoriated cover in service areas and .lay R. Smith 4140, or equal, round with depressed cover to accept floor finish in finished floor areas. C. Interior Finished Wall Areas: Employ .lay R. Smith 4430 Series, or equal, cast iron cletinout with lead seal and 8 inch x K inch polished bronze access frame and cover. U. Interior Unfinished Accessible Areas (CO-3): C r)hoc or threaded type. Provide bolted stack cleanouts on vertical rainwater leaders. 054199-00 15431 - 2 DRAINS. CLI ANOUTS AND "TRAPS ' R0 -- 3/19/01 WALNUT STRI.ET PUMP STATION CITY OF JEFFERSON, MISSOURI PART 3 - EXECUTION 3.1 INSTALLATION OF CLEANOUi'S A. General: Install in conductor piping and storm building drain piping as required by International Plumbing Code; at each change in direction of' piping greater than 45 degrees; at minimum intervals of 50 feet for piping 4 inch and smaller and 100 feet for larger piping; and at base of each conductor. Install floor and wall cleanout covers for concealed piping; select type to match adjacent building finish. B. flashing Flanges: Install flashing flange and clamping device with each cleanout passing through waterproof membrane. C. Cleanout Size: Install cleanouts the same sire as the soil waste lines in which the cleanouts are placed; however, no cleanout should be larger than 4 inches in diameter. 3.2 INSTALLATION OF ROOF DRAINS A. General: Install drains in accordance with manufacturer's written instructions and in locations indicated. B. Install drains at low points of surface areas to be drained, or as indicated. C. Install drain clashing collar or flange so that no leakage occurs between drain and adjoining roofing. Maintain integrity ofwaterproof membranes, where penetrated. D. Position drains so that they are accessible and easy to maintain. 3.3 INSTALLATION OF FLOOR DRAINS A. General: Install floor drains in accordance with manufacturer's written instructions ® and in locations indicated. ■ E. Install floor drains at low points of surface areas to be drained, or as indicated. Set tops of drains 1/2" below finished floor elevation. C. Install drain flashing collar or flange so that no leakage occurs between drain and adjoining flooring. Maintain integrity of waterproof'membranes, where penetrated. END OIL SECTION 15431 C5-4199-00 15431 - 3 DRAINS, C'LEANOUTS AND TRAPS RO —3/19/01 WALNUT STREET PUMI' STATION CITY OF JEFFERSON, MISSOURI SECTION 15440 - PLUMBING FIXTURES AND TRIM PART 1 - GENERAL i.l . RELATED DOCUMENT'S A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section and other Sections of Division 15. 1.2 SUMMARY A. This Section provides requirements for furnishing and installing water closets, urinals, service sinks, mop sinks, lavatories, sinks, electric drinking fountains, fixture carriers and air chambers. B. Related Sections: The Iollowing Sections contain requirements that relate to this Section: 1. Division 15, Section "Plumbing General Provisions." 2. Division 15, Section "Domestic Water Piping Systems." 3. Division 15, Section "Soil, Waste and Sanitary Drain Piping, Vent Piping and Appurtenances." 4. Division 15, Section "Drains, Cleanouts and Traps." 5. Division 16, Sections a. For electrical connections to electric water coolers and other plumbing fixtures, not work of this Section. 1.3 SUBMI'T'TALS A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. B. Maintenance data for plumbing fixtures and components to include in the operation and maintenance manuals specified in Division 1. 1.4 QUALITY ASSURANCE A. Source Limitations: Obtain plumbing fixtures, faucets, and other components of each category from one source and by a single manufacturer. r1. Exception: Where fixtures, faucets, or other components are not available from a single manufacturer, obtain similar products from other manufacturers specified for this category. C5-4109-00 15440 - 1 PLUMBING FIXTURES AND TRIM RO— 3/19/01 r WALNUT STREET PUMP STATION CITY OF JI?.FFE;RSON, MISSOURI B. Regulatory Requirements: Comply with requirements ofC'ATIO Al 17.1, "Accessible and Usable Buildings and Facilities"; Public Law 90-480, "Architectural Barriers Act"; and Public Law 101-336, "Americans with Disabilities Act"; regarding plumbing fixtures for physically handicapped people!. C. Regulatory Requirements: Comply with requirements of Architectural and A Transportation Barriers Compliance Board's (AT1303) "Uniform Federal Accessibility Standards (UFAS), 1085-494-187" regarding plumbing fixtures For physically handicapped people. D. Energy Policy Act Requirements: Comply with requirements 01'Public Law 102-486, "Energy Policy Act," regarding water flaw rate and water COWSU111pflOn Of plumbing fixtures. E. Listing and Labeling: Provide electrically operated fimures and components specified in the Section that are listed and labeled. 1. The Tern-is "Listed" and "Labeled": As defined in the National Electrical Code, Article 100. 2. listing and Labeling Agency QUalifications: A "Nationally Recognized Testing Laboratory" (Niz,m) as detined in OSFIA Regulation 1910.7. F. Select combinations of fixtures and trirrl, faucets, fittings, and other components that are compatible. G. Product Options: Drawings indicate sire, profiles, dimensional requirements, and characteristics of plumbing fixtures and arc based on specific types and models indicated. Other manufacturers' fixtures with edual perfclr►nancc Characteristics may be considered. 1.5 PRODUCT DI1IVERY, S'rORAGE:, AND HANDLING A. Deliver plumbing fixtures individually wrapped in factory fahricated containers. 13. Handle plumbing fixtures carefully to prevent breakage, chipping and scoring the fixture finish. Do not install damaged plumbing fixtures; replace and return damaged units to equipment manufacturer. C5-4199-00 15440 - 2 PLUMBING VIXTURES AND TRIM ' RO— 3/19/01 WALNUT STREET PUMP S'rATiON CI'T'Y OF JEF)"ERSON, MISSOURI PART 2 - PRODUC"rS 2.1 PLUMBING FIXTURES A. General: Provide factory fabricated fixtures of type, style and material indicated. ]"or each type fixture, provide fixture manufacturer's standard trim, carrier, seats, and valves as indicated by their published product information: either as designed and constructed, or as recommended by the manufacturer, and as required for a complete installation. Where more than one type is indicated, selection is Installer's option; but, all fixtures of same type must be furnished by single manufacturer. Where type is not otherwise indicated, provide fixtures complying with governing regulations. Furnish faucets and supply stops with renewable monel seats. Provide that all porcelain enameled cast iron be acid resistant. 2.2 WATER CLOSETS A. Floor Mounted Tank Type Water Closet (WC-1 ): Furnish American Standard "CADET" 2816.035, or equal, Siphon Jet Action, Elongated Bowl, close-coupled tank type, provide a floor mounted bowl made of vitreous china. Furnish Olsonite Model No, 95-SS, or equal, open front scat with check hinge and 'without cover, color Black. B. Wall Hung Handicapped Water Closet (WC-2): Furnish American Standard "AFWALL" No. 2477.016, or equal, Siphon .let Action, Elongated Bowl, with 1-1/2 inch top spud. Provide it wall mounted bowl made of vitreous china. Furnish a Sloan Royal 110-3, or equal, exposed flush valve with vacuum breaker handle set 28-1/2 Inch above finished floor. Furnish Olsonite Model No. 95-SS, or equal, open front scat with check hinge and without cover, color Black. Furnish Chair Carrier: I'loor- mounted block.-toot type, cast iron, mounting height finished floor to rim = 17 inch. 2.3 URINALS A. Wall Hung l_Jrinal (tJR-1 ): Furnish American Standard "ALI,BROOK" 6514.132, or equal, Siphon .let Action, Urinal made of vitreous china with integral flush rim. Equip with 1-1/4 inch top spud, 2 inch outlet and support bolts, and Sloan Royal 186-1, or equal, flush valve with vacuum breaker. Choir Carrier shall be floor mounted plate type, with bearing plate and support jacks. Mounting height finished floor to rim -= 24 inch. 2.4 I.AVA'i'ORII:?S A. Wall Hung Lavatories (L.AV-1): 1. Fixture: Furnish an American Standard "PENLYN" No. 0373.050, or equal, wall- hung lavatory with backsplash. Provide a fixture measuring 18 inches wide and 054199-00 15440 - 3 I'I..l1MBING FIXTURES AND TRIM RO-- 3/19/01 r WALNUT STRh1 'L' PUMP S'TA'TiON CITY OF JEFF1"sRSON, MISSOURI 15-7/8 inches deep, made of vitreous china. Drill fair concealed arms. Providc laucet holey on 4 inch centers, furnish front-overflow and soap depressions. 2. 'Prim: Furnish American Standard "RELIANT" No. 2385.463, or equal, on 4 inch centers, with rigid connection 1/2 inch inlets, aerator and 1-1/4 inch grid drain, all with chronic finish, and 117723.018, or equal, brass, chrome plated grid drain as- sembly. 3. Supplies: Furnish Brass Crall 7536, or equal, extended supply prpcs with loose. key stops. 4. 'Trap: Equip with i/lc(iuire IIW2125 WC, or equal, pre-wrapped p-trap and oft'set grid drain, 2 supply covers, and a chronic plated Ilarige. 1-1.4 inch adjustable "i'" cast brass trap with tubing; drain to wall. ground swivel joint. cicanout plug, and cast brass escutcheon. with chrome Imish. 13. Wall Hung Lavatories (LAV-2): 1. Fixturc: Furnish an American Standard "PLNLYN" No. 0373.027, or equal, wall- hung lavatory with backsplash. Providc a fixture measuring 18 inches wide and 15-7/8 inches deep, made of vitreous china. Providc with wall hanger. Provide faucet holes on 4 Inch centers. Furnish front-overflow and soap depressions. 2. "trim: Furnish American Standard "RELIANT" No. 2385.463, or equal, on 4 inch centers, with rigid connection 1/2 inch inlets, aerator and 1-1/4 inch grid drain, all with chroine llnish, and 47723.018, or cclual, brass, chronic plated grid drain as- sembly. 3. Supplies: Furnish Brass Craft 7536, or cclual, extended supply pipes with loose key stops. 2.5 SINKS A. Mop Sinks (MS13-1): r -� 2 ,, ■ 1 . Fixture: Provide a Fiat MSI3 ..4�4, or equal, _-1 Inch x _4 Inch precast terrazzo rnop sink with removable, chrome-putted brass strainer plate and anodized alurrli- IILI111 threshold guard with vinyl insert on exposcCd ,ides. 2. Supply: Furnish American Standard 83,14. 1 1 1, or equal, service sink laucet with aquaseai valve. Provide 1/2 inch union couplings, hucket hook, hose spout elid, vacuum breaker, top wall brace, four arm color index handles. stops in shanks, with chrome finish. Supply 4 Icct Off-Libber hose. B. Single Bowl Counter "Top Sink (SK-1 ): Furnish I ikay "PACT,N/lAKI;R S'1'ARt.. TIL" t MODEA, I'S.R2521, or cclual, single bowl, sell' rimming. 20 gauge type 302 stainless steel with three hole punch. 1. Faucet: American Standard "CL:RAN1IX" 2021.600-002, or equal. Brass body with single control washerless ceramic valving. 9-1/2 inch east brass spout, aera- tors with 2-1/2 GIIM flow restriction. C54109-00 15440 - 4 I LUMBINO FIXTURE'S AND TRIM R0 -- 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 2. Supplies: Equip with Brass Craft SCR 19, or equal, sink supply, escutcheon, 3/8 inch x 12-3/4 inch flexible tube riser, loose key control angle stop, with chronic finish, 2.6 ELECTRIC WATER COOLERS/DRINKING FOUNTAINS A. E=lectric Water Couler EWC-1 : Furnish IIL.KAY Model L.IFATL-Ii, or equal, two- level 1 level wheelchair access model, stainless steel cabinet. B. Drinking fountain (DF-1): Furnish EL.KAY Model i;DF-10-C, or equal, wall hung, stainless steel cabinet. 2.7 SI-EOWERS A. Shower Unit (SI-1-1): Furnish Symmons I lydapipe 1-901 5-56-285, or equal, stainless steel safety mix pressure balancing valve, integral stops, thru wall piping, 2.5 GPM flow control, vandalproof'with integral soap dish. Receptor by General Contractor, or equal. B. Shower Unit (SH-2): Furnish Symmons Hydapipe 1-901 S-I'SI3-56-OD, or equal, pressure balancing mixing valve with screwdriver service stops and adjustable stop screw to unit handle turn. Wall/hand shower with flexible 5' metal hose with in-line vacuum breaker, wall connection and flange, 30-inch slide bar for hand shower mounting. Attached soap dish and sloped metal top cap. Stainless steel covering to be 18-gauge with No. 4 brush finish. Receptor by GC, or equal. C. Emergency Shower and Eye Wash (ES-1): l*urnish Bradley Model S 19-310, or equal. free standing unit, complete with deluge shower head, stay open valve, stainless steel pull rod with triangle and eye wash with stay open valve, hand operated by stainless steel push flag handle and 3 GPM flow control. 2.8 FIXTURE CARRIERS A. Water Closets: Furnish Wade W-310, turn L-1205, Josam C-720-W, or equal. adjustable horizontal series; Wade W-330, Smith 230, "!_,urn Z-1204, Josam C-8 30-\1'. or equal, adjustable vertical series; Wade W-340, Smith 240, %urn Z-1204-1, Josam C- 840-W, or equal, vertical side inlet series with adjustable carrier and fittings, if'space limits use of adjustable fittings, use Wade W-350, Smith 440 and 450, turn %-1208, ' Josam C-850-W, or equal, series vertical integral carrier fitting. 13. Urinal Carriers: Use Wade W-452, Smith 637, Turn Z-1222, .Iosam 230, or equal. concealed carrier with bearing; plate. C. Lavatory Carriers: For high-back lavatories, select Wade W-521, Smith 700, turn 1231, Josam C-300, or equal, concealed chair carrier with concealed arms. C5-4199-00 15440 - 5 PLUMBING FIXTURLS AND TRIM RO— 3/19/01 WALNI.I'I' STREET PUMI' STATION CITY OF JEFFE-RSON, MISSOURI PAR'C 3 - t?Xt3C:UTION 3.1 INSPECTION AND PREPARATION A. Examine rough-in work cif doniestie water and waste piping g systerns to verify actual I ! 6 Y locations of piping connections prior to installing fixtures. Also examine floors and substrates, and conditions under which fixture work is to he accomplished. Correct any incorrect locations of piping, and other unsatisfactory conditions flor installation of plumbing Fixtures. Do not proceed with work until unsatisfactory conditions have been corrected. B. fasten plumbing fixtu-CS securely to indicated supports or building structure; and ensure that fixtures are level and plumb. Secure plunlbulg supplies behind or within wall construction so as to be rigid, and not subject to pull or push nlovernent. 3.2 CLEAN AND PROTECT A. Clean plumbing fixtures of dirt and debris upon completion o1 installation. B. Protect installed fixtures front dunvage during the remainder of the construction period. 3.3 FIELD QUALITY CONTROL. A. Upon completion of installation of plumbing fixtUreS and after units are water pressurized, test fixtures to demonstrate capability and compliance with requirements. When possible, correct malfunctioning units at site, then retest to demonstrate compliance; otherwise, remove and replace with new units and proceed with retesting. B. Inspect each installed unit for damage to finish. 11'teasible, restore and match finish to original at site; otherwise, remove fixture and replace with new unit. Feasibility and match to be judged by ArchitectlEngineer. Remove cracked or dQ11ted units and replace with new units. 3.4 EX'T'RA STOCK A. Furnish special wrenches and other devices necessary tier servicing plumbing fixtures and trim to Owner with receipt. Furnish one device for every ten units. CND OF SECTION 15440 C5-4199-00 15440 - 6 PI..UIVIBING h1X''URI S AND PRIM RO — 3/19/01 WALNUT STREET PUMP STATION CITY OF MITERSON, MISSOURI SECTION 15762 - ELECTRIC RADIATORS PART I - GENERAL 1.1 RELATED DOCl.1ME TS A. Drawings and general proVisit�ns of the Contract, including General and Supplementary Conditions and Division I Specilication Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Baseboard radiators. 1.3 SUI3IVtITTA1,S A. Product Data: For each type o!'product indicated. Include rated capacities, furnished specialties, and accessories. 13. Shop Drawings: Diagram power, signal, and control wiring. C. Samples for Initial Selection: For units with lirctory-applied Color finishes. D. field quality-control test reports, E. Operation and Maintenance Dirt,": For electric radinfors to include ill maintenance manuals. F. Warranties: Special warranties specified in this section, i1.4 QUALITY ASSLIRANCI? A. Electrical Components, Devices, told Acce.,isoricv: Lkled and Ittheled ns defined in NFPA 70, Article 100, by it w-sting ag+ ncy "weeptahle to authorities having jurisdiction, and marked I'or interlcled t►sc. 1 .5 WARRAN'T'Y A. Special Warranty: Mantrlhcturer's .;tnndard Terra in which 111111 Ill agrees to repair or replace components ol'eleOriv radiators that lint in rmmcriirls or worl:nlartship within specified warranty period, C5-4199-00 15762 - I I'll 14'TRIC RADIATORS RO—3/19/01 r WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSUURI 1, Warranty Period (Baseboard Heating Element): 10 years from date ol'Substantial Completion. PART 2 - PRODUCTS r 2.1 MANUFACTURERS A, In other Part 2 articles where subparagraph titles helow introduce lists, the following requirements apply for product selection: 1. Manufacturers: Subject to compliance with requirements, provide products by the manufacturers specified, 2.2 BASEBOARD RADIATORS A. Manufacturers: 1. Chromalox; Division oi'Emerson l lcctric Company. 2. Marley Electric FIeating; a United I.)ominion Company. 3. Qmark 4. Or equal. B. Heating Elements: Nickcl-chromium heating wire element enclosed in metallic sheath mechanically expanded into fins, with high-temperature cutout. 1-1dement supports eliminate thermal expansion noise. C. Enclosures: One piece, minimum 0.030-inch- (0,75-mat-) thick steel, with full-height back, full-length damper, end panel, end ct►ps, corners, and joiner pieces to snap together. Front panel shall be easily removable. 1. Finish: Factory-applied baked enamel in color sclectcd I7y /\rchitect from mane- facturer's standard colors. 2. Element Brackets: Galvanized steal to support front panel and clement glide, D. Unit Controls: Integral line-voltage bimetal Uiermostat. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine roughing-in for electric radiators to verify aeluill locations of electrieril connections before equipment installation, CS-4199-00 15762 - 2 I?L,F:CfR1C RAMATORS RO —3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install electric baseboard radiators level and plumb and according to the following, unless otherwise indicated: 1. Install manufacturer's access fitting in cabinets for access to electrical connec- tions, controls, and other fittings. 2. Terminate enclosures with manufacturer's end caps. 3.3 CONNECTIONS A. Ground equipment according to Division 16 Section "Grounding and Bonding." B. Connect wiring according to Division 16 Section "Conductors and Cables." C. Tighten electrical connectors and terminals according to manuf'acturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified. in UL 486A and UL 486B. 3.4 FIELD QUALI'T'Y CONTROL A. Testing: Perform the following field quality-control testing and prepare test reports: 1. Operate electric heating elements through each stage to verily proper operation and electrical connections. 2. 'Pest and adjust controls and safeties. Replace damaged and malfunctioning con- trols and equipment. END OF SECTION 15 762 CS-4199-00 15762 - 3 ELECTRIC RADIATORS RO— 3/19/01 WALNUT STREET PUMP STATION CITE' OF,JEFFERSON, MISSOUM SECTION 15767 - PROPELLER UNIT HEATTER.S PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes propeller unit heaters. 1.3 SUBMITTALS A. Product Data: Include specialties and accessories for each unit type and configuration. B. Shop Drawings: Submit the following for each unit type and configuration: 1. Plans, elevations, sections, and details. 2. Details of anchorages and attachments to structure and to supported equipment. 3. Power, signal, and control wiring diagrams. Differentiate between manufacturer- installed and field-installed wiring. 4. Equipment schedules to include rated capacities; shipping, installed, and operat- ing weights; furnished specialties; and accessories. C. Field Test Reports: Written reports oftests specified in Part 3 ofthis Section. D. Maintenance Data: For propeller unit heaters to include in maintenance manuals specified in Division 1. Include the following: 1. Maintenance schedules and repair parts lists for motors, coils, integral controls, and filters. 1.4 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. 1.5 COORDINATION A. Coordinate layout and installation of propeller unit heaters and suspension system components with other construction that penetrates ceilings or is supported by them, C5-4199-00 15767 - 1 PROPELLER UNIT HEATERS RO—3/19/01 r WALNUT STREET PUMP STATION ' CITY 01-" JEFFF,RS(:)N. MISSO)UIt1 including light fixtures, I-IVAC equipment, lire-suppression-system components, and partition assemblies. PART 2 - PRODUCTS 2.1 MANUFACTURI?RS A. Available Manufacturers: Subject to compliance: with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 13. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Airtherm Manufacturing Company. 2. Carrier Corp. 3. McQuay International. 4. Qmark 5. 'Franc Company (The); North American Commercial Group. 2.2 UNIT HEATERS A. Description: An assembly including casing, coil, fan, and motor in horizontal discharge configuration with horizontal, adjustable louvers in blow-through configuration. 2.3 MATERIALS A. Casing: Galvanized steel, with removable panels. r B. Cabinet Finish: Bonderize, phospliatize, and flow-coat with baked-on primer and manufacturer's standard paint applied to factory-assembled and -tested propeller unit heater before shipping. 2.4 ELECTRIC-RESISTANCE HEATING ELEMENTS A. Nickel-chromium heating wire, free from expansion noise and 60-1-1z hum, embedded in magnesium-oxide insulating refractory and sealed in high-mass steel or corrosion- resistant metallic sheath with fins no closer than 0.16 inch (4 min). Element ends shall be enclosed in terminal box. Fin surface temperature shall not exceed 550 deg F (288 deg C) at any point during normal operation. 1. Circuit Protection: One-time fuses in terminal box for overcurrent protection and limit controls for overtemperature protection of heaters. 2. Wiring Terminations: Match conductor materials and sizes indicated, C54199-00 15767 - 2 PROPELLER UNIT HEATERS R0— 3/19/01 i WALNUT STREET PUMP STATION CITY OI' JEFFERSON, MISSOURI 2.5 FAN A. Propeller with aluminum blades directly connected to motor. 2.6 FAN MOTORS A. Motors, 1/2 lip and Smaller: Permanent-split capacitor. multis eed motor with integral ethermal-overload protection. B. Motors, 3/4 lip and Larger: "Totally enclosed with permanently lubricated ball bearings. 2.7 ACCESSORIES A. Horizontal Conliguration: Louver tin diffuser. 2.8 CONTROLS A. Control Devices: Wall-mounted fan-speed switch and wall-mounting thermostat. 2.9 SOURCE QUALITY CONTROL A. Test propeller unit heater roils according to ASHRAE 33. PART 3 - EXECUTION t11 EXAMINATION A. Exarnine areas to receive propeller unit heaters for compliance with requirements for installation tolerances and other conditions affecting performance. B. Examine roughing-in for electrical connections to verify actual locations before propeller unit. heater installation. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install propeller unit heaters level and plumb. B. Install propeller unit heaters to comply with W 9UA. C. Suspend propeller unit heaters from structure with rubber-in-shear vibration isolators P p P (rubber hangers). Vibration isolators are specified in Division 15 Section "Mechanical Vibration Controls and Scismie Restraints." C54199-00 15767 - 3 PROPELLER UNIT HEATERS RO —3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI D. Install wall-mounting thermostats and switch controls in electrical outlet boxes at heights to match lighting controls. 3.3 CONNECTIONS A. Ground equipment. E. Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values. IC manufacturer's torque values are not indicated, use those specified in UL 486A and 111.. 4868. 3.4 FIELD QUALITY CONTROL. A. Testing: Perform the fallowing field quality-control testing and report results in writing: 1. After electrical circuitry has been energized, start units to confirm proper motor rotation and unit operation. 2. Operate electric heating elements through each stage to verity proper operation and electrical connections. 3. Test. and adjust controls and safeties. E. Repair or replace malfunctioning units. Retest as specified above after repairs or replacements are made. 3.5 CLEANING A. After installing units, inspect unit cabinet for damage to finish. Remove paint splatters r and other spots, dirt, and debris. Repair damaged finish to match original finish. B. After installing units, clean propeller unit heaters internally according to manufacturer's written instructions, 3.6 DEMONSTRATION M A. Engage a factory-authorized service representative to train Owner's maintenance , personnel to adjust, operate, and maintain propeller unit heaters. 1. Train Owner's maintenance personnel on procedures and schedules for starting and stopping, troubleshooting, servicing, and maintaining equipment. 2. Review data in maintenance manuals. Refer to Division I Section "Closeout Pro- cedures." 3. Review data in maintenance manuals. Refer to Division I Section "Operation and Maintenance Data." C5-4199-00 15767 - 4 PROPELUR UNIT HE A'1'17- , RO — 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 4, Schedule training with Owner, through Architect, with at least seven .days'. ad- vance notice. ENO OP SECTION 15767 ^1 a t , C5-4199-00 15767 - 5, PROPELLER UNIT HEATERS RO-3/19/01' r WALNUT STREET PUMP STATION CiTY OF .1T:FFl1RSON, MISSO(JR1 SECTION 15853 - POWER VENTH.A`i'ORS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Gencral. Supplementary and Special Conditions, and Division I Specification Sections, apply to this Section, 1.2 SUMiv1ARY A. This Section includes the following;: 1. Wall .propeller ventilators. 2. Ceiling-mounted ventilators. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 15 Section "Vibration Control" For vibration hangers and supports, 2. Division 11 Section "Service and Distribution" For disconnect switches and for motor starters. 1.3 PERFORMANCE REQUIREMENTS A. Project Altitude: Base air ratings on sea-level conditions. B. Operating; Limits: Classify according to AMCA 99. C. Fan Unit Schedule: The following; information is described in an equipment schedule on the Drawings. 1 , Fan performance data including capacities, outlet velocities, static pressures, sound power characteristics, motor requirements, and electrical characteristics. 2. Fan arrangement including wheel configuration, inlet and discharge conligUra- tions, and required accessories. 1.4 SUBMITTALS A. General: Subrnit each item in this Article according; to the Conditions of tlic Contract and Division 1 Specification Sections. B, Product Data including rated capacities of each unit, weights (shipping, installed, and operating), Furnished specialties, accessories, and the following: C5-4199-00 15853 - 1 POWER VENTILATORS RO —3/19/01 WALNUT s,rREE 1' III 1MP STATIC)N CITY OF .li l'FERSON, MISSOURI 1. Certified Can pedormance curves with system operating conditions indicated. 2. Certified Can sound power ratings. 3. Motor ratings and electrical characteristics plus motor and clect►-ical accessories. 4. Material gages and finishes, including color- charts. 5. Dampers, including housings, linkages, and operators. C. Shop Drawings (i-om manufacturer detailing, rquipment assemblies and indicating dimensions, weights, loadings, required clearances, mct.hod of field assembly, components, and location and sire of'each field connection. r U. Coordination Drawings, according to Division 15 Section "Basic Mechanical Requirements," for mo('penetration requirements and Im reflected ceiling plans drawn accurately to scale and coordinating penetrations and units mounted above ceiling. Show the Ibllowing: duct penetrations. 1 . Rora( frc►mtnb and support members relative to 1 1 2. Ceiling suspension assembly members. 3. Site and location of initial access modules for acoustical tile. 4. Ce►l►ng-mounted items including light fixtures, dillbscrs, grilles, speakers, sprin- klers, access paa►e.ls, and special moldings. L. Wiring diagrams detailing wir-in g f'or power and control systems and diflcrentiating clearly between manufacturer-installed and field-installed wiring. F. Maintenance data Ibr power ventilators to Include in the Operation and maintenance ._ manual specified in Division I and in Division 15 Section "Basic Mechanical Requirements." 1.5 (,QUALITY ASSURANCE A. Electrical Component Standard: Provide components that comply with NITA 70 and that are listed and labeled by UL where available. B. Listing and Labeling: Provide electrically operated fixtures specified in this Section that are listed and labeled. 1 . The 'terms "L•isted" and "Labeled": As defined in (lie National Electrical Code, Article 100. 2. Listing and Labeling Agency Qualifications: A "Nationally Recognized "Testing Laboratory" (Nwm as defined in OS1IA Regulation 1910.7. C. AMCA Compliance: Provide products that meet performance requirements and arc licensed to use the AMCA Seal. D. NEMA Compliance: Provide components required as part of fans that comply with applicable NEMA standards. C54199-00 15853 - 2 POWER VI NTI1,ATORS RO — 3/19/01 _. WALNUT STREET PUMP S'T'ATION CITY OF JEFFERSON, MISSOURI E, UL Standard: Provide power ventilators that comply with UL 705. 1.6 PROJECT CONDITIONS A. Field Measurements: Verily dimensions by field measurements. Verify clearances. B. Do not operate fans until ductwork is clean, filters are in place, bearings are lubricated, and fans have been commissioned. 1.7 COORDINATION AND SCHEDULING A. Coordinate the size and location of structural steel support members. B. Coordinate the installation of roof curbs, equipment supports, and root penetrations. Roof specialties are specified in Division 7 Sections. 1.8 EXTRA MATERIALS A. Furnish one set of belts for each belt-driven fan that match products installed, are packaged with protective covering for storage, and are identified Nvith labels clearly describing contents. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of J P 1 the following: 1. Cook (Loren) Co. 2. Greenheck Fan Corp. 3. ILG Industries, Inc. 4. Or equal. 2.2 WALL PROPELLER FANS A. Description: Belt-driven or direct-drive propeller fans, as indicated, consisting; of housing, wheel, fan shaft, bearings, motor and disconnect switch, drive assembly, base, and accessories. B. Fan Housing, and Base: Reinforced and braced galvanized steel, spun venturi motor and drive assembly, and fan wheel. CS-4199-00 15853 - 3 POWE R. VENTILATORS R0— 3/19/01 WALNUT STREET PUMP STATION CITY OI. .IEFFF,RSON, MISSOURI C. Fan Wheel: Replaceable, cast-aluminum blades fastened to cast-aluminum hub; factory set pitch angle, or replaceable, extruded-aluminum, airfoil blades fastened to cast- aluminum hub; factory set pitch angle. D. Belt-Driven Drive Assembly: Resiliently mounted to the housing; weatherproof housing of same material as flan housing with the following features: 1. Fan Shall: Turned, ground, and polished steel drive shaft keyed to wheel hub. 2. Shall Bearings: Prelubricated and scaled, self-aligning, pillow-block-type ball bearings. 3. Pulleys: Cast-iron, adjustable-pitch motor pulley. 4. Motor Mount: On outside of fan cabinet, adjustable base for belt tensioning. 2.3 CEILING-MOUNTED VENTILATORS A. Description: Centrifugal fans designed for installing in ceiling; or wall, or for concealed in-line applications. B. Housing: Galvanized steel lined with acoustical insulation. C. Fan Wheel: Centrifugal wheels directly mounted on motor shaft. Fan shrouds, motor, and fan wheel shall be removable for service. D. Grille: Stainless-steel, louvered grille with flange on intake and thumbscrew attachment to fan housing. E. Electrical Requirements: Junction box for electrical connection oil housing and receptacle for motor plug-in. F. Variable-Speed Controller: Solid-state control to reduce speed from 100 percent to le."N than 50 percent. G. Accessories: Manufacturer's standard transition fittings. 2.4 MOTORS A. Refer to Division 15 Section "Motors" for general requirements for factory-installed motors. B. Motor Construction: NEMA MG 1, general purpose, continuous duty, Design B. C. Enclosure Type: The following features are required as indicated: 1. Open dripproof motors where satisfactorily housed or remotely located during op- eration. 054199-00 15853 - 4 POWER VENTILATORS RO — 3/19/01 WALNUT S'I"RLE1' PI.iMI' STA'T'ION CITY OF- JEFFERSON, MISSOURI 2. Guarded dripproof motors where exposed to contact by employees or building oc- cupants. 2.5 FACTORY FINISHES A. Sheet Metal Parts: Prime coat before final assemble. B. Exterior Surfaces: Baked-enarnel finish coat after assembly. C. Aluminum Parts: No finish required. 2.6 SOURCE QUALITY CONTROL A. Testing Requirements: The following factory tests are required as indicated: M1. Sound Power Level Ratings: Comply with AMCA 301. "Methods for Calculating Fan Sound Ratings From Laboratory Test Data." Test fans according to AMCA 300, "Reverberant Room Method for Sound 'Testing of Fans." Label fans with the AMCA Seal. 2. Fan Performance Ratings: Establish flow rate, pressure, power, air density, speed of rotation, and efficiency by factory tests and ratings according, to AMCA 210, "Laboratory Methods of Testing Fans for Rating." PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and conditions for compliance with requirements of installation tolerances and other conditions affecting performance of the power ventilators. