Loading...
HomeMy Public PortalAboutORD14081 • BILL NO. 2006-47 SPONSORED BY COUNCILMAN Martin ORDINANCE NO. //-/99/ AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH KCI CONSTRUCTION, INC. FOR CONSTRUCTION OF THE GREEN MEADOW PUMP STATION . WHEREAS, KCI Construction, Inc. has become the apparent lowest and best bidder on the Green Meadow Pump Station project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of KCI Construction, Inc. is declared to be the lowest and best bid and is hereby accepted. Section 2.The Mayorand City Clerk are hereby authorized to execute an agreement • with KCI Construction, Inc. for construction of the Green Meadow Pump Station. 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: oY/v0 Approve o� esiding Officer Mayor A EST: APPRO AS TO ORM: P� ' ' y� 'Clty Clerk City Counselor • BIDDING AND CONTRACT DOCUMENTS GREEN MEADOW PUMP STATION for CITY OF JEFFERSON, MISSOURI 1 ' BIDDING AND CONTRACT DOCUMENTS GREEN MEADOW PUMP STATION ' for ' CITY OF JEFFERSON, MISSOURI 1 March 2006 PX MATHAI � ' IZ= NUMBER Alt r ` �E-�2/2655 4? ' E's !D'��►�coBS ' Jacobs Civil Inc. 501 North Broadway Saint Louis, Missouri 63102 1 GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI TABLE OF CONTENTS t , Section Titte 00020 Invitation to Bid ' 00100 Instructions to Bidders 00300 Bid Form 00411 Bid Bond&Bid Forms ' 00500 Agreement 00600 Bonds and Ccrtificales 00610 Performance Bond ' 00620 Payment Bond 00700 Standard General Conditions of the Construction Contract 00800 Supplementary Conditions 00820 Federal and State Requirements 00840 Index for Construction Forms DIVISION 1 —GENERAL REQUIREMENTS 01100 Summary 01310 Project Management And Coordination 01320 Construction Progress Documentation 01322 Photographic Documentation 01330 Submittal Procedures 01400 Quality Requirements 01420 Reference Standards 01500 Temporary Facilities and Controls 01600 Product Requirements ' 01700 Execution Requirements 01720 Field Engineering 01731 Cutting And Patching ' 01732 Selective Demolition 01740 Warranties And Bonds 01770 Closeout Procedures DIVISION 2—SITEWORK 02110 Site Clearing 02120 Tree Protection and Trimming 02140 Dewatering 02160 Excavation Support Systems ' 02161 Temporary Excavation Support 02220 Building Excavation and Fill 02221 Utility Trench Excavation and Backfill 02230 Microtunneling 02480 Landscape Work 02622 Vitrified Clay Pipe(VCP) for Microtunneling 02700 Sewerage and Drainage 02830 Chainlink Fence 02950 Pavement Replacement C5X61900 00010-1 TABLE OF CONTENTS 110—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON,MISSOURI 'FABLE OF CONTENTS Section Title ' s DIVISION 3—CONCRETE 03310 Concrete Work DIVISION 4—MASONRY 04810 Unit Masonry Assemblies ' DIVISION 5—METALS 05120 Structural Steel , 05300 Metal Roof Decking 05500 Metal Fabrications 05511 Metal Stairs DIVISION 6—WOODS AND PLASTICS 06100 Rough Carpentry 06105 Miscellaneous Carpentry DIVISION 7—THERMAL AND MOISTURE IIIZOTEC 1ON 07531 EPDbI Membrane Roofing 07620 Sheet Metal Flashing and Trim ' 07920 Joint Sealants DIVISION 8—DOORS AND WINDOWS 08111 Standard Steel Doors and Frames 08331 Overhead Coiling Doors 08710 Door Hardware DIVISION 9—FINISHES 09900 Painting ' DIVISION 10—SPECIALTIES 10200 Louvers and Vents , 10520 Fire-Protection Specialties DIVISION I I —EQUIPMENT 1 11100 Wastewater Pumping Equipment 11120 Sump Pumps 11130 Flap Gate 11150 Hydroxyl Ion Fog Odor Control System DIVISION 12—FURNISHINGS '. Not Used CSXG1900 00010-2 TABLE OF CONTENTS RO—8/29/05 GREEN MEADOW PUMP S'T'ATION CITY OF JEFFERSON,MISSOURI ;. TABLE OF CONTENT'S Section Title DIVISION 13—SPECIAL FQUIPMENT 13100 Lightning Protection System ' 13410 Basic Control Instrumentation Materials and Methods 13420 Instruments 13430 Control Panels ' 13450 Supervisory Control System 13455 Programmable Logic Controllers 13460 Radio System DIVISION I4—CONVEYING EQUIPMENT 14100 hoists and Monorails 14200 Jib Crane DIVISION 15—MECHANICAL 15050 Basic Mechanical Materials 15060 Hangers and Supports 15075 Mechanical Identification 15220 Process Water and Waste Piping 15221 Ductile Iron Process Piping :# 15222 Carbon Steel Process Piping 15223 PVC Process Piping 15229 Process Piping Equipment and Valves 15230 Combination Sewage Air Valves . DIVISION 16—ELECTRICAL 16010 Basic Electrical Requirements 16030 Electrical Testing and Installation Check-Out 16110 Raceways ' 16120 Wires and Cables 16130 Electrical Boxes and Fittings 16140 Wiring Devices 16160 Panelboards 16170 Motor and Circuit Disconnects 16190 Supporting Devices ' 16195 Electrical identification 16289 Transient Voltage Suppression 16300 Medium Voltage Cable ' 16450 Grounding 16461 Dry Type Transformers 16482 Motor Control Centers 16500 Lighting C5X61900 OOO10-3 TABLE OF CONTENTS RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 'TABLE OF CONTENTS `'?.: • ' Section Title APPENDIX A TECHNICAL STREET SPECIFICATIONS BY TIME CITY OF JEFFERSON, MISSOURI t DRAWINGS (Bound Sepurntely) END OF SECTION 00010 ' 4'r„ f r >`l r A Sf 1 C5X61900 000104 TABLE OF CONTENTS ' RO—8/29/05 t GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOUIU ' DOCUMENT 00020-INVITATION TO BID Notice is hereby given that The City of Jefferson,Missouri,the Owner,will receive sealed Bids tit the office of ' the Purchasing Agent, 320 East McCarty Street,Jefferson City, MO 65101 until 1:30 p.m. local time on the 18th day of April,2006,at which time Bids will be publiclyopened and read aloud in the Council Chambers for the following project: Green Meadow Pump Station,City of Jefferson, Missouri. The work to be done gencra llyconsistsof the fallowing: Constructing new Green Meadow Pump Sintionwith n three-pump or four-pump system with a firm capacity of 1800 gpm when pumping in series, associated clectricaland mechanical work,demolition of two pump stations,and constmctingapproximately3,800lineal feet of 10"through 24"gravity sewers and approximately 2,300 lineal feet of 12" force main. This project will be financed through the Missouri State Revolving Fund,established by the salcof Missouri ' Water Pollution Control bonds and Federal Capitalization Grants to Missouri. Neither the Missouri Department of Natural Resources, its divisions, nor its employees will be u party to the contract at any ticr. ' Any Bidder whose firm or affiliate is listed on the GSA publication titled"List of Parties Excluded from Federal Procurement or Non-Procurement Programs" is prohibited from the bidding process; bids received from a listed party will be deemed non-responsive. ' A Bid securityin the amount of five percent ofthe Bidder's maximum Bid Price is required, Bidding Documents may be obtained by Subcontractors,Suppliers,and prequalified Bidders from the Issuing Office, which is the office of the Wastewater Utilities Division within the Department of Community Development at 320 East McCarty Street, Jefferson City, Missouri 65101 at a non-refundable charge of $150.00 for cacti set. Bidding Documents may also be examined at the following locations: ' • Office of the Owner-Jcfferson City Wastewater Division,2320 Hyde Park Road,Jefferson City,MO 65109 • OMcc ofthe Engineer—Jacobs Civil Inc.,501 North Broadway,St.Louis,MO 63102 • McGraw Mill Construction Dodge/AGC,6330 Knox Industrial Drive,St, Louis,MO 63139 • Recd Construction Data, 30 Technology Parkway South,Suite 500,Norcross,GA 30092 • AGC of Missouri, 1221 Jefferson Street,Jefferson City, MO(www.isgll,eoan ) ' • The Builder's Association, 3632 West Truman Blvd.,Jefferson City, MO 65109 • The Builders Association,2103 Burlington Street, Suite 300, Columbia, MO 65202 ' Bidders on this work will be required to comply with President's Executive order No. 11246. Requirements for Bidders and Contractors under this order are explained in the specificatims, At least 2 percent of the contract amount shall be expended for Minority Business Enterprises. The Owner reserves the right to reject any or all Bids and to waive all infarmalitiesnot involvingprice,timeor changes in the Work. 1 A prebid conference will be held in the Small Conference Room of City Hall, 320 East McCarty, Jefferson City, Missouri 65101 on the 4th day of April, 2006 at 10:00 a.m. local time. ' C5X61900 00020-1 INVITATION TO BID RO—3/6/06 GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI j.. . . CITY OF JEFFERSON & Ms.Tee y St he'nson ' Purchasing Agent END,OF DOCUMENT 00020 1 � ;1 1t � C5X6I900 00020-2 INVITATION TO BID RO—316106 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI INDEX FOR INSTRUCTIONS TO BIDDERS ' ARTICLE I -DEFINED TERMS.....................................................................................................I........................ 1 ' ARTICLE 2-COPIES OF BIDDING DOCUMENTS............................................................... I ARTICLE 3-QUALIFICATIONS OF BIDDERS..................................................................................................:. 1 ARTICLE 4-EXAMINATION OF BIDDING DOCUMENTS,RELATED DA'T'A,AND SITE...........................2 ' ARTICLES-PRE-BID CONFERENCE...................................................................................................................4 ARTICLE 6-AVAILABILITY OF LANDS FOR WORK,ETC.............................................................................4 ARTICLE 7-INTERPRETATIONS AND ADDENDA...........................................................................................5. ARTICLE8-BID SECURITY..................................................................................................................................5 ' ARTICLE 9-CONTRACT TIMES...........................................................................................................................5 ARTICLE 10-LIQUIDATED DAMAGES..............................................................................................................6 ARTICLE 11-SUBSTITUTE AND"OR-EQUAL"ITEMS....................................................................................6 ARTICLE 12-SUBCONTRACTORS,SUPPLIERS AND OT I IERS......................................................................6 ARTICLE 13-PREPARATION OF BID..................................................................................................................7 ' ARTICLE 14-BASIS OF BID;EVALUATION OF BIDS......................................................................................8 ARTICLE 15-SUBMITTAL OF BID......................................................................................................................8 ARTICLE I6-MODIFICATION AND WITHDRAWAL OF BID..........................................................................8 ARTICLE 17-OPENING OF BIDS.......................I....................... 9 ARTICLE I8-BIDS TO REMAIN SUBJECT'TO ACCEPTANCE........................................................................9 ARTICLE I9-AWARD OF CONTRACT................................................................................................................9 ARTICLE 20-CONTRACT SECURITY AND INSURANCE.............................................................................. 10 ARTICLE 21 -SIGNING OF AGREEMENT.........................................................................................................10 ARTICLE 22-MISSOURI SALES TAX EXEMPTION.........................................................................I........1..... 10 ' ARTICLE 23-SMALL,MINORITY,WOMEN'S AND LABOR SURPLUS AREA BUSINESSES.................. I 1 ARTICLE24-WAGE RATES................................................................................................................................ 12 ARTICLE 25-PERIODS OF EXCESSIVE UNEMPLOYMENT.......................................................................... 12 ' ARTICLE 26-"BUY AMERICAN'PROVISIONS............................................................................................... 12 ARTICLE 27-MISSOURI PRODUCTS................................................................................................................ 12 ' ARTICLE 28-MISSOURI FIRMS.........................................................................................................................12 ARTICLE 29-DEBARRED,SUSPENDED,AND VOLUNTARILY EXCLUDED FIRMS............................... 12 ' ARTICLE 30-SMALL BUSINESS OPPORTUNITY--*......... ..............",......" ........ l3 C5X61900 00100-i INSTRUCTION TO BIDDERS ' RO-316106 ' GREEN MEADOW PUMP S'T'ATION CITY OF JEFFERSON, MISSOURI DOCUMENT 00100 - INS'T'RUCTIONS TO BIDDERS ARTICLE I -DEFINED TERMS ' 1.01 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof. 1 A. Bidder-The individual or entity who submits a Bid directly to OWNER. ' B. Issuing Office - The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. ' C.• Successfid Bidder - The lowest responsible Bidder submitting a responsive Bid to whom OWNER(on the basis of OWNER's evaluation as hereinafter provided)makes an award. D. Owner—City of Jefferson, Missouri E. Engineer—Jacobs Civil Inc. ' . ARTICLE 2 -COPIES OF BIDDING DOCUMENTS 2.01 Complete sets of the Bidding Documents in the number and for the non-refundable sum, if any, stated in the Advertisement or Invitation to Bid may be obtained from the Issuing Office. 2.02 Complete sets of Bidding Documents must be used in preparing Bids; neither OWNER nor ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. ' 2.03 OWNER and ENGINEER in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for ' any other use. ' ARTICLE 3 -QUALIFICATIONS OF BIDDERS 3.01 To demonstrate Bidder's qualifications to perform (lie Work, in addition to the information requested with the Bids, within five days of OWNER's request Bidder shall submit written ' evidence such as financial data, previous experience,present commitments and other such data as may be requested. 1 CSX61900 00100-1 INSTRUCTION TO BIDDERS ' RO—8/29/05 GREEN MEADOW PUNT' STATION ' CITY OF- JEFFERSON, MISSOURI AR'T'ICLE 4—EXAMINATION OF BIDDING DOCUMENTS, RELATED DATA, AND SITE 4.01 Subsurface and Physical Conditions r A. The Supplementary Conditions identify: , I. Those reports of explorations and tests of subsurface conditions at or contiguous to the Site [lie ENGINEER has used in preparing the Bidding Documents. 2. Those drawings of physical conditions in or relating to existing surface and ' subsurface structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in paragraph 4.01.A will be made available by ' OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions has been , identified and established in paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions or information contained in such reports or ' shown or indicated in such drawings. 4.02 Underground Facilities ' A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to OWNER and ENGINEER by owners of such Underground Facilities, including OWNER, or others. Bidder shall be responsible for Underground Facilities as indicated in paragraph 4.04 of the General Conditions. B. Copies of reports and drawings referenced in paragraph 4.02.A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is ' entitled to rely as provided in paragraph 4.06 of the General Conditions has been identified and established in paragraph 4.06 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" ' or any other data, interpretations, opinions or information contained in such reports or shown or indicated in such drawings. 4.03 Hazardous Environmental Condition ' A. The Supplementary Conditions identify those reports and drawings relating to a , Hazardous Environmental Condition identified at the Site, if any, that ENGINEER has used in preparing the Bidding Documents, B. Copies of reports and drawings referenced in paragraph 4.03.A will be made available by ' OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4.06 of (lie General Conditions has been identified and established in paragraph 4.06 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" C5X61900 00100-2 INSTRUCTION TO BIDDERS ' RO—8/29/05 ' ' GREEN MEADOW PUMP s'fATION CITY OP JEFFERSON, MISSOURI or any other data, interpretations, opinions or information contained in such reports or shown or indicated in such drawings. 4.04 Provisions concerning responsibilities far the adequacy of data furnished to prospective Bidders ' with respect to subsurface conditions, other physical conditions and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in Paragraphs 4.02, 4.03 and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in Paragraph 4.06 of the General Conditions. 4.05 On request, OWNER will provide Bidder access to the site to conduct such examinations, investigations, explorations, tests,and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests and studies. 