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install. power ventilators according to manufacturer's written instructions. B. Support units using the vibration-control devices indicated. Vibration-control devices are specified in Division 15 Section "Vibration Control." 1. Suspend units from structural steel support frame using threaded steel roils and vibration isolation springs. 2. Ceiling Units: Suspend units from structure using steel wire or metal straps. C. Install units with clearances f'or service and maintenance. C5-4199-00 15953 - 5 POWER VENTILATORS RO—3/19/01 WALNUT STREET PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI D. Label units according to requirements specified in Division 15 Section "Mechanical Identification." 3.3 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Provide services of a factory-authorized service representative to supervise the field assembly of components and installation of fans, including duct and electrical connections, and to report results in writing. 3.4 ADJUSTING A. Adjust damper linkages for proper damper operation. B. Adjust belt tension. C. Lubricate bearings. 3.5 CLEANING A. After completing installation, inspect exposed finish. Remove burrs, dirt, and construction debris, and repair damaged finishes including chips, scratches, and abrasions. B. Clean fan interiors to remove foreign material and construction debris. Vacuum clean fan wheel and cabinet. 3.6 COMMISSIONING A. Final Checks before b Startup: Perform the following operations and checks before p P startup: 1. Verify that shipping, blocking, and bracing are removed. 2. Verify that unit is secure on mountings and supporting devices and that connec- tions f'or piping, ducts, and electrical components are complete. Verify that proper therinal-overload protection is installed in motors, starters, and discOm- nects. 3. Perform cleaning and adjusting specified in this Section. 4. Disconnect fan drive from motor, verify proper motor rotation direction, and %er- ify fan wheel free rotation and smooth bearing operation. Reconnect fan drier system, align and adjust belts, and install belt guards. 5. Lubricate bearings, pulleys, belts, and other moving parts with factory- recommended lubricants. 6. Verify that manual and automatic volume control and fire and smoke dampers in connected ductwork systems are in the fully open position. 7. Disable automatic temperature-control operators. C5-4199-00 15853 - 6 PONDER VENTILATORS RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI B. Starting procedures for fans are as follows; 1. Energize motor; verify proper operation of motor, drive system, and fan wheel. Adjust fan to indicated RPM. 1. Measure and record motor voltage and amperage. C. Shut unit down and reconnect automatic temperature-control operators. D. Refer to Division 15 Section "Testing, Adjusting, and Balancing" for procedures for air- handling-system testing, adjusting,and balancing. E. Replace fan and motor pulleys as required to achieve design conditions. 3.7 DEMONSTRATION A. Train Owner's maintenance personnel on procedures and schedules related to startup and shutdown,troubleshooting, servicing, and preventive maintenance. B. Review data in the operation and maintenance manuals. Refer to Division 0. C. Schedule training with Owner, through Architect, with at least 7 days advance notice. D. Demonstrate operation of power ventilators. Conduct walking tour of the Project. Briefly identify location and describe function, operation, and maintenance of each power ventilator. END OF SECTION 15853 C54199-00 15853 - 7 POWER VENTILATORS RO—3/19/01 WALNUT STREET PUMP STA,riON CITY 017- JEFFERSON, MISSOURI SECTION 15900 - HVAC INSTRUMENTATION AND CONTROLS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes control equipment for HVAC systems and components, including control components for terminal heating and cooling units not supplied with factoiy- wired controls. B. Related Sections include the following: 1. Division 15 Section "Sequence of Operation" for requirements that relate to this Section. 2. Division 16 Section "Electrical Power Monitoring and Control." 13 DEFINITIONS A. DDC: Direct-digital controls. B. LAN: Local area network. C. MS/TP: Master-slave/token-passing. D. PICS: Protocol Implementation Conformance Statement. 1.4 SYSTEM DESCRIPTION A. Control system consists of sensors, indicators, actuators, final control elements, interface equipment, other apparatus, and accessories to control mechanical systems. 1.5 SUBMITTALS A. Product Data: Include manufacturer's technical literature for each control device. Indicate dimensions, capacities, performance characteristics, electrical characteristics, finishes for materials, and installation and startup instructions for each type of product indicated. 1. Each control device labeled with setting or adjustable range of control. C54199-00 15900-1 HVAC INS'T'RUMENTATION RO—3/19/01 AND CONTROLS WALNUT STREET PUMP STA'T'ION CI'['Y OI" .II-1 T�ERSON, MISSOURI B. Shop L.)►'alviIlgS: Detail equipment assemblies and indicate elinlrnsions. WCights, loads, required clearances, method of field assembly. C0111pU?1C►ltS. and location and size of each field conncetion. I. Schematic flow diagrams showing; fans, pumps, coils., dampers, valves, and control devices. 2. Wiring; Diagrams: Power, signal. and control wiring. Di ITerentiate between manufacturer-installed and field-installed wiring, 3. Details of control panel ('aces, including controls, itlstrulllellts, and labeling. 4. Schedule of'danlpers including; sire, leakage, and (loN.v characteristics. 5, Schedule of'valves including; leakage and flow characteristics. C. Samples: For each color required, of each type o{'thernlostat cover. D. Field "Pest Reports: Indicate and interpret test results {or compliance with pciTormance requirements. E. Maintenance Data: For systems to include in maintenance manuals specified in Division 1. Include the following;: 1. Maintenance instructions and lists of spare; parts for each type of control device and compressed-air station. 2. Interconnection wiring diagrams with identified and numbered system components and devices. 3. keyboard illustrations and step-by-step procedures indexed (or each operator function. 4. Inspection period, cleaning; methods, cleaning materials rcconline►lded, and calibration tolerances. 5. Calibration records and list of set points. r F. Qualification Data: For firms and persons specified in "Quality Assurance" Article. ■ G. Project Record Documents: Record actual locations Of*control co►llpollents, including; control units, thermostats, and sensors. Revise Shop Drawings to reflect actual installation and operating; sequences. 1.6 QUALITY ASSURANCE A. Manufacturer Qualifications: A firm experienced in 111anuCacturing; automatic temperature-control systems similar to those indicated fair this Project and with a record of successibi in-service performance. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined ill NF1'A 70, Article 100. by a testing; agency acceptable to authorities having;jurisdiction, and marked for intended use. C5-4199-00 15900-2 HVAC 1NSTRUME'NTATION RO —3/19/01 AND CONTROLS WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI C. Comply with NFPA 90A, "Installation of*Air Conditioning and Ventilation Systems." 1.7 DELIVERY, STORAGE, AND HANDLING A. Factory-Mounted Components: Where control devices specified in this Section are indicated to be factory mounted on equipment, arrange firr shipping of control devices to unit manufacturer. 1.8 COORDINATION A. Coordinate location of thermostats, humidistats, and other exposed control sensors with plans and room details before installation. B. Coordinate equipment with Division 16 Section "Panel boards" to achieve compatibility with starter coils and annunciation devices. C. Coordinate equipment with Division 16 Section "Motor-Control Centers" to achieve compatibility with motor starters and annunciation devices. D. Coordinate size and location of concrete bases. Cast anchor-bolt inserts into bases. Concrete, reinforcement, and formwork requirements arc specified in Division 3 Section "Cast-in-Place Concrete." PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements. provide products by one of the following: 1. Control Systems and Components: a. Honeywell, Inc.; Home & Building Control. b. Johnson Controls, Inc.; Controls Group. C. Landis & Staefa, Inc. d. Siebe Environmental Controls. 2.2 CONTROL. PANELS A. Central (Master) Control Panels: Fully enclosed, steel-rack-type cabinet with locking doors or locking removable backs. Match finish of panels and provide multicolor graphic displays, schematically showing system being controlled. B. Local Control Panels: Unitized cabinet with suitable brackets flor wall or floor mounting, located adjacent to each system under automatic control. Provide common keying for all panels. C54199-00 15900-3 1IVAC INSTRUMENTATION RO — 3/19/01 AND CONTROLS WALN[JT STREET PUMP STATION CI'T'Y OV.1EF1,11 U.,RSON, MISSOU10 1. 1"abricate panels of 0.06-inch- (1.5-nitn-) thick, furniture-quality steel, or extruded-aluminurn alloy, totally enclosed, with hinged doors and keyed lock and with manufacturer's standard shop-painted finish. 2. Panel-Mounted Equipment: Temperature and hunlidity controllers, relays, and automatic switches; except safety devices. Mount devices with adjustments accessible through front of'pancl. 3. Door-Mounted Equipment: Flush-rrlount (on hinged door) manual switches, including damper-positioning switches, changeover switches, thermometers, and gages. 4. Graphics: Color-coded graphic, laminated-plastic displays on doors, schematically showing system being controlled. with protective, clear plastic sheet bonded to entire door. 2.3 ANALOG CONTROLLERS A. Step Controllers: Six- or 10-stage type, with heavy-duty s4vitching rated to handle loads and operated by electric motor. B. Electric, Outdoor-Reset Controllers: Remote-bulb or bimetal rod-and-tube type, proportioning action with adjustable throttling range, adjustable set point., scale range minus 10 to plus 70 deg F (minus 23 to plus 21 (leg C), and single- or double-pole contacts. C. Electronic Controllers: Wheatstone-bridge-amplilier type. in steel enclosure with provision for remote-resistance readjustment. Identify adjustments on controllers, including proportional band and authority. 1. Single controllers can be integral with control motor il' provided with accessible control readjustment potentiometer. D. Fan-Speed Controllers: Solid-state model providing field-adjustable proportional r control of motor speed from maxim m um to ininrum of 55 percent and on-off action below minimurn fan speed. Controller shall briefly apply full voltage, when motor is started, to rapidly bring motor up to nlinlmunl speed. Equip with filtered circuit to eliminate radio interference. 2.4 TIME CLOCKS A. Seven-day, programming-switch tither with synchr0110LIs-tinting motor and seven-day dial; continuously charged, nickel-cadnlitlnl-butter),-driven, eight-hour, power-failure carryover; multiple-switch trippers; minimum of two and nlnxinlunl of eight signals per day with two normally open and two normally closCd output contacts. C5-4199-00 15900-4 HVAC INSTRUMENTATION RO — 3/19/01 AND CONTROLS WALNUT STREET PUMP STATION CITY OF JEF ERSON, MISSOURI 2.5 SENSORS A. Electronic Sensors: Vibration and corrosion resistant; for wall, immersion, or duct mounting as required. 1. Therrnistor temperature sensors as follows: a. Accuracy: Plus or minus 0.5 deg F (03 deg C) at calibration point. b. Wire: Twisted, shielded-pair cable, C. insertion Elements in Ducts: Single point, 8 inches (20 cm) long; use where not affected by temperature stratification or where ducts are smaller than 9 sq. fi.. (1 sq. m). d. Averaging Elements in Ducts: 36 inches (91 cm) long, flexible: use where prone to temperature stratification or where ducts are larger than 9 sq. ft. (1 sq. m): length as required. C. Insertion Elements for Liquids: Brass socket with minimum insertion length of 2-1/2 inches (64 mini). f. Room Sensors: Match room thermostats, locking cover. g. Outside-Air Sensors: Watertight inlet fitting, shielded from direct sunlight. 2. Resistance Temperature Detectors: Platinum. a. Accuracy: Plus or minus 0.2 percent at calibration point. b. Wire: Twisted, shielded-pair cable. C. Insertion Elements in Ducts: Single point, 8 inches (20 cm) long: use where not affected by temperature stratification or where ducts are smaller than 9 sq. ft. (1 sq. m). d. Averaging Elements in Ducts: 36 inches (91 cm) long, flexible; use where prone to temperature stratification or where ducts are larger than 9 sq. ft. (I sq. m); length as required. C. Insertion Elements for Liquids: Brass socket with minimum insertion ® length of 2-1/2 inches (64 mm). !J f. Room Sensors: Match room thermostats, locking cover. 6. Outside-Air Sensors: Watertight inlet fitting, shielded from direct sunlight. B. Equipment operation sensors as hollows: I. Status Inputs for Fans: Differential-pressure switch with adjustable range of 0 to 5 inches wg (0 to 1243 Pa), 2. Status Inputs for Pumps: Differential-pressure switch piped across pump with adjustable pressure-differential range of 8 to 60 psig (55 to 414 kPa). 3. Status Inputs for Electric Motors: Current-sensing relay with current transformers, adjustable and set to 175 percent of rated motor current. C54199-00 15900-5 FIVAC INSTRUMENTATION RO — 3/19/01 AND CONTROLS VdAL.NC)'1' STRE:E'1' 1'illvll' STATION O1'fh' (al ,II I'hfsRSON, MISSOURI C. Electronic Valve/Damper Position Indication: Visual scale indicating percent of travel and 2- to 10-V dc, .feedback signal. D. Water-Flow Switches: Pressure-flow switches of bellows-actuated mercury or snap- acting type, with appropriate scale range and differential ad,jUSMICnt, with stainless-steel or bronze paddle. Tor chilled-water applications, provide vaporproof type. 2.6 THERMOSTATS , A. Low-Voltage, On-Off 'Thermostats: NEMA DC 3, 24-V, bimetal-operated, nlercury- switch type, with adjustable or fixed anticipation heater. B. Line-Voltage, On-Off 'Thermostats: Bimetal-actuated, open contact or bellows- actuated, enclosed, snap-switch type, or CquivalCnt solid-state type, with heat anticipator, integral manual on-off-auto selector switch. 1. Equip thermostats, which control electric heating loads directly, with off position on dial wired to break ungrounded conductors. 2. Dead Band: Maximum 2 deg F (I deg C). C. Room thermostat accessories include the following: 1. Insulating Bases: For thermostats located on exterior walls. 2. Adjusting Key: As required for calibration and cover screws. 3. Set-Point Adjustment: 1/2-itich- (13-n1I11-) diailleter, aC1luSlineilt knob. D. Immersion Thermostat: Remote-bulb or bimetal rod-and-tube type, proportioning action with adjustable throttling range and adjustable set point. E. Airstream Thermostats: Two-pipe, fully proportional, single-temperature type, with adjustable set point in middle of range and adjustable throttling range, plug-in test fitting or permanent pressure gage, remote bulb, bimetal rod and tube, or averaging elemeIlt. F. Electric Low-Limit Duct Thermostat: Snap-actin(;, single-pole, single-throw, manual- or automatic-reset switch that trips if' temperature sensed across any 12 inches (300 mm) of bulb length is equal to or below set point. I. Bulb Length: Minimum 20 feet (6 m). 2. Quantity: One thermostat for every 20 sq. ft. (2 sq. 111) ofcoil suri;lcC. G. Electric I--ligh-Limit Duct 'thermostat: Snap-acting, singlC-pole. single-throw, manual- or automatic-reset switch that trips if temperature sensed across any 12 inches (300 nlm) of bulb length is equal to or above set point. 1. Bulb Length: Minimum 20 feet (6 in). 054199-00 15900-6 HVAC INSTRUMENTATION RO — 3/19/01 AND CONTROLS WALNUT STREET PLUMP STATION CITY OF JEFFERSON, MISSOURI 2. Quantity: One thermostat for every 20 sq. ft. (2 sq. m) of coil surftace. 2.7 ACTUATORS A. Electric Motors: Size to operate with sufficient reserve power to provide smooth modulating action or two-position action. I. Permanent Split-Capacitor or Shaded-Pole 'Type: Ciao• trains completely oil immersed and scaled. Equip spring-return motors with integral spiral-spring mechanism in 110usings designed for easy removal filr service or adjustment of limit switches, auxiliary switches, or feedback potentiometer. 2. Nonspring-Return Motors for Valves Larger Than NI'S 2-1/2 (DN 65): Size for running torque of 150 in. x lbf(16.9 N x m) and brcakaway torque of 300 in. x Ibf (33.9 N x nl). 3. Spring-Return Motors for Valves Larger Than NPS 2-1/2 (DN 65): Size for running and brcakaway torque of' 150 in. x lbf'(16.9 N x nl). 4. Nonspring-Return Motors for Dampers Larger Than 25 Sq. Ft. (2.3 sq. nl): Size for running torque of 150 in, x lbf(16.9 N x n1) and breakaway torque o1'300 in. x Ibf(33.9 N x m). 5. Spring-Return Motors for Dampers Largcr Than 25 Sq. Ft. (2.3 sq. m): Size for running and breakaway torque of 150 in. x lbf(16.9 N x m). 2.8 CONTROL VALVES A. Control Valves: Factory fabricated, of type, body material, and pressure class based on maximum pressure and temperature rating of piping system, unless othcr•wisc indicated. B. Globe Valves NPS 2 (DN 50) and Smaller: Bronze body, bronze trim, rising stem, renewable composition disc, and screwed ends with backseating capacity repackable under pressure. C. Globe Valves NPS 2-1/2 (DN 65) and Largcr: Iron body, bronze trim, rising stem, plus;-type disc. flanged ends, and renewable scat and disc. D. Hydronic system globe valves shall have the Following characteristics: I. Rating: Class 125 for service at 125 psig (862 kl'a) and 250 deg F (121 deg C) operating conditions. 2. Internal Construction: ltcplr.►r;cable plugs and scats ofstainless steel or brass, a. Single-Seated Valves: Cage trim provides seating and guiding surfaces For Plug on top and bottom ofguidcd plugs. b. Double-Seated Valves: Balanced plug; cage trim provides stating and guiding surfaces for plugs on tap and bottom of guided plugs. 3. Sizing: 3-psig (21-kPa) rllaxlllllall pressure drop at design flow rate. 054199-00 15900-7 HVAC INSTRUMENTATION RO — 3/19/01 AND CONTROLS WAI�N1.1'f' STRI::C?'1' PUMP S"I'A`I'IC)N CITY 0 F JEFFF"RSON. MISSOURI 4. flow Characteristics: Two-way valves shall have equal percentage characteristics; three-way valves shall have linear characteristics, Operators shall close valves against pump shutoff head. E" Terminal Unit Control Valves: Bronze holy, bronze trim, two- or three-port as indicated, replaceable plugs and scats, union and threaded ends. I. Rating: Class 125 for service at 125 psis, (862 kPa) and 250 deg F ((21 deg C) operating conditions. 2. Sizing: 3-prig (21-0a) maximu111 pressure drop at design flow rate, to close against pump shutoff head. 3. blow Characteristics: Two-way valves shall have equal percentage characteristics; three-way valves shall havc linear characteristics. 2.9 DAMPERS A. Dampers: AMCA-rated, parallel or opposed-blade design; 0.1084-inch (2.8-n1m) minimum, galvanized-steel frames with holes for duct 1110ll11ting, damper blades shall not be less than 0.0635-inch (1.6-n1m) galvanized steel with maximun-1 blade width of 8 inches (203 r11m). I. I3lades shall be secured to 1/2-inch- ( 13-nm1-) diameter, zinc-plated axles using zinc-plated hardware, with nylon blade bearings, blade-linkage hardware of zulC- plated steel and brass, ends scaled against spring-stainless-steel blade hearings, and thrust bearings at each end of every I-Made. 2. Operating Temperature Range: Frorn minus 40 to plus 200 deg F (minus 40 to plus 93 deg C). 3. For standard applications, include optional closed-ccli neoprene edging, 4. For low-leakage applications, use parallel- or opposed-blade design with inflatable seal blade edging, or replaceable ruhher scaly, rated for leakage at less than 10 cfnl per sq. 11. (51 L./s per sq. nl) of damper area, at dif'lurential pressure of 4 inches wg (995 Pa) WIWII daillper is being held by torduC of 50 in. x Ibf (5.6 N x n1); when tested according to AMCA 5001.). 2.10 CONTROL CABLI A. Electronic and fiber-Optic Cable liar Control Wiring: As specified in Division 16 Section "Control/.Signal Transmission N/Iedlrl." PART 3 - EX CLJTJ0N 3.1 EXAMINATION A. Verify that COIlditlOnCd power supply is available to control units and operator workstation. C5-4190-00 15000-8 IIVAC INS`I'R1-1M1?N'1'ATI0N RO - 3/19/01 AND CONTROLS WALNUT STREET PUMP STATION CITY Y O .IFIFFFRSON, MISS(WRI B. Verify that duct-, pipe.-, and equipment-mounted devices and wiring arc installed before proceeding with installation. 3.2 INST'ALLAT'ION A. Install equipment level and plumb. B. Connect and configure equipment and soliware to achieve sequence of operation spcciticd. C. Verify location of thermostats, hunlidistats, and other exposed control sensors with plans and room details beflorc installation. Locate all 60 inches (1524 nlm) above the floor. 1. Install averaging elements in ducts and plenums in crossing or zigzag pattern. D. Install automatic dampers according to Division 15 Section "Duct Accessories." E. Install damper motors on outside of duct in warns areas, not in locations exposed to outdoor temperatures. F. Install labels and nameplates to identify control components according to Division 15 Section "Mechanical Identification." G. Install hydronic instrument wells, valves, and other accessories according to Division 15 Section "Hydronic Piping." 11. Install refrigerant instrument wells, valves, and other accessories according to Division 15 Section "Refrigerant Piping." 1. Install duct volume-control dampers according to Division 15 Sections speciiving air ducts. .I. 1nstalI electronic and fiber-optic cables according to Division 16 Section Control/Signal Transmission Media. 1 3.3 ELECTRICAL WIRING AND CONNI CTTON INSTALLATION A. Install raceways, boxes, and cabinets according to Division 16 Section "Raceways and [loxes." 13. Install building wire and cable according, to Division 16 Section "Conductors and Cables." C. Install signal and communication cable according to Division 16 Section "Control/Signal 'fransnlission Media." 054199-00 15900-9 HVAC INSTRUMENT'A"FION RO -- 3/19/01 AND CONTROLS WAI.,NLI'I' S'I'REE'1' 1'UMl' STATION CITY OF JEFFERS(K MISSOURi 1. Conceal cable, except in mechanical rooms and areas where ether conduit and piping are exposed. 2. Install exposed cable in raceway. 3. install concealed cable in raceway. 4. Bundle and harness multiconductor instrument cable in place of single cables where several cables follow a common path. 5. Fasten flexible conductors, bridging cabinets and doors. along; hinge side', protect against abrasion. Tic and support conductors. 6. Number-code or color-code conductors for future: identification and service of control system, except local individual room control cables. D. Connect manual-reset limit controls independent of manual-control switch positions. Automatic duct heater resets may be connected in interlock circuit of power controllers. E. Connect hand-off-auto selector switches to override automatic interlock controls when switch is in hand position. 3.4 CONNECTIONS A. Piping installation requirements are specified in other Division 15 Sections. Drawings indicate general arrangement of piping, fittings, and specialties. 1. Install piping adjacent to machine to allow service and maintenance. B. Ground equipment. 1. 'tighten electrical connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. 3.5 FIELD QUALI"f)' CON'T'ROL A. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect field-assembled components and equipment installation, including piping and electrical connections. Report results in writing. 1. Leak Test: After installation, charge system and test for leaks. Repair leaks and i retest until no leaks exist. 2. Operational Test: After electrical circuitry has been energized, strut units to confirm proper unit operation. Remove n1alfurtctioning; units, replace with new units, and retest. 3. Test and adjust controls and safeties. Replace damaged and malfonetioning controls and equipment, and retest. 4. Calibration test electronic controllers by disconnecting input sensors and stimulating operation with compatible signal generator. C54199-00 15900-10 1IVAC INSTRUMENTATION RO — 3/19/01 AND CONTROLS WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI B. Engage a factory-authorized service representative to pertorm startup service. C. Replace damaged or malfunctioning controls and equipment, 1. Start, test, and adjust control systems. 2. Demonstrate compliance with requirements, including; calibration and testing;, and control sequences. 3. Adjust, calibrate, and fine tune circuits and equipment to achieve sequence of operation specified. 3.6 DEMONSTRAnON A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain control systems and components. 1. Train Owner's maintenance personnel on procedures and schedules for starting and stopping, troubleshooting, servicing, and maintaining equipment and schedules. 2. Provide operator training on data display. alarm and status descriptors, requesting data, executing commands, calibrating; and adjusting devices, resetting; default values, and requesting; lobs. Include a minimum of 40 hours' dedicated instructor tirrie on-site. 3. Review data in maintenance manuals. Refer to Division 1 Section "Contract Closeout." 4. Schedule training with Owner, through Architoct, with at least seven days' advance notice. 3.7 ON-SITE ASSISTANCE A. Occupancy Adjustments: Within one year of date of Substantial Completion, provide up to three Project site visits, when requested by Owner, to adjust and calibrate components and to assist Owner's personnel in making program changes and in adjusting; sensors and controls to suit actual conditions. END OF SECTION 1.5900 C54199-00 15900-11 HVAC INSTRUMENTATION RO —3/19/01 AND CONTROLS WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 15940 -SEQUENCE OF OPERATIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section, 1.2 SUMMARY" A. This Section includes control sequences for HVAC systems, subsystems, and equipment. B. Related Sections include the following: 1. Division 15 Section "1-IVAC Instrumentation and Controls" f'or control equipment and devices and submittal requirements. 1.3 SEQUENCE OF CONTROLS A. Exhaust Fans EF-001, EF-002, EF-003: The tan shall have bland-OCf-Auto switch. When switch is in Auto position, the fan shall be controlled by its respective wall mounted cooling thermostat, and shall be interlocked with its respective motorized electric intake damper. When temperature in the space is above thermostat set point (90 deg. F adjustable), the intake damper shall open, and fan shall start. When temperature in the space falls to set point the sequence shall reverse, B. Exhaust Fan EF-004: The fan shall have manual on-ofI'switch and shall run at all tinnes. C. Unit Heaters EUI-I-001. EUI-1-002, EUI-1-003, EUI-1-004: "I he heater shall cycled on and otf in response to its respective wall mounted heating thermostat. D. Electric Baseboard Heater E-131-1-001: The heater shall cycle can and off in response to its integral heating thermostat. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 15940 C5-4199-00 15940-1 SI?QllI;NCE OF OPERATIONS RO—3/19/01 WAl_,N11'1' S'rltEf 'I' f'l1MI' STATION CITY OI' JEI-i'f?RSON, MISSOURI SEC'T'ION 15990 - "rES"r1NG, ADJUSTING, AND BALANCING PART I - GENERAL 1.1 RELATED DOCUMENTS A. Drawings said general provisions of the Contract, including General, Supplementary and Special Conditions, and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes testing, adjusting, and balancing IIVAC systems to produce design objectives, including the following: 1. Balancing airflow within distribution systems, including submains, branches, and terminals, to indicated quantities according to specified tolerances. 2. Adjusting total HVAC systems to provide, indicated quantities. 3. Measuring electrical performance of HVAC equipment. 4. Setting quantitative performance of HVAC equipment. 5. Verifying that automatic control devices are functioning properly. 6. Measuring sound and vibration. 7. Reporting results ofthe activities and proCCdlU'CS Specified In this Section. B. Related Sections include the following: I. 'resting and adjusting requirements unique to particular SN'sterns and equipment are included in the Sections that specify those systems and equipment. 2. Field quality-control testing to verify that workmanship quality for system and equipment installation is specified in system and equipment Sections. 1.3 DEFINITIONS A. Adjust: To regulate fluid flow rate and air patterns at the terminal equipment, such as to reduce fan speed or adjust a damper. B. Balance: To proportion flows within the distribution system, including submains. branches, and terminals, according to design quantities. C. Draft: A current of air, when referring to localized effect caused by one or more factors of high air velocity, low ambient temperature, or direction of airflow, wherch\ more heat is withdrawn from a person's skin than is normally dissipated. D. Procedure: An approach to and execution of a sequence of work operations to yield repeatable results. C54199-00 15990 - 1 TE'S'TING, ADJUSTING. AND RO— 3/19/01 BALANCING WALNUT STREL`T PLJMP STATION CITY MI'S'SOURI E'. Report Forms- Test data sheets for recording test data in logical order. I'. Static /•lead: The pressure due to the weight of the fluid above the point of measurement, Iri a closed system, static head is equal on both sides of the pump. G. Suction Flead: The height of fluid surface above the centerline of the pump on the suction side. 1-1. System Effect: A phenomenon that can create undesired or unpredicted conditions that cause reduced capacities in all or part of'a system. 1. System Effect Factors: Allowances used to calculate a reduction of the performance ratings of a tan when installed under conditions difTerent from those presented when the fan was performance tested. J. Terminal: A point where the controlled medium, such as fluid or energy, enters or leaves the distribution system. K. 'Pest: A procedure to determine quantitative performance ofa system or equipment. L. "Testing, Adjusting, and Balancing Agent: The entity responsible for performing and reporting the testing, adjusting, and balancing procedures. M. AABC: Associated Air Balance Council. N. AMCA: Air Movement and Control Association. O. CTI: Cooling 'Tower Institute. t P. NLRB: National Environmental Balancing Bureau. Q. SMACNA: Shcet Metal and Air Conditioning Contractors' National Association. 1.4 SUBMITTALS A. Quality-Assurance Submittals: Within 30 days from the Contractor's Notice to Proceed, submit 2 copies of evidence that the testing, adjusting, and balancing; Agent and this Project's testing, adjusting, and balancing team members meet the qualifications specified in the "Quality Assurance" Article below. B. Contract Documents Examination Report: Within 45 clays from tile; Contractor's Notice to Proceed, submit 2 copies of the Contract Documents review report as specified in Part3 ol'this Section. C. Strategies and Procedures Plan: Within 60 days from the Contractor's Notice to Proceed, submit 2 copies of the testing, adjusting, and balancing strategies and step- 054199-00 15990 - 2 ThS'TING, ADJUSTING, AND RO -- 3/19/01 BALANCING 1 WALNUT STREET PUMP STATION CITY OI, JI FFE-RS(.)N, MISSOURI by-step procedures as specified in Part 3 "Preparation" Article below, Include a complete set ol'report forms intended for use on this Project. D. Certified Testing, Adjusting, and Balancing Reports: Submit 2 copies of reports prepared, as specified in this Section, on approved forms certified by the testing, adjusting, and balancing Agent. L. Sample Report Dorms: Submit 2 sets of sample testing, adjusting, and balancing; report forms. I". Warranty: Submit 2 copies of special warranty specified in the "Warranty" Article rbelow. 1.5 QUALI'T'Y ASSURANCE A. Agent Qualifications: Engage a testing;, adjusting, and balancing agent certified by either AABC or NEBB. Firm shall submit proof of a minimum of 5 years experience with systerns and facilities of'sirnilar size and complexity. B. Testing, Adjusting, and Balancing Conference: Mect with the Owner's and the Architect's representatives on approval of the testing, adjusting, and balancing strategies and procedures plan to develop a mutual understanding of the details. Ensure the participation of testing, adjusting, and balancing tea n members, equipment manufacturers' authorized service representatives, FIVAC controls Installer, and other support personnel. Provide 7 days' advance notice of scheduled meeting, time and location. 1. Agenda Items: Include at least the following: It. Submittal distribution requirements. b. Contract Documents examination report.. C. 'Testing:, adjusting, and balancing plan. 1 d. Work schedule and .Project site access requirements. C. Coordination and cooperation of trades and subcontractors. 1. Coordination of docuunentation and communication flaw. C. Certification of Testing, Adjusting, and Balancing Reports: Certify the testing_, adjusting, and balancing field data reports. This certification includes the following: 1. Review field data reports to validate accuracy ofdata and to prepare certified testing. adjusting, and balancing reports. 2. Certify that the testing, adjusting, and balancing team complied with the approved testing, adjusting, and balancing plan and the procedures specified and referenced in this Specification. C54199-00 15990 - 3 TESTING', ADJUSTING, AND RO—3/19/01 BALANCING WALNUT STR1 F-T Pt 1M1' STATION CITY OV ,I11 1-1 160 N, MISS01IRI D. 'Testing, Adjustilig, and Balancing Reports: Use stan(lard filrnls front AABC's „National Standards for 'Testing, Acl.justil1 ;. allLl BilkIncingz." 1". Instrumentation 'Type, Quantity, and Accuracy: As described in AABC national standards. I-. Instrumentation Calibration: C.'alibratc instr'lllllctlls it Ie;ISI cvCly (► 111011ths 01' more frequently il'required by the instrument immufi►cturer. 1.6 PROJE=CT CONDITIONS A. Full Owner Occupancy: 'fhe (>wnrr will c►ccupy the site told existing building during the entire testing, adjustislg, rind balancing periud. Cooperate with the Owner during testing, adjusting, and b1-dancing operations to ►ninimiic conflicts with the Owner's Operations. B. Partial Owner Occupancy: The Owner may uccul7y ConlplCtCd areas of the building; before Substantial Completion. Cooperate with the Owner during testing, adjusting, and balancing operations to nlininliie Conflict.,; with Illc 0mler's operations. 1.7 COORDINATION A. Coordinate the efforts of factory-authorized service representatives lily systems and equipment, I IVAC controls installers, and outer nlcch;ulics to operate IIVAC systems cllld egtlipment tO Support alld assist tcsting, adjust) ig. t►Ild bt►lmicing activities. B, Notice: Provide 7 (lays' advance notice for each test. Include scheduled test dates and tittles. 1.8 Wi\RRANTY A. General Warranty: The national project performance gllar'IMCC specified in this Article shall not deprive the Owner of other rights the Owner may have under Other provisions of the Contract Documents and 811;111 be in addition to, and run concurrent r with, other warranties made by the Colltr;►Cor under requirements of the Contract Documents, B. National Pro.icct Perfon11a11CC (.11lt.lr'alltee: Provide a guaratltec: oil AABUS "National Standards" Forms stating that AABC will assist in completing the requirements of the Contract DOC(II11C11lS il'tllC testing, a(I,justing, and balancing; Agerlt lbils to comply with the Contract DOC(llllenlS. Guarantee inClu(Ics the fi►Ilowing previsions: C. Special Guarantee: Provide a guarantee On N1:1.313 forms stating that N1:13I3 will assist in completing the requirements Of' the C OMI-LICl DOCLIHICI1tS it' the testing, adjusting, and balancing Agent fails to comply with the Contract Documents. Civarantec includes the lullowing provisions: C5-4199-00 15990 - 4 'IT'STINCi, AD.IIJSTING, AND RO -- 3/19101 BALANCING; WALNUT STREET PL1MP .NATION CITY OF JEFFERSON, MISSOURI 1. 'file certified Agent has tested and balanced systems according to the Contract Documents. 2. Systems are balanced to optimum performance capabilities within design and installation limits. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 EXAMINATION A. Examine Contract DOCUrnents to become familiar with project requirements and to discover conditions in systems' designs that may precludC proper testing, adjusting„ and balancing of'systenls and equipment. f. Contract Documents are defined in the General and Suppicnlcntary Conditions of the Contract. B. Examine approved submittal data of I-IVAC systems and equipment. C. Examine project record CIOCUments described in Division 1 Section "Project Record Documents." D. Examine Architect's and Engineer's design data, II1ClUding I IVAC system descriptions, statements of design assumptions 101' Cllvir011111CIllal conditions and systems' output, and statements of philosophies and assumptions about 11VAC system and equipment controls. E. Examine equipment performance data. Relate performance data to project conditions and requirements, including system etiects that can CrC;1tC undesired or unpredicted conditions that cause reduced capacities in all or part of a system. Calculate system effect factors to reduce the performance ratings of' I IVAC' CciuipinCnt when installed under conditions different from those presented when the Ccluipnlelll was pe.rl'ormance tested at the factory. To calculate system effects for air systems, use tables and charts found in AMCA 201, "Fans and Systems," Sections 7 through 10; or in SMACNA's 'TIVAC Systems--Duct Design," Sections 5 and 6. Compare this data with the design ' data and installed conditions. F. Examine system and equipment installations to verify that they are complete and that testing, cleaning, adjusting, and commissioning specified in individual Specification Sections have been performed. C5-4199-00 15990 - 5 'FISTING, ,\D.IUS'1'ING, AND RO ._ 3/19/01 13ALANCING WALNUT• STREET PUMP STATION C'IT'Y OP .iEFF'FRSON, MISSOIJRi G. Examine system and cquipnietit test reports. 1-1. Examine, systems for functional deficiencies that cannot be corrected by adjusting and balancing. I. Examine air-handling equipment to ensure bearings are greased, belts are aligned kind tight, and equipment with functioning controls is ready for operation. J. Examine equipment for installation and for properly operating salcty interlocks and controls. K. Emunine autonlitlic temperature system components to vcrify the Hollowing: 1. Dampers and other controlled devices operate: by the intended controller. 2 Dampers are in the position indicated by the controller. 3. integrity of dampers for free and full operation and for tightness of fully closed and fully open positions. 4. Thermostats are located to avoid adverse effects ol'sunlipht, drafts, and cold walls. 5. Sensors are located to sense only the intended conditions. G. Sequence of'operation 1'or control modes is according to the Contract Documents, 7. Controller set points are set at design values. Observe and record system reactions to changes in conditions. Record default set points ifdiffcrent fi-orn design values. S. Interlocked systems are operating. 9. Changeover Irom heating to cooling tTlode oCC(ii'S according to design values. L. Report deficiencies discovered before and during perlormance of testing, adjusting, and balancing procedures. 3.2 PREPARATION A. Prepare a testing, adjusting, and balancing plan that inciu(ics strkitcgics and step-by- step procedures. B. Complete system readiness checks and prepare system readiness reports. Verify the Following: 1. Permanent electrical power wiring is complete. 2. Automatic temperature-control systems are operational. 3. Equipment and duct access;doors are securely closed. 4. Ceilings are installed in critical areas where air-pattern adiustments are requited and access to balancing devices is provided. 5. Windows and doors can be closed so design conditions for systen-i operations can be met. C5-4199-00 15990 - 6 'I'LSTING, AD.IUSTING. AND RO -- 3/19/01 BALANCING WALNt1'i' S'rRI?i?,'I' P[_1MI' STATION CITY OF .I13FFI RSON, MISSOURI 3.3 GENERAL TESTING AND BALANCiNG PROCI:DURi?S A. Perform testing anti balancing procedures on each system according to the procedures contained in AABC national standards and this Section. B. Perform testing and baiancing procedures on each system according to the procedures contained in NFBB's "Procedural Standards for Testing, Ad.justirlg, and Balancing of Etivironmental Systems" and this Section. C. Perform tesdil g and balancing procedures on each system according to the procedures >~ >< P � 1 contained in SMACNA's "FIVAC Systems--Testing, Adjusting, and Balancing" and this Section. 1). Mark equipment settings with paint or other suitable, permanent Wend I]Caliof) material, including damper-control (positions, valve indicators. fan-speed-control levers, and similar controls and devices, to show final settings. 3.4 FUNDAMLN'1'AL. AiR SYSTEMS' BALANCING PROCi:DURi;S A. Prepare test reports [or fans. Obtain manufacturer's recommended testing procedures. 13. Prepare schematic diagrams of'systenls' "as-built" duct layouts. C. Locate start-stop and disconnect switches, electrical interlocks. and motor starters. D. Verify that motor starters are equipped with properly sired thermal protection. E. Check dampers for proper position to achieve desired airflow path. F. Check for airflow blockages. 3.5 CONSTANT-VOLUME AiR SYST MS' BALANCiNG PROC'iJ)URi S A. 'file procedures in this Article apply to const ant-volume exhaust-air systcllls. B. Aa;ust fans to deliver total design airtlows within the maximum allowable rpm listed by the 11,111 illalllll'ucturer. l. Measure ion static pressures to determine actual static pressure uS 1011ows: ' a. Measure outlet static p ressure as far downstream fl'om the lan as practicable and upstream from restrictions in ducts such as elbows and transitions. b. Measure static pressure directly at the fun outlet or through the flexible connection. C. Measure inlet static pressure of'single-inlet lans in the inlet duct as near the fall RS ipoSSlble, ufp5trealll From flexible connection aild downstream from duct restrictions. C'5-4199-00 15990 - 7 'TE:S'TING. ADJUSTING, AND RO — 3/19/01 BALANCING WAI,NU'1' S'I'Ri,I '1' PUMP STATION CiTY OF .iC FFERSON, MISSOURI 2. Compare design data with installed conditions to determine variations in design static pressures versus actual static pressures. Compare actual system effect factors with calculated system effect faactors to identify where variations occur. Recommend corrective action to align design and actual conditions. 3. Adjust flan speed higher or lower than design with the approval of the Architect. Male required adjustments to pulley sires, motor sizes, and electrical connections to Caccommodatc tan-speed changes. 4. Do not make fan-speed adjustments that result in motor overload. Consult equipment manufacturers about (an-speed salc,ty factors. 3.6 mU"COBS I I , ' A. Motors, 1/2 1-11) and Larger. Test at final balanced conditions and record the following data: and serial numbers, 1. Manufacturer, model, num 2. Motor horsepower rating, 3. Motor rpm. 4. Efficiency rating if high-efficiency motor. 5. Nameplate and measured voltage, each phase. 6. Nameplate and measured ,lmperage, each phase, r 7. Starter thermal-protection-element rating. 3.7 TEMPERATURE-CONTROi_ VERIFICATION A, Verify that controllers are calibrated and commissioned. E. Check transmitter and controller locations and note Conditions 01,11 Would adversely affeet control functions. C. Record controller settings mid note variances he:tween set points and actual measurements. D. Verify operation of limiting controllers (i.e.. high- and tow-temperature controllers). I . Verify free travel and proper operation of control devices such as damper and valve operators. I . Verify SC(ILlenCe of operation of control devices. Note air pressures ;in(] device positions and correlate with airflow and water-flow meastu-en'urtts. Neste the speed of response to input changes. G. Confirm interaction ol'interlock and lockout systems. ' I-l. Record voltages ol'powcr supply and controller output. I)cternline if the system operates on a grounded or nongrounded power supply. 054199-00 15990 - 8 TI.STING, ADJUSTING, AND RO— 3/19/01 BALANCING WALNUT STREET P1.1Iv1P STATION CITY OF JI.FFERSON, MISSOURI 1, Note operation of electric actuators using; spring return fir proper fail-safe operations. 3.8 TOLE'RANCI S A. Set I-IVAC system airflow and water flow rates within the following tolerances: 1?Ad oust bans: Plus 5 to plus 10 percent. 1. 1 p ! 3.9 FINAL REPORT A. General: Typewritten, or computer printout in letter-quality font, on standard bond paper, in 3-ring; binder, tabulated and divided into sections by tested and balanced systems. B. Include a certification sheet in front of binder signed and scaled by the certitied testing; and balancing engineer. 1. Include a Iist of the instruments used for procedures, along with proof of calibration. C. Final Report Contents: in addition to the certified f icld report data, include the following: 1. Fan curves. 2. Manufacturers' test data. 3. Field test reports prepared by system and equipment installers. 4. Other information relative to equipment performance, but do not include approved Shop Drawings and Product Data. D. General Report. Data: in addition to (fie form titles and entries, include the following data in the final report, as applicuble: 1. "Title page. 2. Name and address of testing, adjusting;, and balancing Agent. 3. Project name. 4. Project location. r S. Architect's name and address. i� G. E'ngineer's name and address. 7. Contractor's name and address. 8. Report date. 9. Signature of testing, adjusting;, and balancing Agent who certifies the report. 10. Summary of contents, including the following: a. Design versus final perlormance. b. Notable characteristics of systems. C. Description of system operation sequence it' it varies from the Contract Documents. C5-4199-00 15990 - 9 'TESTING, ADJUSTING, AND RO — 3/19/01 BALANCING WAI,Nt,J'I' S'I'RC I `I' I'tJMI' STATION CITY OV JI'sFVERSON, MISSOURI 11. Nomenclature sheets for each itCrll of'c:quipnlent. 12. Notes to explain why certain final data in the body of reports vary frorn design values, 13. 'Test conditions for fiuls perfomltutce forms, including, the followinj;: a, kiln drive settings, including; settings and percental,e of InaXimum pitch diametcr, b, Other system operating conditions that af'f'ect performance. 1 , Gas-Fired Hcat Apparatus Tcst Reports: In addition to the nlilnulacturcl''s factory start tap equipment reports, include tile following: 1. Unit Data: Include the following: a. System identification. r b. location. C. Make and type. d. Model number and unit size, C. Manufltcturer's serial number. f'. Fuel type in input data. L,,, Output capacity in Btuh (kW), II. Ignition type. i. Burner-control types. j. Motor horsepower and rpm. k. Motor volts, phase, and hertz. I, Motor full-load amperage and service flactor. In, Sheave make, size in inches (null), and bore. I1. Sheave dimensions, center-to-center and amount of adjustments In Inclics 2. Test Data: Include design and actual values for the following: it. 'Total airflow rate in clip (L/s). r b. Entering-air temperature in deg P (deg C). C. Leaving-air temperature in deb 1; (deg C). d. Air temperature differential in deg F (deb C). e, Manifold pressure in prig (0a), I'. High-temperature-limit setting in deg F (deg C). b. Operating set point in 1311,Ih (kW). h. Motor voltage at each connection. i. Motor amperage for each phase, j. Heating value of filcl in I3tuh (kW). F, Fan Test Reports: For supply, return, and exhaust falls, II1CIlide till` fclllowinb: C5-4199-00 15990 - 10 TE'STING, ADJUSTING,TING, AND R0 — 3/19/01 BALANCING rWALNUT STREET PUMP STATION CITY OF JETFE,RSON, MISSOURI 1. Fran Data: Include the following: U. System identification. b. Location. C. Make and type. d. Model nurnber and size. e. Manutacturer's serial number. f. Arrangement and class. g. Sheave slake, size in inelics and bore. 11, Sheave dimensions, center-to-center and amount of adjustments in inches (mm). 2. Motor Data: Include the fioliowing: a. Make and frame type and size. b. Horsepower and rpm. C. Volts, phase, and hertz. d. Full-load amperage and service (actor. e. Sheave make, size in inches (nlna), and bore. C. Sheave dimensions, center-to-center and amount of adjustments in inches �;. Number of belts, make, and size. 3. Test Data: Include design and actual Values Ior the following: a. 'Total airflow rate in cfm (1.,/s). b. Total system static pressure in inciu:; wg, (Na). C. 1,an rpnl. d. Discharge static pressure rn inches wg (Pa). e. Suction static pressure in inches %vg (Pa). 3.10 ADDI'T'IONAL 'IT1?STS A. Within 90 days of completing testing, adjusting, and balancing, pel-110rn1 additional ' testing and balancing to verify that balanced conditions are hcing maintained throughout and to correct unusual conditions. B. Seasonal Periods: 1 f initial testing, adjusting, and balancing procedures were not performed during near-peak surnnler and winter conditions, perform additional inspections, testing, and adjusting during near-peak summer rued winter conditions. END O1- SI:C I ION 15990 CS-4199-00 15990 - 11 TH'STIN(i, ADJUSTING, AND RO — 3/19/01 BALANCING WALNUT STREET PUMP S'I A T ION CiTY O1,- J13F FERSON, MISSOURI S13CTiON 16010 - BASIC ELECTRICAL REQUIREMENTS PART 1 - GENERAL 1.1 R13LA.TED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections and the other Sections of Division 16, apply to this Section . 1.2 SUMMARY A. The work of this contract will include, but not be limited to, furnishing and/or installing ,ui incoming unit substation consisting of' a duplex 15 kV main switch (two utility services) and 1500 kVA 12,470/480 volt transformer, 2 motor control centers, various manufacturer's panels, and mounting and wiring electrical equipment of manufacturers' packaged assemblies. There will be considerable control interconnection work using a DeviceNet, PLC based system. The pump station control system will connect to the WasteWater Treatment Plant supervisory control system via a fiber optic cable (by others) installed under the Missouri River. The two motor control centers will include 1200-ampere main breakers, 300 hp soft start motor starters, 300 hp and 140 lip variable frequency drives, other miscellaneous starters, and feeder breakers as shown on the Contract Drawings. The overall control will be a DeviceNet PLC-based system with strategic hardware interconnections overriding control on crucial equipment and safety interlocks. Work will also include lighting and power panels, ventilating equipment, indoor and outdoor lighting, building services, convenience receptacles, etc. B. This Section includes general administrative and procedural requirements for electrical installations. The following administrative and procedural requirements are included in this Section to expand the requirements specified elsewhere in the Contract Documents: I. Coordination drawings 2. Record documents 3. Maintenance manuals 4. Delivery, storage, rind handling 5. Rough-ins 6. Electrical installations e7. Cutting and patching C. in preparation of this proposal, Contractor shall consult with the Owner concerning his requirements and the availability of water and mower during the performance of this Contract. Compressed air shall be responsibility of the Contractor. C5-4199-00 16010-1 BASIC ELECTRICAL RO — 3/19/01 REQUIREMENTS WALNUT S'T'REET PUMP STATION CiTY OF JEFFERSON, MISSOURI 1.3 COORDINATION DRAWINGS A. Prepare coordination drawings to it scale of 1/4"==l'0" or larger detailing major elements, components, and systems of electrical equipment and materials in relationship with other systems, installations, and building components. indicate location where space is limited for installation acid access and where sequencing and coordination of installations are of importance to tltc efficient flow of the Work, including; (but not necessarily limited to) the following: 1. Indicate the proposed location of major raceway systems, equipment, and materials. Include the following: a. Clearances for servicing equipment, including space for equipment disassembly required for periodic maintenance. b. Exterior wall and foundation penetrations. C. Fire-rated wall and floor penetrations. d. Equipment connections and support details. e. Sizes and location of required concrete pads and bases. 2. Indicate scheduling, sequencing, movement, and positioning of large equipment into various building during construction. 3. Prepare floor plans, elevations, and details to indicate penetrations in floors, walls, and ceilings and their relationship to other penetrations and installations. t 4. Prepare reflected ceiling plans to coordinate and integrate installations, air outlets and inlets, light fixtures, communications systems components, and other ceiling- mounted devices. 1.4 RECORD DOCUMI NTS A. Prepare record documents. Indicate installed conditions for: I. Major raceway systems, size and location, for both exterior and interior; locations of control devises; distribution and branch electrical circuitry; and fuse and circuit breaker size and arrangements. 2. Equipment locations (exposed and concealed), dimensioned from prominent building lines. 3. Approved substitutions, Contract Modifications, and actual equipment and materials installed. B. Engage the services of a Land Surveyor or Professional Engineer registered in Missouri to record the locations and invert elevations of underground installations. 1.5 MAINTENANCE MANUALS ' A. Prepare maintenance manuals. Include the following information for equipment items: C5-4199-00 16010-2 BASIC ELECTRICAL RO— 3/19/01 REQUIREMENTS WALNUT STREET PUMP STA'T'ION CITY OF JEI,FERSON, MISSOURI 1. Description of function, normal operating, characteristics and limitations, performance curves, engineering data and tests, and complete nomenclature and commercial numbers of replacement parts. 2. Manufacturer's printed operating procedures to include start-up, break-in, and routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instruction; and summer and winter operating instructions. 3. Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions. 4. Servicing instructions and lubrication charts and schedules. B. Copies of all test reports conducted as part of 1.7.0 below shall be included in each Operation and Maintenance manual. 1.6 R.ELATED SECTIONS A. The following specification sections describe work required: I. Division 16, Section "Electrical Testing and Installation Check-Out." 2. Division 16, Section "Raceways." 3. Division 16, Section "Wires and Cables." 4. Division 16, Section "Electrical Boxes and fittings." 5. Division 16, Section "Wiring Devices." 6. Division 16, Section "Variable Frequency Drive Controllers." 7. Division 16, Section "Panel boards." 8. Division 16, Section "Motor and Circuit Disconnects." 9. Division 16, Section "Supporting Devices." 10. Division 16, Section "Electrical Identification." 11. Division 16, Section "Transient Voltage Suppression." 12. Division 16, Section "Medium Voltage Cable." 13. Division 16, Section "Medium-Voltage Metal-Enclosed Switchgear." 14. Division 16, Section "Grounding." 15. Division 16, Section "Dry-Type Transformers (600V and Less)." 16. Division 16, Section "Dry-Type Unit Substation Transformer." 17. Division 16, Section "Motor Control Centers." 18. Division 16, Section "Individual Motor Controls and Auxiliaries." 19. Division 16, Section "Lighting." 1.7 REFERENCES C54199-00 16010-3 BASIC ELECTRICAL R0— 3/19/01 REQUIREMENTS WALNUT S'rREfa r PUMP STATION CITY OF J1-,FFERSON, IVIISSOUItI A. The following industry standards and codes shall apply as applicable: 1. ANSI -American National Standards Institute 2. . FM - Factory Mutual 3. IEEE - Institute of Electrical and Electronic Engineers 4. ISA - Instrument Society of America S. NEC - National Electrical Code 1999 6. NECA - Standards for Installation 7. NESC - National Electrical Safety Code. (ANSUIEEE C2) 8. NEMA - National Electrical Manufacturer's Association 9. NFC - National Fire Codes 10. NFPA - National Dire Protection Association 11. OSI4A - Occupational Safety and Health /-Administration 12. UL - Underwriters' Laboratories, Inc. B. It is Contractor's responsibility to thoroughly review the contract documents and perform all work and conform to all articles outlined therein. C. installation and testing of, or the assistance in installation and testing cif, electrical equipment furnished under other sections of these specifications shall be included in Division 16 work. Drawings pertaining to other trades shall be reviewed and work shall be coordinated to prevent physical interferences. 1.8 DEFINITIONS A. Furnish: The term "furnish" is used to mean "supply and deliver to the Project site, ready for unloading, unpacking, assembly, installation, and similar operations." B, Install: The term install is used to describe operations at project site including the actual "unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations." C. Provide: The term "provide" means "to furnish and install, complete, tested and ready for the intended use." 1.9 DELIVERY, STORAGE, AND 14ANDLING A. Deliver products to the project properly identified with names, model numbers, types, grades, compliance labels, and other information needed for identification. B. Store electrical equipment so condensation does not occur. Provide temporary heater as required to prevent condensation. CS-4199-00 16010-4 BASIC ELECTRICAL RO — 3/19/01 REQUIREMENTS WALNUT STREI"T PUMP ST'AT'ION CITY OF JEFFLRSON, MISSOURI C. Handle electrical equipment in accordance with Manufacturer's recommendations.. PART" 2 - PRODUCTS 2.1 MIATERIAL AND EQUIPMENT A. The sizes and capacities of electrical materials and equipment shall conform to the latest requirements of the NEC, NEMA, the prevailing State and Local electrical codes, and to ® the applicable rules and regulations of the local electrical utility serving the project. !�► B. Material and equipment shall 1ne the products of established and reputable U.S.A. manufacturers, unless otherwise approved in writing. They shall be new, manufactured to U.S.A. standards, of first class construction, and shall bear the UL approval label as to the suitability of the equipment and materials for a given purpose. Material shall be delivered to the site of construction in original, unbroken packages, bundles, cartons, etc., as received from the manufacturer or supplier. PART 3 - EXECUTION 3.1 ROUGH-IN A. Verify final locations for rough-ins with field measurements and with the requirements Of the actual equipment to be connected. B. Refer to equipment specifications in Divisions 2 through 16 for rough-in requirements. 3.2 ELECTRICAL INSTALLATIONS A. General: Sequence, coordinate, and integrate the various elements of electrical systems, materials. and equipment. Comply with the following requirements: 1. Coordinate electrical systems, equipment, and materials installation with other building components. 2. Verify all dilriensions by field measurements. 3. Arrange for chases, slots, and openings in other building components during progress of construction, to allow for electrical installations. 4. Coordinate the installation of required supporting devices and sleeves to be set in 1 poured-in-place concrete and other structural components, as they are constructed. 5. Sequence, coordinate, and integrate installations of electrical materials and equipment for efficient flow of the Work. Give particular attention to large equipment requiring positioning prior to closing in the building. C5-4199-00 16010-5 BASIC ELECTRICAL RO — 3/19/01 REQUIREMENTS MIA I,NUT STRECsT PUMP STA'T'ION CITY OF JE*F -LRSON, MISSOURI 6. Where mounting heights are not detailed or dimensioned, install systems, materials, and equipment to provide the maximum headroom possible. 7. Coordinate connection of electrical systems with exterior underground and overhead utilities and services. Comply with requirements of governing regulations, franchised service companies, and controlling agencies, Provide required connection for each service. 8. Install systems, materials, and equipment to conform with approved submittal data, including coordination drawings, to greatest extent possible. Conform to arrangements indicated by the Contract Documents, recognizing that portions of the Work are shown only in diagrammatic form. Where coordination requirements conflict with individual system requirements, refer conflict to the Engineer. 9. Install systems, materials, and equipment level and plumb, parallel and perpendicular to other building systems and components, where installed exposed in finished spaces. 10. Install electrical equipment to facilitate servicing, maintenance, and repair or replacement of equipment components. As much as practical, connect equipment for ease of disconnecting, with minimum of interference with other installations. 11. Install systems, materials, and equipment giving right-of-way priority to systems required to be installed at a specified slope. 12. Installation work shall be performed in accordance with the recommended work practices of NEPA 70 E. 3.3 CUTTING AND PATCHING A. General: In addition to the requirements specified in the Contract Documents, the following requirements apply: I. Perform cutting, fitting, and patching of electrical equipment and materials required to: a. Uncover Work to provide for installation of ill-timed Work. b. Remove and replace defective Work. C. Remove and replace Work not conforming to requirements of the Contract Documents and/or applicable building and installations codes. d. Remove samples of installed Work as specified for testing. e. Install equipment and materials in existing structures. f. Upon written instruction form the Engineer, uncover and restore Work to provide for Engineer observation of concealed Work. 2. Cut, remove, and legally dispose of selected electrical equipment, components, and materials as indicated, including but not limited to removal of electrical items indicated to be removed and items made obsolete: by the new Work. 3. Protect the structure, furnishings, finishes, and adjacent materials not indicated or scheduled to be removed. C5-4199-00 16010-6 BASIC ELECTRICAL RO— 3/19/01 REQUIREMENTS WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 4. Provide and maintain temporary partitions or dust barriers adequate to prevent the spread of dust and dirt to adjacent areas. 5, Protection of Installed Work: During cutting and patching operations, .protect_ adjacent installations, 6. Patch finished surfaces and building components using new materials specified installation and experience Installers. Installers' qualifications for the original p q refer to the materials and methods required for the surface and building components being patched. a END OF SECTION 16010 a a 1 a r r C5-4199-00 16010-7 BASIC ELECTRICAL. R0--3/19/01 REQUIREMENTS .a . WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 16030— ELECTRICAL TESTING AND INSTALLATION CHECK-OUT PARTI - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. j1.2 SUMMARY This Section addresses the following items: A. Testing and start-up of the electrical installation. B. Insulation resistance tests. C. High potential testing. D. Transformer tests. E. Low voltage switchgear test. F. Panelboard testing. G. Grounding system test. H. Low voltage cable test. I. Motor and motor starter tests. J. System function tests. 1.3 RELATED SECTIONS A. Division 13, Section "Lightning Protection." B. Division 16, Section"Basic Electrical Requirements." C. Division 16, Section"Raceways." D. Division 16, Section"Wires and Cables." E. Division 16, Section"Electrical Boxes and Fittings." F. Division 16, Section"Wiring Devices." G. Division 16, Section"Grounding." H. Division 16, Section "Dry-Type Transformers." I. Division 16, Section "Panel boards." J. Division 16, Section "Motor Control Centers." K. Division 16, Section "Lighting." ' L. Division 16, Section "Dry-Type Unit Substation Transformer." 1.4 REFERENCES A. NEC —National Electrical Cade 1999 C54199-00 16030-1 ELECTRICAL TESTING AND RO— 3/19/01 INSTALLATION CHECK-OUT r WALNUT STREET PUMP STATION CITY OF JE17FERSON, MISSOIJIU B. ICEA — Insulated Cable Engineers Association C. NEMA — National Electrical Manufacturers Association D. IEEE — Institute of Electrical and Electronic Engineers E. Manufacturer's Instructions and Maintenance Manuals for each Particular Apparatus. 1.5 SUBMITTALS A. Provide a written notice to the Owner at least two weeks prior to commencement of any testing. B. Provide test reports, bound and signed. Include the following: I.. Summary of test. 2. Description of equipment tested. 3. Description of test procedure. 4. List of test equipment and calibration date. 5. Test results. 6. Recommendations. 7. Appendix, including all field test reports. 1.6 QUALITY ASSURANCE A. Provide and use safety devices such as rubber gloves and blankets, protective screens, barriers and danger signs to adequately protect and warn all personnel in the vicinity of the test. B. Test equipment shall be calibrated and certified traceable to the National Bureau of Standards. Certification date shall be no later than six months. C. The testing of the various components and completion of an corrective work shall be b p 1 Y performed prior to placing equipment into service. All testing shall be performed after the equipment has been set in its final location. D. Testing shall be performed by qualified personnel, having a minimum of two years experience performing the type tests required. E. Contractor shall be responsible for any damage to equipment or material due to improper test procedures or test apparatus handling, and shall replace or restore to original condition any damaged equipment or material. 