4.06 Reference is made to Section 0 t 100-Summary for identification of the general nature of other work that is to be performed at the Site by OWNER or others (such as utilities and other prime ' contractors) that relates to the Work for which a Bid is to be submitted. On request, OWNER will provide to each Bidder for examination access to or copies of Contract Documents (other than portions thereof related to price) for such other work. 4.07 It is the responsibility of each Bidder before submitting a Bid to: A. examine and carefully study the Bidding Documents, including any Addenda and other ' related data identified in the Bidding Documents; B. visit the site and become familiar with and satisfy Bidder as to the general, local and Site conditions that may affect cost, progress, and performance of the Work; C. become familiar with and satisfy Bidder as to all federal, state and local Laws and ' Regulations that may affect cost, progress,or performance of the Work; D. carefully study all 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 carefully study all reports and drawings of ' a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions; ' E. obtain and carefully study (or assume the responsibility for doing so) all 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 any specific means, methods,techniques,sequences, C5X61900 00100-3 INSTRUCTION TO BIDDERS ' RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON,MISSOURI and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto; ' F. agree at Ore time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for , performance of the Work at the bid price and within the times and in accordance with the other terms and conditions of the Bidding Documents; G. become aware of the general nature of the work to be performed by OWNER and others ' at the Site that relates to the Work as indicated in the Bidding Documents; I.I. correlate 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. promptly give ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the ' written resolution thereof by ENGINEER is acceptable to Bidder; and J. determine that the Bidding Documents are generally sufficient to indicate and convey , understanding of all terms and conditions for the performance of the Work. 4.08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given , ENGINEER written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and ' convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 —PRE-BID CONFERENCE ' 5.01 A pre-Bid conference will be held at the time and location noted in the Invitation to Bid. , Representatives of OWNER and ENGINEER will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. ENGINEER will transmit to all prospective Bidders of record such Addenda as ENGINEER considers necessary in response to , questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. ARTICLE G—AVAILABILITY OF LANDS FOR WORK, ETC. , 6.01 The Site is identified in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by CONTRACTOR. CSXG 1900 00100.4 INSTRUCTION TO BIDDERS ' RO—8/29/05 ' ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents. ' ARTICLE 7- INTERPRETATIONS AND ADDENDA 7.01 All questions about the meaning or intent of the Bidding Documents are to be directed to ENGINEER at Jacobs Civil Inc, 501 North Broadway,St. Louis, MO 63102 Attention: Mr. Susan P.K. Mathai; telephone: (314) 3354572; Fax: (314) 335-5141. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by ENGINEER as having received the Bidding ' Documents. Questions received less than ten days prior to tine date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Bidder' list can be obtained from the ' Bidding Documents issuing office only: telephone: 573-634-6410. 7.02 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. ' ARTICLE 8—BID SECURITY 8.01 A Bid must be accompanied by Bid security made payable to OWNER in an amount of five percent of Bidder's maximum Bid price and in the form of a certified or bank check or a Bid Bond on the form attached issued by a surety meeting the requirements of paragraphs 5.01 and 5.02 of the General Conditions. 8.02 The Bid security of Successful Bidder will be retained until such Bidder has executed the Contract Documents, fumislned the required contract security, and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award, OWNER may annul the Notice of Award and the Bid security of that Bidder will be forfeited. The Bid security of other Bidders whom OWNER believes to have ' a reasonable chance of receiving the award may be retained by OWNER until the earlier of seven days after the Effective Date of the Agreement or 61 days after the Bid opening, whereupon Bid security famished by such Bidders will be returned. ' 8.03 Bid security of other Bidders whom OWNER believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening. ARTICLE 9 -CONTRACT TIMES ' 9.01 The number of days within which, or the dates by which, the Work is to be (a) Substantially Completed and (b) also completed and ready for final payment are set forth in the Bid Form and the Agreement. C5X6I900 00100-5 INSTRUCTION TO BIDDERS RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OP JEFFERSON, MISSOURI ARTICLE 10— LIQUIDATED DAMAGES 10.01 Provisions for liquidated damages, if any, are set forth in the Agreement. ' ARTICLE I I -SUBSTITUTE AND "OR-EQUAL' ITEMS , 11.01 The Contract, if awarded, will be on the basis of materials and equipment specified or described ' in the Bidding Documents, or those"or-equal' materials and equipment approved by ENGINEER and identified by Addendum. The materials and equipment described in the Bidding Documents establish a standard of required type, function and quality to be met by any proposed "or-equal' , item. No item of material or equipment will be considered by ENGINEER as an "or-equal' unless written request for approval has been submitted by Bidder. The burden of proof of the merit of the proposed item is upon Bidder. 11.02 No requests for approval of substitute materials or equipment, as defined in the General Conditions, will be permitted during the bidding process. Substitutes will be considered only alter the Effective Date of the Agreement, in accordance with the procedures in the General ' Conditions. 11.03 Provisions of this article shall only be available to qualified Bidders of the entire project. They , shall not be available for subcontractors, materialmen, or suppliers. If a qualified Bidder wishes to propose an "or equal' item for any item requested in the Bidding Documents, or dispute or protest any provision contained in the specifications, such requests must be filed no later than two weeks from the initial advertisement for Bids. The request shall be filed with the City in triplicate directed to the Purchasing Division, who shall forward a copy to the Wastewater Utilities Division within the Department of Community Development and the Law Department. Any ' request for an "or equal' approval, or protest or dispute of a provision, shall include a detailed basis upon which the qualified Bidder relies for asserting its protest or request, all information required under Condition 6.05 of the General Conditions and the specific contract provision or provisions relating to the protest or request. Within 14 days of the date of receipt of the protest or , request for"or equal' determination, the City, through its Wastewater Utilities Division Director, shall review the claim and take one of the following actions: 1. Deny the protest or dispute or deny the request. ' 2. Agree to the request or protest and issue appropriate addenda to a qualified Bidders. All decisions of the Wastewater Utilities Division Director under this provision shall be final. ARTICLE 12 -SUBCONTRACTORS,SUPPLIERS AND OTHERS ' 12.01 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, , individuals, or entities to be submitted to OWNER in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so , requested, shall submit to OWNER a list of all such Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by OWNER. If OWNER or ENGINEER, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, OWNER C5X61900 00100.6 INSTRUCTION TO BIDDERS RO—8/29/05 ' ' GREEN MEADOW PUMP STATION CITY OF 3WERSON, MISSOURI 16 may, before the Notice of Award is given request apparent Successful Bidder to submit a r substitute, without an increase in Bid price. 12.02 If apparent Successful Bidder declines to make any such substitution, OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual,or entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to 1 revocation of such acceptance alter the Effective Date of the Agreement as provided in paragraph 6.06 of tine General Conditions. ' 12.03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom CONTRACTOR has reasonable objection. ' ARTICLE 13 -PREPARATION OF BID 13.01 The Bid form is included with the Bidding Documents. Additional copies may be obtained from the Issuing Office. ' 13.02 All blanks on the Bid form shall be completed by printing in black ink or by typewriter and the Bid signed. A Bid price shall be indicated for each Bid item listed therein. 13.03 A Bid by a corporation shall be executed in the corporate name by the president or a vice- president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. 13.04 A Bid by a partnership shall be executed in the partnership name and signed by a partner(whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 13.05 A Bid by a limited liability company shall be executed in the name of(lie firm by a member and ' accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown below the signature. ' 13.06 A Bid by an individual shall show the Bidder's name and official address. 13.07 A Bid by a joint venture shall be executed by each joint venturer in the manner indicated on the Bid form. The official address of the joint venture shall be shown below the signature. 13.08 All names shall be typed or printed in black ink below the signatures. ' 13.09 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form, 13.10 The address and telephone number for communications regarding the Bid shall be shown. C5X61900 00100-7 INSTRUCTION TO BIDDERS RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 13.11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the ' Contract. Bidder's state contractor license number for the state of the Project, if any, shall also be shown on the Bid form ARTICLE 14 -BASIS OF BID; EVALUATION OF BIDS ' 14.01 Unit Prices ' A. Bidders shall submit a Bid on a unit price basis for cash item of Work listed in the Bid ' schedule. B. The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price Bid for the item. The final quantities and Contract Price will be determined in accordance with paragraph 11.03 of the General ' Conditions. C. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicted sum of any ' column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. ARTICLE 15 -SUBMITTAL OF BID ' 15.01 Each prospective Bidder is furnished one copy of the Bidding Documents with one separate unbound copy each of the Bid form and, if required, the Bid Bond. The unbound copy of the Bid form is to be completed and submitted with the Bid security and the following data: , A. EPA Region VII Minority and Women's Business Enterprise Utilization Worksheet. B. Certification regarding Debarment, Suspension,and Other Responsibility Matters. 15.02 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in ' the advertisement or invitation to Bid and shall be enclosed in an opaque scaled envelope plainly marked with the Project title (and, if applicable, the designated portion of the Project for which ' the Bid is submitted), the name and address of Bidder, and shall be accompanied by the Bid security and other required documents. If the Bid is sent by mail or other delivery system, the scaled envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the , outside with the notation "BID ENCLOSED." Bids submitted by facsimile will not be accepted. A mailed Bid shall be addressed to: Purchasing Agent; City of Jefferson, Missouri; 320 East McCarty Street;Jefferson City,Missouri 65101. ARTICLE 16-MODIFICATION AND WITHDRAWAL OF BID 16.01 A Bid may be modified or withdrawn by an appropriate document duly executed in the manner , that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids. C5X61900 00100-8 INSTRUCTION TO BIDDERS RO-8/29/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 16.02 If within 24 hours alter Bids are opened any Bidder files a duly signed written notice with OWNER and promptly thereafter demonstrates to the reasonable satisfaction of OWNER that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid, and the Bid security will be returned. Thereafter, if the Work is rebid, that ' Bidder will be disqualified from further bidding on the Work. ARTICLE• 17 -OPENING OF BIDS 17.01 Bids will be opened at the time and place indicated in the advertisement or invitation to Bid and, unless obviously non-responsive, read aloud publicly. An abstract of the amounts of the base ' Bids and major alternates, if any,will be made available to Bidders alter the opening of Bids. ' ARTICLE 18 -BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18.01 All Bids will remain subject to acceptance for the period of time stated in the Bid form, but ' OWNER may,in its sole discretion, release any Bid and return the Bid security prior to the end of this period. ' ARTICLE 19-AWARD OF CONTRACT 19.01 OWNER reserves the right to reject any or all Bids, including without limitation,nonconforming, nonresponsive, unbalanced, or conditional Bids. OWNER further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be non-responsible. OWNER may also reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder. OWNER also reserves the right to waive all informalities not involving price, time or changes in the Work and to negotiate contract terms with the Successful Bidder. ' I9.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest ' in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ' 19.03 in evaluating Bids, OWNER will consider whether or not the Bids comply with the prescribed requirements,and such alternates,unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment ' proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 19.04 In evaluating Bidders, OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identify of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions. C5X61900 00100-9 INSTRUCTION TO BIDDERS RO—8/29/05 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON,MISSOURI 19.05 OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility,qualifications, and financial ability of Bidders,proposed Subcontractors, Suppliers, ' individunls,or entities to perfomi the Work in accordance with the Contract Documents. 19.06 If the contract is to be awarded, OWNER will award the Contract to the lowest responsive, ' responsible Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interests of the Project. 19.07 In the event that a protest, dispute or claim arises out of procurement as related to this Contract, ' unless OWNER decides to reject all bids, the following procedures shall be followed for filing, review and resolving said protest,dispute or claim: A. File written protest in triplicate with the City Purchasing Department within five working ' days of the occurrence, citing the basis of protest or claim, and the Contract provision relating to the protest or claim. B. Within 14 days of receipt of protest, OWNER will act on the claim and take one of the , following actions: 1. Deny the protest or claim. 2. Agree to the protest or claim. ' C. All decisions of OWNER under this provision shall be final. ARTICLE 20 -CONTRACT SECURITY AND INSURANCE , 20.01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth OWNER's requirements as to performance and payment Bonds and insurance. When the Successful Bidder delivers the executed Agreement to OWNER, it must be accompanied by such Bonds. ARTICLE 21 -SIGNING OF AGREEMENT 21.01 When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by the ' required number of unsigned counterparts of the Agreement with all other Contract Documents which are identified in the Agreement as attached thereto. Within 15 days thereafter, Successful ' Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER. Within ten days thereafter, OWNER shall deliver one fully signed counterpart to Successful Bidder with a complete set of the Drawings with appropriate , identification. ARTICLE 22—MISSOURI SALES TAX EXEMPTION , 22.01 Missouri State Sales Tax Law, Section 144.030, Paragraph 15, states in part "Machinery, ' equipment, appliances and devices purchased or leased and used solely for the purpose of preventing, abating or monitoring water pollution, and materials and supplies solely required for the installation, construction or reconstruction of such machinery,equipment, appliances and devices, and so certified as such by the Director of the Department of Natural Resources" are exempt from State and Local Sales and Use Taxes. Bidders shall include the provisions of this exemption status in their bids. It shall be the Contractor's responsibility to apply for and obtain the required sales tax exemption C5X61900 00100-10 INSTRUCTION TO BIDDERS RO—8/29/05 r GREEN MEADOW PUMP STATION CITY OP JEFFERSON, MISSOURI determination. Application forms (Department of Revenue form Dolt 318) for Sales Tax Exemption - Water Pollution Control can be obtained by contacting the Missouri Department of Natural Resources, P.O. Box 176, Jefferson City, Missouri 65102 or the Department of Revenue, P.O. Box 840,Jefferson City, Missouri 65105 (573 751-2836). ARTICLE 23 - SMALL,MINORITY, WOMEN'S AND LABOR SURPLUS AREA BUSINESSES ' 23.01 Bidders are required to complete the Minority and Women's Business Enterprise Utilization Worksheet included in the Bid Form. The requirements for Bidders are explained in Region VII Procedures for Implementation of 40 CFR Part 31.36(e) which is included in Section 00820 of these Bidding Documents. 23.02 Bidders are required to expend at least two (2) percent of the contract, if awarded, for Minority Business Enterprise (MBE). For purposes of this commitment, the term "Minority Business Enterprise"shall mean a business: • Which is at least 51 percent owned by one or more minorities or women, or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by one or more minorities or women; and • Whose management and daily business operations are controlled by one or more such ' individuals. "Minority Group Member" or "Minority" means a person who is a citizen or lawful permanent resident of the United States,and who is: • Black(a person having origins in any of the black racial groups of Africa); • Hispanic (a person of Spanish or Portuguese culture with origins in Mexico, South or Central America,or the Caribbean Islands, regardless of race); • Asian American (a person having origins in any of the original peoples of the Far East, Southeast Asia,the Indian sub-continent, or the Pacific Islands); • American Indian and Alaskan Native (a person having origins in any of the original peoples of North America); ■ Members of other groups, or other individuals, found by the Small Business Administration under Section 8(a) of the Small Business Act, as amended [15 U.S.C. 637(a)] to be economically and socially disadvantaged. • A female person who requests to be considered as an MBE, and who"owns"and"controls"a business as defined herein. ' Minority Business Enterprises may be employed as contractors,subcontractors,or suppliers. 23.03 Bidder will be required to certify that the minority finn(s) engaged to provide materials or ' services in the completion of this project: (a) is a bona fide Minority Business Enterprise; and (b) has executed a binding contract to provide specific materials or services for a specific dollar amount. ' A roster of bona fide Minority Business Enterprise firms will be furnished by the City of Jefferson. The Bidder will provide written notice to the Liaison Officer of the City of Jefferson indicating the Minority Business Enterprise(s) it intends to use in conjunction with this contract. This written notice is due five days after notification to the lowest bidder. C5X61900 00100-11 INSTRUCTION TO BIDDERS RO—8129/05 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI Certification that the Minority Business Enterprise(s) has executed a binding contract with the Bidder for materials or services should be provided to the MBE Coordinator at the time the ' bidder's contract is submitted to the MBE Coordinator. Breach of this commitment constitutes a breach of the bidder's contract, if awarded. ARTICLE 24—WAGE RATES ' 24.01 Wages shall be paid to each employee engaged in the work on the project under this Contract at a ' rate not less than the prevailing rate of wages for the particular trade or occupation in which he is engaged, as issued by the Department of Labor and Industrial Relations of the State of Missouri. , A copy of the prevailing State Wage Determination is included in these Bidding Documents. ARTICLE 25 —PERIODS OF EXCESSIVE UNEMPLOYMENT ' 25.01 Only Missouri laborers and laborers from nonrestrictive states are allowed by law (see Sections 290.550 through 290.580, RSMO) to be employed in Missouri's public works projects when the ' unemployment rate exceeds 5°/0 for two consecutive months. ARTICLE 26—"BUY AMERICAN"PROVISIONS ' 25.01 In accordance with Sections 34.350 to 34.359, RSMo, all manufactured goods or commodities used or supplied in the performance of this work shall be manufactured,assembled or produced in the United States, unless obtaining American-made products would increase the cost of the contract by more than ten percent(10%). ARTICLE 27—MISSOURI PRODUCTS 26.01 In accordance with Section 71.140, RSMo,preference shall be given to Missouri products. , ARTICLE 28—MISSOURI FIRMS ' 27.01 Pursuant to Section 34.076, RSMo, a preference shall be given to those persons doing business as Missouri firms, corporations, or individuals, or which maintain Missouri offices or places of business, when the quality of performance promise is equal or better and the price quoted is the same or less. In addition, in order for a non-domiciliary bidder to be successful, his bid must be ' the same percentage lower than a domiciliary Missouri bidder's bid, as would be required for a Missouri bidder to successfully bid in the non-domiciliary's state. ARTICLE 29—DEBARRED, SUSPENDED AND VOLUNTARILY EXCLUDED FIRMS , 28.01 Any Bidder or equipment supplier whose firm or affiliate is listed on the General Services Administration (GSA) publication entitled "Lists of Parties Excluded from Federal Procurement CSX61900 OO100-12 INSTRUCTION TO BIDDERS RO—8/29/05 , ' GREEN MEADOW PUMP STATION CITY OF- JEFFERSON,MISSOURI or Non Procurement Programs" will be prohibited from the bidding process. Anyone submitting a bid who is so listed will be determined to be a nonresponsive bidder. 28.02 A contractor's Suspcnsion/Debarment Certification will be contained in the specifications; however, this certification should not preclude any interested party from ascertaining whether the certifying firm or person is actually on the list. The MDNR-WPCP will forward a copy of the list to grantees along with the first wage decision applicable to the project, and will maintain a copy of the most current list. To determine a persons and/or firm's eligibility for award, contact the ' grantee's authorized representative, or the financial Services Section at(573)751-1192. ARTICLE 30—SMALL BUSINESS OPPORTUNITY 29.01 Bidders shall take the following affirmative action steps in accordance with Section 129 of -' Public Law 100.590,Small Business Administration Reauthorization and Amendment Act of 1988: A. Placing Small Business in Rural Area's(SBRA)on solicitation lists; B. Ensuring that SBRA arc solicited whenever they are potential sources; C. Dividing total requirements, when economically feasible, into small tasks or quantities to permit maximum participation by SBRAs; D. Establishing delivery schedules, where the requirements of work will permit, which would encourage participation by SBRAs; E. Utilizing the services of the Small Business Administration and the Minority Business Development Agency of the U.S. Department of Commerce as appropriate. END OF DOCUMENT 00100 1 1 C5X61900 00100-13 INSTRUCTION TO BIDDERS RO—8/29/05 iGREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI DOCUMENT 00300-BID FORM tProject Identification: Green Meadow 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 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 for 90 days after the Bid opening,or for such longerperiod 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 following Addenda,receipt of which is hereby acknowledged: Addendum Number Addendum Date ' 1 April* 10, 2006 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,slate 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 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 C5X61900 00300-1 BID FORM RO—3/6/06 ' •1 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI , aspect of the means, methods, techniques, sequences, and procedures of construction to be •' employed byBidder,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 any further examinations, investigations, explorations; 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 temrs and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Ownerand others at the Site , that relates to Work as indicated in the Bidding Documents. --at.,:.::,bidder has correlated the information known to Bidder, information and observations t 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. $idder has given ENGINEER written notice of all conflicts, errors, ambiguities, or disgrepmpcies that Bidder has discovered in the Bidding Documents, and the written ' I thereof by ENGINEER is acceptable to Bidder. J. .k.. ',*t)Ndding 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:t11 : Bidder further represents that this Bid is genuine and not made in the interest of oron 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 Bidderhas not sought by collusion to obtain for itself ' any'ad"vantage over any other Bidder or over OWNER. 5.01 BIEOER certifies by executing the attached EPA Form 5700.49 that it, or any affiliate, is not , procriliy debarred or suspended from covered transactions by any federal department or agency, in gccorddiice 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. • 1 C5X61900 00300-2 BID FORM RO—3/6/06 ' ' GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON,MISSOURI • 6.01 Bidder will complete the Work in accordance with the Contract Documents for the following prices: UNIT PRICE SCHEDULE ' ITEM DESCRIPTION ESTIMATED UNIT ITEM I TOTAL NO, QUANTITY UNIT ESTIMATED PRICE PRICE 1 Mobilization 1 loo,eoo too,coo 2 Sanitary Sewer Installation 2A 10-inch sanitary sewer 317 LF s-6. p° r9 13 g ft 28 15-inch sanitary sewer 59 LF 2C 214neh sanitary sewer 1,107 LF tf, °° -f 9 g 2D 24-inch sanitary sewer 2,195 LF -f J 7,0- 2E Inverted Siphon I LS Zt0 .f Lt/, Zoo 2F 4-ft diameter manholes 9 EA .2782 ,"61 8 a38 2G 5-R diameter manholes 8 EA f9". V A 3Z SZaQi 2H Lateral Reconnections 2 EA /yl�,• `O A 3 gSZ 3 Force Main Installation 3A 12-inch force main 2,323 LF 79. � e8 5 17 4 '' Rockeicavation 400 CY /�/S. Sg pop 5 Jacked Casing Pipe SA 32"(min.)steel jacked casing 60 LF d yZ.•` ' - pipe in earth for 21"sewer 'pup, SLo 513 36"(min)steel jacked casing pipe 106 LF ,. in rock for 24"sewer /boS. ' SC 20"(min.)steel jacked casing 106 LF 7' /Z,y 769 pipe in rock for 12"force main 6 Crushed stone driveway 1,662 SY �J 1O /y 168 ' 7 Demolition 7A Demolition of existing 1 LS Moreau Pump Station 31,tm fit, u�p ' 713 Demolition of existing 1 LS Green Meadow Pump Station 21,cco ?,I,e�oo 8 New Green Meadow Pump I LS Station ,9�,S3Z$0 ''-2;SU TOTAL OF ALL ESTIMATED PRICES: (Use words) ' The'above unit prices shall include all labor, equipment, materials and supplies,shoring, removal,overhead,profit, insurance, etc., to provide a complete system within the intent of the Contract Documents. C5X61900 00300.3 BID FORM ' RO-3/6106 GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI ' Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the •' purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. Unit Price Schedule Definitions ' Item I. Mobilization: Payment will be a lump sum payment not to exceed three(3)percent of the total bid ' amount that will be made to the Contractor with the first monthly progress payment as a reasonable amount to start project. Item 2A. 10-inch sanitary sewers: Payment will be based on lineal feet of installed pipe,measured along the ' pipe centerline from center to center of manholes. Work activities include,but are not limited to removal of trees and other vegetation,topsoil stripping and stockpiling,removal ofstumps,roots and other debris,disposal of removed material, protection of existing trees to remain; excavation;hauling off and disposal of excess ' excavated materials;removing and replacing fence(as required),sheeting and shoring(as required),forming (as required); dewatering (as required); procuring, hauling, placing and compacting bedding materials; procuring and installing sewer pipe, and all fittings and appurtenances; installing concrete encasement(as , required), connecting to existing sewers (as required); removing existing sewers (as required); filling abandoned pipes with sand or fly ash slurry and plugging open ends (as required); bypass pumping (as required);placing and compacting backfrll and granular fill;respreading top soil;restoration of existing surface ' including landscape work and pavement replacement;testing;all as defined in the Specifications. Item 2B. 15-inch sanitary sewers: Same as in Item 2A above. Item 2C. 21-inch sanitary sewers: Same as Item 2A above. Outside drop pipe at drop manholes will be paid as part of the manhole cost in Item 2F. Item 2D. 24-inch sanitary sewers: Same as Item 2A above. Measurement of sewer includes measurement of the pipe to the inside face of the pump station wet well wall. If installed by microtunneling method of installation,sewers shall be vitrified clay pipe(VCP). Outside drop pipe at drop manholes will be paid as part ' of the manhole cost in Item 20. Item 2E. Inverted siphon: Payment will be based on completed inverted siphon including inlet and outlet t manholes and sewer pipes. Work activities include, but are not limited to removal of trees and other vegetation, topsoil stripping and stockpiling,removal of slumps,roots and other debris,disposal of removed material, protection of existing trees to remain; excavation; hauling off and disposal of excess excavated ' materials; sheeting and shoring (as required), forming (as required); dewatering (as required); procuring, hauling, placing and compacting bedding materials; procuring and installing manholes and accessories; procuring and installing sewer pipes,and all fittings and appurtenances;installing concrete encasement;bypass , pumping of creek flow(as required);placing and compacting backfill;placing of rip rap;restoration of existing surface including landscape work;testing; all as defined in the Specifications. Item 2F. 4-ft diameter manholes: Payment will be based on completed, precast or cast-in-place concrete ' manhole construction. Work activities shall include, but are not limited to, excavation; hauling off and disposal of excess excavated materials;sheeting and shoring(as required),forming(as required);dewatering (as required); procuring, hauling, placing and compacting bedding materials; installation of manhole and , accessories;installation of drop pipes at drop manholes including concrete encasement;bypass pumping(as required);connection to sewers;testing;all as defined in the Specifications. CSX61900 00300-4 BID FORM RO—3/6/06 ' GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI Item 20. 5-ft diameter manholes: Same as in Item 2F above. Item 2H. Lateral reconnections: Payment will be based on complete reconnection of existing service laterals. Work activities shall include,excavation;hauling off and disposal of excess excavated materials;sheeting and ' shoring(as required); dewatering(as required);plugging lateral stub outs from existing sewer(as required); procuring,hauling, placing and compacting bedding materials; procuring and installing sewer pipe, and all fittings and appurtenances, all as defined in the Specifications. ' Item 3A. 12-inch force main: Payment will be based on lineal feet of installed pipe measured along pipe centerline from the outside face of the pump station wall to the connection point to the existing Moreau farce ' main. Work activities include,but are not limited to excavation;hauling off and disposal of excess excavated materials; sheeting and shoring (as required), forming (as required); dewatering (as required); concrete encasement (as required); procuring, hauling, placing and compacting bedding materials; procuring and installing force main, and all fittings and appurtenances including the manholes for the future air release valves;connection to existing force main;bypass pumping(as required);placing and compacting backfill and granular fill; respreading topsoil; restoration of existing surface including landscape work and pavement replacement;testing;all as defined in the,Specifications. Item 4. Rock excavation: Payment will be based on quantity of rock excavation required for installation of all sewers including manholes,rock removal and disposal including hauling, Rock boring for the ' installation ofjacked casing pipe will be part of(lie jacked casing pipe installation cost. Item 5A• 32" (min) steel jacked casing nine in earth for 21" sewer: Payment will be based on completed N installation of casing pipe as shown on the Contract Drawings. Work activities include,but are not limited to installation of bore pits,removal of trees and other vegetation;topsoil stripping and stockpiling;removal of stumps,roots and other debris;disposal of removed material;protection of existing trees to remain;excavation; ' hauling off and disposal of excess excavated materials;removing and replacing fence(as required),sheeting and shoring(as required),forming(as required);dewatering(as required);procuring and installing casing pipe, casing spacers,and end caps;sand or fly ash or grout annular fill;bypass pumping and sewer flow control(as ' required);all as defined in the Specifications. Item 5B: 36"(min.) steel jacked casing pipe in rock for 24"sewer: Payment will be based on completed