1.7 TEMPORARY "TRIAL USAGE A. The Owner reserves the privilege of putting to temporary and/or trial usage before acceptance of any apparatus, device or equipment for such reasonable length of time that C5-4199-00 16030-2 ELECTRICAL TESTING AND Rp —3/19/01 INSTALLATION CHECK-OUT WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI the Owner deems necessary for making a complete and thorough test of equipment operation. B. The Contractor shall include as part of his contract the services of a competent person or persons to assist the Owner in any such trial usage and testing. C. The temporary trial usage by the Owner of any equipment or materials supplied under this contract before their final completion and written acceptance by the Owner, shall not be construed as an evidence of the acceptance of same by the Owner. D. No claim for damage shall be made by the Contractor for the injury to or breaking of any part of equipment during temporary or trial usage, which may be caused by defective equipment and materials or poor workmanship on the part of the Contractor. PART 2 - PRODUCTS 2.1 TEST EQUIPMENT A. Provide test equipment , of approved type, properly calibrated to conduct testing. B. Prepare reports recording test results. ke PART 3 - EXECUTION 3.1 GENERAL A. Conduct test in the presence of the Owner, except when advised that his presence will ' riot be necessary. B. Include tests and inspections recommended by the equipment manufacturer, whether required by these specifications or not, unless specifically waived by the Owner. C. Maintain a written record of all test showing date, personnel making test, equipment or material tested, tests performed, manufacturer and serial number of testing equipment and results. 3.2 TECHNICAL REQUIREMENTS A. Insulation Resistance Tests (Megger) 1. Where insulation resistance testing (Megger tests) is specified, the instrument to be used shall be a James G. Biddle, D.C. Megger, or approved equal correctly calibrated having 500 volt, 1000 volt, and 2500 volt settings. C5-4199-00 16030-3 ELECTRICAL TESTING AND RO —3/19/01 INSTALLATION CHECK-OUT WALNUT STREET PUMP S'T'ATION CITY OF JEFFERSON, MISSOURI B. High Potential Testing 1. High potential testing, where specified, shall be done only by an approved high potential testing service in accordance with the latest applicable standards of U.L., NEMA, 1CI_sA, IEEE, and the manufacturer's recommendations. 2. Prior to any high potential test, a Mcgger test shall be made on the equipment. In the event that the Meggcr test is below the minimum set forth in this specification, no high potential test shall be made: and the Owner shall be advised. 3. Subsequent to any high potential test, and immediately prior to energization, another Megger test shalt be made. In the event that this test value is less than 0.85 of the previous Megger test value, the possibility exists that (lie high potential test has damaged the insulation; the Owner shall be advised if this should occur. 4. Records of al high potential tests, identified as to circuit, shall be submitted to the Owner. 5. The Owner shalt be immediately notified of any cable insulation defects as detected by the high potential test. Test voltage at failure shall be recorded. 6. The minimum acceptable values of test results shall be as indicated in this specification. In the event that these minimum values are not achieved, the Contractor shall advise the Owner, who will direct what subsequent action will be required. 3.3 TRANSFORMERS A. General purpose transformers shall be checked for proper tap setting, phase relation, no- load and full-load voltage at the transformer or process bus. B. Medium-voltage equipment shall be tested in accordance with Division 16, 3.4 SWITCHBOARD AND PANELBOARDS A. 480V and 120/208V panelboards shall be Megger tested. B. Panelboards shall be checked fbr the following,: I. I3us and cable conncctioris to assure tightness. 2. Mechanical and electrical check of disconnecting devices. 3. Electrical operation of all meters and relays. 4. Polarity of current and potential transformers. 5. Ratio of current and potential transformers. 6. Wiring and operation of all control switches. C54199-00 16030-4 ELECTRICAL TESTING AND RO-- 3/19/01 INSTALLATION CHECK-OUT WALNUT STREET PUMP STATION CITY O1� ,IEI'I7ERSON, MISSOURI 3.5 SWITCHGEAR INSTRUMENTS A. Ammeter Tests . 1. Check connections from current transformer. 2. Apply secondary current and check for accuracy, B. Voltmeter Tests I. Check voltmeter with potential transformer ratio. 2. Check voltmeter reading with test voltmeter when energized. C. Current (CT) and Potential (PT) Transformers 1. Physically check polarity mark orientation on all CTs and I Ts with manufacturer- supplied three-line diagrams and manufacturer's drawings. 2. Electrically check all PT polarity markings. D. Ground Detection System 1. All tests shall be completed before the initial energization of the service equipment. 2. Ground fault relay pick-up voltages shall be determined within the limits of the device tolerance by applying minimum required potential at the relay terminals. 3. Affix calibration labels to all equipment tested. Labels shall indicate test date, engineer, firm name, and relay trip date as calibrated (trip time and relay setting in amperes). 3.6 GROUNDING SYSTEMS A. Test shall include measurement of ground resistance at the following equipment and structures: I. All motor control centers. 2 All secondary panelboards. 3. All transformers. 4. Other miscellaneous grounds selected at random in a manner to be representative of the entire installation. 5. Instrumentation system ground. ' B. Prior to full test b the test Agency, the Contractor Shall certify that the equipment has Y been correctly installed. C. Maximum acceptable resistance value shall be no more than 5 ohms to ground. C54199-00 16030-5 ELECTRICAL TESTING AND RO—3/19/01 INSTALLATION CHECK-OUT WALNUT STREET PUMP STA'T'ION CITY OF JEFFERSON, MISSOUIZI 3.7 CABLE A. 15 kV Insulation Cable -- test according to Division 16, Section "Medium Voltage Cable", Part 3.2. B. 600V Insulation Cable M 1. Feeders for 480V, 3-phase motors: a. Insulation resistance of all 48OV, 3-phase motor feeders shall be checked with a 500 volt Megger. Readings shall be taken with all motor wiring connected, with all disconnect switches of combination starters in the open position, and with all starter contactors mechanically held closed. Readings shall be taken between each phase wire and ground. No reading shall be less than 2 megohms. r 2. 480V feeders: �I a. Insulation resistance of all 480V feeders shall be checked with a 500 volt Megger. Readings shall be taken after wires have been pulled but before connections are made to equipment. leadings shall be taken between phases and between each phase and ground. No reading shall be less than 2 megohms. 3. All control cables shall be tested for continuity. 4k C. 300V insulation instrumentation cable shall be tested for continuity. D. Coax and specialty cables shall be checked for continuity. Further tests shall be conducted as recommended by the manufacturer of the equipment being served by the cable. 3.8 MOTOR STARTERS AND MOTORS A. All motor control centers shall be inspected for missing parts and any damage. B. Check all bus and cable connections for ti g htness, Check all contacts for proper alignment and pressure. Verify that all movable parts are free to operate and that all bolts are tightened.. C. All motor control centers shall be Megger tasted in accordance with the manufacture's ' recommendations. D. Mechanically and electronically check all disconnecting devices. C5-4199-00 16030-6 ELECTRICAL TESTING AND RO —3/19/01 INSTALLA'T'ION CHECK-OUT WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI E. Install overload devices. Prepare motor list showing: 1. Motor nameplate data, including horsepower, full load and locked rotor amperes, RPM, voltage, service factor, and temperature rise. 2. Manufacturer's overload heater code number used for motor protection. F. A complete operational test of each motor control shall be made from each point to assure correctness of sequencing, interlocking, and other control functions of the equipment being tested. G. Check motors for proper lubrication. rH. Check motors for proper rotation after insulation tests and lubrication check but before coupling motor to the load. 3.9 SYSTEM FUNCTION TESTS A. Electrical control equipment, interlock and sequential control systems, and instrument circuiting prewired by manufacturer or assembled and wired in the field, shall be checked for correct and tight connections and shall be given a complete functional test as directed by Owner. Functional tests shall include checking intended modes and sequences of operation of all switches, relays, contactors, circuit breakers, indicating lights, meters, solenoid valves, etc., to prove proper functioning of the equipment and system. Coordinate tests with building, mechanical, and FIVAC work. END OF SEC'T'ION 16030 r C5-4199-00 16030-7 ELEC'T'RICAL TESTING AND RO— 3/19/01 INSTALLATION CHECK-OUT WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 16110—RACEWAYS PART I - GENERAL �! 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. r1.2 SUMMARY A. This Section addresses the,administrative and procedural requirements for any raceway work including installation procedures for interior and exterior raceways. 1.3 RELATED SECTIONS A. The following Division 16 specification sections describe related work: 1. Division 16, Section "Basic Electrical Requirements." 2. Division 16, Section "Wires and Cables." 3. Division 16, Section "Wiring Devices." 4. Division 16, Section "Supporting Devices." 5. Division 16, Section "Grounding." 1.4 REFERENCES A. The following industrial standards and codes shall apply as applicable: 1. ANSI C80.1 — Rigid steel conduit, zinc-coated. 2. ANSI 080.5 — Rigid aluminum conduit. 3. ANSI/NEMA FB-I — Fittings and supports for conduit and cable assemblies. 4. NEMA RN-1 — PVC-coated galvanized rigid steel conduit and electrical metallic tubing. 5. Underwriter's Laboratories (UL) —pertinent standards. Approval and listing. 6. NEC—National Electric Code. 1.5 SUBMITTALS A. Submit manufacturer's data for raceways. PART 2 - PRODUCTS C5-4199-00 16110-1 RACEWAYS RO—3/19/01 WALNUT S'I'REE'f PUMP STATION CITY OF ,iEFI-'EitSON, MiSSOURi 2.1 GENERAL A. Provide raceways of type~ and sizes as indicated including bushings, couplings, offsets, elbows, expansion joints, adapters, and other coniponent.s as needed far complete system. 13. Where types and sizes are not indicated, provide raceways as required to fulfill requirements and comply with the National Electrical Code. PART 3 - EXECUTION 3.1 INS'T'ALLATION A. Install electrical metallic tubing (EMT) within office/laboratory building, but not in floor slabs or under slab on grade or where exposed to damage. Where exposed, conduit shall be painted with a color matching the existing room in accordance with Division 9, Section "Painting". � B. Install non-metallic (PVC) conduit, schedule 40, within flcor slabs, under slabs on grade, and underground outside buildings. Provide plastic-coated rigid galvanized conduit elbow on all conduits entering floor or ground. C. Install plastic-coated rigid galvanized steel conduit and fittings, minimum size of 1/4", above floor inside process buildings and above grade outside, unless noted otherwise. Use stainless steel or PVC-coated steel fastening/anchoring devices for outdoor locations and fiberglass fastening/anchoring devices far indoor locations. D. Install liquid-tight flexible conduit for motor connections and for other electrical equipment connections where subject to movement and vibration. E. All final connections to instrumentation devices shall be installed in liquid-tight flexible conduit. F. Wiring from VFD controllers to motors greater than 5 horsepower shall be installed in Plastic-Coaled Rigid Galvanized Steel conduit. G. The minimum size for all types of conduit shall be 'i�". 3.2 INTERIOR CONDUIT A. Install exposed rims of conduit, and conduit located above lay-in ceilings, parallel or perpendicular to walls. Install horizontal raceway runs above, and G inches away from, water and chemical piping. C54199-00 16110-2 RACEWAYS 1 RO —3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 3.3 EXTERIOR CONDUIT A. Coat underfloor and underground metal raceways with bitumastia-type protective coating prior to placing concrete or baekftll. Rigid aluminum conduit must be bitumastic-coated when installed directly in earth or in concrete. B. Where PVC conduit is used in main feeder duct batik configuration, it must be restrained to hold laying dimensions as shown on plans. Fill around PVC conduit must be concrete as shown on plans. C. Install warning strip above buried raceways and G inches below finished grade. Underground warning tape shall be six-inchcs wide by 0.0035-inch thickness polyethylene film having high acid-and alkali-resistant properties. 'rape shall be type B-720 and manufactured by Brady or approved equal. The legend shall read "Buried Electrical Line." Red tape shall be used over electrical power ducts and orange tape shall be used over telephone service ducts. 3.4 UNDERGROUND DUCTBANK INS'rAI.LATIONS A. Route underground duct banks as shown on the drawings. The duct bank sections and placement of reinforcing shall be as indicated on the drawings. The stability and spacing of conduit within the duct sections shall be maintained during placement and vibration of concrete using approved plastic spacers placed in accordance with manufacturer's recommendations. Duct banks shall be installed without traps. Horizontal bends shall have a minimum radius of 33 feet. B. Install top of duct bank minimum 30 inches below finished grade sloping toward manholes with minimum grade of 4 inches per 100 feet. C. Terminate conduit with end bell at manhole entries. D. Conduit joints in concrete encase duct banks shall be staggered a minimum C inches in horizontal and vertical planes. E. Use suitable separators and chairs installed not greater than 4 feet on centers. Band conduit together with suitable banding devices. Securely anchor conduit to prevent movement during concrete placement. F. Provide minimum 3 inch concrete cover at bottom, top, and sides of duct bank. G. Provide two No. 4 steel reinforcing bars in top of bank under paved areas. 1-1. Only fittings listed as concrete-tight by Underwriters' Laboratories, Inc., shall be used in concrete. C5-4199-00 16110-3 RACEWAYS RO — 3/19/01 WALNUT STREET PUMP STATION ary OF JEFFI�RSON, MISSOURI 1. Concrete poured with the duct bank section shall be forced into the manhole conduit entry hole to form a monolithic connection. The envy shall be made watertight using an epoxy coating recommended for basement waterproofing. J. Swab and draw a mandrel, 1/4-inch less than conduit diameter, through each conduit in the system in the presence of the Owner prior to approval. Each end of every conduit shall be plugged using an approved expandable, removable plug, upon acceptance of each duct section. K. Pull cords shall be provided in empty duct bank conduits. Pull cords shall be 1/8-inch polyethylene rope, three strand minimum. 3.5 FI'T'TINGS A. Install expansion fittings where conduits pass through building expansion joints and where walls or conduits travel from exterior ground through building walls or foundations. B. Insulating bushings shall be installed on all conduits and fittings. 3.6 SEALING A. Install approved fire seal material or fittings where raceways penetrate fire-rated floors or walls. B. Install moisture-proof scaling material in underground conduits at termination points in electrical enclosures. C. Install sealing material in all wall openings penetrated by raceway. Plug the inside of raceway to inhibit the airflow where the raceway runs in wetwell or room to room. 3.7 PULL WIRES A. Provide pull wires in, and insulting bushings on, all conduits in which wiring is to be ' installed by others. 3.8 CLEANING A. After completion of raceway installation inspect interiors of raceways and remove all dirt and trash. Pull full size mandrill through all conduits 2" and larger prior to installing wire. ENT) OF SECTION 16110 054199-00 16110-4 RACEWAYS t RO — 3/19/01 WALNUT S'rREET PUMP S'T'ATION CITY OF JEFFERSON, MISSOURI SECTION 16120 - WIRES AND CABLES PART 1 - GENERAL 1,1 RELA'T'ED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes building wires and cables and associated splices, connectors, and terminations for wiring systems rated 600 V and less. 1.3 RELATED SECTIONS A. Division 16, Section "Basic Electrical Requirements." B. Division 16, Section "Raceways." C. Division 16, Section "Wiring Devices." D. Division 16, Section "Grounding;." E. Division 16, Section "Electrical Identification." 1.4 REFERENCES Society A. American S for 1 cstrng, and Materials (AST M): 1. ASTM 133 - Specification for Soft or Annealed Copper Wire. 13, National Electrical Manufacturers Association (NEMA): 1. NEMA ICS 4 - Terminal Blocks for Industrial Users. 2. NEMA WC 3 (ICEA 5-19-1981) - Rubber-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy. 3. NEMA WC 5 (ICEA S-61-402) - Thermoplastic-Insulated Wire and Cable for the 'I'ransmission and Distribution of Electrical Energy. 4. NEMA WC 7 (ICEA 5-66-524) - Cross-Linked-Thermosetting-I'olyethylene- Insulated Wire and Cable fir the "Transmission and Distribution of Electrical Energy. 5. NEMA WC 8 (ICEA 5-68-516) - Ethylene-Propylene-Rubber-Insulated Wire and Cable for the Transmission and Distribution of Electrical .Energy. 6. NEMA WC 26 - Wire and Cable Packaging;. C5-4199-00 16120-1 WIRES AND CABLES RO — 3/19/01 WALNUT STREET PUMP S'T'A'T'ION CI'T'Y OF JEFFERSON, MISSOURI C. National Fire Protection Association (NFPA): 1. NFPA 70- National Electric Code (NEC). D. Underwriters Laboratories, Inc. (UL): 1. UL 486A-- Wire Connectors and Soldering Lugs for Use with Copper Conductors. 2 UL 1569—Metal Clad Cables, 3. UL83 —•Copper Conductivity, 4. UL1277— Cable Identification. 5. NETA Standard ATS Section 7.3.1 —Inspection and Testing. 1.5 SUBMITTALS A. General: Submit t1t e following according to the Conditions of the Contract. B. Field test reports indicating and interpreting test results relative to compliance with performance requirements of testing standard. 1.6 QUALITY ASSURANCE A. Components and installation shall comply with NEC. B. Provide products specified in this Section that are listed and labeled as defined in NEC Article 100. 1 .7 SEQUENCING AND SCHEDULING A. Coordination: Coordinate layout and installation of cable with other installations. I. Revise locations and elevations from those indicated as required to suit field conditions and as approved by the Engineer. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver wire and cable according to NEMA WC 26, PART 2 - PRODUCTS 2.1 MANUFACTURERS C5-4199-00 16120-2 WIRES AND CABLES R0 — 3/19/01 WALNUT STREET PUMi' STATION CITY OF J13.1"ERSON, MISSOURI A. Wire and Cable: 980140 conductivity copper, stranded or solid, single conductor or multiple conductor, and suitable for temperature, conditions, location were installed and in conformance with UL Standards of 1.4 1). B. Manufacturers: Subject to compliance with requirements,provide products by one of the following: 1. American Insulated Wire Corporation, a Leviton Company (Pawtucket, R.I.). 2. Belden Wire & Cable Company (Riclimond, Ind.). 3. Carol Cable (Highland Heights, Ky.). 4. Dearborn Wire and Cable Incorporated (Wheeling, 111.). 5. Guardian Products Division, General Cable Company (Greenwich, Conti.). 6. Pirelli Cable Corporation (Greenwood, S.C.). 7. Rome Cable Corporation (Rome, N.Y.). 8. Southwire Company (Carrollton, Ga.). 9. Or equal. 2.2 BUILDING WIRES AND CABLES A. UL-listed building wires and cables with conductor material, insulation type, cable construction, and rating as specified in Article 3.2 - Applications. B. Rubber Insulation: Conform to NEMA WC 3. C. 'Thermoplastic Insulation: Conform to NEMA WC S. D. Cross-Linked Polyethylene Insulation: Conform to NEMA WC 7. E. Ethylene Propylene Rubber Insulation: Conform to NEMA WC 8. F. Metal Clad: Conform to UL 1569. G. Solid conductor for#10 AWG and smaller; stranded conductor for larger than #10 AWG. 1-I. Factory color code insulation Ior feeder and branch circuit conductors #6 AWG and smaller. Conductors 1/4 AWG and larger shall be tape coded consistent with the following table: Voltage _ 120/208 120/210 277/480 Phase A Black Black Brown Phase B Red Red Orange Phase C 131ue Yellow Neutral White _ White Gray Ground Green Green Green C5-4199-00 16120-3 WIRES AND CABLES RO-- 3/19/01 WAi.aNt.17' ST'RI31-"I' Pt.1M1' STATION CI'T'Y OF JiTIF RSON, MISSOI to 2.3 CONNECTORS AND SPLiCI.:S A. Connectors (#110 A W(i and Smaller): UL-listed solderless pressure connectors for pigtail Splicing. Connectors shall employ square-wire sprint; inside thermoplastic shell with built-in contoured wings. Connectors shall be Wing-Nut' manufactured by Ideal industries, Incorporated (Sycamore, ill.); P-CONK'' manufactured by i:,lectrical Group, Panduit Corporation ('Tinley Park, Ill.); W-Cap"t manufactured by Buchanan Construction Products, Incorporated (1-fackettstown, N.J.); rreespring°"manufactured by Electrical Components Division:, 'Thomas & Betts (Memphis, 'Tenn.); or equal. r «'ire Range/ Thomas Ideal Y:rnduit Buchanan Service & Betts 2-#18 AWG (min) 451" Yellow Model PI Yellow W1 I-Ii-Y 3-1112 AWG (max) 2-1114 AWG (min) 452'"Red Model P2 Red W2 I-Ii-R 5-1112 AWG (max) 3-1112 AWG (min) 454'' Blue Model 114 Blue-Grey I-Ii-B 146 & 2-98 AWG (max) W4 Grounding — Greeme" --- Green-W'"' I-fi-GR* Wet Locations rwister" D13 --- B-Cap' --- 1 his"", Twist & Seal B. Connectors for straight splicing signal and control wires 1110 AWG and smaller shall be UlAisted solderless compression type. Compression connectors shall be Type SN INSULINKi" manufactured by U.S. Electrical Division, Burndy Corporation (Manchester, N.1-I.); or equal. C. Connectors (#8 AWG and Larger): UL.-listed compression type connectors. Connections shall insure a thorough connection without damaging the conductor and shall be for the , proper cable sizr,. Two way splices shall be long barrel, non-insulated indenture type SL1CI1 as 'Type YS HYLINK"t" manufactured by U.S. Electrical Division, Burndy Corporation (Manchester, N.H.); Series CSL manufactured by COMEC Electrical, Incorporated (Hamilton, Ohio); Blackburn" Type CU manufactured by Electrical Components Division, Thomas & Betts (Memphis, Tcnn.); 'Type CTI, manufactured by ILSCO (Cincinnati, Ohio); or equal. C5-4199-00 16120-4 WIRES AND CABLES M RO – 3/19/01 WALNUT STREET PUMP STATION CI'T'Y OT' JEFFERSON, MISSOURI D. Terminal Connectors 010 AWG and Smaller): UL-listed indenture type, rated 600 VAC. Spade terminals shall be locking fork type with vinyl insulation such as Type TP- LF VINYLUG"" manufactured by U.S. Electrical Division, Burndy Corporation (Manchester,N.H.); Sta-Kong manufactured by Electrical Components Division, Thomas & Betts (Memphis, Tenn.); or equal. E. Terminal Connectors (#8 AWG and Larger): UL-listed compression type connectors. Connections shall insure a thorough connection without damaging the conductor and shall be for the proper cable sire. 'Terminal post connectors shall be long barrel, one-hole (for tip to #3/0 AWG) or two- or four-hole (for 114/0 AWG and larger) mount indenture type such as Types YA, YA-TC, YA-2N, YA-2TC, YA-4N, and YAB-4N HYLUG"m manufactured by U.S. Electrical Division, Burndy Corporation (Manchester, N.H.); Series CCB and CCBL manufactured by COMEC Electrical, Incorporated (Hamilton, Ohio); Blackburn° Type ca, and LCN manufactured by Electrical Components Division, Thomas & Betts (Memphis, Tenn.); Types CRA-L, CRB-L, CRA-L2, CRB- L2, and CRC-L2 manufactured by 1LSCO (Cincinnati, Ohio); or equal. F. Terminal Blocks: Rated 600 VAC continuous with NEMA ICS 4 clearances between adjacent terminals. Terminal blocks shall be sectional units of molded thermoplastic polyester and shall be suitable for channel mounting. Sections shall have built-in marking area and wire gauge. Center post in each section shall prevent over-insertion of wires. End caps,jumpers, and mounting channels shall be provided as required. G. Wire Pulling Lubricant: UL-listed, non-toxic with no solvent to attack wire insulation, plastic tape, or conduits. Lubricant shall be Yellow 77', Aqua-Gel CW'", or Wire- Lube' manufactured by Ideal Industries, Incorporated (Sycamore, Ill.); WireSlick' manufactured by Electrical Components Division, Thomas & Betts (Memphis, Tenn.); or equal. 1-1. Cable Supports: Type S with pOZi-grip' Wedging Plug manufactured by O-Z/Gedney Company, a Unit of General Signal (Terryville, Conn.); or equal. I. Cable Tags: Cable tags for coding of individual conductors shall be printed plastic tape manufactured by Electrical Group, Panduit Corporation (Tinley Park, Ill.); O-Z/Gedney Company, a Unit of General Signal (Terryville, Conn.); W.H. Brady Company (Milwaukee, Wis.); or equal. J. Electrical Tape: Electrical tape shall be all-weather vinyl electrical tape having high a dielectric strength and a resistance to sun, water, oil, acids, and corrosive chemicals. Tape shall be Super 88 Scotch'" Vinyl Electrical Tape manufactured by 3M Electrical Products Division (Austin, Tex.); or equal. C5-4199-00 16120-5 WIRES AND CABLES RO — 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSOTI, MISSOURI K. Putty: Electrical insulation putty shall be rubber-based elastic putty in tape form. Putty shall be Scotchfil"" manufactured by 3M Electrical Products Division (Austin, Tex.); or equal. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine raceways and building finishes to receive wires and cables for compliance with installation tolerances and other conditions. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 APPLICATIONS A. Feeders: 600 volt, 90 deb. C wet or dry rating, NEC Type X1- HW or XHHW-2 insulation, copper conductor, in raceway. Cables shall be listed and identified for cable tray use in compliance with UL 1277 and NEC Article 310, where installed on tray for any portion of a run. B. Branch Circuits: 600 volt, 90 deg. C, NEC Type THFIN or TFIWN-2 insulation for #6 AWG and smaller and 90 deg. C, Type Xl-IHW or XHI-IW-2 insulation 1br#4 AWG and larger, copper conductor, in raceway. C. Motor Circuits(#8 AWG and Smaller): 600 volt 90 deg. C,NEC Type TI-11IN or THWN- 2 insulation, copper conductor, in raceway. D. Motor Circuits(#6 AWG and Larger): 600 volt 90 deg. C,NEC Type X1414W or XH1IW. 2 insulation., copper conductor, in raceway. E. Control Circuits: 1. Greater than 50 volts to ground, multiple single conductor circuits— 600 volt, Tyr TI-II-IN/'THWN insulation, copper conductor, in raceway. 2. Less that 50 volts to ground— NEC Type CM 300 volt, 60 deg. C, minimum size #18 AWG copper conductor, in raceway. 3.3 INSTALLATION A. Unless otherwise shown or specified, enclose power, lighting, and control circuits in conduit raceway. C54199-00 16120-6 WIRES AND CABLES RO—3/19/01 WALNtI'r S'rREET PUMP STATION CiTY OF iE.'FFERSON, MiSSOURi B. If use of'existing raceway is specified, remove existing wire from raceway, pull cleaning wire brush and full size mandrill through conduit before pulling in new wire and cable. C. install wires and cables according to manufacturer's written instructions and the NECA 9anclurd vf'hlstallution. D. Pull conductors into raceway simultaneously where more than one is being; installed in scone raceway. I. Use pulling compound or lubricant where necessary; coillpound used shall not deteriorate conductor or insulation. 2. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips that shall not damage cables or raceway. 3. Carefully handle conductors to avoid kinks or damage to Insulation. E. Install exposed cable parallel and perpendicular to surfaces or exposed structural members, and follow surface contours where possible. F. Power Conductor Splices: keep to minimum. Install splices and tapes that possess equivalent or better mechanical strength and insulation ratings than conductors being spliced. Use splice and tap connectors that are compatible with conductor material. G. Wiring at Outlets: Install with at least 12 inches (300 mnl) of slack conductor at each outlet. 1-1. Connect outlets and components to wiring and to ground is indicated and instructed by manufacturer. 'rightcn connectors and terminals, including screws (end bolts, according to equipment manufacturer's published torque-tightening values for equipment connectors. Where manufacturer's torquing requirements are not indicated, tighten connectors and terminals according to tightening torques specified in UL, 486A. I. In addition to the number of single conductor control wires specified in .a conduit as shown on the drawings include a It 12 green ground wire per NEC and 20% additional spares (a minimum of one additional wire) in each conduit run. 3.4 FIELD QUALITY CONTROL A. 'testing: Upon installation of wires and cables and before electrical circuitry has been energized, demonstrate product capability and compliance with requirements. Provide engineer with list of insulation test results in megollms for pllase-to-please and phase to ground ofeach conductor using; 1000 volt do nlegaohnl meter. Apply megaohm meter for no less than 30 seconds for each test. C5-4199-00 16120-7 WIRES AND CABLES RO — 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFF E RSON, MISSOURI B. Procedures; Perform each visual and mechanical inspection and electrical test stated in NE TA Standaa-d ATS, Section 7.3.1. Certify compliance with test parameters. C. Correct malfunctioning products at site, where possible, and retest to demonstrate compliance; otherwise, remove and replace with new units,and retest, t t' END OF SECTION 16120 f r.. C5-4.199-00 " 16120, WIRES AND CABLES Rp--3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 16130 - ELECTRICAI. BOXES AND FITTINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section addresses the administrative and procedural requirements for furnishing; and installing; device and outlet boxes, junction and pull boxes, bushings, knockout closures, locknuts, closures, and weathertight boxes. 13 RELATED SECTIONS �j A. The following Division 16 specification sections describe related work: 1. Division 16, Section "Basic Electrical Requirements." 2, Division 16, Section"Raceways." 3. Division 16, Section"Wires and Cables." 4. Division 16, Section "Wiring Devices." 5. Division 16, Section "Grounding." 1.4 REFERENCES A. ANSI/NEMA OS I — sheet-steel outlet boxes, device boxes, covers, and box supports, B. ANSI/NEMA OS 2 — non-metallic outlet boxes, device boxes, covers, and box supports. C. NLMA 250 enclosures for electrical equipment (1000 volts maximum). D. UL Standard 116 and #51413. E. NEMA R.N 1 F. Construction of all .Junction and pull boxes shall be approved for use in the area classification in which they fire located. 1.5 SUBMITTALS A. Submit manufacturer's data on all electrical boxes and fittings. C5-4199-00 16130-1 ELECTRICAL BOXES RO — 3/19/01 AND FITTINGS WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI PART 2 - PRODUCTS 2.1 DEVICE AND OUTLET BOXES A. Provide plastic-coated galvanized steel device and outlet boxes of sizes as required, manufactured by Robroy Industries (Gilmer, Tex.), or approved equal. Install per manufacturer's instructions. B. Provide boxes for electrical devices as well as for control devices, signal devices, and other systems as required. C. Provide device and outlet box accessories as required which are compatible with boxes r being used. 2.2 JUNCTION ANI) PULL BOXES A. Provide galvanized, welded seam, sheet steel junction and pull boxes of sizes as required, except provide aluminum boxes and fittings inside process buildings and above ground outside. Boxes shall have screw-on covers and stainless steel screws. 2.3 BUSHINGS, KNOCKOUT CLOSURES AND LOCKNUTS A. Provide corrosion-resistant knockout closures, conduit locknuts, and conduit bushings, of types and sizes required. i B. Pre-perforated knockouts shall not be permitted. !� PART 3 - EXECUTION 3.1 COORDINATION A. Coordinate installation of electrical boxes and fittings with process equipment, structural features, control equipment, and devices. 3.2 WEATHERTIGHT BOXES ' A. Provide weathertight boxes for location exposed to weather or moisture or as directed by Engineer. Provide watertight boxes for underwater and underground installation. 3.3 CLOSURES 04199-00 16130-2 ELEC'T'RICAL BOXES RO—3/19/01 AND FITTINGS WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI A. Provide knockout closures to cap unused knockout holes where blanks have been removed. B. Provide covers on all pull boxes and junction boxes. C. Provide blank covers on all device and outlet boxes ]ell for fiiture use. 3.4 INSTALLATION A. Install electrical boxes as required to ensure accessibility to electrical wiring. Fasten boxes to structural members or embed in concrete. B. Position recessed outlet boxes level and plumb. No part of box shall extend beyond finished surface. C. Clean boxes of wiring or devices prior to installation. D. Ground electrical boxes upon completion of installation. E. Proper installation of plastic-coated steel conduit boxes and fittings shall be per manufacturer's instructions for clamping, cutting, bending, threading, and assembly. END OF SECTION 16130 CS-4199-00 16130-3 ELECTRICAL BOXES , RO—3/19/01 AND FITTINGS WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 16140 - WIRING DEVICES PART I - GENERAL. 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section addresses the general administration and procedural requirements, installation requirements, and wiring procedures for receptacle switches, wall plates, and other wiring device accessories. 