installation of casing pipe as shown on the Contract Drawings.Work activities include,but are not limited to installation of bore pits,removal of trees and other vegetation;topsoil stripping and stockpiling; removal of stumps,roots and other debris;disposal of removed material;protection of existing trees to remain;excavation; ' hauling off and disposal of excess excavated materials;removing and replacing fence(as required),sheeting and shoring(as required),forming(as required);dewatering(as required);procuring and installing casing pipe, casing spacers,and end caps;sand or fly ash or grout annular fill;bypass pumping and sewer flow control(as required);all as defined in the Specifications. ' Item SC: 20"(min.)steel jacked casing pipe in rock for 12"force mains Same as in Item 5B above. Item 6. Crushed stone driveway: Payments will be based on quantity of crushed rock surface area for existing gravel access road improvements as shown on the Contract Drawings and based on 12-foot wide gravel surface. Work activities shall include,but are not limited to,grading,procuring and installing HDPE drainage ' pipe, placing and compacting fill material, placing and compacting aggregate course; all as defined in the Specifications. '• Item 7A Demolition of Existing Moreau Pump Station: Payment will be based on the total cost of C5X61900 00300-5 BID FORM RO—3/6/06 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI ' decommissioning and abandoning the pump station. Work activities include disconnecting and removing •' power supply; removing the wastewater pumps, removing and disposing of all equipment and piping; removing'people mover/elevator and above grade structure;plugging all inlet and outlet piping;removing and disposjng,of the aboveground portions of the wetwell and dry well up to 3 feet below grade;breaking the concrete floors of the wet well and dry well; filling the wetwell and drywell chambers with gravel; and ' regarding and restoring the surface. Those items to be salvaged as shown on the Contract Drawings and as the Owner requests shall be salvaged and delivered to the Owner. Item 7B Demolition of Existing Green Meadow Pump Station; Same as Item 7A above. Item 8. New Green Meadow Pumn Station: Payment will be a based on a lump sum basis. Work activities ' shall include,but are not limited to,removal of trees and other vegetation;topsoil stripping and stockpiling; removal of stumps,roots and other debris;disposal of removed material;protection of existing trees to remain; excavation;hauling off and disposal of excess excavated materials;relocation of potable water main; sheet ' piling and shoring,forming;dewatering;construction of all concrete work;procuring and installing process piping, valves, and accessories; placing and compacting backfill and granular fill;procuring and installing pumps;construction of pump station building;installation of electrical equipment and controls;installation of , mechanical equipment inside and outside the building; painting of all exposed metal piping, conduits, structural steel,and masonry units and other items as specified;fencing;restoration of surface and landscaping .. including crushed stone/gravel surface up to the edge of the access road; final testing of equipment; all as , defined in the Specifications. 7.01 Bidder agrees that the Work will be substantially complete within 425 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 455 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 shall be stated in the Agreement. , 8.01 The following documents are attached to and made a condition of this Bid: A. Required Bid Security; ' B. List of Major Subcontractors and Major Equipment Manufacturers; C. EPA Region VII Minority and Women's Business Enterprise Utilization Worksheet; D. Certification Regarding Debarment,Suspension and Other Responsibility Matters. , E. Required Bidder's Qualification Statement with supporting data indicated by"Statement of Bidder's Qualifications." 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. •1 C5X61900 00300-6 BID FORM RO—316/06 , ' GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON,MISSOURI • SUBMITTED on April 18 20_26 1 If Bidder is: An Individual Name(typed or printed): (SEAL) (Individual's signature) Doing business as Business address: Phone No.: FAX No.: -A Partnership ' Partnership Name: (SEAL) By : (Signature ojgenera!partner—attach evidence ofauthoriry to sign) Name(typed or printed): ° Business address: ' Phone No.: FAX No.: ' A Corporation CorporalonName: KCI Construction Company (SEAL) State Of corpornlio . Missouri Tyne: eral Bu iness, Pr nal,o Service,❑Limited Liability ( igna trc--atmch evidence ofauthority to sign) ,,,,•;IVeml (typed or printed): D glas Jones Title: President Attest acaq— a e.✓ (Signature of Corporate Secretar)) Business address: 10315 Sake nluff Drive St. Louis, MO 63123 Phone No.: 314-894-8888 FAX No.: 314-894-7418 ' Dale of Qualification to do business is 1959 C5X61900 00300-7 BID FORM ' RO—3/6/06 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON,MISSOURI A Joint Venture 0 Joint Venturer Name: (SEAL) , By: ,(Signature ofjoint venture partner--attach evidence of authority to sign) Name(typed or printed): Title: , Business Address: Phone No.: FAX No.: Joint Venturer Name: (SEAL) By: ' (Signature ofjoint venture partner--attach evidence of authority to sign) Name(typed or printed): ' Title: Business Address: Phone No.: FAX No.: ' Phone and FAX Number,and Address for receipt of official communications , (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). • 1 +1 C5X61900 00300-8 BID FORM ' RO—3/6106 ' BID BOND PENAL SUM FORM . Any singular reference to Bidder, Surety, D"er,or other party shall be considered plural where applicable. • BSDDER(Name and Address): ' KCI Construction Company 10315 Lake Bluff Drive St. Louis, MO 63123 SURETY(Name and Address of Principal Place of Business): Safeco Insurance Company of America 1400 S. Highway Drive, Ste0100 1 Fenton, MO 63026 OWNER(Name and Address), The City of Jefferson, Missouri ' 320 Bast McCarty Street Jefferson City, MO 65101 BID BldDueDtyte; April 18, 2006 project(Brief Description including Locatlon): Green Meadow Pump Station BOND BoadNumber. N/A Date(Not later then Bid due date): April 18, 2006 Penal SUM Five Percent of Rid. Amount 52 (Words) (Figures) Surety and Bidder,Intending to be legally bound hereby,subject to the leans printed on the reverse side hereof,do each cause this Bid Bond to be duly executed on its behalf by its authorized officer,agent,or representative.. ' BIDDER SURETY ' KCI Construction Company (Seal) Safeco Insurance Company 'of Amerien(Scal) BlddeYls Name and Corporate Seal Surety's Name and Corporate Seal. By: - . < (f ; C C��' r �d . By: )/.)�CU1'�l J )ll.ffi ' SignaIure and Tit ( Signature and Title Brandi Bullock, ,Attorney—In—Fact (Attach Power f Atto may) /y Attest: l:aM�P Attest: yr C ����20•c/ Slgnatum and Thie ' Signature dTllle Kim Connell; WiEness ' Note: Above addresses ore to be used for giving required notice, NPORTANT—Surety campauterexecuting FONDS must appear an the Treasury Department's niost current list(Circular ' 570 as amended)and be LtAorizod to transact business in Missouri.. ' tucsc No Gso bass 6amoa) wso IJ ' PENAL SUM FORM ' 1. Bidder and Surety, jointly and severally, bind 7. Any suit or action under this Bond shall he commenced themselves, their heirs, executors, administrators, only in a court of competent jurisdiction located In the state successors and assigns to pay to Owner upon default of in which the Project is located. Bidder the penal sum sot forth on the face of this Bond, ' Payment of the penal sum is the extent of Surety's liability, g. Notices required hereunder shall be In writing and sent to Bidder and Surety at their respective addresses shown on 2. Default of Bidder shall occur upon the failure of Bidder the face of this Bond, Such notices may be sent by personal to deliver within the time required by the Bidding delivery, commercial courier, or by United States Documents(or any extension thereof agreed to in writing by Registered or Certified Mail, return receipt requested. Owner) the executed Agreement required by the Bidding postage pre•peid, and shall be deemed to be effective upon Documents and any performance and payment bonds receipt by the party concerned, ' required by the Bidding Documents. 9. Surety shall cause to be attached to this Bond a current 3. Tints obligation shall be null and void If. and effective Power of Attorney evidencing the authority of 3,1. Owner accepts Bidder's Bid and Bidder delivers the officer, agent, or representativo who executed this Bond within the time required by the Bidding on behalf of Surety to execute, seal, and deliver such Bond Documents(or any extension thereorngroed to In and bind the Surety thereby. writing by Owner) the executed Agreement ' required by the Bidding Documents and any 10. "is Bond Is Intended to conform to all applicable performance and payment bonds required by the statutory requirements, Any applicable requirement of any Bidding Documents,or applicable statute that has been omitted from this Bond shall 3.2. All Bids are rejected by Owner,or be deemed to be Included herein as if set forth at length, if M. Owner fails to issue a Notice of Award to Bidder any provision of this Bond conflicts with any applicable within the time specified in the Bidding statute, then the provision of.said statute shall govern and Documents (or any extension thereof agreed to to the remainder of this Bond that Is not in conflict therewith writing by Bidder and,If applicable,consented to shall continue in full force and effect. ' by Surety when required by Paragraph 5 hereof), 1 1. The term"Bid"as used heroin includes a Bid, offer, or 4. Payment under this Bond will be due and payable upon proposal as applicable. M default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable, promptness, identifying this Bond and the Project and ' including a statement 4the amount due, S. Surety waives notice of any and all defenses based on or arising out of any time extension to Issue Notice of Award agreed to In writing by Owner and Bidder, provided that the total time for Issuing Notice of Award Including extensions shall not in the aggregate exceed 120 days from Bid due date without Suratya written consent. G. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required ' In Paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid due data. PJCDCNO.G70tyAtl3lGitlos) 0030a=f0 '• State of Missouri ' County of Jefferson On this 18thday of April , 2006 , before me personally appeared Brands Bullock to me known to be an Attorney-in-Fact of :1 Safeco Insurance Company of America the corporation described in the within Instrument, and he acknowledged that he executed the within Instrument as the act of the said ' Company In accordance with authority duly conferred upon him by said Company. •`y F�w(1(jae,,i MARY F.WILL IAMSxoTt�vsr�?'mi NOTARY PUBUC—STATE OF ZSSOURI 1 7 : WCOMM101UN EXPIRES FEB.13.2001 su'�:N���AYPUe��`� F• •'�j�; Notary Public ngn,i„uma•. ' ADDRESS OF SURETY SAFECO INSURANCE COMPANY OF_AMERICA GENERAL INSURANCE COMPANY OF AMERICA 1400 South Highway Drive, Suite 100 Fenton, MO 63026 1-800-325-3200 1 ' S A F E C O" POWER SAFECO INSURANCE COMPANY OF AMERICA GENERALINSURANCE COMPANY OF AMERICA t. OF ATTORNEY HOME OFFICE: SAFECOPLAZA ' SEATTLE,WASHINGTON 90180 No. 10786 ' KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint tbfTHOMAS CRAIG VALLE;PAMELA E.GOESSLING;JOHN C.MILLER;SUSAN L.MARSHALL;TIMOTHY E.GRIFFIN,DON K.ARDOLINO;RIM CONNELL; BRANDS BULLOCK;BRENDA C.MAINER;ERIC D.SAUER.'St.Louis,Missouri••`•••,°•••••••••.......................°"°°"""""'°°°°°"' ' Its true and lawlul ettomey(s)•In-fact. with full authority to execute on its behalf fidelity and surely bonds or undertalangs and other documents of a similar character issued in the course of its business,and to bind the respective company thereby. IN WITNESS WHEREOF,SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and arrested these presents this erh day of December 2004 CHRISTINE MEAD,SECRETARY MIKE MCGAVICH,PRESIDENT CERTIFICATE Extract from the By-Lews of SAFECO INSURANCE COMPANY OF AMERICA ,t and of GENERAL INSURANCECOMPANY OF AMERICA: "Article V,Section 11,FIDELITY AND SURETY BONDS...the President,any Vice Resident,the Secretary,and any Asslstent Vice President eppointed for that purpose by the officer In charge of surety operations,shall each have authority to appoint Individuals as atorneys•in-fact or under other appropriate thles with authority to execute on behalf of the company fidelity end surely bonds and other documents of similar character issued by the company in the course of its business,.. On any Instrument melang or evidencing such appointment,the signatures may be affixed by facsimile. On any Instrument conleRing such authority or on any bond or undeRalcing of the company, the seal, or a facsimile thereof, may be Impressed or affixed or In any other manner reproduced; provided, ever,that the seal shell not be necessary to the validity of any such instrument or undenaldng.' W Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. ' On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (I) The provisions of Article V,Section 13 of the By-Laws,end (ill) A copy of the power-of•atorney appointment,executed pursuant thereto.and (III) Cortifying that sold powar-of-attorney appointment is in full force and effect, ' the signature of the certifying officer maybe by facsimile,and the suet of the Company maybe a facsimile thereof." I,Christine Maud,Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of e Resolution of the Board of Drectors d these corporations,and of a Power of Attorney Issued pursuant thereto, ' are true and correct,and that both the Bylaws,the Resolution and the Power of Attorney are still In full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation ' this lath day of April 2006 ' fAMgyy, �&ECDMpwy CMWJffE � a a SEAL SEAL rc • �2rOFIryfM^r �0(y/i}Y �� CHRISTINE MEAD,SECRETARY S•0974ISAEF 2101 O A registered trademarii at SAFECO Corporabon ' 12/08/1004 PDF GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI '• LIST OF MAJOR SUBCONTRACTORS AND MAJOR EQUIPMENT ANUFACTURERS ' 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 ofa ' 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 any way constitute a waiver of the specifications covering such equipment; final acceptance will be based on 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. 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 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. Area of Work Name of Subcontractor lie . 1. Earthwork �� Gr C/►b74NOTTa►.I C° 2. Concrete F O rAS7&VcJ—AcM CO. 3. Mechanical �G ' 4. Electrical ririF ' SCGU4(� ' . 