1.3 RELATED SECTIONS A. The following Division 16 specification sections describe related work: I . Division 16, Section"Basic Electrical Requirements." 2. Division 16, Section"Raceways." 3. Division 16, Section "Wires and Cables." 4. Division 16, Section "Electrical Boxes and Fittings." 5. Division 16, Section "Grounding." 1.4 REFERENCES r A. NEMA WD I — General Purpose Wiring Devices P 6 B. NEMA WD 2 — Semiconductor Dimmers for Incandescent Lamps C. NEMA WD 5 — Specific-purpose Wiring Devices 1.5 DESCRIPTION OF WORK rA. The extent of wiring device work is indicated on drawings. 1.6 SUBMITTALS A. Submit manufacturer's data on wiring devices. C5-4199-00 16140-1 WIRING DEVICES RO -3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Receptacles, Switches, and Wallplates: Arrow-Hart Bryant Electric Eagle Electric General Electric Hubbell Leviton Pass and Seymour Appleton Or equal. 2.2 GENERAL A. Provide factory fabricated wiring devices of types and electrical ratings indicated on plans. B. Provide gray color devices and stainless steel wallplates. 2.3 DUPLEX RECEPTACLES A. Provide specification grade duplex receptacles, 2-pole, 3-wire grounding, with green hexagonal equipment ground screw, ground terminals and poles internally connected to mounting yoke. 25 volts MA 5-20R B. Duplex receptacles shall be rated 20 amperes, 1 , NE , unless indicated otherwise. 2.4 MISCELLANEOUS RECEPTACLES A. All other receptacles shall be of same quality as general duty duplex type. Ratings shall be as indicated. 2.5 GROUND FAULT INTERRUPTER RECEPTACLES A. Provide termination type ground fault circuit interrupter duplex receptacles, grounding type rated 20 amperes, 120 volts, 60 I-Iz, with solid-state ground-fault sensing, 5 milliamperes trip level, NEMA 5-20R.. 2.6 SWITCHES C54199-00 16140-2 WIRING DEVICES RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI A. Provide specification grade switches, 20 ampere, 120 or 600 volts AC, with mounting yoke insulated from mechanism. Switch shall be single pole, two-pole, three-way, or four-way as described on drawings. PART 3 - EXECUTION 3.1 INSTALLATION A. Install wiring devices in clean electrical boxes after wiring work is complete. Install wallplates after painting work is complete. B. All GFCI receptacles shall be wired as termination type. Do not use feed-through GFCI wiring. 3.2 RATINGS A. Install receptacles with current rating equal to or greater than current rating of circuit overcurrent protective device on single-receptacle circuits. 3.3 GROUNDING A. Provide equipment grounding connections for wiring devices. Install dumper from grounding terminal on each receptacle to grounding; terminal on device.box. 3.4 TESTING A. Test each wiring device for proper o eratioii and proper polarity. Make corrections as necessary. END OF SECTION 16140 C54199-00 16140-3 WIRING DEVICES RO —3/19/01 WALNUT S'T'REET PUMP STATION CiTY OF J13FFERSON, MISSOURI SEC'T'ION 16157 — VARIABLE FREQUENCY DRIVE CONTROLLERS PART' 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of" Contract, including General and Supplcmcnt,,uy Conditions and Division i Specification Sections apply to this Section. l.? SUMMARY A. This Section addresses Process related Variable Frecjuenc ly drives. B. This Scction addresses general administration and procedural requirement, f'or Variable Frequency Drive Configuration and work including installation procedures for interior and exterior mounted equipment. Equipment manufacturer shall provide variable frequency drives. 1.3 RELATED SECTIONS A. Division 11 Section "Submersible Sewage Pumps." p B. Division 16, Section "Basic Electrical Requirements." C. Division 16, Section "Raceways." D. Division 16, Section "Wires and Cables." C;, Division 16, Section "Wiring Devices." F. Division 16, Section "Grounding." G. Division 16, Section "Electrical Testing and Installation Check-Out." 1.1. Division 16, Section "Electrical Identification." 1.4 REFERENCES A. UL Listed 56L6 — Variable Frequency Drives. �.. B. CT EN50081-1 — General Emissions Standard. C. IEEE 519— Harmonic Voltage Distortion. 1.5 DESCRIPTION OF WORK A. Extent of variable frequency drive controller work is indicated on drawings and specified in this and other specification sections. C5-4199-00 16;157-1 VARIABLE FREQUI]NCY DRIVE RO — 3/19/01 CON'T'ROLLERS WALNUT STRi's1 "1" m..rMP STATION CI'T'Y Ol .ICsI T'f.;ItSON, MiSSOURI 1. For additional requirements relative to variable frequency drive controllers; see Related Sections listed above. 1.6 QUALITY ASSURANCE- A. The manufacturer of the variable frequency drive shall be a certified ISO 9001 facility. B. The drive and all associated optional equipment shall meet IE-GI 519 requirements for harmonic distortion levels. C. The drive shall be UL listed, CSA certified (C-UL), ICC classified, and NEMA rated. I). Individual or simultaneous operation of Variable Frequency Drives shall not add more than 5 percent total harmonic voltage distortion as defined by 117EE 519 for general system applications. The plant Main Incoming Panel connection shall be the primary point of common coupling. Harmonic attenuation shall be provided by the addition of drivcline reactance. Harmonic calculations shall be provided. The harmonic calculations shall be done based on the kVA capacity, X/R and impedance of the transformer supplying the VFD's as shown on the drawings, and shall be calculated at the point of common coupling. L;. Wiring from variable frequency drive controllers to motors greater than 5 horsepower shall be installed in Rigid Galvanized Steel conduit. 1'. Mach variable frequency drive shall limit the amount of radio frequency emissions radiated from and/or conducted to the power line, to rneet the requirements of EN50081-1 Class E- Standard, for conducted and radiated emissions for residential commercial and light industrial environments. 1.7 SUE3MIT I'AI.S A. Submit manufacturer's data on variable frequency drive controllers' power and control wiring diagrams, dimensioned enclosure dr�iwings, voltage and currant ratings, and horsepower ratings. 13. Submit maintenance and operation Manuals with recommended replacement parts lists. 1.8 DI LIVhRY, STORAGE AND HANDLING A. Comply with manufacturer's rigging and moving instructions for unloading equipment and transporting to interim storage and final location for installation. B. Accept equipment on site in original packaging. Inspect for damage. Store in clean, dry place. Protect from weather, dirt, fumes, water, construction debris, and physical damage. Where necessary to store outdoors, store above grade and enclose with watertight wrapping. C. Handle carefully to prevent damage, breaking, and scoring. Do not install damaged sections or components; replace with new. C5-4199-00 16157-2 VARIABLE FREQUENCY DRIVE RO—3/19/01 CONTROLLERS WALNUT STREET PUMP STATION CI'T'Y OF- JEFFERSON, MISSOURI PART 2 - PRODIICTS 2.1 MANUFACTURERS A. All Variable Frequency [drives supplied on this contract shrill be the same make and model by the sa111C nuuulfacturer. Subject to compliance with requirements, provide variable frequency drive controllers manufilctured by Allen Bradley 13361", Plus 11, microprocessor-based, PWM type, 480 volt, 3 phase, AC drive, or approved equal. 2.2 GENERAL A. The variable frequency drive controller shall convert the input AC power to adjustable frequency and voltage. Control technique shall be by pulse width modulation. �. B. The input power section shall use a full wave bridge, rectifier and shall be insensitive to AC line phase rotation. C. The output power section shall use insulated gate bipolar transistors or intelligent power diodes as required by the characteristics of the rnotor. D. The variable frequency drive shall be suitable for the operation of the sizes and types of motors, loads, and functions called for elsewhere in the plans and specifications referenced above. E. The variable frequency drive controller shall be furnished equipped as DeviceNet ready. F. The pump variable frequency drive controllers shall have a green posh-to-test type pilot light "RUN", a yellow push-to-test type pilot light "FAULT", and the I--IMI operator interface unit, all mounted in the front door of the controller. 2.3 CONSTRUC'T'ION A. Where variable frequency drives are mounted in their own enclosures those. enclosures shall be NEMA 12 when drive is mounted in electrical equipment rooms and NE-MA 4x when mounted in process rooms or outdoors. B. Variable Speed Drives controlling the 300 horsepower pumps not furnished as part of the Motor Control Center shall be free standing at the sanle height, equipped to mount on the same concrete house-keeping pad next to the Motor Control Center, in the space as shown on the Drawings. The train breaker for these drives shall be furnished as part of the Motor Control Ccnter with 500 ampere trip settings as shown on the drawings. 14 RATINGS A. The variable frequency drive shall operate in an environment of 0-40°C temperature, and relative humidity of 5 to 95 percent, non-condensing. C5-4199-00 16157-3 VARiABLE, FREQUENCY DRIVE RO— 3/19/01 CONTROLLERS WALNUT STREET PUMP S'I`ATl(:)N CITY Oh JEFFERSON, MISSOURI B. The nominal input voltage shall be 460 volts, however, the drive will operate normally with input voltages from 380 to 480 volts. C. The drive efficiency shall be not less than 97.5% at rated amps and nominal line voltage. The drive shall be listed for use at an available fault current of 200,000 amps RMS symmetrical, at 600 volts. D. Drive shall be furnished with Class 10-overload protection with speed sensitive response, which complies with NEC Article 430. UL file E59272, volume 4/6. 2.5 PROTECTION A. Upon power-tip the drive .shall automatically test for valid operation of memory, option module, loss of analog reference input, loss of communication, DC to DC power supply, control power, and the precharge circuit. B. The variable frequency drive shall be !Lilly protected against transient voltages with integral transient voltage surge suppressors. PART 3 - EXECUTION 3.1 GENERAL A. The variable frequency drive manufacturer shall field test, adjust, and certify all drives for satisfactory operation. 3.2 INSTALLATION A. Install variable frequency drive controllers at locations indicated on drawings. Power supplied from the Motor Control Center to each Variable Frequency Drive shal be by 2- 350 krmil copper conductors per phase with a #1 grounding wire, furnished and installed by the Contractor in compliance with the NEC. 3.3 COORDINA"T'ION A. Coordinate with all equipment control diagrams and approved vendor drawings to insure that all control and pilot devices are present and operational. 3.4 TESTING A. All variable frequency drives shall be tested and initially energized by a manufacturer's representative for proper operation within the requirements as defined by control drawings and approved vendor drawings of associated equipment. .END OF SEC'T'ION 16157 C54199-00 16157-4 VARIABLE FREQUENCY DRIVE RO _.3/19/01 CONTROLLERS WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SEC'T'ION 16160 -PANELBOARDS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SEC'T'ION INCLUDES A. This section provides the technical requirements for the design, manufacture, and installation of the following: 1. Distribution panelboards. 2. Lighting and appliance branch circuit panelboards. 1.3 RELA'T'ED SECTIONS A. The following specification sections describe related work: 1. Division 13, Section "Lightning Protection." 2. Division 16, Section "Basic Electrical Requirements." 3. Division 16, Section "Raceways." 4. Division 16, Section "Wires and Cables." 5. Division 16, Section "Electrical Testing and Installation Check-Out." 6. Division 16, Section "Electrical Boxes and Fittings." 7. Division 16, Section "Wiring Devices." 8. Division 16, Section "Grounding." 9. Division 16, Section "Dry-Type Transformers." 10. Division 16, Section "Motor Control Centers." 11. Division 16, Section "Lighting." 1.4 REFERENCES A. NEMA AB 1 - Molded Case Circuit Breakers. y� B. NEMA KS 1 - Enclosed Switches. C. NEMA P.B 1 -Panelboards. D. NEMA PB 1.1 - Instructions for Safe Installation, Operation and Maintenance of Panelboards Rated 600 Volts or Less. C54199-00 16160-1 PANELBOARDS RO—3/19/01 WALNUT STREET PUMP STATION CITY OF J EFFERSON, MISSOURI E. NEMA PB 1.2 - Application Guide for Ground-fault Protective Devices for .Equipment. 1.5 SUBMITTALS A. Submit manufacturers data on panelboards with all electrical characteristics clearly identified. B. Submit a dimensioned layout of the space containing ilia p,ulelboard with the required electrical working clearances shown. 1.6 EXTRA MATERIALS A. Keys: Furnish 3 each to the Owner. PART 2 - PRODUCTS 2.1 ACCEPTABLE, MANUFACTUREIIS - PANELBOARDS A. Siemens B. General Electric C. Square "D" D. Or Equal 2.2 DISTRIBUTION PANELBOARDS A. Panelboards: NEMA PB 1; circuit breaker type. B. Enclosure: NEMA PB 1• Type I Cabinet size: 6.5 inches dee • 26 inches wide. YP p� C. Provide cabinet front with hinged door with flush lock. Finish in manufacturer's standard gray enamel. D. Provide panelboards with copper bus, ratings as scheduled on Drawings. Provide copper ground bus in all panelboards. E. Minimum Integrated Short Circuit Ratings: 14,000 amperes rms symmetrical for 208 volt panelboards; 65,000 amperes rms symmetrical for 480 volt panelboards, or as shown on Drawings. C5-4199-00 16160-2 PANELBOARDS R0—3/19/01 WALNUT STREET PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI F. Each circuit breaker located within distribution panelboard shall haven red visual trip indicator visible through a clear window. G. Molded Case Circuit Breakers: NEMA AB 1; provide circuit breakers with integral thermal and instantaneous magnetic trip in each pole. Provide circuit breakers UL listed as 'Type HACR for air conditioning equipment branch circuits. 14. Molded Case Circuit Breakers with Current Limiters: NEMA A13 1; provide circuit breakers with replaceable current limiting elements, in addition to integral thermal and instantaneous magnetic trip in each pole. 1. Current Limiting Molded Case Circuit Breakers: NEMA AB 1; provide circuit breakers with integral thermal and instantaneous magnetic trip in each pole, coordinated with automatically resetting current limiting elements in each pole. Interrupting rating 100,000 symmetrical amperes, let-through current and energy level less than permitted for same size Class RK-5 fuse. J. Knockouts on distribution panelboards shall not be the pre-perforated type. 2.3 BRANCH CIRCUIT PANELBOARDS A. Lighting and Appliance Branch Circuit Panelboards: NEMA PB 1; circuit breaker type. B. Enclosure: NEMA PB 1; Type 1 or Type 3R rated for the aarea installed in. C. Cabinet Size: 6 inches deep; 20 inches wide. D. Provide surface cabinet front with concealed trim clamps, concealed hinge and flush lock all keyed alike. finish in manufacturer's standard gray enamel. Distribution panelboard shall have a metal slot circuit directory holder with a heavy card, adhesive directories are not acceptable. tE. Provide panelboards with copper bus, ratings as scheduled on Drawings. Provide copper ground bus in all panelboards. I�. Minimum Integrated Short Circuit Rating: 14,000 amperes rms symmetrical for 208 volt panelboards, or as shown on Drawings. G. Molded Case Circuit Breakers: NEMA AB 1 ; bolt-on type thermal magnetic trip circuit breakers, with common trip handle for all poles. Provide circuit breakers UL listed for lighting circuits. Provide; UL, Class A ground fault interrupter circuit breakers where scheduled on Drawings. Each circuit breaker located in branch circuit panelboard shall have a red visual trip visible through a clear window. 0.'54199-00 16160-3 PANELBOARDS R0 — 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI PART 3 - EXECUTION 3.1 INSTALLATION A. Install panelboards plumb and flush with wall finishes, in conformance with NEMA PB B. Height: 6 foot, top of panelboard above finished floor, or as indicated on drawings. C. Provide filler plates for unused spaces in panelboards. D. Provide typed circuit directory for each branch circuit panelboard. Revise directory to reflect circuiting changes required to balance phase loads. 3.2 FIELD QUALITY CONTROL A. Visual and Mechanical Inspection: Inspect for physical damage, proper alignment, anchorage, and grounding. Check proper installation and tightness of connections for circuit breakers, fusible switches, and fuses. B. Prior to energization of panelboards, check phase-to-phase and phase-to-ground insulation resistance levels. Check panelboards for electrical continuity of circuits, and for short-circuits. END OF SECTION 16160 i C5-4199-00 161604 PANELBOARDS RO -• 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 16170 - MOTOR AND CIRCUIT DISCONNECTS PART 1 - GENER.AL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specifications, apply to this Section. 1.2 SUMMARY A. 'Chia Section addresses general administration and procedural requirements for furnishing and installing disconnect switches where called for on Specifications and Drawings. 1.3 RELATED SECTIONS A. The following Division 16 specification sections describe related work: 1. Division 16, Section "Basic Electrical Requirements." 2. Division 16, Section "Raceways." 3. Division 16, Section "Grounding." 1.4 DESCRIP'T'ION OF WORK r A. Extent of tnotor and circuit disconnect switch work is indicated on drawings. 1.5 SUBMITTALS A. Submit manufacturer's data for disconnects, including dimensions, horsepower, voltage. ampacity, and short circuit ratings. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Motor and circuit disconnect switches: 1. General'.Electric 2. Siemens 3. Square "D" 4. Cutler Hammer C5-4199-00 16170-1 MOTOR AND CIRCUIT RO—3/19/01 DISCONNECTS WALNUT STREET PUMP STATION CI'T'Y 01' JEFFERSON, MISSOURI 5. Or equal. 2.2 GENERAL A. Provide fusible and non-fusible, surface-mounted, enclosed switches of types, and ratings as indicated. Provide quick-make, quick-break switches constructed so that switch blades are visible in OFF position with door open. Switch shall have an operating handle capable of being padlocked in OFF position. Current carrying parts shall be copper with silver-tungsten contacts. B. Provide disconnect switches with NEMA 'Type 12 enclosures for indoor locations and NEMA Type 3R enclosures for outdoor locations unless indicated otherwise on the drawings. Each disconnect switch shall have an auxiliary switch for position indication. C. Provide general duty disconnect switches on circuits where the phase-to-phase voltage does not exceed 240 volts. D. Provide heavy-duty disconnect switches on circuits with phase-to-phase voltage of 480 volts. E. Disconnect switches at motor site shall be NEMA rated and be capable of being accessed with a screwdriver without de-energization. PART 3 - EXECUTION 3.1 INSTALLATION A. Install disconnect switch within sight of motor location for hardwired motor -driven equipment and at other locations as indicated on Drawings. B. Install fusible disconnect switches at the site of refrigeration equipment where such r� switches can not be supplied as part of the equipment by the manufacturer. C. For interior equipment visible from floor, mount disconnect switch with bottom at 48" above floor. D. For exterior equipment mount disconnect switch with bottom at 36" above grade or concrete pad. 1:. Insure that electrical working clearances are maintained at each disconnect switch. C5-4199-00 16170-2 MOTOR AND CIRCUIT RO— 3/19/01 DISCONNECTS WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 3.2 SUPPORT A. Support disconnect switches from walls or other structural components as close as possible.to associated.starter or motor. Do not attach disconnect switch to any.appliance or equipment housing unless specifically permitted by manufacturer, of appliance or equipment. B. Provide independent steel channel supports for disconnect switches at appliances and equipment not near a wall. 3.3 GROUNDING rA. Provide equipment grounding connections for all electrical disconnect switches END OF SECTION 16170 , C5-4199-00 16170-3 MOTOR AND CIRCUIT RO— 3/19/01' DISCONNECTS . WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 16190 - SUPPORTING DEVICES PART 1 - GENERAL ' 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY This Section includes general administrative and procedural requirements for the following: A. Conduit and equipment supports. B. Fastening hardware. 1.3 RELATED SECTIONS A. The following specification sections describe related work: 1. Division 3, Section"Concrete Work." 2. Division 16, Section "Basic Electrical Requirements." 3. Division 16, Section"Electrical Testing and Installation Check-Out." 4. Division 16, Section"Raceways." 1.4 QUALITY ASSURANCE A. Support systems shall be adequate for weight of equipment and conduit, including pP Y q wiring, which they carry. PART 2 - PRODUCTS 1 2.1 MATERIAL - FABRICATED SUPPORTS A. Structural Shapes: channel, tube, and angle; stainless steel or PVC-coated galvanized steel (Robroy or equal)on outdoor applications and fiberglass on indoor applications. B. Strut System: U-Channel, minimum 12 gage, stainless steel or fiberglass as manufactured by Unistrut or equal. C. Pipe: all pipes shall be schedule 40. C54199-00 16190-1 SUPPORTING DEVICES R0— 3/19/01 WALNUT STREET' PUMP STATION C'I'TY Oh JEFFERSON, MISS()URI D. Plate: fiberglass or stainless steel,as required. 2.2 MATERIAL - CLAMPS AND I-IANGE.RS A. Beam Clamps: Stainless steel, PVC-coated galvanized steel, or fiberglass. Formed or stamped steel beam clamps are not allowed. B. One Hole Claunp with Clamp Back: Stainless steel, PVC-coated galvanized steel, or fiberglass. C. Individual Conduit Hanger: With bolt, stainless steel, PVC-coated galvanized steel, or fiberglass. D. Hanger Rod: Stainless steel, PVC-coated galvanized steel, or fiberglass; threaded on ends only. E. Fittings for Strut System: Stainless steel, 1'VC-coated galvanized steel, or fiberglass end caps, conduit clamps, conduit hangers, U-bolts. F. Hardware: Corrosion resistant. Plastic or fiber expansion inserts are not allowed. Shall be PVC-coated galvanized steel manufactured by Robroy Industries (Gilmer, Tex.), or approved equal. G. Support Channels: Stainless steel or PVC-coated galvanized steep (Robroy or equal) for outdoor locations and fiberglass for indoor locations. PART 3 - EXECUTION 3.1 INSTALLATION A. In vertical runs the load produced by the weight of the raceway and the enclosed conductors shall not be carried by the raceway termination but shall be carried entirely by the conduit supports. Conduit supports :,hall be spaced not more than as required by NEC. B. Conduit runs above suspended ceilings shall be supported from building structure or on building columns. Conduit shall not be supported from any part of the suspended ceiling wire suspension system. Conduit shall be mounted at a minimum height of 12 inches above finish ceiling line. Conduit shall be installed in a manner above the ceiling to facilitate lighting fixture relocation with minimum ofinterference. C. Use one hole clam with clam back malleable iron for individual conduit support. p P Ip CS-4199-00 1 G 190-2 SUPPORTING DEVICES RO— 3/19/01 WALNUT' STREET PUMP STATION CITY OF .JEFFERSON, MISSOURI D. Minerallac-type conduit hangers with bolts may be used to support horizontal and vertical conduits in dry areas. Use stainless steel, aluminum or everdur in wet areas. E. Fabricate supports for grouped conduit RIMS, control cabinets, transformer racks, electrical equipment racks, cable racks complete with compatible assembling hardware, in accordance with Section 2.2 above. F. Fabricated supports shall be rigidly welded or bolted to present a neat appearance. Use hexagon head bolts with spring lock-washers under nuts. G. Beam clamps for supporting conduit trapeze, conduits, lighting fixtures, electric tracks, equipment and etc., complete with set screw and tapped hole in base and back for bolt or hanger rod, in accordance with Section 2.2 above. I.1. Minimum size hanker rod fir supporting equipment, conduit runs, junction and pullboxes shall be 3/8 inch diameter. Hanger rods shall be sired for supporting required loads. 1. Above suspended ceilings equipment, conduit runs and nutlet boxes shall be rigidly secured by means of proper size stainless steel machine screws with spring washers. I. On concrete, brick, etc. - equipment, conduit runs and outlet boxes shall be rigidly secured by means of proper sized stainless steel machine screws or bolts and expansion anchors. K. In hollow masonry, tile, plaster or gypsum board, use toggle stainless Steel type bolts to Secure equipment, conduit runs and outlet boxes in place. L. On building steel - Equipment, conduit runs, outlet boxes and support hanger shall be fastened by means of approved clamp type supports which shall provide a rigid and vibration-proof support. M. ,(unction or pullboxes, where mounted on concrete, brick, etc., shall be rigidly fastened by means of proper sized stainless steel machine bolts and approved type expulsion anchors. Suspended from building steel shall be supported by hanger rods securely fastened to structure with approved type beam clamps. Where Suspended from concrete or wood, boxes shall be supported by hanger rods securely fastened to structure through hangers, rods or by suitably designed, approved brackets. e N. Do not drill structural steel members and equipment. Do not drill the supports and structural frames or legs of the process equipment, and sanitary platforms, Use clamps. Welding of'supporting brackets may be allowed upon prior approval rrom the Owner. 0. In wet locations install free-stUnding electrical equipment on concrete pads. C5-4199-00 16190-3 SUPPORTING DEVICES R0 —3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI P. install surface-mounted cabinets and panelboards with minimum of four anchors. Provide channel supports to stand cabinet one inch off wall, in accordance with Section 2.2 above. Q, Do not fasten supports to piping, ductwork, mechanical equipment, process equipment, machines or conduit. R. Supporting devices find materials stealI be square cut, filed, burs removed, and fiberglass cut ends are sealed. END OF SECTION 16190 r C5-4199-00 16190-4 SUPPORTING DEVICES RO 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 16195 - ELECTRICAL IDENTIFICATION PART 1 -GENERAL 1.1 RELA'T'ED DOCUMENTS A. Drawings and general provisions of Contract, including; General And Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY This Section addresses the following items: A. Nameplates and legend plates. B. Wire and cable markers. C. Danger signs. D. Identification markers. E. Underground conduit/cable warning. F. Motor tags. G. Instrument tags. 1.3 RELATED SECTIONS A. The following specification sections describe related work: 1. Division 16, Section "Basic Electrical Requirements." 2. Division 16, Section"Electrical Testing and Installation Check-Out." 3. Division 16, Section "Raceways." 4. Division 16, Section "Wires and Cables." C5-4199-00 16195-1 'ELECTRICAL RO•-3/19/01 IDENTIFICATION WALNUT S'rRCE'I' PUMI' STATION M CITY Oh JI1"I FE-RSON, MISSOUM PART 2 - PRODUCT'S 2.1 MATIIZIALS A. Nameplates: Engraved three-layer laminated plastic, black letters on a white background, beveled edges, 1/16 inch thick minimum. B. Wire and Cable Markers: Conductors shall be labeled using pre-printed, full-circle, heat shrinkable insulating sleeve labels type PermaSleeve manufactured by W. 1-I. Brady Company (Milwaukee, Wis.), or equal. C. Danger Signs: Manufacturer's standard "DANGER" signs of baked enamel finish on 20-gage steel; of standard red, black and white graphics; 14 inch x 10 inch size except where 10 inch x 7 inch is the largest sire which can be applied where needed, and except where larger size is needed for adequate vision; with recognized standard explanation wording, e.g., HIGH VOLTAGE, KEEP AWAY, BURIED CABLE, DO NOT TOUCH SWITCI1, D. Identification Markers: as manufactured by W.H. Brady Co., Stock number 3450, or equal, approximately 3 inch high, black letter and numbers on field of yellow. The markers are used for easy identification of electrical devices from the floor, voltage levels, etc. E. Underground Conduit/Cable Warning Marker: Plastic line marker, manufacturer's standard permanent, bright-colored, continuous-printed plastic tape, intended for direct- burial service; not less than 6 inch wide x 4 mils thick. Provide tape with printing ' which most accurately indicates type of service of buried cable or conduit. F. Motor Tags: Stainless steel disc, approximately 1 inch diameter complete with a hole for seven strand stainless steel wire for motor identification. Tag shall have the equipment and device number stamped with 1/4 inch high letters. G. Instrument Tags: Stainless steel disc, approximately 1 inch diameter complete with a hole for seven strand stainless steel wire for motor identification. Tag shall have the equipment and device number stamped with 1/4 inch high letters. ' 2.2 ACCEPTABLE MANUFACT'UREIZS A. Brady, W.H. Co. B. Ideal Industries, Inc. C. Panduit Corp. D. Thomas and Betts E. Or equal. C5-4199-00 16195-2 ELECTRICAL R0— 3/19/01 IDENTIhICATION rWALNUT S'T'REET PUMP STATION CITY OF JEFFERSON, MISSOURI PART 3 - EXECU'T'ION 3.1 INSTALLATION A. Coordinate names, abbreviations and other dcsignations used in electrical identification work, with corresponding designations shown, specified or scheduled. Provide numbers, lettering and wording as indicated or, if not otherwise indicated, as recommended by manufacturer or as required for proper identification and operation/maintenance of electrical systems and equipment. Comply with ANSI A13.1 pertaining to minimum sizes for letter and numbers. i B. Degrease and clean surfaces to receive nameplates. C. Install nameplates parallel to equipment lines. D. Secure nameplates to equipment fronts using corrosion resistant screws and adhesive. In areas specified as process, filling or packaging use stainless steel screws and adhesive. E. Secure nameplate to inside face of'recessed panelboard doors in finished locations. F. Embossed tape will not be permitted 11or any application. G. Install electrical identification products as indicated, in accordance with manufacturer's written instructions, and requirements of N1;C. i4. Coordinate identification installation with surface finishing work. Where identification is to be applied to surfaces which require finish, install identification after completion of painting. 1. Comply with governing regulations and requests of governing authorities for identification of electrical work. 3.2 WIRE IDENTIFICATION A. Provide wire and cable markers on each conductor in panelboard gutters, pull boxes, outlet and junction boxes, control cabinets, air outlet boxes, operator control stations and at load connection. Identify with branch circuit or feeder number for power and lighting circuits, and with control wire number as indicated on schematic and wiring diagrams, equipment manufacturer's shop drawings for control wiring. C5-4199-00 16195-3 ELECTRICAL R0--3/19/01 IDENTIFICATION WALNUT STREET PUMP STATION CITY OF ,1E FLRSON, MISSOi.1RI 3.3 ENGRAVED NAMEPLATE SCHEDULE A. Provide nameplates to identify electrical distribution and control equipment, and loads served. Letter Height: 1/4 inch. Minimum nameplate height: 1 inch. Provide text matching terminology and numbering of the contract documents and shop drawings. Provide signs for each unit of the following categories of electrical work. 1. Electrical substations. 2. Major electrical switchgear. 1 3. Switchboards, panelboards, electrical cabinets and enclosures. 4. Access panel/doors to electrical facilities. 5. Motor control centers and motor controls. (New motor control centers will be properly identified by the vendor.) G. Power transfer equipment. 7. Transformers. 8. Power generating units. 9. Fire alarm master station. 10. Security monitoring master station. 11. Field assembled or existing-relocated control cabinets, air outlet boxes. 12. Push button stations. 13. Disconnect switches B. Push button, selector switch, pilot light and etc., on Push button stations furnished and b p installed by Contractor, shall be equipped with a legend plate engraved with device: function (i.e., "Start", ".Stop", "Motor lZunning"). Manufacturer's standard oversized t legend plates shall be used. Letter size on legend plates shall not be smaller than 1/8 inch. 3.4 IDENTIFICATION MARKERS SCHEDULE A. Provide identification markers at the electrical equipment and end user loads not ' formally accessible from the floor such as: 1. Wall-Mounted transformers. ' 2. Bus duct run. 1 Bus duct plug-in devices. ' 4. F luoreseent and high intensity discharge lighting fixtures. 5. Exhaust, supply laps, C5-4199-00 16195-4 ELECTRICAL RO — 3/19/01 IDENTIFICATION WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURi 6. Heating and ventilating units. 7. Air conditioning units. 8. Electric unit heaters, etc. B. Provide numbering; and abbreviated text from contract documents. Lighting fixtures shall bear identification of panel and circuit number (i.e., LP4-8, meaning Lighting ' Panel 4, circuit 8.) C. Provide identification markers showing voltage levels and phase at electrical distribution equipment such as; 1. Switchboards, panelboards, electrical cabinets and enclosures. 