6. Microtunneling(if used) N/rA Enujpmenl Items Name of Manufacturer ' 1. Wastewater Pumping Equipment (Spec. 11100) 600eMN61 - Rt,PP ' 2. Sump Pumps (Spec. 11120) K$� 3. Hydroxyl Ion Fog Odor Control System(Spec. 11150) y 4Pey ' C5X61900 00300-11 BID FORM ' RO-3/6/06 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON,MISSOURI EPA REGION Vil ., rNORITY AND WOMEN'S BUSINESS ENTERPRISE UTILIZATION WORKSHEET , Grant Applicant Project No. , Contractor/Engincer KCI Construction Company Address 10315 Lake Bluff Drive Contact Person jn qrhpnit Telephone No. 417-588-9200 Amount of Contract�..Of t otb. MBE Percentage_�WBE Percentage o. 1. MBE Subcontractor T. D, 14w i rE k ' WBE_Address ST; Z'✓z S 0. AV 4) Contact Person y ArO t�,A i AT-"ASQ- Telephonc No. Sty- 667- 2454 Amount of Subcontract '&0 DOD Scope of Work [�aeC1S• C~ MAJA 1✓se1GwCE ' 2. MBE Subcontractor K-84ms W10L •sroljxC S ' WBE=Address o✓tS Contact Person lephone No. 351'4- 9 Z- Z94 Amount of Subcontract —�o,coo , 1 Scope of Work 84644 T/sr�w+D'T•te�u 3. MBE Subcontractor N WBE— Address Contact Person Telephone No. , Amount of Subcontract Scope of Work 4. MBE Subcontractor WBE Address , Contact Person Telephone No, Amount of Subcontract Scope of Work , Comments , Jon Schenk April 18, 2006 , Prepared By Telephone No, Date C5X61900 00300-12 BID FORM RO-3/6/06 , EPA Project Control Number 8EPA '• UNITED STATES ENVIRONMENTAL PROTECTION ACENCV wuhinglon,DC 20460 Certification Regarding ' Debarment, Suspension, and Other Responsibility Matters ' The prospective participant certifies to the best of is knowledge and belief that II and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or veluntarlly excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted 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, Slate,or local) transaction or contract under a publlo transaction; violation of federal or Slate antitrust statutes or commission of embezzlement, theft, 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 entity (Federal, Stale, or local) with commission of any of the offenses enumerated In paragraph (1) (b) of this ' cerfl6tion;and (d) Have not within a three year period preceding this application/proposal had.one or more public transactions(Federal; State,or local)-terminated for cause ordefaull. I understand that a false statement on this certification may be grounds for rejection of this proposal or , teitnination of the award. In addition, under 18 USC Sec. 1001,a false statement may result in a fine of up ' to$10,000 or Imprisonment for up to 6 years,or both. D glas Jones President Ty rldReprentalive u ' April 18, 2006 IgmturoorAua rl live u.te ' ❑ 1 am unable to cenlry to tho above statements,My oxplanntlonis attached. EPA Potm MDA9 (11.89) 00300-1.3 Instructions •' Under Executive Order 12548, an individual or organization debarred or excluded from ' ' Participation in Federal assistance or benefil, programs may not receive any assistance award under a Federal program, or a subagreement thereunder for$26,000 or more. ' Accordingly, each prospective recipient of an EPA grant, loan, or cooperative agreement and any contract or subagreemenl participant thereunder must complete the attached certification or provide an explanation why they cannot. For further details, see 40 CFR 32.510, Participants' ' responsibilities,In the attached regulation. Where To Submit The prospective EPA grant, loan, or cooperative agreement recipient must return the signed ' certification or explanation with Its application to the appropriate EPA Headquarters or Regional office, as required In the application Instructions. , A prospective prime contractor must submit a completed certification or explanation to the Individual or organization awarding the contract. Each prospective subcontractor must submit a completed certification or explanation to the prime ' 'contractor for the project. Now To Obtain forms: EPA Includes the certification form, Instructions, and a copy of Its Implementing regulation(40 CFR ' Pert 32) in each application kit. Applicants may reproduce these materials as needed and provide them to their prospective.prime contractor, who, In turn, may eeproduce and provide them to prospectivp sukcontractors, Additional copleslassistance may be requested from: N c •^ Compliance Branch ; Grants Administration Division (PM-215F) ' U. S. Environmental Protection Agency 401 M Street, SW Washington, DC 20460 , (Telephone;2021475.6025) EPA Form 570049 (11.88) ' 00300-14- , ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI ,• STATEMENT OF BIDDER'S QUALIFICATIONS Each Bidder for the Work included in the Contract Documents shall submit with their Bid the data requested in the following schedule of information. This data must be included in and made a part of each Bid and be contained in the sealed envelope. Failure to comply with this instruction maybe regarded as justification for rejecting the Bidder's proposal. ' (1) NAME OF BIDDER: KCI Construction Company (2) BUSINESS ADDRESS: 10315 Lake Bluff Drive St. Louis, MO 63123 ' (3) WHEN ORGANIZED: 1922 (4) WHERE INCORPORATED: Missouri ' (5) IF NOT INCORPORATED,STATE TYPE OF BUSINESS AND PROVIDE YOUR FEDERAL TAX IDENTIFICATION NUMBER: ' (6) Number of years engaged in contracting business under present firm name: 84 (7) If you have done business as a different name,give name and location: Kloster Company, Incorporate, 1 4945 ni State Industrial Drive, Sh_ l.m,ia, Mh AIM (S) Have you ever failed to complete any work awarded to your company? If,so,where and why? (9) Have you ever defaulted on a Contract? No ' (10) Provide a list of a minimum of three (3) similar contracts completed within the last five(5)years of equal or greater value,including description and value of each (attach additional sheet if necessary): See Attached ' (11) List of projects currently in progress(attach additional sheet if necessary): ' See Attached 1 • ,• END OF DOCUMENT 00300—QID FORM C5X61900 00300-15 BID FORM RO—3/6/06 ' GREEN MEADOW PUMP STATION CITY Of JEFFERSON,MISSOURI DOCUMENT 00500 -AGREEMENT ' THIS AGREEMENT is by and between the City of Jefferson,Missouri(hereinafter called OWNER)and KCI Construction Company (hereinafter called CONTRACTOR). ' OWNER and CONTRACTOR,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: Constructing new Green Meadow Pump Station with a three pump or four-pump system with a firm capacity of 1300 gpm when pumping in series,associated electrical and mechanical work,demolition of two pump stations, and constructing approximately 3,700 lineal feet of 10" through 24" gravity sewers,and approximately 2,300 lineal feet of 12" force main ARTICLE 2 -THE 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: Green Meadow Pump Station. ARTICLE 3 -ENGINEER N3.01 The Project has been designed by Jacobs Civil Inc.,who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with 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,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 425 days after the date when the Contract Times commence to ran 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 455 days alter the date when the Contract Times commence to run. 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 C5X61900 00500-1 AGREEMENT RO—3/6/06 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, , OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty)CONTRACTOR shall pay OWNER$650.00 for each of the first 30 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$1,000.00 for each of the next 15 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 45 , days from the time specified in paragraph 4.02, the CONTRACTOR shall pay OWNER $1,500.00 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 sum of the established unit price f'or each separately identified item of Unit Price Work times the estimated quantity of that item, as indicated below: UNIT PRICE SCHEDULE , ITEM DESCRIPTION ESTIMATED UNIT ITEM TOTAL ' NO. QUANTITY UNIT ESTIMATED PRICE PRICE I Mobilization I 1 100,0001 100 .000 M 2 Sanitary Sewer Installation 2A 10-inch sanitary sewer 317 LF 58.00 18,386 ' 2B 15-inch sanitary sewer 59 LF 274.00 16,166 2C 21-inch sanitary sewer 1,107 LF 74.00 81,913 2D 24-inch sanitary sewer 2,195 LF 91.00 199,745 , 2E Inverted Siphon I LS 64,200 64,200 2F 4-ft diameter manholes 9 EA 1 2,782 1 25,038 ' 2G 5-ft diameter manholes 8 EA 4,066 32,528 2H Lateral Reconnections 2 EA 1926 3,852 3 Force Main Installation ' 3A 12-inch force main 2,323 LF 79.00 183 517 4 Rock excavation 400 CY 145.00 58,000 - ' 5 Jacked Casing Pipe SA 32"(min.)steel jacked casing 60 LF pipe in earth for 21"sewer 642.00 38,520.00 ' 5B 36"(min)steel jacked casing pipe 106 LF 1,605.0 170,130.00 in rock for 24"sewer SC 20"(min.)steel jacked casing 106 LF 1,177.0 124,762 fl0 t pipe in rock for 12" force main • 6 Crushed stone driveway 1,662 SY 9.00 14,958.00 C5X61900 00500-2 AGREEMENT RO—3/6/06 ' ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 7 IDemolltion 7A Demolition of existing I LS Moreau Pump Station 31,000 1 31,000.00 7B Demolition of existing I LS 21,000 21,000.00 Green Meadow Pump Station S New Green Meadow Pump I LS 3,835,280 3,835,280.00 Statlon ' TOTAL OF ALL ESTIMATED PRICES: $ 5,019,000.00 ' Five Million, Ninteen Thousand Dollars and zero cents. (use words) As provided in paragraph 11.03 of the General Conditions,estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in paragraph 9.08 of the General Conditions. Unit prices have been computed as provided in pamgmph 11.03 of the General Conditions. ' ARTICLE 6-PAYMENT PROCEDURES. 6.01 Submittal and Processing of Payments N A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. ' 6.02 Progress Payments; Retainage A. OWNER shall make progress payments in accordance with Section 34.057, RSMo, on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment during performance of the Work as provided in paragraphs 6.02.A.I and 6.02.A.2 below.All ' such payments will be measured by the schedule of values established in paragraph 2.07.A of the General Conditions (and in the case of Unit Price Work based on the number of units completed) on in the event there is no schedule of values, as provided in the General Requirements: 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the ' percentage indicated below,but,in each case,less the aggregate of payments previously made and less such amounts as ENGINEER shall determine or OWNER may withhold, in accordance with paragraph 14.02 of the General Conditions. t a. 90% of Work completed (with the balance being retainage). If Work has been 50% completed as determined by ENGINEER,and if the character and progress of the Work ' have been satisfactory to OWNER and ENGINEER, OWNER, on recommendation of ENGINEER, may determine that as long as the character and progress of the Work • remain satisfactory to them,there will be no retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial C5X61900 00500-3 AGREEMENT ' RO—3/6/06 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI Completion will be in an amount equal to 100% of the Work completed less the aggregate of payments previously made; and ' b. 90%of cost of materials and equipment not incorporated in the Work(with 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 , ENGINEER shall determine in accordance with paragraph 14.02.B.5 of the General Conditions and less 100%of ENGINEER'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. 6.03 Final Payment , A. Upon final completion and acceptance ofthe Work in accordance with paragraph 14.07 oflhe 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 paid when due as provided in Article 14 of the General Conditions shall bear interest at the rate specified in Section 34.057, RSMo. ARTICLE 8 -CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following ' representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other ' related data identified in the Bidding Documents. B. CONTRACTOR 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. CONTRACTOR 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. CONTRACTOR has carefully studied all:(1)reports of explorations and tests of subsurface t 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 and drawings of a•Hazardous Environmental Condition,if any,at the Site which has been identified in the Supp c ientary Conditions as provided in paragraph 4.06 of the General Conditions. ' E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having • done so)all such additional or supplementary examinations,investigations,explorations,tests, ' C5X61900 0050011 AGREEMENT RO—3/6/06 , GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 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 Documents to be employed by CONTRACTOR, 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 terms 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. H. CONTRACTOR has correlated the information known to CONTRACTOR,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 llhc Contract Documents. 1. CONTRACTOR has given ENGINEER written notice of all conflicts,errors,ambiguities or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the Nwritten 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: I. This Agreement 2. Performance Bond 3. Payment Bond ' 4. General Conditions 5. Supplementary Conditions G. Specifications as listed in the table of contents of the Project Manual ' 7. Drawings with each sheet bearing the following general title:Green Meadow Pump Station, City of Jefferson 8. Addenda(numbers 1 to_1_,inclusive) ' 9. Exhibits to this Agreement(enumerated as follows): a. Notice to Proceed b. CONTRACTOR's Bid C. Documentation submitted by CONTRACTOR prior to Notice of Award 10. The following which may be delivered or issued after the Effective Date of the Agreement • and are not attached hereto: ' a. Written Amendments CSXG 1900 00500-5 AGREEMENT RO—3/6/06 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI b. Work Change Directives C. Change Orders ' B. The documents listed in paragraph 9.0I.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 IO -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 staled to the contrary in any written consent to an assignment,no assignment will release or discharge the assig' K from any duty or responsibility under the Contract Documents. .:T 10.03 Successors and Assign A. OWNER and CONTRACTOR each binds itself,its partners,successors,I assigns,.and legal ' representatives to the other party hereto, its partners, successors, assigng;'and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. , 10.04 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 provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shalt be reformed 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. ARTICLE 11 -NON-DISCRIMINATION IN EMPLOYMENT , 11.01 CONTRACTOR will not discriminate against any employee or applicant for employment because of , race, creed, color,or national origin.The CONTRACTOR will take affirmative action to ensure that • applicants are employed,and that employees are treated during employment,without regard to their race, creed, color or national origin. Such action shall include, but not be limited to, the following: ' C5X61900 00500-6 AGREEMENT RO—3/6/06 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. ' 11.02 CONTRACTOR will post in conspicuous places,available to employees and applicants for employment, notices setting forth the provisions of this non-discritnination clause. ' A. CONTRACTOR will,in all solicitations oradvertisementsforemployeesplacedbyoronbehalf of the CONTRACTOR, state that all qualified applicants will receive consideration for employment without regard to race,creed,color,or national origin. ' B. CONTRACTOR will send to each labor union or representative of workers 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 of the CONTRACTOR'S commitments under Section 202 of Executive Order No. 11246 of September 24, 1965,and shall post copies of the notice inconspicuous places available to employees and applicants for employment. ' C. CONTRACTOR will comply with all provisions of Executive Order No. 11246 of September 24, 1965,and of the rules,regulations, and relevant orders of the Secretary of Labor. D. CONTRACTOR will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of N Labor, or pursuant thereto, and will permit access to his books, records,and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,regulations,and orders. ' E. In the event of the CONTRACTOR's non-compliance 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 maybe 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. CONTRACTOR 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 CONTRACTOR 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. C5X61900 00500-7 AGRIsEMENT RO—3/6/06 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract ' Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreem• I be effective on 20_(which is the Effective Date of the Agreement). ' CITY F JEFFE Attest , By: a 1 Attest C' ✓ Idk APP V AS RM: Address for giving notices: i ou selor ' Address for giving notices: License No. Agent for service of process: ' �IDU b LA5 TOMES (If CONTRACTOR is a corporation or a If OWNER is a corporation, attach evidence of partnership, attach evidence of authority to sign). , authority to sign. If OWNER is a public body, attach evidence of authority to sign and resolution Designated Representative: or other documents authorizing execution of Name: ' OWNER-CONTRACTOR Agreement. Title: Address: Phone: ' Designated Representative: Facsimile: Name: 2W6LMS f N85 Title: �T ' Address: /03/SL.hYd A&.0F1)iLjr. Z0144r, 4-10 44/Z Phone: 314 644-6SM F simile: 314 PA4-74115 ' C NTRAeCTOR: B . ' [ O ORA SEAL] • C5X61900 00500-8 AGREEMENT RO—3/6/06 ' ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI SECTION 00600—BONDS AND CERTIFICATES PARTI -GENERAL 1.1 PERFORMANCE AND PAYMENT BONDS A. Provide Construction Performance and Construction Payment Bonds using Standard EJCDC Forms Nos. 1910-28A and 1910-28B, on the following pages. END,OF SECTION 00600 �N 1 1: 1 `1 1 1 CSX61900 00600-1 BONDS AND CERTIFICATES RO—8/29/05 U.S. ENVIRONMENTAL PROTECTION AGENCY WATER QUALITY OFFICE ' tsssttstsstt � CERTIFICATION OF NONSEGREGATED FACILITIES ' (Applicable to federally assisted construction contracts and related subcontracts exceeding , $10,000 which are not exempt from the Equal Opportunity clause). ' The federally assisted construction contractor certifies that he does notmainWn or provide for his ' employee any segregated facilities to perform their services at any location, under his control, where contractor certifies fiuther that he will not maintain or provide for his employees any .iegregated fselities at any of his establishments, and that he will not permit his employees to perform their services at any location under his 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 mi this contract. As used in this certification,,the term "segregated facilities"means'any waiting room work areas, rest rooms and wash roomy, ting restaurants and other ea 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 employees which are segregated by explicit directive or are in fact - segregated on the basis of race,creed,Dolor;or national origin,because of habit,local custom or ' otherwise. The federally assisted construction contractor agrees that(except where he has Obtained identical certifications from proposed subcontractors for specific time petiods)he will ' obtain identical certifications from proposed subcontractors prior to the award ofsubcontracts , exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. • ll i ) (Date) (Name&Title of Signer) '•' NOTE:The penalty for making false statements in offers is.prescribed in 18 U.S.C. 1001. ! 3 BOND064356B6 '• Performance Bond Any singular reference to Contractor, Surety, Owner or otter party shall be considered plural where applicable. ' CONTRACTOR(Name and Address): SURETY(Name and Address of Principal Place KCI Construction Company orBusincss): Safeco Insurance Company of America ' 10315 Lake Bluff Drive 1400 S. Hwy. Drive, Ste#100 St. Louis, MO 63123 Fenton, MO 63026 OWNER(Name and Address): The City of Jefferson, Missouri ' 320 East McCarty Street Jefferson City, MO 65101 CONTRACT Date: August 9, 2006 Amount: Five Million Nineteen Thousand and 00/100 Dollars — — — — — — — ($5,019,000.00) Description(Name and Location); Green Meadow Pump Station BOND Date(Not earlier than Contract Date): August 9, 2006 Amount: Five Million Nineteen Thousand and 00/100 Dollars — — — — — — —($5,019,000.00) Modifications to this Bond Form: N/A Surety and Contractor, uucnding to be legally bound hereby, subject to the terms pruned on die reverse side hereof, do each cause ' dds Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. CONTRAC OR AS PRINCIP SURETY ' Company: I Const 'Corp. Scat) Company: Safeco Insurance (Corp. Seal) C any Company o merica 10 O n Signature: Signature: ' Name and itic:� Name and Title: Brandi Bullock, h� �( (Attach Power of Attorney) Attorney—In—Fact (Space is provided below for signatures of additional parties, if required.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corp. Seal) Company: (Corp. Seal) ' Signature: Signature: Name and Title: Name and Title: HJCDC No. 1910-28-A (1996 Edition) originally prepared duouiih the)oim eaorts'af the Surety Association of America,Engineers Joint Contract Documenu Cornniuee,me Associated General Coninetors or America,and the American Institute of Amldtects. • IMPORTANT—Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended)and he autlmriud to transact business In Missouri. 00610-1 1. Jim CONTRACTOR sal she Sultry,juinUy aid sesnaay,bill Uxamda(a,Ueir pliability,in whole nr In part,widmw lumber Oudte the OWNER shall be cnUUed In ' hells, executors, adminisvalors, m moo's all Assign, to the Owner for The enforce any ncmaly available to am OWNER. pesfonnanee of the Contract,which is Incorporated herein by reference. 6. After the OWNER sus xrminstd tx CONIRACIOR's right ua earyUrse The 0 If to CONTRACTOR perromss the Contract.ax Surety awl the COrf RALTOR Contract,tad if the Surety deco to act under paagraph 4.1.4.2,or 4.3 above,dxn eve no obligation under this lord,tamps A participate in cenlereacn as providd in ere ruiansibiliurs of die Surety Ins the OWNER shall not be greater dun them of U,e Paragraph 3.1. CONTRACTOR under die Contract,And UK responsibllitim of the OWNER m UK, Surety,shall not be grotty Utah Jose of tlx OWNER under the Contract. To a limit of 3. If them is no OWNER Default,the Surety's obligation under this Bond Stull mice UK amount of m6 fond,but subject to canimismenl by the OWNER of the Data=of after. the Contract Ptce to midgadnn of mass and damages on the Contract,the Surety is obligated without duplication for: ' 3.1. The OWNER has notified ere CONTRACTOR and die Surety at the a+drous desulbd in pangraph IEbdow,our die OWNER is considering 6.1. The responsibabies of the CONTRACTOR for correction of defective declaring a CONTRACTOR Default all sus mquestd and aircraft to Work and completion of the Canaan; arrange a raifcrerre with the CONTRACTOR and ate Surety in but txld na her Uun' "a days aher receipt of Snch Ouslce o Aiswu metlnnh of 6.2. AJUIIIonsI legal,Align preeuleel and delay mss rousting fern the performing the ConlracL If the OWNER.the CONTRACTOR and the CONTRACTOR'S Default,Arid resulting frost the actions nr(allure to act Surety agree,die CONTRACTOR shall be allowed a rwsorubte time In of tine Surety wrier paragraph 4;and perimm ere Centimes.but such an agreement shall wx waive Um OWNER'S right,if any,subsequently to declare a CONTACTOR Default;and 6.3. Liquidated damages, or if no liquidated damages are specified in the Convect, actual damages caused by dclaycd performance or ran• 3.2. The OWNER hss Julard a CONTRACTOR Default and fomully perfomu=of die CONTRACTOR. terminated the CONTRACTOR's right to complete We Contract. Such CONTRACTOR Default doll net be declared earlier tun twenty days after 7. The Surety shill rot be liable to We OWNER or others for obligations of ate the CONTRACTOR All UK Surety have received notice AS pmuvndd In CONTRACTOR that are unrelated to the Contras,and ox Balance of die Contract paragraph 3.1:and Price shall vet be reduced or tit off an amount of any such umedat d obligations. No right of acacia Stull same on gds Boat many person or entity other Van am OWNER 3.3. The OWNER has agreed to pay the Balance of to Concoct Price A: or Its heirs,execution,administrators,or acaaaUrs. 3.3.1. The Surety In accordance with ere terms of the Contract; S. The Surety hereby waives notice of any change,Including elunges of dine,u UK Contract or to related subcontraar,purchase orders and other obligations. 3.3.2 Arooxr mnlncot sdecual lxirnurs mpanP.sapli A.5lo lxhfmm We Contract. 9. Any pnuceeJing,legal or equitable,trailer this Bond may be installed In any east of eompeent jurisdiction In the loadun In which the Walk or pan of We Work is 4. When We OWNER has sadand dhc cenditons of paragraph 3.she Surely shall Inatnl and shill be instinstd within two years after CONTRACTOR Default of within promptly and at UK Sultry's expense take one of de following Adam: two years after ere CONTRACTOR ceased waking or within two years after the Surety refuses or hiss b perform its Obligations under this Rod,rlixdxver occurs Tint. If the 4.1. Arrange for the CONTRACTOR,with cement of dale OWNER,to perform provisions of this paragraph are void or pmldlUed by law,the minimum period of and complete to Contract;or limitation available to ofedes as a defense in the juridktion of de suit shall he applicable. 4.1. Ilalntake to pedunn and complete the Contract itself,ihnogh to agents or through Independent contractors;or In. Notice to de Surety, die OWNER or die CONTACTOR Stull be mailed w defivud to We addleu shown on tie sigmnsn page• 4.3. Main bids or negotiated proposals from quallfd centfacen Amsptshe to the OWNER for a contract for perfomunce And counplerlon of ere If. When this Bond sus been funds hed A comply with a namury or other dega Camact, Amaze for a contract to be peeped for exeeudun by ere mptremen in dislocation whenere Cantractwube performed.any provision in this OWNER All the mnuacer sclecWl with the OWNER'a torxanence,to be lord conflicting widt Said subtlety or legal requirements Shaul be deemed Jdeld here seamed with perfmmanct and payrxn bexss exennd by a qualified wnety train and provisions conforming to Such sututury,or other legal nequitunent shall be ' egaivaleh A ere Bands duud on ox Conuan,all pay h ax OWNER Um accrued incorporated heein. The luxe is that this fond%lull be cantnwl at A mxorx of damages m described In paragraph 6 in caws of die Balance of statutory bond and not All a cannon law land. the Contract Prim incurred by Vic OWNER malting ban UK CONTRACTOR Default;or 12. Defuddom, 4.4. Waive lee dghlm perfanm ad complete,arrange fat completion.orobtain ILL Bllawx of de Contract p rice:Tx rural Amount payable by die OWNER to a new connctur and with rasomble pmmpmus under de cinunotanrxal the CONTRACTOR under de Contract after all proper Adjustments have been made, including Allowance to the CONTRACTOR of any amounts 4.4.1 After investigation,dcurvhhx dx amounts for which It may be liable received or to be received by the OWNER in senlanuu of Insurance or to the OWNER ond, AS soon as practicable after the amount Is at her Claim for dANges to which ax C @nRACfOR is shaded,reduces determined,tenor payment therefor to the OWNER;at by all valid and proper payments made to or on belt( of the CONTACTOR under ae Contract. 4.4.i Deny liability in wlohe or In part and notify die OWNER dung seasons Ibetefor. 12.2. Cunaact:The atimmcn between ere OWNER and the CONTACTOR Identified an We aignsmic page, including all Contract Documents sd 3. If die Seery data nos proceed as provided lee paragraph 4 with teawnsbte dunes thereto. pnannpuxss,On Sump Null be deemed to be in default nn this Red fifteen day%after remips of an addiamal writers notice from the OWNER in the Suscty damnding that 12.3. CONTRACTOR Default Pdure of de CONTRACTOR,which lees nctdxr the Sutery perform Its obligations under this Bond,and the OWNER$lull be cut bled to been remedled Our waived, to perform of of erwhe to comply with the enforce any moved,available to the OWNER. fa.Surely proceeds u provided In IAma of UK Contract. paragraph 4.4,all UK OWNER refuw the payment letdered or tx Surety Iw denied 12,4. OWNER Default:pailure of UK OWNER which has teiUiu been rahxaiid nor waived,to pay Its CONTRACTOR AS required by the Contract or to perform and clmplee or comply with Ox other emu dieting. ,• (TOR INFORMATION ONLY--Name, Address and Telephone) ' AGENT or BROKER: OWNER'S REPRESENTATIVE(Engineer or olher patty)): C.J. Thomas Company, Inc. , 800 Union Station, Ste#301, St. Louis, MO 63103 314/231-1717 00610.2 1 BOND/6435686 ,• Payment Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. ' CONTRACTOR(Nmuc and Address): SURE'T'Y (Name and Address of Principal Place KCI Construction Company of Business): Safeco Insurance Company of America 10315 Lake Bluff Drive- 1400 S. Ilwy. Drive, Ste#100 St. Louis, MO 63123 Fenton, MO 63026 OWNER(Name and Address): The City of Jefferson, Missouri 320 East McCarty Street ' Jefferson City, MO 65101 CONTRACT Date: August 9, 2006 Amount: Five Million Nineteen Thousand and 00/100 Dollars — — — — — — ($5,019,000.00) Description(Name and Location): Green Meadow Pump Station BOND Date(Not earlier than Contract Date): August 9, 2006 Amount: Five Million Nineteen Thousand and 00/100 Dollars — — — — — — ($5,019,000.00) ' Modifications to this Bond Form: N/A Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on die reverse side hereof,do each cause this Payment Bond to be duly executed on its behalf by Its authorized officer, agent, or representative. CONTRAChRAS INC AL SURETY Companys n (Carp. Seal) Company: Safeco Insurance (Corp. Seal) Company—; Aeeric{t ^—n Signature Signature: Ily _. pS IXjr Nance and � Cdl � Name and Title: Brandi Bullock, q (Attach Power of Attorney) Attorney—In—Fact (Space is provided below for signatures of additional parties, If required.) 1 CONTRACTOR AS PRINCIPAL SURETY ' Company: (Corp. Seal) Company: (Corp. Seal) Signature: Signature: ' Name and Tide: Name and Title: FJCDC No. 1910-28-D(1996 Edition) Grighudly prepared duough die joint elfuru of dw Surety Association of Anwrica,Eagiocers Joint Contract Documents Couunhtee,the Associated General Contractors of America,the American undone of Architects,the American Subcontractors Association,and taw Associated Specialty Contractors. • IMPORTANT—Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended)and be authorized to transact business In Missouri. ' 00620.1 ' 1. The CONTRACTOR and We Surcty,jointly and severally,bind themselves,their 8. Amarm owed try the OWNER in Ule CONTRACTOR under the Coronas shall n,executors,adminiunmrs,successors std assigft to am,OWNER or pay for be used for the performance of the Continues and m satisfy claims,if any,under any matetials and equipment futsdshel for use In Ure performance of the Contract. Per amatee Bond. By Ure CONTRACTOR furnishing and the OWNER areepfing ich is Inongrora d herein by reference. this hard, they agree flat all funds earned by fie CONTRACTOR In the performance of the Contract are dediumd In satisfy obligations of the 2. With respect to she OWNER, this obligation shall be null and void if the CONTRACTOR and the Surely under(his Dana,subject to the OWNER's priority CONTRACTOR: on use die funds for Use completion of die Work. 2.1. promptly snakes payment. already or Indirectly, for all turns due 9. The Surety dall not be liable to the OWNER.Claimants or others for obligaUom Claimants,tad of the CONTRACTOR that arse unrelated to the Contact. The OWNER dull not be liable for payment of any emu or expenses of any Claimant under this Bond,and 2.2. Defends,indemnifies and holds harmless the OWNER from all claims, shall have under this Bard no obligations to make payments to,give notices on demand,, Item or tins by any person or costly who N"U" r; Iatoq kluif0,or ahcrwise love obhigadam to Claimant urderthis"am" materials or equipment for use in die performarme of the Contract, provided the OWNER loss promptly notified de CONTRACTOR and the 10. Tte Surety ber sly waives notice of any change,including changes of time,to Surely (at the addresses described in paragraph 12) of any claims, the Conant os to sedated Subcontocu,purchase orders and other obligations. demands. Ilea or suits and tendered defeme of such claims,demands, lien or strut In the CONTRACTOR and the Surety,and provided there Is 11. No suit oration shall be wit mercad by a Clalmans under this Bond other than no OWNER Default. in a court or competent jurisdiction In the location In which the Work or pas of die Work Is)=led or after the explosion of one year from the date(I)on which die 3. With respect to Clamant, this obligation shall be null and void if the Claimant gave the notice required by paragraph 4.1 or paragraph 4.2.3,or(2)an CONTRACTOR promptly makes payment,directly or Indirectly,for all sums due. which the last labor or service was performed by arlyore cur die last muerlals or equipment were furradw l by anyone older Use Combustion Contract,whichever of 4. The Safety shall have w obligation to Claimant under this non]until: (I)or(Z)fins occurs. Base provisions artists paragraph are void or prohibited by law, Use minbnum period of Iimitdon available W sureties as a defeme in the 4.1. Claimants who are employed by or have a direct contract with die jurisdiction of die suit stall be applicable. CONTRACTOR have given Mille m the Surely (at the addresses described In paragraphs 12) and sent a copy, or M(lu dareor, in the 12. Notice to the Sultry,We OWNER or Um CONTRACTOR shall he mailed or OWNER. staring Out a claim is being nude under this Bond tad, with delivered to Ure addresses shown on the sigmtute page. Actual receipt of nosiu by substantial accuracy,the amm un of the claim. Surety, the OWNER or file CONTRACTOR. however accomplished, stall be sufficient compliance&aof the date recel ved at die address shown on all tignaWre 4.2. Claimants who do not have a direct contract with the CONTiALTOR: pace. I. Have furnished written notice to the CONTRACTOR and sent a carry. 13. When this Band has peen furnished to comply with a tannery or other legal or notice dlereuf, to the OWNER,within 00 days after having last «quiremcm in the location where the Contract wu to be petfmmed,any prevision performed labor or dot furnished m,1cr121,or equipment Included in In this Bond conflicting wild said suw,o y or legal sequhcmem dull be deemed the claim sating,with substantial accuracy,the unant of the claim deleted hereftom and provisions canfonning no such suutnry or other legal and the name of de parry m when die matdals were famished or requirement shall be deemed Incorporated hem(n. The intent is,that this Bond shall supplied or for whom tie labor was done or patterned;and be consumed as 4 statutory Bond and not as a common law lend. ' 2. Nava either recelved a mimfion in whole or In part from the 14. Upon rupee of any person or entity appearing to be a potential beneficiary of CONTRACTOR, or not mceivel within 30 days of famishing Ure thB Bond,(he CONTRACTOR shall promptly fumish a copy of flat nord or staff above notice any communication from die CONTRACTOR by which permit a copy to be nude. the CONTRACTOR had bdicated die claim will be paid directly or Iudireedy;and 15. DErINrITONS ' 3. Not luring been paid widdn Use above 30 days,have sent a written 15.1. Claimant: An Individual or entity having a direct contract with die notice to the Surety and sent a ropy,or Mass:thereof,to the OWNER. CONI'RACrOR or with a Subcomuacmr of the CONTRACTOR in fumish sutry,du(a claim is being made under this Bond and enclosing a copy labor,materials or equipment for use In the performance of the Contract. of the ptevluus wtiflen notice furnished to die CONTRACTOR. The Intent of this Bond alall be to include willmul limitation in de terns ' 'labor,materials or equipment.out put o(water,cats,power,light.heal, 5. Ir a notice required by paragraphs 4 is given by die OWNER to de oil,guolbe,telephone service or renal equipment used in to Contract. CONTRACTOR or to to Surety,dial Is sufficient compliance. architectural and engineering services requited for performance of the Work of Um CONTRACTOR and flat CONTRACTOR's Subcontractors. ' 6, When ilia Claimant has sa0sfiel the conditions of paragraph 4,the Suety than and all other Items for which a mechanic's lien may he asserted In die promptly and as fie Solely's"Perot sake file following actions: jurisdiction where die labor,materials or equipment were furnished, 6.1. Send an answer to the Cladmant,with a copy(odic OWNER,within 45 15.1 Contract:The agreement beweeu We OWNER and the CONTRACTOR days after neuips of file claim,stating tie amounts flat are undisputed and identified on the signature page, including all Contract Documents and ' the basis for challenging any unount that are disputed, changes pthereta. 