2. Access panel/doors to electrical facilities. 3. Motor control centers and motor controls. 4. Power transfer equipment. ' 5. Transformers. 6. Power generating units. 3.5 UNDERGROUND CABLE IDENTIFICATION A. Continuous underground-type plastic line marker shall be located directly over buried line at 6" to 8" below finished grade. Where multiple small lines are buried in a common trench and do not exceed an overall width of 16", install a single line markers. B. Install line marker for every buried cable, regardless of whether direct buried or protected in conduit. C. Coordinate underground cable warning marker installation with back-filling work. _ r �.6 MO I OR TAGS A. Provide tags for motors. Attach with seven strand stainless steel wire to the conduit or cable fitting; entering motor box. END OF SEC PION 16195 C5-4199-00 16195-5 ELEC'T'RICAL RO— 3/19/01 IDENTIFICATION WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSO1.1121 SECTION 16289 - TRANSIENT VOLTAGE SUPPRESSION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes transient voltiige surge suppressors 1'or low-voltage power, control, and communication equipment. B. Related Sections include the following: 1. Division 13, Section "Control Panels." 1 2. Division 16, Section "Basic .Electrical Requirements." 3 Division 16, Section "Wires and Cables." 4. Division 16, Section "Electrical Boxes and Fittings." 5. Division 16, Section "Wiring Devices." 6. Division 16, Section "Panelboards." 7. Division 16, Section "Grounding." 8. Division 16, Section "Motor Control Centers." 1.3 SUBMITTALS A. Product Data: For each type of product indicated. include rated capacities; shipping, installed, and operating weights; I'urnished specialties; and accessories. B. Product Certificates: Signed by manUt'acturers of*tri.insient voltage suppression devices, certifying that products furnished are listed by U1, in accordance with the following ' testing and labeling requirements: 1. UL 1283 certification. 2. U1., 1449 listing and classification. C. Maintenance Data: For transient voltage suppression devices maintenance data shall be furnished in maintenance manuals as specified in Division 1. C5-4199-00 16289-1 TI ANSICN"I' VOLTAGE RO—3/19/01 SUPPRESSION WALNUT STREET PUMP STATION CITY OF M1,1 FERSON, MISSOURI D. Warranties: Special warranties as specified in this Section. IA QUALITY ASSURANCE A. Source Limitations: Obtain suppression devices and accessories through one source from a single manu12►cturer. B. Product Options:. Drawings indicate size, dimensional requirements, and electrical performance of suppressor: and are based on the specific system indicated, tether manufacturers' products complying with requirements may be considered. C. Electrical Components, Devices, and Accessories: Listed and labeled its defined in t NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. D. IEEE; Compliance: Comply with 11 1;1 C'62A1, "iFIA"' Guide liar Surge Voltages in Low Voltage AC Power Circuits," and test devices according to !E! } C62.45, "IEEE Guide fijr Surge Suppressor Testing." 1:. NEMA Compliance: Comply with NIMA LS 1, "Low Voltage Strrge Protective Devices." F. UL Compliance: Surge Suppression devices shall be listed in accordance with UL, 1283, "Electromagnetic Interference Filters," and UL 1449, "Transient Voltage Surge Suppressors." 1.5 PROJECT CONDITIONS A. Placing into Service: Do not ene gize or connect service entrance; equipment, panelboards, or data terminals to their sources until the surge protective devices are installed and connected. 13. Service Conditions: Rate surge protective devices for continuous operation under the �. following conditions, unless otherwise indicated: 1. Maximum Continuous Operating Voltage: Not iess Ihan 115 percent of nominal system operating voltage. 2. Operating Te:nrperattrre: 0 to 120 deg F. 3. Humidity: 0 to 85 percent, non-condensing. C5-4199-00 16289-2 TRANSIENT VOLTAGE RO— 3/19/01 SUPPRESSION WALNUT STREET PUMP S'I ATION CITY 01' JEFFERSON, MISSOURI 1.6 COORDINATION A. Coordinate location of field-mounted surge suppressors to allow adequate clearances for maintenance of suppressors or surrounding equipment. 1.7 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. 13, Special Warranty: Written warranty, executed and signed by manufacturer agreeing to replace any surge suppressors that (ail within twenty (20) years from date of Substantial Completion. C. Special Warranty for Plug-in Cord-Connected Surge Suppressors: Written warranty, executed by manufacturer agreeing to repair or replace electronic equipment connected to circuits protected by surge suppressors. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the: Work include, but are not limited to, the following: 13, Manufacturers: Subject to compliance with requirements, provide products by one of the following: . Manufacturers of a Broad Line of Suppressors: a. Innovative Technology, file, b. l.,eviton Manufacturing Co. Inc. C. Liebert Corp. d. Siemens Energy &. Automation. 2.2 MOTOR CONTROL, CI,N"1'1:1 SUPPRL:SS0RS A. Surge Protective Device Description: Panel rnounting type surge suppressors with the following features and accessories: 1. Indicator lights for power and protection status. C5-4199-00 16289-3 TRANS11 N7' VOLTAGE RO— 3/19/01 SUPPRESSION e WALNUT STREET PUMP STATION r CITY Or JEFFERSON, MISSOURI 2. One set of dry contacts rated at 4 A, 120-V AC, for remote monitoring of protection status. 3. Arrangement with wire connections to phase buses, and ground bus. 4. NEMA f enclosure. B. Peak Sin ►le-Im ulse Surge Current rating: 160 kA per phase. b P 6 C. Protection modes and UL 1449 clamping voltage for 3 phase 480 volt circuits plus equipment ground, for 600OV,3000A impulse wave (1I3EF. C62.41) testing, shall not be more than as follows: i. Line to Ling:: 800 V for 480 volt. 2. Line to Ground: 700 V for 480 volt. D. Connection means: 'I'VSS-2 suppressor units shall be factory installed in the new Motor Control Centers in compartments protected by a circuit breaker as shown on the plans. 2.3 AUXILIARY PANEL SUPPRESSORS A. Surge Protective Device Description: Unit type, panel-mounted design with the following features and accessories: I. One set of dry contacts rated at 4 A, 120-V AC, for remote monitoring of protection status. 2. Arrangement with wire connections to phase buses, neutral bus, and ground bus. 3. Red and green LED indicatrrr lights for power and protection status. 1-1. Peak Single-Impulse Surge Current Rating: 48 kA per phase. C. Protection modes and UL 1449 clamping voltage for grounded wye circuits with voltages of 208Y/120; 3-phase, 4-wire circuits for 600OV, 3000A impulse wave (IEEE 062.41) testing at 90 degree phase angle, shall not be greater than as follows: 1. Line to Neutral: 350 V for 208Y/120. 2. Line to Ground: 380 V for 208Y/120. 3. Neutral to Ground: 52O V for 208Y/120. 4. Line to Line: 600 V for 208Y/120. , C5-4199-00 16289-4 'TRANSIENT VOLTAGE RO — 3/19/01 SUPPRESSION WALNUT STREET PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI 2.4 PLUG-IN SURGE SUPPRESSORS A. Description: Non-modular, plug-in suppressors with at least tour 15-A, 120-V AC, NEMA WD 6, Configuration 15-151Z receptacles, suitable to plug into a NE-MA WD 6, ® Configuration 15-15R receptacle; with the following features and accessories: ■ 1. Indicator lights for power and protection status. 2. Circuit breaker and thermal fusing. When protection is lost, circuit opens and cannot be reset. 3. One RJ11/12C telephone line protector, suitable fbr modern connection, Maximum �,Imin ,,ing voltage 220 peak on pins No. 3 and 4, B. Peak Single-Impulse Surge Current Rating: 45 kA per phase. C. Protection modes and UL 1449 clamping voltage shall be as fellows: 1. Line to Neutral: 330 V. 2. Line to Ground: 330 V. ® 3. Neutral to Ground: 330V. 2.5 CONTROL AND DATA TERMINALS A. All copper control conductors for Prograinniable Logic Controller data circuits, 4-20ma current loops, and other signal or dnta circuits shall be protected at the first panel where they enter the building from the outside. Protection shall be the proper Transient Voltage Surge Suppressor as recommended by the manufacturer of the equipment being protected for the type of'signal line being used. 2.6 ENCLOSURES A. NEMA 250, with type matching the enclosure of panel or device being protected unless otherwise indicated. PART 3 - EXECUTION 3.1 INS'T'ALLATION OF SURGI: PIZOTE'CTIVE DEVICES ' A: Install devices at service entrance on lead side, with ground lead bonded to service entrance ground. C54199-00 16289-5 TRANSIENT VOLTAGE RO•- 3/19/01 SUPPRESSION WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI Q. Install devices for panelboard and auxiliary panels with conductors between suppressor and points of attachment as short and straight as possible. Do not exceed manufacturer's recommended lead length. Do not bond neutral and ground. 1. Provide multipole, circuit breaker as a dedicated disconnect for the suppressor, unless otherwise indicated. 3.2 CONNEC'T'IONS A. Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values. If' in anti fitactu rer's torque values are not indicated, use those specified in UL 486A and Ul, 486B. 3.3 FIELD QUALITY CONTROL A. Manufacturer's field Service: Installing contractor shall engage a factory-authorized service representative to inspect field-assembled components and equipment installation, Including piping and electrical connections. Report results in writing for the purpose of verifying proper installation as relates to manufacturer's equipment warrantees. ' 1. Verify that electrical wiring installation complies with manufacturer's installation requirements. END OF SECTION 16289 C5-4199-00 16280-6 TIZANSIENT VOLTAGE, RO — 3/19/01 SUPPRESSION r WALNUT STREET PUMP STATION CI'T'Y OF JEFFERSON, MISSOUM SECTION 16300 -- MEDIUM VOLTAGE CABLE- PART 1 - Cil?NERAL 1.1 SUMMARY A. Section Includes: Cables, terminators and splices for medium voltage (15 kV) power distribution of electrical systems. B. Related Sections include the following: I. Division 16, Sectiol1 "Edectrical Idenlification." 1.2 REFERENCES A. Wiring systems shall be manufactured, tested and installed to comply with NEMA, IEEE, NFPA 70 (National Electric Code), state codes, local codes and the requirements of authorities having Jurisdiction. B. Comply with additional references as specified in Articles under PART 2 of this Section. 1.3 SUBMITTALS f A. Product Data: Provide manufacturer's catalog cuts and data information for the following listed material. Distributor's catalog information is not acceptable. 1. 15 kV cable (MV-90) 2. Terminators 3. Splices 4. Cable arc and fireproofing tape 1.4 QUALITY ASSURANCE A. Owner's records: Submit the following: 1. Manufacturer's certificate of compliance for each type of cable specified. 2. Field installation acceptance test reports. 13. Job Site File: Obtain and keep the following in the Contractor's construction office at the job site: I. Field installation acceptance test reports rC5-4199-00 16300-1 MEDIUM VOLTAGE CABLE RO — 3/19/01 WALNUT SIRE-EI' PUMP STATION CITY OF JF',F ERSON, MISSOURI C. gable of type for which there are Underwriters Laboratories standard requirements, listing and labels, shall be listed and labeled by Underwriters Laboratories and manufactured to meet the standards of Insulated Cable Engineers Association (ICE'A). 1). Cable shall be new, and conform to grade, duality and standards specified. I?quipment or materials of same type shall be product of same manufacturer throughout. r E. Cable manufactured prior to 15 months before date of acceptance at the job site shall not be used. F. Splicing and terminating; of cable shall be performed by qualified cable splicing technicians instructed by cable manlfacturcrs in use of cables specified herein. 1.5 DELIVERY, STOI?AGE AND HANDLING A. Provide cables on nonreturnable wood reels that protect cables from damage. B. Comply with manuf'acturer's rigging and moving; instructions For unloading cable reels and transporting them to interim storage and final location for installation. C, Store in clean, dry place. Protect from weather, dirt, flumes, water, construction debris, and physical damage. Where necessary to store outdoors, store above grade and enclose with watertight wrapping. D. Handle cables carefully to prevent damage, breaking and scoring. Do not install damaged sections or components, replace with new. PAwr 2 - PRODUCTS 2.1 15 kV CABLE (MV-90) A. Manufacturers I. Okonite Co. 2 Pirelli Cable Corp. 3. Cable(,, Corp. 4. Or equal I3. 15 kV medium voltage cables shall be shielded, single conductor and Sized as shown on the Drawings. Conductors shall be soft-drawn copper, Class B stranding, 100 percent insulation level for grounded neutral service. Insulation shall be minimum of 175 mils of ethylene propylene rubber (EPR). Shield shall consist of 5 mil bare copper tape with minimum of 12.5 percent overlap. Cable shall be covered with tough heat and moisture-resistant polyvinyl chloride (PVC) jacket tightly extruded over underlying component. Cable shall meet performance requirements and conform to latest edition C54199-00 16300-2 MEDIUM VOLTAGE CABLE r R0— 3/19/01 WALNUT STREET PUMP STA'T'ION C'I'TY 01* JEFFERSON, MISSOURI of ICEA Standard S-E8-516, 1.11, Publication 1072 and AETC Standard CS-6. Cable shall be rated for operation in wet or dry locations at 90 deg. C normal temperature, 130 deg. C for emergency overload, and 250 dcg. C maximum short circuit tQnlperature. C. 15 kV medium voltage cable shall be Okoguard-Okoseal type MV-105, as manufactured by the Okonite Company (Kansas City, MO)} or approved equal. 2.2 TERMINA'T'ORS AND SI'LICI?S A. Splices for Medium Voltage Cables I. Manufacturers a. Electrical Products Division ol'3M, Inc. b. Adalct-PLM C. Raychem, Inc. d. Or equal. 2. Provide in-line splices and tee cable splices for shielded, medium voltage copper cables using solderless compression type tin-plated copper connectors with premolded rubber or tape splice, kits. Shielded cable splices shall be capable or normal continuous operation at rated cable voltage, current and temperature. Splice kit shall include shield adapters, cable insulating materials, cable preparation materials (solvents, rags and abrasive materials), connectors and field instruments. B. Terminators for Medium Voltage Cable 1. Manufacturers a. Electrical Products Division of 3M, Ine. b. Adalet-PLM C. Raychem, Inc. d. Or equal. 2. Provide cable terminators for shielded, medium voltage copper cable using solderless compression type tin-plated copper lugs with skirted molded rubber or porcelain terminations. T'crniinators shall be capable of normal continuous operation at rated cable voltage, current and temperature. Terminator shall be minimum Class 2 termination For outdoor use. 'Terminator kit shrill include ground strap, cable insulating materials, cable preparation material (solvents, rags, abrasive iaterials), lugs, and field instructions. 2.3 CABLE ARC AND FIREPROOFING TAPI? A. Fireproofing Tape: Standard grad, flexible, quelpyre, PVC, are tape, 3 inches wide, International Protective Coatings, file., 'Type AFT 30, #/M Electrical Products, Type 77 Scotch, or Plymouth Rubber Co., Inc;. 53 Plyarc, or equal. C5-4199-00 16300-3 MEDIUM VOLTAGE CABLE RO — 3/19/01 WALNUT s'nu' -I' PUMP STATION CITY 01"' il"FI-TRSON, MISS(A JIZI PART 3 - i:XECUTION 3.1 INS'T'ALLATION A. Cable shall be trained into duct in manner that will prevent its dragging on edge of duct mouth. I'liis will minimize pulling strain and jacket damage. 13. Pull cables slowly and steadily. Do no stop once pull is started unless absolutely necessary. Do not pull faster than 50 Ieet per minute. C. During pulling, keep sidewall pressures below manufilCurer's specified maximum. D. Check maximum allowable pulling tellSiOn. I . Avoid duct/cable ratio, WhiCh may Cause_januning. F. Cables shall not be sub'ected to bending radius of less than that recommended by ,I U manufacturer. G. If basket p b ri s are used, be sure to securely fasten back end of grip to cable. Cut pulling end of cable well behind area covered by grip. Jacket and insulation materials stretch and areas under and near grip may be dan►aged. T-f. Use pulling compound liberally. C01111)OUnd shall be compatible with cable being pulled. 1. Protect end seals of cable from moisture contamination prior to final connections. .I. Terminations and splices are to he nlade Ioilowing manufacturer's recommended installation procedures. K. For direct burial, do not lay one cable on top of another and allow cable slack for earth r movement due to freezing, drying Or settlement. 1.. Exposed cable in man holes and vaults shall be covered with overwrapping of cable r fireproofing type. Provide overlapping in accordance with manufacturer's instructions. Extend fireproofing 1 inch into duCtti. , 3.2 FIELD QUALITY CONTROI, A. Obtain services of independent electrical testing organization to perform installation acceptance testing on medium voltage cable as specified herein. Testing organization C5-4199-00 16300-4 MEDIUM VOLTAGE CABLE ft0 — 3/19/01 WALNUT STREET PUMP STA'I ION CITY OF JEFFERSON, MISSOINZI shall be firm regularly engaged in service of this type, having been in business for minimum of seven (7) years and shall have nationally certified field testing technicians. B. Installation Acceptance 'resting of Medium Voltage Cable I. General a. Shield continuity test shall be performed. b. 'Pest on cables, splices and terminations shall consist of nondestructive, direct current, dielectric tests on insulation of primary cable system using methods and procedures described in ANSI/IEEE Standard 400. C. The Electrical Contractor shall notify the Owner two weeks prior to date of tests. 'Pest must be witnessed by the Owner's Representative. d. Copies of test report shall be sent to the Owner and the Engineer. Refer to Article, SUBMl'17AL,S in this Section. 2. Tests a. Test cable after pulling, prior to splicing and terminating. Refer to testing procedure specified herein. b. Test cable after splicing. This shall be done without removing any terminations at existing buildings. I-Ii-pot testing shall be performed at 12.5 W. 3. Testing Procedure a. New 15 kV cables shall be step voltage tested following installation at maximum voltage of 55 kV DC after terminations, splices and stress crones are prepared. 'rest shall he run as follows: 1) Apply voltage 1 I equal consecutive steps. ]-Told voltage at each step for (1) minute or as long as required to allow for stabilization of capacitance and absorption currents. 2) Current readings shall he taken and recorded at end of each period for each voltage step. On completion of step voltage test when 55 kV is attained, time resistance test shall be performed by holding 55 kV for fifteen (15) minutes and recording readings at end of one (1) minute and fifteen (15) minutes. b. 'Pests shall be identified as to feeder number, phase, location, length of cable, temperature, humidity and date. rEND OF SECTION 1 C5-4199-00 16300-5 MEDIUM VOLTAGE CABLE RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 16351 - MEDIUM-VOLTAGE ME'T'AL-ENCLOSED SWITCHGEAR PART l - GENERAI. 1.1 RELATED DOCUMENTS A. Drawings 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; I. Division 3, Section "Concrete Work." 2. Division 16, Section "Basic Electrical Requirements." 3. Division 16, Section "Wires and Cables." 4. Division 16, Section "Fsiectrical Testing and Installation Check-Out." 5. Division 16, Section "Electrical Identification." r6. Division 16, Section "Grounding." 1.2 SUMMARY A. This Section addresses Inedium-voltage metal-enclosed switchgear assemblies consisting of load interrupter switches, power fuses, and associated auxiliary equipment. 1.3 REFERENCES A. ANSI/IEEE 037.20.3 Standard for Metal-Enclosed Interrupter Switchgear. ' B. ANSWEEE C37.20.4 — Standard for Indoor AC Medium Voltage Switches Used in Metal-Enclosed Switchgear. C. NEMA ' 1.4 SUBMITTALS A. Submit shop drawings and product data for approval and final documentation in the quantities listed according to the Conditions of the Contract. All transmittals shall be identified by customer name, customer location, and customer order number. rC54199-00 16351-1 MEDIUM-VOLTAGE METAL- RO•- 3/19/01 ENCLOSED SWITCHGEAR WALNUT S'1'RL"I;'r PUMP STATION CITY OF J SON, MISSOURI B. Documents For Approval: One-line diagrams, dimensioned plans, sections, and elevations showing minimum clearances, installed devices, major features, nameplate legends, and bills of material including utility-furnished primacy metering equipmennt. C. Final Documents: Record documentation to include those in 1.33 and wiring diagrams, single-line and three-line diagrams of switchgear bus and component connections, product data of accessories or parts not previously described in the drawings, list of'recommended spare parts, and instruction and installation manuals. D. Product Data: Include fcatt.tres, characteristics, and ratings of switches, fuses and other components. Also, tirne-current characteristic curves For power fuses and any overcurrent devices. E. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, required clearances, method of field assembly, components, and location and size of each held connection. Include the fallowing: 1. Enclosure type and details. r 2. Nameplate legends. 3. Taus configuration with sire and number ofconductors in each bus run, including phase, and ground conductors of main and branch buses. 4. Current ratings of buses. 5. Short-time and short-circuit ratings of switchgear assembly. 6. Mimic bus diagram. 7. Wiring Diagrams: Detail wiring far power, signal, and control systems and differentiate between manufacturer-installed and field-installed wiring and utility- furnished equipment. 1.5 QUALITY ASSURANCE: A. Manufacturer Qualifications: l3ngage a Firm with at least 5 years experience in manufacturing switchgear. B. Cornply with requirements of latest revisions of applicable industry standards and with the references of Section 1.3. C5-4199-00 16351-2 MEDIUM-VOLTAGE METAL- e RO— 3/19/01 ENCLOSED SWITCI-IGEAR WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 1.6 DELIVERY, STORAGE, AND HANDLING A, Deliver products in factory labeled packages. Shipping groups shall not exceed 15 ft. in length. B. Store and handle in strict compliance with manuf'acturer's instructions and recommendations. Protect from potential damage from weather and construction operations. Store so condensation will not form on or in swituhgear and if necessary, apply temporary heat where required to obtain suitable service conditions, PART 2 - PRODUCTS 2.1 MANUFACTURERS A. The metal-enclosed switchgear assembly shall be manufactured by: 1. Siemens Energy & Automation ' 2. Square D 3, Cutler Hammer 4. Or equal. 2.2 RATINGS A. System Configuration: Switchgear suitable for application in three-phase, 60-1-1r. grounded-neutral system. B. Electrical Ratings: 1. Nominal System Voltage: 13.8 kV 2. Maximum Design Voltage: 15 kV 3. BIL Impulse Level: 60 4. Main-Bus Continuous: 600 Amperes. 5. Switch Duty Cycle, Fault Closing, symmetrical: 40 kA 23 SWITCHGEAR GENERAL CONSTRUCTION A. The switchgear shall be factory assembled and tested,.and comply with applicable industry standards. If multiple sections, it shall be a coordinated design so that shipping C54199-00 16351-3 MEDIUM-VOLTAGE METAL- RO— 3/19/01 ENCLOSED SWITCHGEAR ■ WALNUT STREFT PUMP STATION CITY 01" JEFFERSON, MISSOLIRI groups are easily connected together at the site into a continuous line-up. Necessary connecting materials shall be furnished. B. The switchgcar assembly shall consist of one or more metal-enclosed ventilated sections in outdoor NEMA 3R enclosure. Units shall be of individual frames of bolted steel construction with full-side sheets separating adjacent units. Each frame shall be adequately braced to function properly under norrnal operating and short-circuit conditions. Assembly shall have the following: I. Window on door to permit viewing switch-blade positions when door is closed. 2. Rear removable panels with handles ,1 3. Danger-warning sign C. The switcltgear shall be U1.. listed with separate doors to the switch and fuse compartment with the following. 1. Doors shall be mechanically interlocked with the switch to prevent closing the switch with the door open and to prevent opening the door with the switch closed. Doors shall have provision f or pad locks 2. Protective hinged screen steel barriers, retained with captive thumb screws, to prevent access to the switch when changing fuses. D. Furnish and install surge arrestors which comply with IEEE C62.1 1, station class; metal-oxide-varistor type, with ratings as indicated, connected in each phase of incoming circuit and ahead of any disconnecting device. E. Main bus shall connect vertical sections and between compartments and shall be uniform capacity the entire length of assembly. The main horizontal bus shall be run in a vertical, edge-to-edge arrangement for high short circuit strength. Access to the rear cable termination area shall be possible without reaching over the main and vertical bus. 1. Bus shall be 98 %, conductivity copper with tin-plated joints. 2. Ground Bus shall be tin-plated copper of 98 percent minimum conductivity, with pressure connector for feeder and branch-circuit ground conductors, minimum size 1/4 by 2 inches. 3. Bus bracing shall be equal to the short circuit interrupting rating of the lowest rated non- used circuit breaker applied in the assembly. 4. MV clearances shall be maintained in all horizontal and vertical buses such that e insulation is not required. C5-4199-00 16351-4 1v1EDIUM-VOLTAGE: METAL- RO — 3/19/01 I?NCLOSED SWITCI-IGEAR r WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOUIRl 2.4 COMPONENTS A. Instrument Transformers: Comply with IEEE 057.13. 1. Potential 'Transformers: Coordinate mounting requirements for primary metering equipment furnished by local utility. 2. Current Transformers: Coordinate mounting requirements for primary metering equipment furnished by local utility. B. Microprocessor-based 3-phase relays shall be UL listed or UL—recognized, Siemens Model MMM, or approved equal. C. Control power transformer, single phase, with primary disconnect fuse 120/240 VAC secondary, internally mounted dry-type transformer with disconnect primary fuses, 15 kVA D. Furnish a continuous mimic-bus applied to front of switchgear, arranged in single-line diagram format, using symbols and lettered designations consistent with. approved Final mimic-bus diagram. Mimic-bus segments shall be coordinated with devices in switchgear sections to which applied, to produce a concise visual presentation of principal switchgear components and connections. 2.5 INTERRUPTER SWITCH AND FUSE ASSEMBLY tA. Load interrupter switches shall be three-pole, single throw, gang-operated stored energy type with quick-make, quick-break operation. I. Electrically operated from remote 120volt contacts in the SCADA system (DeviccNct). 2. Non-removable switch handle 3. Separate main and arcing contacts to provide maximum endurance for fault CIOSC and load interrupting duty 4. Arcing contacts shall be spring loaded so that on opening they break after the main contacts, oil closing they make after the main contacts. Arc interruption to take place in an interruption chute. 5. Auxiliary normally open contacts for indication of switch position (On-Off) to ereport to SCADA system. 054199-00 16351-5 MEDIUM-VOLTAGE METAL- RO— 3/19/01 ENCLOSED SWITCHGEAR r WALNUT STREET PUMP STATION CITY Or JEFFERSON, MISSOURI B. ruse Assembly: To be expulsion type. 1. Spares: Include three fuses in use and three spare fuses in storage clips in each switch. 2.6 PRODUCTION TESTING A. Perform production tests in compliance with ANSI C37 and NEMA SG 5 requirements. Provide certified test results. 2.7 UNITS REQUIRED A. Incoming Line: Qty 2 1. 3 - 15kV MCOV station class surge arrestors 2. Set of 1 voltage transformers, rated 120volts 3. Set of 1 current transformers rated 150:5 amperes 4. 1 Microprocessor-based 3-phase and ground overcurrent relay, ANSI Device 50/51, 5. Set cable lugs 1 per phase, clamp-type cable terminators for shielded type cable #4 size, 15 kV for bottom entry. B. Switches:Qty 2 1. Current rating:600 A 2. Space heater and thermostat 3. Close-couple connection to transformer with rigid bus 2.8 ACCESSORIES A. ruse-handling tool r B. Three spare power fuses C. Three spare control fuses for potential transformer and control power transformer. D. Spare Indicating Lights: One of each type installed. Pilot lights shall be cluster LED type. C54199-00 16351-6 MEDIUM-VOLTAGE METAL- RO— 3/19/01 ENCLOSED SWITC14GEAR WALNUT STREET PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI E. Touchup Paint: One-half pint of paint matching enclosure finish. PART 3 - EXECUTION 3.1 EXAMINATION AND INS'T'ALLATION A. General: Electrical contractor to install metal-clad switchgear in accordance with manufacturer's written instructions and the following specifications. B. Install and anchor switchgear in accordance with manufacturer's instructions. 3.2 CONNECTIONS A. Tighten bus joints, electrical connectors, and terminals according to manufacturer's published torque-tightening values. Install equipment grounding conductors for switchgear with ground continuity to main electrical ground bus. 3.3 FIELD QUALITY CONTROL A. Manufacturer's Field Services: Engage a facto ry-autho ri zed service representative to inspect field-assembled components, installation, and connection of switchgear; and to pretest and adjust switchgear components. Report results in writing. B. Testing: After installing switchgear and after electrical circuitry has been energized, demonstrate product capability and compliance with requirements. 1. Procedures: Perform inspections and tests specified below. Report values that do not meet manufacturer's written recommendations. Certify compliance with test parameters. 2. Switclhgear: Perform inspections and tests stated in NETA ATS, Section 7.1. 3. Instrument Transformers: Perform inspections and tests stated in NETA ATS, Section 7.10. 4. Surge Arresters: Perform inspections and tests stated in NETA ATS, Section 7.19. ' C. Remove and replace malfunctioning units with new units and retest. C5-4199=00 16351-7 MEDIUM-VOLTAGE METAL- RO— 3/19/01 ENCLOSED SWITCHGEAR WALNUT STREET PUMP ;STA'T'ION CITY Of JEFFERSON, MISSOURI 3.4 ADJUSTING AND CLEANING A. Set field-adjustable, protective-relay trip characteristics. B. Clean exposed surfacc,s using manufacturer recommended materials and methods. Touch-up damaged coating and finishes using non-abrasive materials and methods recommended by manufacturer. Eliminate all visible evidence ofrepair. 3.5 STARTUP SERVICES A. Engage a factory-authorized service representative for 1 day to perform startup service. B. Arrange and pay for services of factory-authorized service representative to conduct a minimum of 4 hours of training Owner's maintenance personnel on procedures and schedules for energizing and de-energizing, troubleshooting, servicing, and maintaining equipment schedules. C. Verify hat switch gear is installed and connected according to the Contract Documents. fY 6 b D. Verify that electrical control wiring installation complies with manufacturer's submittal by means of point-to-point continuity testing. Verify that wiring installation complies with requirements in Division 16 Sections. E. Complete installation and startup checks according to Manufacturer's written instructions. F. Schedule training with at least 7 days' advance notification. END OF SECTION 16351 C5-4199-00 16351-5 MEDIUM-VOLTAGE METAL- RO —3/19/01 ENCLOSED SWITCHHGEAR WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 16450 - GROUNDING PART 1 - GENERAL. 1.1 RELATED DOCUMENTS ' A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section. a1.2 SUMMARY A. This Section includes solid grounding; of* electrical systems and equipment. It includes basic requirements for grounding 11or protection of life, equipment, circuits, and systems. Grounding requirements specified to this Section may be supplemented in other sections of these Specifications. 1.3 RELATED SECTIONS A. The following Division 16 specification sections describe related work. 1. Division 16, Section "Basic Electrical Requirements." 2. Division 16, Section "Wires and Cables." 3. Division 16, Section "Electrical Boxes and Fittings." 4. Division 16, Section "Wiring Devices." 5. Division 16, Section "Panel boards," 6. Division 16, Section "Motor and Circuit Disconnects." 7. Division 16, Section "Medium-Voltage Metal-Enclosed Switchgear." 8. Division 16, Section "Individual Motor Controls and Auxiliaries." 9, Division 16, Section "Motor Control Centers." 10. Division 16, Section "Lighting." ' 1.4 REFERI1?NCES A. American National Standards Institute (ANSI): 1. ANSI C2 - National Electric Safety Code (NESC) B. American Society for Testing and Materials (ASTM): C5-4199-00 16450-1 GROUNDING RO—3/19/01 WALNUT STREET 1'UMl' ST'AT'ION CiTY OF JETFERSON, MiSSOURI I. ASTM 133 - Spccif ication 11or Soft or Annealed Copper Wire 2. ASTM 138 - Specification for Concentric-l..ay-Stranded Copper Conductors, Hard, Medium-I lard, or Soft 3. ASTM 1333 - Specification for 'finned Soft or Annealed Copper Wire fbr Electrical Purposes C. lnstitutc of Electrical and Electronic i ngincers 1. 11ME 81 - Guide fbr Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials ofa Ground System. D. National Fire Protection Association (NFPA): 1. NFPA 70 - National laectric Code(r) (NEC) 2. NFPA 780 - Lightning Protection Code E. Underwriters Laboratories (UL,): 1. UL 96 - Lightning Protection Components 2. UL, 467 - Orounding and 13011ding l;quipmcnt 3. UL 486A - Wire Connectors and Soldering Lugs for Use with Copper Conductors 1.5 SUBMITTALS A. General: Submit the l'ollowing in accordance with Conditions of Contract: 1. Submit product data for ground rods, connectors and connection materials, and grounding Fittings. 2. Submit material list with manufacturer data describing the material and showing; compliance with specifications, associated standards. and test requirements. 3. Submit product samples upon Engineer's request. 1.6 QUALITY ASSURANCE A. Provide prodUCtS SpeCIiICCI it] this Section that are listed zinc] labcIed as defined in NEC Article 100. B. Components and installation shall comply with Nf'C'. PART 2 - PRODUCTS 2.1 GROUNDING AND BONDING PRODUCTS C5-4199-00 16450-2 GROUNDING RO — 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI A. Products: Of types indicated and of sizes and ratings to comply with NEC. Where types, sizes, ratings, and quantities indicated are in excess of NEC requirements, the more stringent requirements and the greater size, rating, and quantity indications govern. B. Conductor Materials: Copper 2.2 WIRE AND CABLE CONDUCTORS A. General: Comply with Division 16, Section "Wires and Cables". Conform to NEC; 'fable 8, except as otherwise indicated, for conductor properties, including stranding. B. Equipment Grounding Conductor: Green insulated for #8 AWG and smaller. For #6 AWG and larger, black insulation may be used and identified, where exposed, with green electrical tape over the entire exposed length. C. Grounding Electrode Conductor: Stranded cable. D. Bare copper conductors shall conform to the following: 1. Solid Conductors: ASTM B3 2. Assembly of Stranded Conductors: ASTM B8 3. Tinned Conductors: ASTM B33 2.3 MISCELLANEOUS CONDUCTORS A. Ground Bus: Bare annealed copper bars of rectangular cross section. B. Braided Bonding Jumpers: Copper tape, braided No. 30 gage bare copper wire, terminated with copper ferrules. 1 C. Bonding Strap Conductor/Connectors: Soft copper, 0.05 inch (1.3 mnl) thick and 2 inches (50 mm) wide, except as indicated. 2.4 CONNECTOR PRODUCTS A. General: Listed and labeled as grounding connectors for the materials used. B. Pressure Connectors: I-ligh-conductivity-P lated units. ' C. Bolted Clamps: Heavy-duty units listed for the application. D. Exothermic Welded Connections: Provided in kit form and selected for the specific types, sizes, and combinations of conductors and other items to be connected. Welded connections shall be CADWELD(r) by ERICO, Incorporated (Solon, Ohio); C5-4199-00 16450-3 GROUNDING RO-- 3/19/01 r WALNUT STREET PUMP STATI()N CITY Oh JE"ITERSON, MISS011R1 thermOweld(r) , a Division of Continental Industries, Incorporated (Tulsa, Okla.); or equal. E. Aluminum-To-copper Connections: Bimetallic type, conforming to UL96 or UL467. 2.5 GROUNDING ELEC'fROD1'S A. Ground Rods: Copper-clad steel with high-strength steel core and electrolytic-grade copper outer sheath, molten welded to core. Size in accordance with Article 3.2 - Installation. B. Plate Electrodes: Copper plates; Inininlum 1/4 inch (8min) thick, 24 inch by 24 inch (600nnm by 600nnnl) in sire. PART 3 - EXECUTION 3.1 APPLICATION A. Equipment Grounding Conductor Application: Comply with NEC Article 250 For sizes r and quantities of equipment grounding conductors, except where larger sizes or more conductors are indicated. 1. Install separate insulated equipment grounding conductors with circuit conductors for feeders and branch circuits in addition to those location where required by NEC. 2. Busway Circuits: Install separate insulated equipment ground conductor from the ground bus in the switchgoar, switchboard, or distribution panel to the equipment ground bar terminal on the busway. 3. Nonmetallic Raceways: Install an insulated equipment ground conductor in all nonmetallic raceways. B. Underground Conductors: Bare, tinned, stranded copper except as otherwise indicated C. Signal and ColnlmllllicationS: For telephone, alarm, and communication systems. provide a #4 A WG Illlnlnlum green insulated copper conductor in raceway from the grounding electrode to each terminal cabinet or central equipment location. D. Separately derived systems required by NEC' to be grounded shall be grounded in accordance with NEC Section 250-26. , E. Metal Poles Supporting Outdoor Lighting Fixtures: Ground pole to a grounding electrode as indicated in addition to separate equipment grounding conductor run with supply branch circuit. C5-4199-00 16450-4 GROUNDING RO — 3/19/01 WALNUT STREET PUMP STATION CiTY OF JI F'FEMSON, MiSSOURI I . Connections to Lightning Protection System: Bond grounding; conductors or grounding conductor conduits to light1ling protection clown conductors or g,romiding conductors in compliance with NFJIA 780. G. Common Ground Bonding With Lightning Protection System: Bond electric power system ground directly to lightning protection system grounding conductor Ott closest point to electric service grounding electrode. Use bonding conductor sized same as system grounding; electrode conductor and installed in conduit. 3.2 iNSTALLATION A. General: Ground electrical systems and equipment in accordance with NEC requirements except where the Drawings or Specifications exceed NEC' requirements. B. Ground Rods: Locate a minimum of one-rod length from each other and at least the same distance from any other grounding electrode. Interconnect ground rods with bare conductors buried at least 24 inches (600mrn) below grade. Connect bare-cable grounding conductors to ground rods by means of exothermic welds except as otherwise indicated. Make these connections without damaging; the copper coating; or exposing the steel. Use 3/4-inch by 1041. (20mm by 3m) ground rods except as otherwise indicated. Drive rods until tops are 6 inches (I50mm) below finished floor or final grade except as otherwise indicate([. Where rock bottom is encountered that rod may be installed in accordance with NEC Section 250-52(c)(3). C. Route grounding; conductors along; the shortest and straightest paths possible without obstructing access or placing conductors where they may be subjected to strain, impact, or damage, except as indicated. D. Bond building steel, interior metal piping systems, frames and tracks of electric operated cranes and hoists, and metal air ducts to equipment grounding conductors of pumps, fans, electric heaters, and air cleaners serving individual systems. E. LJCer Ground: Fabricate with 4/0 [),ire copper conductor laid in excavation around foundation or footings. Install so conductor is within 2 inches (50mm) of the bottorri of the concrety. Bond conductor to reinforcing steel at four (4) locations, minimum. F. Furnish and install ground rod test wells for the purpose oftesting the grounding; system in accordance with Mvision 16, Section "Electrical TcAing and Installation Check- Out", part 3.6 on "Orounding Systems". C5-4199-00 16450-5 GROUNDING RO— 3/19/01 r ..jai WALNi. T STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 3.3 CONNECTIONS A. General: Make connections in such a manner as to minimize possibility of galvanic action or electrolysis, Select connectors, connection hardware, conductors, and connection methods so metals in direct contact will be galvanically compatible. 1. Use electroplated or hot-tin-coated materials to assure high conductivity and make contact point closer in order of galvanic series. 2. Make connections with clean bare metal at points of contact. 3. Aluminum -to-steel connections shall be with stainless steel separators and !Mechanical clamps. 4. Aluminum-to-galvanized steel connections shall be with tin-plated copper junipers and mechanical clamps. 5. Coat and seal connections involving dissimilar metals with inert material such as epoxy paint to prevent filture penetration ofmoisture to contact surfaces. B. Exothermic Welded Connections: Use for connections to structural steel and for undcrgroLlnd connections. Install at connections to ground rods and plate electrodes. Comply with manufacturer's written recommendations. Welds that are puffed up or that show convex surfaces indicating improper cleaning are not acceptable. C. Terminate insulated egUrpnlent grounding conductors for feeders and branch circuits with pressure-type grounding, lugs. Where metallic raceways terminate at metallic housings without mechanical and electrical connection to the housing, terminate each conduit with a grounding bushing. Connect grounding bushings with a bare grounding conductor to the ground bus in the housing. Bond electrically non-continuous conduits at both entrances and exits With grounding bushings and bare grounding conductors. D. Tighten grounding and bonding connectors and terminals, including screws and bolts. In accordance with n1a11U1.10111-cr's published torque tightening values for connectors and bolts. Where nlanLtlhctUrer's torquing requirements are not indicated, tighten connections to comply with torque tightening values specified in UL 486A. L. Coral press i ori-Type Connections: Use hydraulic compression tools to provide the correct r circumferential pressure For compression connectors. Use tools and dies recommended by the manufacturer of the connectors. Provide embossing die code or other standard method to slake a visible hicllcation that a connector has been adequately compressed on the ground conductor. F. Moisture Protection: Where insulated grounding conductors are connected to ground , rods or ground buses, insulate the entire area of the connection and seal against moisture penetration of'thc insulation and cable. C'54199-00 10450-6 GROUNDING RO —3/19/01 1 WALNUT STREET PUMP STA. TATION CITY OIL JEFFERSON, MISSOURI G. Test grounding conductors and grounding systems for continuity. Where continuity does not exist, remake connections or install jumpers and retest. Resistance shall not exceed 5 ohms; END O); SECTION 16450 - CS-4199-04 1 G45Q-7 GRQUNDING RO . 3/19/01 WALNUT STREET PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI SECTION 16461 —DRY-TYPE'1'RANSFORMI IZS (600 V AND LESS) PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following types of dry-type transformers rated 600 V and less, with capacities up to 1000 kVA: I. Two winding transformers. 2. Buck-boost transformers. 3. Control and signal transformers. B. The following specification sections describe related work: 1. Division 16, Section"Basic Electrical Requirements." 2. Division 16, Section "Electrical Testing and Installation Check-Out." 3. Division 16, Section "Raceways." 4. Division 16, Section "Wires and Cables." 1.3 REFERENCES A. ANSI/NEMA - ST 1 - Specialty Transformers. B. ANSI/NEMA ST 20 - Dry Type Transformers for General Applications. 1.4 SUBMITTALS A. Product Data Include rated nanieplate data, capacities, weights, dimensions, minimum clearances, installed devices wid features, and performance for each type and size of transformer indicated. B. Shop Drawings: Wiring and connection diagrams. C. Source quality-control test reports. D. Output Settings Reports: Record of tap adjustments specified in Dart 3. C54199-00 16461-1 DRY-TYPE TRANSFORMERS RO—3/19/01 (600 V AND LESS) WALNi. T STREET PUMP S`i'ATION CITY OF JE11�ERSON, MISSOURI 1.5 (QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with IEEE C 57.12.91. I} C. Energy-E=fficient Transformers Rated 15 kVA and Larger: Certified as meeting NE-'MA T1' 1, Class i efficiency levels when tested according to NEMA TP 2. 1.6 DELIVERY, S'10l,',AGE, AND HANDLING A. Store quid protect products in accordhunce with provisions of Division 16, Section "Basic Electrical Requirements". B. Store in a warm, dry location with uniform temperature. Cover ventilating openings to keep out dust. C. I-landle transformers using only lifting eyes and brackets provided for that purpose. Protect units against entrance of rain, sleet,or snow if handled in inclement weather. 1.7 COORDINATION A. Coordinate size and location of concrete bases. Cast anchor-bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 3. B. Coordinate installation of wall-mounting and structure-hanging supports. PART 2 - PRODUCTS 2.1 MANIIFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that rrray be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Acme L"lectric Corporation; Power Distribution Products Division. 2. Challenger Electrical 1? WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI 5. Cutler-Ilanlnler. 6. Federal Pacific Transtlormer Company; Division of Electro-Mechanical Corp. 7. GE Electrical Distribution & Control. S. l lanlnlond Co.; Matra Electric, Inc. c). MagneTek. 10, Micron industries Corp. 11, Siemens Energy & Automation, Inc. 12, Sola/Hevi-l:)uty I'llectric. 13. Square D/troupe Schneider NA. 12 MATERIALS A. I:hscription: Faetory-assembled and -tested, air-cooled units for 60-1-1z service. 13. Cores: Grain-oriented, non-aging silicon steel. C'. Coils: ('ontinuoits windings without splices, except for taps. 1. Internal ('oil Connect ioils: Brazed or pressure type. ?. Coil Material: Copper. 2.3 DISTRIBIJTION TRANS FORM I RS A. Comply with NEMA ST 20, and list and label is complying with UL 1561. B. Cores: Otie left per phase. (_% IT11Clo9ure: VClitilatell, NI:N,lA 250, Type 2. 1). Enclosure: Ventilated, dripprool, NEMA 250,1'ypc 2. F, Filelosure: Ventilated, rcintihht, Nil"-,a\lA 250,'Type 3R,stainless steel. I�. I:.nclosure: 'Totally ciiclosed, rumventilated, with lifting eyes, NEMA 250, Type 4X, stainless steel. 1 . Cora aild coil shall be enrapsulcitcd within resin compound, sealing out moisture and air, G. Incloor Transilormer FAiclosurc Finish: ('oniply with NEMA 250 for "Indoor Corrosion Protection." I. Finish Color: ANSI 61 gray. C5-4199-00 1040 1-3 DRY-TYPE TRANSFORMERS RO -- 3/19/0) (600 V AND LESS) WALNUT' S'1'1Z1?F;'[' I'LJMI' STATION CITY OV A-1-T[-RSON, MISSOURI 1-1. Outdoor'("rittlstut-t11et- f nclosurc finish: Comply with NEMA 250 for "Outdoor Corrosion Protection." I. finish Color: ANSI 61 gray. 1. insulation Class: 220 deg C, UL-component-recognized insulation system with a maximum of 150 (leg C rise above 40 deg C ambient temperature. .1. Taps for Transibrmers 25 kVA and Larger: Two 2.5 percent taps above and two 2.5 percent taps below normal full capacity. K. K-factor Rating: Transformers indicated to be K-filctor rated ,111111 comply with UL 1561 requirements for nonsinusoidal load current-iandling capability to the degree defined by designated K-Factor. 1. Unit shall not overheat when carrying (till-load current with harmonic distortion corresponding to designated K-Factor. 2. indicate value, of K-factor on transformer nameplate. L. Electrostatic Shielding: Each winding shall have an independent, single, tills-width copper electrostatic shield arranged to minimize inter•windin[, capacitance. 1. Arrange coil leads and terminal strips to minimize capacitive coupling between input and output terminals. 2. Include special terminal for grounding the shield. 3. Shield [?f7ectiveness: a. Capacitance between Primary and Seem dary Windings: Not to exceed 33 picofarads over a frequency range of 20 i-Iz to i MHz. b. Common-Mode Noise Attenuation: Minus 120 LIBA minimum at 0.5 to 1,5 k1-Iz, minus 65 dBA minimum at 1.5 to 100 k1 Iz. c. Normal-Mode Noise Attenuation: Minus 52 dBA minimum at 1.5 to 10 kHz. M. Wall Brackets: Manulacturer's standard brackets. N. Fungus Proofing: i'ermanent Fungicidal treatment for coil and core. O. Low-Sound-Level ZCgU11'Cn1e11tS: Minimum 01 3 dBA less than n NEMA, ST 20 standard sound levels when factory tested according to 117[71 (257.12.91. 2.4 BIJCIC-BOOST"]'IZANSI,'OIZMf31ZS A. Description: Self-cooled, two-winding dry type, rated 1101- continuous duty and with wiring terminals suitable for connection as autotranslormer. 'Transformers shall comply with NEMA ST 1 and shall be listed and labeled as complying with UL 506 or UL 1561. C5-4199-00 16401-4 DRY-TYPF? "TRANSFORMERS RO—3/19/01 (600 V AND LFESS) WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI B. Enclosure: Ventilated, NEMA 250,Type 2. 1. Finish Color: ANSI 61 gray. 2.5 CONTROL AND SIGNAL, TRANSFORMERS A. Description: Self-cooled, two-winding dry type, rated for continuous duty, complying with NEMA ST 1, and listed and labeled as complying with UL 506. B. Ratings: Continuous duty. If rating is not indicated, provide at least 50 percent spare capacity above connected peak load. 2.6 SOURCE QUALITY CONTROL A. "Pest and inspect transformers according to IEEE C57.12.91. B. Factory Sound-Level "Pests: Conduct sound-level tests on equipment for this Project. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine conditions for compliance with enclosure- and ambient-temperature requirements for each transformer. B. Verify that field measurements are as needed to maintain working clearances required by NFPA 70 and manufacturer's written instructions. C. Examine walls and floors for suitable mounting conditions where transformers will be installed. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install wall-mounting transformers level and plumb with wall brackets fabricated by transformer manufacturer. B. Install floor-mounting transformers level on concrete bases. 3.3 CONNECTIONS C5-4199-00 16461-5 DRY-TYPE TRANSFORMERS R0—3/1.9/01 (600 V AND LESS) WALNUT STREET PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI A. Ground equipment according to Division 16, Section"Grounding." B. Connect wiring according to Division 16, Section "Wires and Cables." C. Tighten electrical connectors and terminals according to manufacturer's published torque- tightening values. If manufacturer's torque values are not indicated, use those specified in UL 4 86A and UL 486B. 3.4 ADJUSTING A. Record transformer secondary voltage at each unit for at least 48 hours of typical occupancy period. Adjust transformer taps to provide optimum voltage conditions at secondary terminals. Optimum is defined as not exceeding nameplate voltage plus 5 percent and not being lower than nameplate voltage minus 5 percent. Submit recording and tap settings as test results, B. Adjust buck-boost transformers to provide nameplate voltage of equipment being served, plus or minus 5 percent,at secondary terminals. C. Output Settings Report: Prepare a written report recording output voltages and tap settings. END OF SECTION 16461 054199-00 16461-6 DRY-TYPE TRANSFORMERS RO—3/19/01 600 V AND LESS)�. WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 16470 - DRY-TYPE UNIT" SUBSTATION TRANSFORMER PART 1 - PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and General Provisions of Contract, including General and Supplementary conditions and Division 1 Specification Sections, apply to this Section. �I 1.2 SUMMARY A. This section provides the technical requirements for the design, manufacture, installation, and testing of dry-type secondary unit substation transformers. Provide all accessories and equipment as described herein and shown on Project Drawings as necessary for a complete installation. 1.3 RELATED SECTIONS A. Division 3, Section "Concrete Work." B. Division i 6, Section "Basic Electrical Requirements." C. Division 16, Section "Electrical Identification." D. Division 16, Section "Raceways." E. Division 16, Section"Electrical Testing and Installation Check-Out." F. Division 16, Section "Wires and Cables." G. Division 16, Section "Grounding." 1.4 CODES AND STANDARDS The ventilated dry-type transformers and protection devices in this specification shall be designed and manufactured according to latest revision of the following standards. A. IEEE 057.12.01, General Requirements for Dry-Type Distribution and Power Transformers Including Those with Solid Cast and / or Resin-Encapsulated Windings B. ANSI C57.12.51, Requirements for Ventilated Dry-Type Power Transformers, 501 KVA and Larger, Three-Phase with High-Voltage 601 to 34 500 Volts, Low Voltage 208Y/120 to 416OVolts MC54199-00 16470-1 DRY-TYPE UNIT SUBSTATION RO— 3/19/01 TRANSFORMER WALNUT STREET PUMP STATION CITY 01. JEFFERSON, MiSSOURI C. ANSI C57.12.01, Service conditions shall be as specified in Usual Service Conditions D. ANSI C57.12.55, Dry-Type Transformers in Unit Installations, Including; Unit Substations -Conformance Standard E. ANSViEEE C57.98, Impulse 'Pests, Guide for 'Transformer (Appendix to ANSI/IEEE 057,12.90) I.. ANSI/NFPA 70, National Electrical Code G. IEEE C57.12.91, 'Pest Code for Dry-Type Distribution and Power"Transformers Fl. IEEE C'57.94, Recommended Practice for Installation, Application, Operation and Maintenance of'Dry-Type General Purpose Distribution and Power Translbrmers 1. IEEE C57.96, Guide for Loading; Dry-Type Distribution and Power Transforrilers J. NEMA ST 20, Dry Type Transformers for General Applications K. American Society of'Testing aild Materials (ASTM) L. National Electrical Code (NEC) 1.5 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. B. Manufacturer's product information for materials, manufactured units, components, and accessories proposed. C. Submit shop drawings showing size, configuration, materials of construction, core design and electrical characteristics, temperature rise, coil design, dielectric withstand, enclosure, and calibration test data. D. Submit operation and maintenance manuals. I.6 QUALITY ASSURANCE A. The manufacturer shall have specialized in the design, manufacture and assembly of dry-type distribution transformers for a minimum of 10 years. B. The transformer shall be manufactured by a company, which is certified ISO 9001or ISO 9002 as a minimum, fbr design and manufacture of Power Dry Type Transformers. C54199-00 16170-2 DRY-TYPE UNiT SUBSTATION R0 — 3/19/01 TRANSFORMER WALNUT STREET PUMP STATION CITY Oh JEFFERSON, MISSOURI C. Unit substation transformer shall comply with the codes and standards as listed in Part 1.4 and specified in the following Sections. To ensure sufficient accuracy in the measured and calculated data the test system accuracy requirements listed in ANSI 057.12.01 Table 3 shall be met as a rninimum. 1,7 DELIVERY , STORAGE, AND HANDLING A. Store and protect products in accordance with provisions Division 16 Section "Basic Electrical Requirements". B. Store in a warm, dry location with uniform temperature. Cover ventilating openings to keep out dust. C. Handle transformers using only lifting eyes and brackets provided for that purpose. Protect units against entrance of rain, sleet, or snow if handled in inclement weather. PART 2 - PRODUC'T'S 2.1 MANUFACTURERS A. Provide transformers by one of the following,: 1, Siemens Energy & Automation 2. Square "D" 3. Cutler-Hammer 4. Or equal. 2.2 TECHNICAL REQUIREMENTS A. Construction 1. The transfornicr shall be of dry type Vacuum PressUre Impregnated (VPI) construction, the preferred open-wound dry type technology, and shall be mounted in a suitably ventilated outdoor enclosure. '? Primary terminations shall be bus connection inside transformer enclosure for close-coupling to high voltage load interrupter switches. 3. Secondary terminations shall be cable connection in air-filled terminal chairtber. B. Core Design I. The transformer core shall be constructed of high-grade non-aging silicon steel laminations with high magnetic permeability and low hysteresis and eddy current losses. Magnetic flux densities are to be kept well below the saturation point. The core laminations shall be clamped together with heavy steel members. C. 'Temperature Rise C54199-00 16470-3 l:)RY-TYPE UNIT SUBSTATION R0 -- 3/19/01 TRANSFORMER WALNUT S`1'REET PUMP STATION CITY OF JE FFERSON, MISSOURI 1. The average temperature rise of the transformer windings shall be rated at 80°C and shall be built utilizing Class 220°C' insulation, regardless of the temperature rise specified. The transformer shall not exceed the specified temperature rise when the unit is operated continuously at full nameplate rating. The transformer shall be capable of carrying 100°/o of the nameplate rating in a 30°C average, not to exceed 40°C maximum ambient in any 24-hour period. D. Coil Design 1. The high voltage and low voltage windings shrill be uon strutted using copper conductors. The conductors shall be insulated with 220°C insulation. 2. Transformer windings, insulation class 2.5 kV (2400v) and above, shall be wound using; copper wire conductors. The high voltage winding shall be wound over the low voltage winding with sufficient mechanical bracing to prevent movement during fault conditions and sufficient solid Class 220°C insulation to isolate the high voltage winding; dielectric potential from the low voltage windings. 3. Paps, Transformer primary winding shall have four 2-1/2 percent full capacity taps; two above and two below rated nominal voltage. No load tap connections shall be made by re-connectable links on the face of the primary winding and shall be located behind removable panels on the front of transformer enclosure. Taps shall be for de-energized operation only. E. Core and Coil Assembly 1. After installation of windings on core and stacking of'the top yoke core steel, core and coil assembly is to be secured with a rigid frame. Primary and secondary coordination bus assemblies, as required for connection to associated switchgear are to be of welded or bolted construction. 2. Furnish transformer secondary with double. taps per phase and factory-installed mechanical lugs to accommodate the two 1200 ampere feeds to the two separate MCCs as shown on Drawings. F. Vacuum Pressure Encapsulation Process 1. Each coil assembly shall be vacuum pressure impregnated in polyester varnish. The VPI process shall apply a one (1) cycle polyester protective shield of varnish to the coils shall effectively impregnate the entire core and coil assembly that results in a unit which is virtually impermeable to moisture, dust, dirt, salt air and other industrial contaminants. The totally assembled core and coils and all clamping structure and bus work shall then be dried at atmospheric pressure in an oven through which hot air is continuously circulated. Then, given a dip and bake cycle of'polyester varnish, and cured in a time baking cycle in a hot air circulating oven. G. Dielectric Withstand 1. The impulse rating; of the transformer must equal or exceed the basic impulse level specified by ANSI for the applicahle voltage class. The basic impulse level C5-4199-00 16470-4 DRY-TYPE UNIT SUBSTATION R0-- 3/19/01 TRANSFORMER WALNUT STREIs"i' PUMP STATION CITY OF JEFFERSON, MISSOURI shall be inherent to the winding design and is to be obtained without the use of supplemental surge arrestors. I.1. Vibration Isolation 1. The transformer shall have vibration isolation pads installed between core and coil assembly and enclosure base structures to prevent the transmission of structure borne vibration. 1. Enclosure I. The enclosure shall be constructed of heavy gauge sheet steel and shall be finished in ANSI 61 paint color applied using in electrostatically deposited dry powder paint system. All ventilating openings shall be in accordance with NEMA and the NE-C standards fin• ventilated enclosures. The base of the enclosure shall be furnished with ground pads located on opposite diagonal corners. The base shall have jacking pads and shall be constructed of heavy steel m members to permit skidding or roiling in any direction. The core shall be visibly grounded to the enclosure frame by means of a flexible grounding strap. 2. Transformer shall be certified to meet Uniform Building Code (UBC) Zone 2 seismic requirements with seismic table validation. 3. Outdoor enclosures shall be certified and constructed to withstand a 110 mph wind load test and shall provide NEMA 31Z protection against rain, sleet and external ice construction. 4. Transformer secondary shall have a pull box, minimum of 20" wide, with wire bending space adequate to meet UL and NEC: requirements. Secondary feed to be two separate 1200 amp, 100% rated ieccis to tow separate motor control centers as shown on Drawings. Pull box shall be factory-furnished and not constructed in the field. J. Nameplate 1. "Transformer shall be furnished with a non-corrosive diagrammatic nameplate per ANSI C57.12.01, permanently attached with non-corrosive hardware. The diagrammatic nameplate shall include the name of the transformer supplier as well as the location where the transformer was manufactured and tasted. K. 'Ternperature Rise I. Transformer shall be an 80°C rise unit and shall be capable of continuous operation at 25% above nameplate rating. This overload capability would be achieved on the AA and FA rating; and shall be accomplished by allowing the transformers' ultimate rise to be 150°C. ' 2.3 Factory Tests A. After completion, transformer shall undergo the following routine production tests per ANSI 057.12.01 and ANSI C57.12.91. 'Testing shall be accomplished using calibrated test equipment, which have recorded accuracy traceable to National Institute of C5-4199-00 16470-5 DRY-TYPE' UNIT SUBSTATION R0— 3/19/01 TRANSFORMER WAL.NUI' STRI3IsT PUMP STATION CITY OF JEFFERSON, MISSOURI Standards Technologies (NISI). Certification of Calibration shall be provided with test reports to Owner at time of shipment of transformer. 1. Megger 2. Ratio 3. Resistance 4. Phase relation S. Load Loss, Impedance and Regulation 6. No Load Loss aid Excitation Current 7. 100% QC I III[ILI ISC Test 8. Applied Potential Test 9. Induced Potential Test B. In addition to routine testing, a 100% QC Impulse test shall be performed on transformer with results furnished to Owner at time of shipment. C. Provide certiflcd production test reports for transformer. 2.4 Accessories A. Standard transformer accessories shall include: 1. Diagrammatic instruction nameplate 2. Provisions for lifting and jacking 3. Removable case panel for access to HV taps 4. Continuous copper ground bus. S. Line voltage adjustment taps, 2 - I"CAN and 2 - FCBN, All at 2 1/2/0 6. Load side fuses required, two per phase at 1000 ampere, expulsion type 100 percent rated. B, Documentation for Owner's review: 1. Outline, nameplate and connection diagram drawings. 2. lnsthllation/Operation/Maintenance Manual 3. Certified Production Test Report(s) containing minimum information per ANSI CS7.12.91 PART 3 - EXECUTION 3.1 INSTALLATION A. Install transformer as shown on Project Drawings and in accordance with manufixcturer's Instruction/Installation Manual. B. Coordinate transformer work with ally utility service requirements and in accordance with Division 16, Section "Basic Electrical Requirements". C5-4199-00 16470-6 DRY-TYPE UNIT SUBSTATION RO— 3/19/01 TRANSFORMER WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI C. Provide concrete pad with sufficient structural support and install transformer in accordance with local codes and standards. Concrete pad requirements should be coordinated with transformer manufacturer. Refer to structural drawings for construction details. D. Grounding should be per Project Drawings, Division 16, Section "Grounding", and in accordance with local codes and standards and in compliance with the NEC. 3.2 TESTING A. After transformer is installed and after electrical circuitry has been energized, demonstrate product capability and compliance with manufacturer's installation instructions. B. Field-testing shall be conducted in accordance with Division 16, Section "Electrical Testing and Installation Check-Out", as required for final acceptance. ® END OF SECTION 16470 C5-4199-00 16470-7 DRY-TYP.E UNIT SUBSTATION R0— 3/19/01 TRANSFORMER WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 16481 —INDIVIDUAL MO'FOR CONTROLS AND AUXILIARIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS MA. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. S1.2 RELATED SECTIONS A. The following specification sections describe related work: 1. Division 16, Section "Basic Electrical Requirements." 2. Division 16, Section "Wires and Cables." 3. Division 16, Section "Electrical Boxes and Fittings." 4. Division 16, Section "Grounding." 5. Division 16, Section"Electrical Identification." 6. Division 16, Section"Motor and Circuit Disconnects." 1.3 REFERENCES A. ANSI/NEMA ICS 6—Enclosures for Industrial Controls and Systems B. NEMA ICS 2 —Industrial Control Devices, Controllers, and Assemblies 1.4 DESCRIPTION OF WORK A. The extent of motor starter work is indicated on drawings and/or specified in other specification sections. 1.5 SUBMITTALS A. Submit manufacturer's data on motor starters. B. Submit control-wiring diagrams for each magnetic motor starter. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Magnetic and manual starters: Allen-Bradley Cutler Hammer Fumas C54199-00 16481-1 INDIVIDUAL MOTOR CONTROLS RO— 3/19/01 AND AUXILIARIES WALNUT STREET PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI Square D Or equal 2.2 GENERAL A. All motor starters provided shall be NEMA rated, no half sizcs, and shall be sizes, types, and with features as indicated, or as required by the equipment to be controlled. B. Provide all magnetic starters with hand-off-auto switches, momentary contact pushbuttons, pilot lights, and control circuit translorniers as indicated on the Drawings. 