6.2. Pay or samige for payment of any undisputed amounts. 15.3. OWNER Default: Pailful: of Ule OWNER, which has neither been rcnsedled nor waived, to pay Ule CONTRACTOR as requited by de 7, Ilse Solely',tot sptillgation 11,11 not caused the amount of ads Bond,and the Contract or to petit'-" and complete tar comply wish Us'outer terms amount of this Buod staff be credited for any payments made in Solid faith by the thereof. Surety, ' (FOR INFORMATION ONLY--Name, Address and Telephone) AGENCY or BROKER: OWNER'S REPRESENTATIVE(Engineer or other party): C.J. Thomae Com nn , Inn_ Union Station, Ste0301, St. Louis, MO 63103 314/231-1717 OOG20-2 I�} State of Missouri County of Jefferson on this 9th day of Auguat , 2006 , before me personally appeared Brandi Bullock to me known to be an Attorney-In-Fact of _. ,Safeco Insurance Company of America the corporation described in the within Instrument, and he acknowledged that he executed the within Instrument as the act of the said Company In accordance with authority duly conferred upon him by said Company. ^� .�„uNn°nnq �l MARY F.WILLIAMS %VI NOTARY PUBUO-STATEOFMISSOURI JEFFERSON COUNTY X INA MYCOMMISSIION EXPIRES FEB.13,2OO7 iN��tAAYPO6��� 9 J Notary Public �'*•�QF M15S�,c'� ���onmuwMo .. ADDRESS OF SURETY S_AFECO INSURANCE COMPANY OF AMERICA ]� GENERAL INSURANCE COMPANY OF AMERICA J 1400 South Highway Drive, Suite 100 Fenton, MO 63026 1-500-325-3200 �:i POWER SAPECO INSURANCE COMPANY OF AMERICA E ML AMERICA OF A77ORNEY OMOFFl e: SAFECOPAZA X11 � SEATTIB,WASHINGTON 90109 • No. 10705 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washnglon corporation,does each hereby appoint ' •`TIIOMAS CRAIG VALLE;PAMELA E.GOESSLINQ JOHN C.MILLER;SUSAHL,MARSHALL;TIMOTHY B.GRIFFIN,DON K ARDOLINO,KIM CONNELL; DRANDI BULLOCK;BRENDA C.hWNER;ERIC D.SAUER;S.Louis,Musouri•"••"••"""•"""^'•"""""""`"'•°""'°"""'°""••fO' Its true and IaMul atlorney(s)dn•facl,with fug authority to execute on Its bollall fidelity and surety bonds or undortaldngs and other documents of a similar character Issued in the course of its business,and to bind tho respective company .thoroby. ' IN WITNESS WHEREOF,SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have oath woculad and atlostod those presents this Bit, day of December 2004 CHRISTINE MEAD,SECRETARY MIRE MCGAVICK,PRESIDENT ' CERTIFICATE Extract from the By-Lows of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V,Section 13,•FIDEUTY AND SURETY BONDS...echo President,any Vice Resident,the Secretary,and any Assistant Vice President appointed for that purpose by the officer In charge of surely operations,shall each have authority to appoint Individuals as atlornoys•lndacl or under other appropriate li los with authority to execute on boholf of the company fidelity and surety bonds and other documents of similar character Issued by the company In the course of its business...On any Instrument making or ovidoncing such appointment.the signatures may be olfixod by lacsimilo. On any Instrument conferring such authority n any bond or undorleldng of life company, the seal, or a facsimile thereof,may be Improssod or Afixed or In any other mannor reproduced; provided, ever.that the seal shall not be necessary to the validity of any such instrument or undorleldng" w o Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (1) The provisions of Article V,Section 13 of the By-Laws,and (II) A copy of the powor•of•atlorney appointment,executed pursuant thereto,and ' (ii) Conifyhg that sold powor.of•aaormy appointment is In lull force and affect, the signeturo of the certifying officer may be by facsimile,and the seal of the Company may boa facsimile thereof" I,Christine Mood,Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify That the foregoing extracts of the 131-Lews and at a Resolution of the Board of Dfroclors of those corporations,and or a Power of Attorney Issued pursuant ihoroto, are true and correct,and that both the ByLo ts,the Resolution and the Power of Attorney are still In full force and off act. IN WITNESS WHEREOF,I have horounlo sot my hand and affixed the facsimilo seal of sold corporation ' Bds 9th days August 2006 oC�'nQ, yJQP ,EConMP,k` ' 3 CORPORp1E C�l� ' SEAL SEAL fag • �ffOP WAS 00(WAS \S CHRISTINE MEAD,SECRETARY 1 S�09741SAEF 2MI m A registered trademark or SAFECO COmOradxn ' 171OW004 PDF �ICORD CERTIFICATE OF LIABILITY INSURANCE RL08T 2 08/08/06' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION JD Xut,tsr Insurance Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ' C.J. Thomas Company, Inc. HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 800 St. Louis Union Station ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Louis NO 63103-2257 onet314-657-2959 Paxt314-657-2970 INSURERS AFFORDING COVERAGE NAICN ' INSURED UISURERA: Zurich American Ins Cc INSURER 0: RCI Construction Cc any, Inc. INSURER C: 10315 OUi eeMBluff 2 3 Dr TVs INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TIIE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT.TERM 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 HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. �Eyy(pp�� LTR NSW TYPEOFINSURANCE POLICY NUMBER DATEYMµ00Y"V POATE MAVDOAm LIMITS ' GENERAL LIABILITY EACH OCCURRENCE $1,000,000 'DAMAGETURENTEU` A X COMMERCIAL GENERAL LIABILITY GLOS087593 10/01/05 10/01/06 PREMISESEAODDUtenoe s300,000 CLAIMS MADE a GCCUR MEO EXP(Any one Person) $ 10,000 ' A/I CO-OPS INCL PERSONAL f ADV INJURY $1,000,000 GENERAL AGGREGATE (2,000,000 GENI AGGREGATE LIMIT APPLIES PER: PRODUCTS•COMP/OP AGO 52,000,000 POLICY X JELQT LOC AUTOMOBILE LIASILMY COMBINED SINGLE LIMIT A tALLOWNEDAUTOS o BAP5087584 1OJ01/05 10/01/06 (E•ntd°°n) si,000,000 BODILY INJURY LED AUTOS (Per person) 5 UTOS DODILYINJURY NEDAUTOS (Pet eDddent)PROPERTYDAIAAGE S (Per nwden0 BILITY AUTO ONLY•EA ACCIDENT f O OTHER THAN EA ACC f AUTO ONLY: AGO S EXCESSAIMBRELLA LIABILITY EACH OCCURRENCE 55,000,000 A X OCCUR ElCtAIMSLIAOE AUCS08767900 10/01/05 10/01/06 AGGREGATE $ 5,000,000 $ DEDUCTIBLE $ X PETEN110N 60 Is WORKERS COMPENSATION AND X TORYLIMITS ER ' EMPLOYERS'LNBILRY A ANVPkOPRIETORNARTNEWEXECUTNE WC5087582 10/01/05 10/01/05 E.L.EACH ACCIDENT 31,000,000 OFFICER,MEMBER EXCLUDED? E.L.DISEASE•EA EMPLOYE 51,000,000 II yes,d"wDe under SPECIAL PROVISIONS De(" I E.L.DISEASE•POLICY LIMIT I 51,000,000 ' OTHER DESCRIPTION OF OPERATIONS LOCATIONS I VEHICLES EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS ' PROJECT: GREEN MEADOW PUMP STATION, CITY OF JEFFERSON, MISSOURI. ***SEE ATTACHMENT FOR ADDITIONAL WORDING•+• (XXX) CERTIFICATE HOLDER CANCELLATION LJEFFER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURERWILL ERBEAVBRiA MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, lie CITY OF JEFFERSON, MI880URI IMrosE#G-OS j*0ff04 LhA .L rLAGWTWR ' 320 EAST MCCARTY ST, JEFFERSON CITY NO 65101 RePReBenTATTxa T ORQED I✓MPWp .N Ail ACORD 25(2001/08) 0 ACORD CORPORATION 1988 KCI CONSTRUCTION COMPANY CERTIFICATE, ATTACHMENT PROJECT: GREEN MEADOW PUMP STATION, CITY OF JEFFERSON, MISSOURI. '} CITY OF JEFFERSON, MISSOURI, JACOBS CIVIL, INC. (THE ENGINEER), ENGINEER'S CONSULTANTS, AND ANY OTHER INDIVIDUALS OR ENTITIES IDENTIFIED IN THE SUPPLEMENTARY CONDITIONS ARE INCLUDED AS ADDITIONAL INSUREDS AS REQUIRED BY WRITTEN CONTRACT UNDER THE GENERAL(INCLUDING COMPLETED OPERATIONS UNTIL 2008) LIABILITY POLICY WITH RESPECT TO WORK PERFORMED BY THE NAMED INSURED ON THE ABOVE LISTED PROJECT. SUCH COVERAGE IS PRIMARY AND NON-CONTRIBUTORY. WAIVER OF SUBROGATION APPLICABLE WHERE PERMITTED BY LAW. (XXX) :. N 1 1 1 1 1 1 1 1 1 ' 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 (o (he 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 endorsemenl(s). 1 DISCLAIMER The Certificate of Insurance on the reverse side of(his 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. . ACORD 25(2001100) INSURANCE BINDER OP ID KC °08%08/2006 THIS BINDER IS A TEMPORARY INSURANCE CONTRACT,SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. ' AGENCY COMPANY I BINDER/ 8043 Kutter Insurance Associates St Paul Travelers Thomas Company, Inc. EFFECTIVE XPIRATIGlJ—E St. Louie Union Station DATE TIME DATE TIME ' St. Louis MO 63103-2257 X A11 X 17.01 AM JD Kutter Insurance Associates 08/14/06 12L01 PM 10/14/06 Nooll �NC�,E.H: 314-657-2959 �FAX AID,No): 314-657-2970 IRIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY CODE: SUB CODE: PER EXPIRINO POLICY A ' CUSTOMER ID: KLO`gT-2 DESCRIPTION OF OPERATIONSIVEIIICLESIPROPERTY IInclutllnS Locallon) INSURED PROJECTt CITY OF JEFFERSON, MISSOURI, XCI Construction Company GREEN MEADOW PUMP STATION ' 10315 Lake Bluff Drive St. Louis MO 63123 COVERAGES LIMITS TYPE OF INSURANCE COVERAGEIFORMS DEDUCTIBLE I COINS%. AMOUNT PROPERTY CAUSESOFLOSS BUILDERS RISK - RISK OF 5,000 100 5,0191000 BASIC F1 BROAD❑SPEC DIRECT PHYSICAL LOSS INCL ' EARTHQUAKE SUBJECT TO POLICY Or CONDITIONS & EXCLUSIONS OENEMLLUBILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY RENTED PREMISES S CLAIMS MADE F I OCCUR MED EXP(Any one pe") S PERSONAL B AOV INJURY $ GENERAL AGGREGATE S PETRO DATE FOR CLAIMS MADE: PRODUCTS•COMP/OPAGG $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANYAUTO BODILY INJURY[Per Person) S ALLOWNEDAUTOS BODILY INJURY(Per acdeen) S SCHEDULEDAUTOS PROPERTY DAMAGE S HIREDAUTOS MEDICAL PAYMENTS S ' NON,OWNEDAUTOS PERSONAL INJURY PROT $ UNINSURED MOTORIST S $ AUTO PHYSICAL DAMAGE DEDUCTIBLE ALLVEHICLES SCHEDULEDVEHICLES ACTUAL CASH VALUE COLLISION: 1 STATED AMOUNT S OTHER THAN COL, OTHER GARAGE LIABILITY AUTO ONLY•EA ACCIDENT $ ANY AUTO OTHER TITAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE S EXCESS LIASILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM PETRO DATE FOR CLAIMS MADE: SELF-INSURED RETENTION S WC STATUTORY LIMITS WORKER'S COMPENSATION E.L.EACH ACCIDENT S EMPLOYERS UASIUrY E.L.DISEASE•EA EMPLOYEE S E.L.DISEASE•POLICY LIMIT $ P cIAL EQ DEDUCTIBLE - SUBJECT TO A $50,000, MINIMUM. FEES s COUITIONS VERAGES TAXES $ ESTIMATED TOTAL PREMIUM S NAME&ADDRESS RIOftiGAGEE ADDITIONAL INSURED LOBS PAYEE X OWNER LOAN e CITY OF JEFFERSON, MISSOURI 320 E. TY STREET AuryQRI7ED Anv JEFFERSON ON CI CITY MO 65101 �L //I 9 ACORD 75(2004109) NOTE:IMPORTANT STATE INFORMATION ON REVERSE SIDE ®ACORD CORPORATION 1993.2004 CONDITIONS ' This Company binds the kind(s)of Insurance stipulated on the reverse side.The Insurance is subject to the terms,conditions and limitations of the policy(les) in current use by the Company. ' This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company staling when cancellation will be effective.This binder may be cancelled by the Company by notice to the Insured In accordance with the policy conditions.This binder is cancelled when replaced by a policy. If this ' binder is not replaced by a policy,the Company is entitled to charge a premium for the binder according to the Rules and Rates in use by the Company. Applicable in California When this form is used to provide Insurance in the amount of one million dollars ($1,000,000)or more, the title of the form is changed from"Insurance Binder"to"Cover Note". Applicable In Colorado ' With respect to binders Issued to renters of residential premises, home owners, condo unit owners and mobile home owners, the Insurer has thirty (30)business days,commencing from the effective date of coverage, to evaluate the Issuance of the Insurance policy. ' Applicable In Delaware ' The mortgagee or Obligee of any mortgage or other Instrument given for the purpose of creating a Ilen on real property shall accept as evidence of Insurance a written binder Issued by an authorized Insurer or its agent if the binder Includes or is accompanied by:the name and address of the borrower; the name and address of the lender as loss payee; a description of the Insured real property; a provision that the binder may not be canceled within the term of the binder unless the lender and the insured borrower receive written notice of the cancel- latlon at least ten (10)days prior to the cancellation;except In the case of a renewal of a policy subsequent to ' the closing of the loan, a paid receipt of the full amount of the applicable premium,and the amount of Insurance coverage. Chapter 21 Title 25 Paragraph 2119 Applicable In Florida Except for Auto Insurance coverage, no notice of cancellation or nonrenewal of a binder is required unless the duration of the binder exceeds 60 days, For auto Insurance, the Insurer must give 5 days prior notice, unless the binder Is replaced by a policy or another binder in the same company. Applicable In Nevada Any person who refuses to accept a binder which provides coverage of less than $1,000,000.00 when proof Is required: (A)Shall be fined not more than $500.00, and (B)is liable to the party presenting the binder as proof of Insurance for actual damages sustained therefrom. ACORD 75(2004109) ' �� INSURANCE BINDER OP ID K °oeioe%z o6 THIS BINDER IS A TEMPORARY INSURANCE CONTRACT,SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. ' AGENCY COMPANY BINDER 8042 Kutter Insurance Associates Zurich American Ina Cc Thomas Company, Inc. EFFECTIVE XPIRAnON 8t. Louis Union Station DATE TIME DATE TIME ' St. Louis MO 63103-2257 AMA 12.01 AM JD Kutter Insurance Associates 08/14/06 12101 ]C X PIA 10/14/06 NOON pu"c°°NO en: 314-657-2959 ac,No: 314-657-2970 TIIISGINGERISISSUED70EX TENDCOVEMOEINTHEABOVENAMEDCOMPANY CODE: SUB CODE; PER EXPIRIIIG POLICY a: CUSTOMERID: KLOST-2 DESCRIPTION OF OPERATIONSNEHICLESIPROPERTY(Including Location) INSURED PROJECT: GREEN MEADOW PUMP STATION, CITY OF JEFFERSON, MISSOURI DESIGNATED CONTRACTOR: KCI CONSTRUCTION ' 320 BAST MCCARTY STREET COMPANY, 10315 LAKE BLUFF DRIRVE, ST. JEFFERSON CITY MO 65101 LOIII3, MO 63123 COVERAGES LIMITS TYPE OF INSURANCE COVERAWFORMS DEDUCTIBLE I COINS% AMOUNT PROPERTY CAUSESOFLOSS BASIC F_�BROAD❑SPEC GENERAL LIABILITY EACH OCCURRENCE s2,000,000 COMMERCIAL GENERAL LIABILITY RENTEDPREMISES S CLAIMS MADE [ OCCUR MED EXP(Any one person) S X Omar a Contractor Prot. PERSONAL&ADV INJURY $ GENERAL AGGREGATE 52,000,000 RETRO DATE FOR CLAIMS MADE: PRODUCTS•COMP/OP AGO S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT f ANYAUTO BODILY INJURY(Per perwe) S ' LLOVRJEDAUTOS BODILY INJURY(Per ewdent) f SCHEDULEDAUTOS PROPERTY DAMAGE S HIREDAUTOS MEDICAL PAYMENTS f IIONQWNED AUTOS PERSONAL INJURY PROT f UN114SURED MOTORIST S f AUTO PHYSICAL DAMAGE DEDUCTIBLE ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE ' COLLISION: STATED AMOUNT S OTHER THAN COL: OTHER GARAGE LIABILITY AUTO ONLY•EA ACCIDENT S ' ANYAUTO OTHER THAN AUTO ONLY: EACH ACCIDENT f AGGREGATE S EXCESS LIABILITY EACH OCCURRENCE f UMBRELLA FORM AGGREGATE f OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: SELF-INSURED RETENTION S WC STATUTORY LIMITS WORKER'S COMPENSATION E.L.EACH ACCIDENT f EMPLOYERS LIABILITY E.L.DISEASE.EA EMPLOYEE $ E1.DISEASE•POLICY LIMIT f IPIE �TILONSI FEES f COVEMGES TAXES S ESTIIAATED TOTAL PREMIUTA f NAME&ADDRESS IAORTGAGEE ADDITIONAL INSURED • LOSS PAYEE LOAN e AUTJVV,flEPAESE TIY ACORD 75(2004109) NOTE:IMPORTANT STATE INFORMATION ON REVERSE SIDE MACORD CORPORATION 1983.2004 ' CONDITIONS ' This Company binds the kind(s)of Insurance stipulated on the reverse side.The Insurance is subject to the terms, conditions and limitations of the policy(les)in current use by the Company. This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company stating when cancellation will be effective.This binder may be cancelled by the Company by notice to the Insured in accordance with the policy conditions.This binder is cancelled when replaced by a policy. If this ' binder Is not replaced by a policy, the Company is entitled to charge a premium for the binder according to the Rules and Rates in use by the Company. 