2.3 MAGNETIC STARTERS A. Provide alternating-current starters of N1?MA types, sizes, ratings, and features indicated in NEMA 12 enclosures for indoor electrical room, NEMA 3R for outdoor installations and NEMA 4x for any installations near the process unless indicated otherwise. Equip starters with solid state type overload relays. B. Provide door-mounted switches, push buttons, and push-to-test cluster LED type indicator lights on all controllers or separate enclosure doors as indicated by Drawings. Such equipment will be rated NEMMA 4X for installations in process areas. Verify type of control devices, switches, and auxiliary relays required with approved equipment submittals and with the Engineer. 2.4 MANUAL STARTERS A. Provide single-phase manual motor starters, oI'sizes and ratings indicated. Equip with q p manually operated quick-make, quick-break toggle mechanisms and one- piece melting alloy type thermal units. Starter to become inoperative when thermal unit is removed. Enclose starter in NEMA Type 4/4x enclosure suitable for surface mounting. 2.5 MISCELLANEOUS A. Control devices such as push buttons, selector switches, and hand switches mounted local to operating equipment as shown on the electrical and/or instrumentation drawings are furnished as part of this Section. PART 3 - EXECUTION 3.1 INSTALLA'T'ION A. Install motor starters in accordance with equipment manuf;►ctt.trers' instructions. 3.2 CLEANING C5-4199-00 1611{1-2 INDIVIDUAI. MOTOR CONTROLS RO — 3/19/01 AND AUXILIARIES WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI A. Clean and paint scratched or marred surfaces to match original finish. 3.3 TESTING A. Test each starter, including all control devices, for proper operation. Make corrections as necessary. B. Perform acceptance testing as described in these specifications. END OF SECTION 16481 C54199,-00 16481-3 INDIVIDUAL MOTOR CONTROLS RO'=3/1 9/0l AND AUXILIARIES WALNUT STREET PUMP S'T'ATION CITY OF JEFFERSON, MISSOURI SECTION 16482 --MOTOR CONTROL CENTERS PART 1 - GENERAL, 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Furnish and install 480 VAC motor control centers (MCC) as shown on the Drawings and specified herein. ' 1.3 RELATED SECTIONS A. The following specification sections describe related work: 1. Division 13, Section "Control Panels." 2. Division 16, Section "Basic Electrical Requirements." 3. Division 16, Section "Raceways." 4. Division 16, Section "Wires and Cables." 5. Division 16, Section "Grounding." 6. Division 16, Section "Transient Voltage Suppression." 1.4 REFERENCES A. Institute of Electrical and Electronic Engineers (IEEE): 1. IEEE 344 — Recommended Practice for Seismic Qualification of Class lE Equipment for Nuclear Power Generating Stations. r2. IEEE 519 -•• Harmonic Voltage Distortion B. National Electrical Manufacturers Association (NEMA): 1. NEMA 200 - Enclosures for Electrical Equipment (1000 Volts Maximum). 2. NEMA AB 1 - Molded Case Circuit Breakers. 3. NEMA ICS 2 - Industrial Control Devices, Controllers and Assemblies. 4. NEMA ICS 2.3 - Instructions for the Handling, Installation, Operation, and Maintenance of Motor Control Centers. 5. NEMA ICS 6 - Enclosures fbr Industrial Control and Systems. C5-4199-00 16482-1 MOTOR CONTROL CENTERS RO—3/19/01 WALNUT STREFT PUMP .STATION CITY OF .1171'1 RSON, MISSO Ultl C. National Fire Protection Association (NI PA): 1. NFPA 70 - National Electric Code00 (NEC). D. Underwriters Ltihoratories (UL): 1. LJL 198C - High-interrupting-Capacity Fuses, Current-Limiting Types. 2. UL 198E - Class R Fuscs. 3. UL 845 - Motor Control Centers. 4. UL 486A -Wire Connectors and Soldering Lugs for Use with Copper Conductors. 5. UL 561,6— Variable Frequency Drive E. CE Listing 1. CE EN50088 I-] — General Emissions Standard 1.5 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. B. Product data for each s p roduct and component specified. p P 1 C. Shop drawings for each MCC including dimensioned plans and elevations and component lists. Show ratings, including short-time and short-circuit ratings, and horizontal and vertical bus ampacities. D. Schedule of features, characteristics, ratings, and factory settings of individual MCC units. E. Wiring Diagrams: Interconnecting wiring, diagrams pertinent to the class and type specified for the MCC. Schematic diagram of each type of controller unit indicated. l F. Maintenance data for MCCs, for inclusion in Operating and Maintenance Manuals specified in Division 1 and in Division 16, Section "Basic Electrical Requirements." c ' 1.6 QUALITY ASS[IRANCE A. Provide MCCs that are listed and labeled as defined in NEC Article 100, B. Product Selection for Restricted Space: The Drawings indicate maximum dimensions for MCCs including clearances between MCCs and adjacent surfaces and items and are based on the types and models indicated. MCCs of other manufacturers having equal performance characteristics and complying with indicated maximum dimensions may be considered. C5-4199-00 16482-2 MOTOR CONTROL CENTERS RO—3/19/01 WALNUT STREET PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI C. Motor control centers shall comply with NEMA Standards Publications No. ICS-2-322, UL Publication UL-845, and the National Electrical Code. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver in shipping splits of lengths that can be moved past obstructions in delivery ;path. B. Store so condensation does not occur on or in MCCs. Provide temporary heaters as required to prevent condensation. C. Handle MCCs in accordance witli NEMA ICS 2.3. Use factory-installed lifting provisions. 1.8 EXTRA MATERIALS A. Spare Fuses: Furnish three (3) spares of each type and rating of fuse and Risible devices required. B. Spare Indicating Lights: Furnish four(4) of each type required. C. Touch-Up Paint: Furnish one (1) half-pint container. D. Keys: Furnish three (3) each to the Owner. o � PART 2 - I RODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance wit11 requirements, provide products by the following: 1. CenterlineT111 Bulletin 2100, manufactured by Allen-Bradley Company, Incorporated (Milwaukee, Wis). 2. Model 95 Plus, mallUllictured by Siemens Energy & Automation, Incorporated (Wendell, N.C.). 3. Model 6, manufactured by Square D Company (Palatine, 111.). 4. Series,2100, manufactured by Westinghouse & Cutler-Hammer Products, Eaton Corporation (Pittsburgh, Penn.). 5. Or equal. C5-4199-00 16482-3 MOTOR CONTROL CENTERS R 0—3/19/01 WALNUT S'T'REET PUMP STATION CITY OF JEFFERSON, MISSOURI 1.2 MANUFACTURI R'S 11EiLD SERVICE A. Provide services of manuf'acturer's representative for two days to check completed motor control center installation instruct and train the Owner's appointed representative, and supervise equipment start-up for each motor control center. B. Manufacturer's representative shall field-calibrate and test the proper operation under load of motor control center equipment as required. C. If for any reason attributable to difficulty with equipment and manufacturer's representative is required for a longer period of time to accomplish successful start-up, equipment manufacturer shall bear complete costs for time and materials. D. Manufacturer shall also, after completion of installation and acceptance by the Owner, provide any service incidental to proper performance of equipment for a period of one year without additional charge to the Owner. 1.3 MOTOR CONTROL CENTERS A. Wiring Classification: NEMA ICS 2 Class I, Type BT. B. Standards 1. The motor control center shall be constructed to meet or exceed the requirements within NEMA ICS2-322, UL198E, UL845, CSA, and IEC 439-1 for motor control centers. The motor control centers shall be designed, manufactured, and tested in facilities registered to ISO9001 quality standards. 2. 'File motor control center enclosure for MCC-300 and MCC-400 shall be NENVIA Type 12, cabinet type, deadfront, free standing construction with Bottom Plates. Any gasketing shall be closed cell neoprene material. Open cell gasketing shall not be acceptable. The motor control center shall be NEMA Class I, Type B-T in accordance with NEMA ICS 2. 3. DeviceNet is called out as the interconnection method for the Plant Supervisory Data Acquisition system, refer to Division 13, Section "Supervisory Control System." DeviceNet system wiring connections within the motor control center shall be furnished and installed by the motor control center manufacturer. C. Construction Gcneral I. Vertical Sections a. The vertical sections Shall be 90" (2286 mill) high and 20" (508 mm) deep, except sections containing large VFDs and soft start starters. b. Vertical sections shall have internal base mounting angles at the bottom and external lifting angles at the top running continuous within each shipping block. Lifting eyelets at the top are not acceptable. C54199-00 16482-4 MOTOR CONTROL CENTERS e RO —3/19/01 WALNUT STIZEI T PUMP S`I"ATION CITY Or JEFFERSON, MISSOURI C, The motor control center shall be fabricated from smooth select steel sheets shaped and reinforced to form rigid freestanding structures. Metal thickness for enclosures shall not be less than specified in NEMA ICS 6 without exception. d. Vertical edges of sections exposed to view shall be so fabricated and bolted that the joints will not pass a 1.6 millimeter(1/16 inch) gage. C. Each structure shall be designed for addition of future sections required. Individual compartments shall be isolated from adjacent compartments. f. All equipment contained in the motor control center shall be accessible from the front of the vertical sections. g To minimize (lie chance of fault propagation to adjacent sections, each vertical section shall have side sheets extending the full height and depth of the section. 2. Wireways a. Horizontal wireways of standard sections, both top and bottom, shall be not less than 6" (152.4 mm) high. b. The wireway opening between sections shall have rounded corners and the edges shall be rolled back. C. The vertical wireway shall be approximately 4.4" (111.76 mm) wide. d. A permanent vertical wireway wall shall separate the units from the vertical wireway, and remain intact even when the units are removed. If a permanent wireway wall can not be provided, the bars shall be included in each vertical wireway. e. All control wire shall be Lll./CSA approved. f. Standard control wire shall be #14AWG minimum, stranded, copper, gray, dual-rated type XLPE (3 173) 125 degree C, SIS 90 degree C. g. Current transformer circuits shall utilize #12AWG minimum wire with the same characteristics as above. Provide shorting blocks for all current transformers. h. Terminal blocks shall be mounted within each unit, not in the vertical wireway. On non-plug-in (frame mounted) units, terminal blocks need not be pull-apart-style. On plug-in units, control terminal blocks shall be pull- apart style. i. Provide each section with horizontal wiring compartments at top and bottom having removal)](- covers. j. Line and load lugs sized to accommodate the size, type, and number of conductors shown on the Drawings shall be furnished by the MCC manufacturer. Unless specifically noted otherwise conductor sizing is on accordance with 75 degree C tables. Power wiring terminations of multiple conductors in a same screw type lug shall not be permitted. D. Motor Control Centers MCC-300, MCC-400 1. The motor control center shall be service entrance rated for a 480 Volts, 3-phase, 60 Hertz, 3-wire system with an available fault current bracing of 50 kA. Each C54199-00 16482-5 MOTOR CONTROL CENTERS RO — 3/19/01 WALNUT STREET PUMP STA"PION CITY OF .iI FFI17RS0N, MISSOURI short circuit protective device shall be rated to interrupt this fault current. Provisions for terminating a neutral wire at the MCC need not be provided. 2. Incoming Line Compartments a. The main circuit breaker vertical section shall be bottom entry. The main breaker shall be sized to support a 1200 A horizontal bus bar for the MCC, with the size and quantity of incoming cables shown on the drawings. b. Main breaker shall be cyuipped with ground fault protection. The motor control center shall he service entrance labeled. 3. Power Bus Bars a. The power bus system shall be supported, braced, and isolated by a bus support molded of a high strength, non-tracking; glass-filled polyester material. Bus bracing shall be rated to withstand the fault current listed in 2.1, D, 1 of this specification, but shall not be rated less than 50 kA (rms symmetrical). b. 'The horizontal bus shall be continuously braced within each section. It shall be copper/tin plated and rated 1200A continuous based on 50 deg. C maximum temperature rise in 40 deg. C ambient. Both ends of the horizontal bus shall have at least two (2) bolts. C. The vertical bus shall be continuously braced and sandwiched in a glass- Filled polyester molding. T'he bus shall be isolated from the user via a red non-metallic molded cover. d. The vertical bus shall be copper with the sarne plating as the horizontal bus, and shall accommodate plug-in loads totaling up to 600A. e. The vertical bus shall be connected to the horizontal bus with two (2) bolts, and cacti bolt shall be independently capable of handling the load. f. Provide a Surge Suppression System with circuitry provided to monitor the status of all incoming phase conductors. The Surge Suppression System shall be protected by a filled disconnect switch and shall be rated to provide a minimum of 160kA per phase of surge current protection, in accordance with Division 16, section Transient Voltage Suppression". The unit shall be provided with one green light as an on status indicator, and one set of do contacts rated at. 4A. 120 VAC, for remote monitoring of protection status. g. Provide a power bus splice kit to connect units together as shown on one line diagram. 4. Ground 13us Bars a. The horizontal ground bus bar sliali be tin-plated copper and located in the bottom horizontal %vireway the bill width of the MCC. The size of the horizontal ground bus shall be ''/W" x 2" (6.4 x 50.8 nini). b. A full clamp-type solderless copper or copper alloy lug for No. 4/0 AWG stranded copper cable shall be provided at each end of the bus for connection to the station grounding system. 054199-00 16412-6 MOTOR CONTROL CENTERS RO— 3/19/01 WALNUT STRE=ET PUMP STATION CITY OF ,1FF ERSON, MISSOURI C. A grounding stab ~hall be provided on each plug-in unit, such that the stab engages onto a copper vertical ground bus prior to the power stabs engaging. 5. Isolation and Insulation a. The stab opening shall not allow entry of a '/z" (13 mm) diameter rod. 6. Individual Units a. Unit Mounting 1) Aftcr insertion. each plug-in unit shall be held in place by a latch that is located at the front of the unit. Multi-turn latches requiring more than ten (10) turns per latch shall not be acceptable. 2) The unit assembly, except main circuit breakers, full section units, and auxiliary control devices, shall be drawout type removed from the front, without rear access or disturbing other units in the control center assembly, 3) All drawout type unit assembles shall have positive guide rail system to ensure ahgnnmcnt of connection to vertical bus. 4) Plug-in stabs shall be mounted in polyester molding at the rear of the unit. Wiring from the unit disconnection means to the plug-in stabs shall be routed into this molding such that the wiring is not exposed at the rear of the unit. 5) The unit door shall be fastened to the stationary structure (not the unit itself), so that the door can be closed when the unit has been removed. The door shall be hinged on the left-hand side so that it opens away from the vertical Nvircway. 6) Units shall have short-circuit current ratings equal to or greater than the short-circuit current rating of the MCC section. 7) Units in MCC's with Type B or C wiring shall be equipped with pull- apart terminal strips or drawout terminal boards for external control connections. 8) OvereurrCnt Protcctive Devices: Provide types of devices with features, ratings, and circuit assignments indicated. individual feeder tap twits through 225 A rating shall be installed on drawout nwuntings with connectors that automatically line up and connect with vertical section buses while being racked into their normal energized positions. 9) Spaces and Blank Units: Compartments fully bussed and equipped with guide mils or equivalent, ready for insertion of drawout units. 10) Spare Units: Type, sizes, and ratings as indicated, and installed in compartments indicated "spare". 11) All pilot light units shall be push-to-test type with lens colors as specified or shown on the drawings. 054199-00 16482-7 MOTOR CONTROL CENTERS RO—3/19/01 t� WA(aNl l'I' S7'ItLsi '1' Pl1Ml' STATION CI'T'Y OF JEFFERSON, MISS(N IRI b. Disconnecting Means 1) The operator handle of all units shall be interlocked with the MCC frame, so that a unit insert can not be withdrawn or inserted when the operator is in the ON position. 2) Each renlovahlc unit shall have provision for padlocking in a position N in which it is disconnected from the vertical bus although not removed front the stationary structure. c. Solid State Motor Starters 1) The motor control center shall include the Allen-Bradley Bulletin 150 "MC Dialog Plus, or approved equal, solid state controller units capable of motor soft start control. 2) The motor control circuit shall be connected to the bus bar with a circuit breaker sired for the horsepower of the motor (300 hp). Fast- acting, solid state protecting type loses shall also be provided to protect SMC. 3) The soft starter shall have the I10I1owing 16,1tures: u) Rated operating voltage: 490 V, 3 phase, 60 I-iz b) Rated operating current: 360 A (300 1-11') c) Repetitive Peak Inverse Voltage: 480 — 1400 V d) Selectable Solt Start 'Times: 2, 5, 10, 20, 25 & 30 seconds e) Selectable Initial 'Torque Values: 0 — 90% Full Load Torque f) DV/D T Protection: RC Snubber Network g) "Transient Voltage Protection: Metal Oxide Varistors (220 joules (iD 480 V) h) Fault C'UrrCnt Interrupting Rating: 42 kA rnls i) Resistance to Vibration: 2.5 G for 60 minutes 30 G for 1 I minutes j) Solt starters shall he by-passed on "RI IN". 4) The sol't starter will he sized to match the horsepower rating of the motor which it controls. 5) The soft starter shall have a green Push-to-Pest pilot light, and a hand- 0l'1`-auto selector switch withposition indicator contact installed in the door ol'starter unit, devices shall be heavy duty, oiltight rated NI.:MA 12. In the auto mode, the starter will be controlled through a DeviceNet network. 6) The soft starter shall contain a three-pole electronic thermal overload relay sired For the 1,011 load current ol•the motor. The soft starter shall have 1last acting SCR fusing sized for the full load amperage of the motor. 7) Motor Protective Dcvices a) The 150 SN,1C Dialog Plus Soft Starter shall include an Allen- 13111dley Bulletin 825 Smart Motor Manager, or approved equal, capable of providing voltage fault protection to the motor starting Circuit. C5-4199-00 16482-8 MOTOR CONTROL CENTERS RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOIJRI b) Tile voltage fault protector will have the following features: Operating Voltage: 480 V, 3 phase, GO I-ir PnwCl' ('olltiUillpt1011: 13 VA Output Relay Contacts: l NO and 1 NC Single Line LCD l"ault Indicator LEI) Reset Trips c) The voltage fault protector shall have adjustable settings for the following parameters: Rated Motor Current (le): 0.5 —2000A Locked Rotor Current: 2.5 — 12 times le Locked Rotor 'Time: 1 •- 600 seconds d) The motor protection device shall include the following; protective functions, which de-energize the starter in case of a fault: Thermal Overload Asyinnietry / Phase Loss: 5 - 80% 1ligh Overload / Stalling: I — 6 times Ie Underlo"Id: 25 — 100`;% Underload Delay: 0— 240 seconds Oround l-ault: W— 100% Start 'I'inlc Monitoring: 1 — 240 seconds Limited Number of Starts/I-Ir: I — 10 Short Circuit: 4 -- 12 times le Phase Sequence I (6) 100 ohrn Platinum R'I'D Inputs from Motor c) The protector shall be located on the load side of the motor circuit diseonnect. f) The protector operation shall have a repeatability of 4.1 percent of set point, nlaximum, and a dead band of 2 percent maximum. d. I-VNR Motor Starters 1) NEMA-rated, drawout, combination, magnetic type with disconnect device, starter, c:orrtrol power transformer and solid-state type overload relays with ratings and sires as shown on the Drawings. Starters shall he ('Lill-size rated. Half--size ratings and IEC-rated starter traits are not acaceptable. 2) Control power- transicrriners shall have a VA rating at least twice the sealed VA ot'tllc starter, and shall include dual prinlary fuses with one secondary leg fused and the other leg grounded. 3) lnterposing relays shall be provided for all size 3 and larger starters. 4) Disconnect Devices: Provide Thermal magnetic circuit breaker with discotlneeting and short circuit protection. CS-4199-00 16482-9 MOTOR CONTROL CENTERS RO — 3/19/01 WALNUT STIM 'T PUMP STATION CI'T'Y OF JEFFEMSC)N, MISSOURI 5) Each starter shall have a green Push-to-Test pilot light and a hand-off- auto selector switch with position indicator contact, installed in the door ot'stancr unit, devices shall be heavy duty, oiltight rated NEMA 12. The starter will be controlled through a DeviceNet network. Pilot lights shall be cluster LI?1) type. C. Feeder Units 1) Feeder units shall be rated For 50kA (rms symmetrical). Circuit breakers shall provide overload and instantaneous short circuit protection. Drawout stale assemblies and primary conductors for each individual unit shall have continuous current-carrying capacity greater than frame rating of connected breaker or current rating of switches. Refer to the Drawings for sire and rating. ['. Variable Frequency AC [)rive: 1) The motor control center shall include Allen-Bradley Bulletin 21631' Combination 1336F Plus II Variable Frequency AC Drive with Circuit Breaker or approved equal. Drives shall be Pulse Width Modulation (I'WN4) adjustable frequency and voltage output type. 2) The motor circuit shall be connected to the power bus bar with a circuit breaker sired for the horsepower of'the motor (140 hp). Drive shall be arranged 1m- variable torque application (cc 1 rifi►ga[ pump). 3) The Variable frequency Drive shall have the following features as required by equipment described in Division 11, Section "Submersible Sewage PUMPS": Rated operating volta 1e: 480 V 3 - 1 �. 1, , _ phase., 60 }Iz Frame and rated operating current: frame 17, 180 amperes Protected to: Line transients up to 6000Volts peak per current C62.41 . Power RidC-111111 15 milliseconds at Full load Logic COMI-01 1Zicic2--Th111 0.5 seconds minimum, Load 1�eactor 2 seconds typical Drive & nptiunal cLlui[amcnt shall meet (lie requirements of IEEE 519 for harmonic distortion levels. Drive shall also meet EN 50081-1 I'm 1'1/11 [:missions measured at the Service l"ntrance as point of cornmun connection. By-pass Contactor with motor branch fusing High lnterruhting Capacity Circuit Breaker C5-4199-00 10482-10 MOTOR CONTROL CENTERS RO— 3/19/01 WALNUT STREET PUMP STATION CiTY OF JEFFERSON, MISSOURI Control Circuit 'I't'anSl0rnier with extra 300 VA capacity ` Thermal Overload Relay RTD Protection Module, for monitoring up to (8) motor mounted RTD's (100ohni platinum) Green "RUN" push-to-test type pilot light in the door Amber "OVERLOAD" pusli-to-test type pilot light in the door White "CON'T'ROL POWER ON" push-to-test pilot light in door Amber "FAULT" push-to-test type pilot light in the door Human Interface Module, door mounted in Bezel Programmer/Control with Digital Pot. �I Auto/Manual S.S. (Speed Reference) in the door Hand/OfiYAuto S. S. in the door In the auto mode, the drive will be controlled through a DeviceNet network.. 4) Contractor shall furnish and install VFD with proper surge suppression on all 4-20MA input and output signal lines. Refer to Division 16, Section "Transient Voltage Suppression." E. Documentation 1. Wiring diagrams shall be provided inside each unit. The diagrams shall show the exact devices inside the unit and shall not be a generic diagram. 2. The manufacturer's unit wiring diagrams, elevation drawings, and floor plan shall be available for review prior to placement of the order. F. Finishes I. Provide acrylic baked enamel paint finish for steel parts, except plated parts used for ground connections. 2. Pre-treat painted finish areas with hot alkaline cleaner followed by iron phosphate treatment and non-chronic scaler. 3. For uniform paint coat, apply 1),lint using eiectro-de osition process. 4. Paint color shall be ANSI 1149 medium light gray. G. Source Quality Control 1. Check each bolted splice and torque tighten. Wiring requiring field connections shall be tagged or labeled. 2. Factory testing shall be in accordance with NEMA ICS-2 and UL Standard 845. 3. Provide certified test reports on MCC and major components. PART 2 - EXECUTION 2.1 INSTALLATION C54199-00 16482-11 MOTOR CONTROL CENTERS RO— 3/19/01 WALNUT' S'i'Rf ET PUMP STATION CITY OF .II;l'F1-1160N, MISSO U1t1 A. General: Install MCCs in accordance with NC;MA iCS 2.3 and with the manufacturer's written installation instructions. B. Anchor each MCC assembly to steel-channel sills arranged and sized in accordance with manufacturer's recommendations. Attach by tack welding or bolting. Level and grout sills flush with MCC nlc,untintt suriiicc. 4 2.2 CONCRETE BASi.?S , A. General: Where a nienlbrane-watcrproolcd floor or pressure slab is indicated under the MCC location, or elsewhere as indicated, provide a concrete foundation pad. Install 4- inch (i 00-iTIt11) high sills oil the pad as speci tied above. e� E. Dorm concrete equipment bases Ming fra I'll irig lunibcr with form release compounds. Locate as indicated and construct 4 inches (100 illill) larger in both directions than supported unit. Chamfer top edges and corners. C. Install reinforcing bars, and place anchor bolts and sleeves using manufacturer's installation template. D. Place concrete and allow to cure heitore installation of equipment. E. Remove temporary lifting eyes, channels, brackets, and temporary blocking of moving parts from MCC units and components. 2.3 IDEN'T'IFICATION A. identify field-installed wiring and coiniporlents old provide warning signs. Q. Operating Instructions: I"ranlc printed operating instructions for MCCs, including control sequences, and emergency procedure. Fabricate frame of metal and cover instructions with clear plexiglass cower. Mount on front of'MCCs. 2.4 CONNECTIONS A. Tighten MCC bus joint bolts and electrical connector and terminal bolts in accordance b with manufacturer's installation instructions and torque-tightening values. N\'here manufacturer's torque values are not stated, use those specified in UL 486A. �. 2.5 INSPECTION AND "TESTING A. Prior to beginning work, inspect areas and conditions under which motor control centers are to be installed. Do not proceed with work until unsatisfactory conditions have been corrected. C5-4199-00 16482-12 MOTOR CONTROL CENTERS 110 —3/19/01 WALNUT STREET PUMP STATION CITY OF 3ECFEMSON, MiSSOiIRI B. Field Quality Control: 1. Prior- to cnergimtion o('motor control centers, Meggar all power circuits with all circuit breakers open. Measure phase-to-phase and phase-to-ground insulation resistances. Record data and submit. t 2. Check all equipment grounds for continuity. 3. Remove all blocking material used for shipment. 4. Check motor overload relays (or proper current range, in accordance with motor nameplate fuli load amperes. Adjust relays for manual reset. 5. Check motor starter and control relay coils for proper operating voltage. 6. Check all auxiliary contacts fur correct arrangement (N.O. or N.C.) 7. Test each pole of'starter for 1reedorn from grounds. 8. Check all fuses circuit breakers for proper rating. 9. Check connectors for tightness. 10. With motor disconnected, energize control circuits and test for correct operation. 11. Prior to energization of circuitry, check control center equipment ground continuity, electrical circuits for continuity and for short circuits. 12. Lost all overcurrent and short circuit protective device settings. 2.6 CLEANING A. Inspect interior and exterior of MCCs. Remove paint splatters and other spots, dirt, and debris. Touch up scratches and mars of finish to match original finish. 2.7 DEMONSTRATION A. 'Training: Arrange and pay for the services of factory-authorized service representatives to demonstrate MCCs and train Owner's maintenance personnel. B. Training: Conduct a minimum of 4 hours of training in operation and maintenance as specified in Section 01700 - Project Closeout. Include training relating to equipment operation and maintenance procedures. C. Schedule training with at least 7 days' advance notification. END OF SECTION 16482 C5-4199-00 16482-13 MOTOR CONTROL CENTERS RO— 3/19/01 WALNUT STREET PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 16500 - LIGHTING - 1 AR'I l GEN ERAL 1.1 RELATED DOCUMEN'rs A. Drawings and general provisions of*the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following, products: 1. Lighting Fixtures 2. Lamps 3. Ballasts 4. Sockets 5. Lighting Control Panel 6. Photocell Relays 7. Contactors 1.3 RELATED SECTION A. The following specification section~ describe related work: 1. Division 16, Section "Basic I3lec,trical Requirements." 2. Division 16, Section "Wires and Cables." 3. Division 16, Section "Wiring Devices." 4. Division 16, Section "Grounding." 1.4 SUBMITTALS A. Submit manufacturer's data on lighting fixtures. Submit complete photometric characteristics on proposed substitutions. B. Submit list of lamps proposed including manufacturer's name and catalog number. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. See specific product. C5-4199-00 16500-1 LIGHTING RO -3/19/01 WALNUT' S'T'REET PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI 2.2 FIXTURES A. See Lighting Fixture Schedule. See drawings for details. B. Provide lighting fixtures of sizes, types, ratings, and with accessories and features indicated. Substitutions must be of equal quality and photometric performance and similar in appearance to specified fixtures. C. Fixtures shall be complete with lamps, ballasts, and all parts, and accessories required for installation and proper operation. D. Fixtures mounted outdoor:. exposed to weather, shall be UL listed for wet location. 2.3 LAMPS A. See Lighting Fixture Schedule on Drawings. B. Manufacturer: Sylvania, General Electric, Phillips, or equal 2.4 BALLASTS A. Fluorescent ballasts: Solid state electronic high-power factor, premium Class P type, with automatic resetting protector. Provide constant wattage type ballast for high- intensity discharge fixtures. Replace noisy ballasts at no cost to Owner. 2.5 SOCKETS A. Position-oriented type lampholder sockets for metal halide lamp. 2.6 PHOTOCELL RELAY A. Dusk to dawn site lighting will be controlled by a single photocell as shown on E-04 of the Drawings. 2.7 POLES AND POLE BASES A. Provide poles as indicated on drawings. Unless indicated otherwise, poles shall be 30 P €� P feet high, square steel, painted to match lighting fixture. Size poles as required to support fixtures installed in wind speeds up to 100 miles per hour. C54199-00 16500-2 LIGHTING RO- 3/19/01 WALNUT STIi.rET PUMP STATION CITY OF JEFFERSON, MISS01JR1 B. Provide pole bases as required fOr local soil conditions. Pale base details on drawings are minimum requirements only. Contractor shall employ a civil/structural engineer to verify that pole base installed is adequate (c)r pole/fixture assembly at site location. PART 3 - EXECUTION 3.1 COORDINATION A. Locations of fixtures on Electrical Drawings are diagrammatic. Coordinate space conditions with other trades before installation of,fixtures. 3.2 INSTALLATION A. Provide rigid support for fixtures. Do not mount fixtures and supports to or in contact with ducts or pipes. Mount ballasted fixtures mounted to structural steel on neoprene sound absorption pads to attenuate ballast noise. B. Install interior lighting fixtures at locations and heights as indicated on drawings and in accordance with fixture manufacturers' instructions. Fasten fixtures securely to structural support and ensure that pendant-nwunted fixtures are plumb. C. Coordinate with structural members, piping and ductwork locations for interferences and notify Engineer of any interference that cannot be avoided by minor adjustments in location. Fixtures are to appear to be as evenly spaced as possible. D. Demonstrate to Engineer the lighting g controls are functional. b b 3.3 TARGETING A. Target adjustable fixtures. 3.4 CLEANUP AND R.ELAMPINO A. Before final acceptance of electrical ,vork in all or any part of the building, clean bottoms, trim, reflecting surfaces, lenses, baffles, reflector cones and lamps of lighting fixtures. Mask trims and bottoms of lighting fixtutres to protect fixture during construction. Ensure lamps installed are exactly as specified flor each fixture type. Replace burned out or inoperative lamps and inoperative ballasts in fixtures before building is accepted by Owner so lighting fixtures are in operating condition. END OF SECTION 16500 C5-4199-00 16500-3 LIGHTING RO— 3/19/01