1 Applicable in California ' When this form is used to provide Insurance In the amount of one million dollars ($1,000,000)or more, the title of the form Is changed from"Insurance Binder"to"Cover Note". ' Applicable in Colorado ' With respect to binders Issued to renters of residential premises, home owners, condo unit owners and mobile home owners,the Insurer has thirty(30)business days, commencing from the effective date of coverage, to evaluate the Issuance of the Insurance policy. ' Applicable In Delaware ' The mortgagee or Obligee of any mortgage or other Instrument given for the purpose of creating a lien on real property shall accept as evidence of Insurance a written binder Issued by an authorized Insurer or Its agent if the binder Includes or is accompanied by: the name and address of the borrower; the name and address of the ' lender as loss payee; a description of the Insured real property; a provision that the binder may not be canceled within the term of the binder unless the lender and the Insured borrower receive written notice of the cancel- lation at least ten (10)days prior to the cancellation; except In the case of a renewal of a policy subsequent to ' the closing of the loan, a paid receipt of the full amount of the applicable premium, and the amount of Insurance coverage. Chapter 21 Title 25 Paragraph 2119 Applicable in Florida Except for Auto Insurance coverage, no notice of cancellation or nonrenewal of a binder Is required unless the duration of the binder exceeds 60 days. For auto Insurance, the Insurer must give 5 days prior notice, unless the binder is replaced by a policy or another binder in the same company. Applicable In Nevada Any person who refuses to accept a binder which provides coverage of less than $1,000,000.00 when proof is required: (A)Shall be fined not more than $500.00, and (B)Is liable to the party presenting the binder as proof of Insurance for actual damages sustained therefrom. ACORD 75(2004108) GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI DOCUMENT 00700 -GENERAL CONDITIONS PART 1 -GENERAL 1.1 STANDARD DOCUMENT A. The Engineers' Joint Contract Documents Committee, EJCDC Document 1910-9, 1996 Edition, entitled "Standard General Conditions of the Construction Contract"shall govern all work of this Contract, except as modified by Section 00800, Supplementary Conditions, and other specific provisions of the Contract Documents. 1.2 MODIFICATIONS A: An article or portion of an article not modified by the Supplementary Conditions shalt remain in full force and effect. END OF SECTION 00700 C5X61900 00700-1 GENERAL CONDITIONS 1 RO—8/29/05 1 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 die particular circumstances of die contemplated Project and the ' Controlling Law. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ' ENGINEERS JOIN'r CON'T'RACT DOCUMENTS COMA17TTEE ' and Issued and Published Jointly By I, National Society of ' Professional Engineers AM AMERICAN CONSULTING Professional Enpineersht 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 1 AMERICAN SOCIETY OF CIVIL ENGINEERS ' This document has been approved and endorsed by P The Associated General !e Contractors of America Construction Specifications Institute Nfi'r.IM IW fwlnWl, ' These General Conditions have been prepared for use with the Owner-Contractor Agreements(No, 1910.8-A-1 or J910- 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) 1 1 : ,y. ,. 1 1 _ 1 Copyright 01996 National Society of Professional Engineers ' 1420 King Street, Alexandria, VA 22314 American Consulting Engineers Council 1015 15th Street N.W., Washington, DC 20005 American Society of Civil Engineers , 345 East 47th Street, New York, NY 10017 00700 -2 , TABLE OF CONTENTS P_aCs ARTICLE 1 - DEFINITIONS AND TERMINOLOGY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 -6 1.01 Defined Terms . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 -6 E2 PRELIMINARY.MATTERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700-8 ARTICLE 2-PRELIMINARY MATTERS . 00700 -9 2.01 Delivery of Bonds . 00700 - 9 2.02 Copies of Documents . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700-9 ' 2.03 Commencement of Contract Tinter Notice to Proceed . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 -9 2.04 Starring the Work . 00700 -9 2.05 Before Starting Constriction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 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 3.03 Reporting and Resolving Discrepancies . . 00700- 11 3.04 Amending and Supplementing Contract Documents . . . . . . . I . . . . . . . . . . . . . . . . . . . 00700- 11 3.05 Rertse of Documents . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700- 1 I . ARTICLE 4 -AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL 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 erenc Pnts . ti. . • . . . . . . , " . . . . . . . . • • . . . . ' . .. . , ' . . • . . . . , , . . , , . 00700 - 13 4,05 Reference Points . 00700 - 13 4.06 Hazardous Environmental Condition at Site . 00700- 14 ARTICLE 5 - BONDS AND INSURANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . o0706 - 15 ' 5.01 Performance, Payment, and Other Bonds . . . . . , • . . • . . . . . • . . . . . • . , , • , . • , . , . 00700- 15 5.02 Licensed Sureties mot Insurers . 00700- 15 5.03 Certificates of Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700- 15 ' 5.04 O N7RACPOR lityInurance . . . . . . . . . " „ • . . . . . . . . , . • . • . . • , . , . . • . , , , . 00700- 15 5.05 OWNER's Liability insurance . . 00700- 16 5.06 Property Insurance . 00700 - 16 5.07 Waiver of Rights . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700- 17 ' 5.08 Receipt and Application of insurance Proceeds . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700- IS 5,09 Acceptance of Bonds and Insurance, Option to Replace . 00700- 19 5.10 Partial Utilization, Acknowledgment of Property insurer . . . . . . . . . . . . . . . . . . . . . . . . 00700- 18 ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700- 18 6.01 Supervision and Superintendence . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 - 18 6.02 Labor, Working Hours . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 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 Royalties • . • • . . . . . . . . • . • . . . . • . . ' . . . • . . . .. . . . . " ' . , . . 00700-21 6.08 Permits . . 00700 - 21 6.09 Laws and Regulations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700-22 6.10 Taxes D . meats . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (),700-21 6.11 Use of Site and Other Areas . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700-22 6.12 Record Documents . , 00700 -22 6.13 Safety and Protection . 00700 .23 t 6.14 Safety Representative . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 -23 6.15 Hazard Communication Programs . 00700 -23 00700 -3 6.16 Emergencies . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700-23 6.17 Sloop Drawings and Samples . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 -23 6.18 Continuing the Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 -24 6.19 CONMCTOR s General IVarranty and Guarantee . . . . . . . . . . . . . . . . . . . . . . . . I . . 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 an 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 Drarvings, Change Orders and Payments . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 -29 9.08 Detennninatio s for Unit Price Work . . . . . . . . . . . . . . . . . . . . . . . . 00700 -28 9.09 Decisions on Requirements of Contract Documents and Acceptability of Work . . . . . . . . . . 00700 -29 , 9.10 Limitations an ENGINEER's Authority and Responsibilities . . . . . . . . . . . . . . . . . . . . . . 00700 -28 ARTICLE 10- CHANGES IN THE WORK; CLAIMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 -29 10.01 Authorized Changes in the Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 -29 , 10.02 Unauthorized Changes in line 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 1.01 Cost of the Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 -30 11.02 Cash Allowances . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 -32 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 CONTRACTOR'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 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 -36 13.09 OWNER May Correct 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 CONTRACTOR'S Warranty of Title . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 -38 14.04 Substantial Completion . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 -38 1; 14.05 Partial Utilization . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 -39 14.06 Final inspection . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 -39 14.07 Final Payment . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 -39 14.08, Final Completion Delayed . . . . . . . . . . . . . . . . . . . . . . . . . 6 . . . . . . . . . . . . . . . . . 00700 -40 14.09 Waiver of Claims . . . . . . . . . . . . . . . . . 6 . . . . . . . . . . . . . . . . . . . . . . . . 00700 -40 ARTICLE 15 -SUSPENSION OF WORK AND TERMINATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 -40 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 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 . . . . 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 . . . . . . . . . . . . . . 6 . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 -42 17.05 Controlling Low . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00700 -42 1 .. 00700 -5 r GENERAL CONDITIONS r ARTICLE I - DEFINITIONS AND TERMINOLOGY Contract Times, issued on or after die Effective Date of the Agreement. r 1.01 Defined Terms 10. Claim--A demand or assertion by OWNER or CONTRACTOR seeking an adjustment of Contract Price r A. Wherever used in the Contract Documents and or Contract Times, or both, or odor relief 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 die meanings indicated which are applicable services by a third party is not a Claim. to both die singular and plural thereof. ' 11. Contract--The 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 r change the Bidding Requirements or the Contract negotiations, representations, or agreements, whether Documents. written or oral. 2. Agreement--The written instrument which is 12. Contract Docaotents--The Contract Documents , evidence of the agreement between OWNER and 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--Thu form acceptable to documentation accompanying the Bid and any post Bid ENGINEER which is to be used by CONTRAC'T'OR documentation submitted prior to the Notice of Award) during the course of the Work In requesting progress or when attached as an exhibit to tie Agreement, die Notice final payments and which is to be accompanied by such to Proceed, the Bonds, these General Conditions, die supporting documentation as is required by the Contract Supplementary Conditions, ilia 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, Ficid 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 Safety and liralth 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 r 5. Bid--Tic oiler or proposal of a bidder submitted the items listed in this paragraph are Contract Documents. on the prescribed form setting fordh the prices for the Files in electronic media fortnat of text, data, graphics, Work to be performed. and the like that may be furnished by OWNER to CONTRACTOR are not Contract Documents. 6. Bidding Documents--The Bidding Requirements and the proposed Contract Documents (including all 13. Contract price--The moneys payable by OWNER Addenda issued prior to receipt of Bids). to' CONTRACTOR for completion of die Work in ' accordance with the Contract Documents as stated in die 7. Bidding Requirements--The Advertisement or Agreement(subject to the provisions of paragraph 11.03 Invitation to Bid, Instructions to Bidders, Bid security in rite case of Unit Price Work). form, if any, and die Bid form with any supplements. ' 14. CauraG Times--Tire number of days or Uo dates 8. Bonds--Performance and payment bonds and stated in die Agreement to: (i) achieve Substantial other instruments of security. Completion; and(ii)complete die 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. CONTRACTOR--The individual or entity with in die Work or an adjustment in the Contract Price or ilia whom OWNER has entered into the Agreement. 00700 - 6 r 16, Cost of the Work--See paragraph I I.0I.A for 27. Milestone--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. Drattdngs--Thnl part 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 Atvard--The written notice by OWNER performed by CONTRACTOR. Shop Drawings and to the apparent successful bidder stating 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 run and on which of the two parties to sign and deliver. CONTRACTOR shall start to perform the Work under due Contract Documents. 19. ENGINEER--The individual or entity named as r such in the Agreement. 30. OWNER--The individual, entity, public body, or authority with whom CONTRACTOR fins entered Into 20. ENGINEER's Consultant—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. Bally 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 bur which does not involve a change in the Contract Price or 32. PCBs--Polyclilorinated biphenyls. the Contract Times, 33. Petroletan--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 Environmental Condition—The mixed will) other non-Hazardous Waste and erode oils. presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such 34. Project--The total construction of which the r 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 pan as may be indicated connection with die Work. elsewhere in the Contract Documents. ' 24. Hazardous Waste--Tile term Hazardous Waste 35. Project Manual--The bound documentary shall have the meaning provided in Section 1004 of the information prepared for bidding and constructing rile Solid Waste Disposal Act (42 USC Section 6903) as Work. A listing of the contents of the Project Manual, amended from time to time, which may be bound in one or more volumes, is contained in the table(s) of contents. 25. Laws and Regulations Laws or Regulados--Any and all applicable laws, rules, regulations, ordinances, 36. Radioactive Materiab-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 seq.) as amended from time to lime. 26. Liens--Charges, security 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 die ' Site orally part thereof. ' 00700 - 7 38. Samples--Physical examples of materials, steam, liquid petroleum products, telephone or other equipment, or workmanship that arc representative of communications, cable television, water, wastewater, some portion of the Work and which establish the storm water, other liquids or chemicals, or traffic or standards by which such portion of the Work will be other control systems. judged. 47. Unit Price lVork--Work to be paid for on the ' 39. Shop Drawings--All drawings,diagrams, illustra- basis of unit prices. tions, schedules, and other data or information 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 pans 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--Lands 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, all as easements for access thereto, and such other lands required by the Contract Documents. , furnished by OWNER which are designated for die use of CONTRACTOR. 49. Work Change Directive--A written statement to CONTRACTOR issued on or after the Effective Date of 41. Specifications--That part of the Contract the Agreement and signed by OWNER and recommended ' Documents consisting of written technical descriptions 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 tie 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 entity having a Contract Times but is evidence that the parties expect that direct contract with CONTRACTOR or with any other the change ordered or documented 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 Completion--The time at which the Times. Work(or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER, (lie Work(or 50. Written Ametubnent--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 and normally dealing witi tie nonenginecring purposes for which it is intended. The terns 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 part of the A. /item of Certain Terns or Adjectives Contract Documents which amends or supplements these ' General Conditions. 1. Whenever in the Contract Documents the terms "as allowed," "as approved," or terms 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 (lie Work by CONTRACTOR or :my Subcontractor. is intended that such action or determination will be solely to evaluate, in general, the completed Work for 46. Underground 6acilities--All underground compliance with the requirements of and information in pipelines, conduits, ducts, cables, wires, manholes, the Contract Documents and conformance with tie design ' vaults, tanks, tunnels, or other such facilities or concept of the completed Project as a functioning whole attachments, and any encasenhents 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 (Mw - 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 die Contract Documents. A. When CONTRACTOR delivers die 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 measured from midnight to the next midnight. 2.02 Copies of Documents C. Defective 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 die cost of reproduction. "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it does not conform to the Contract 2.03 Commencement of Contract 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 tie 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 it 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 actor- time within 30 days after the Effective Date of the ' dance with paragraph 14.04 or 14.05). Agreement. In no event will the Contract Times commence to run later than tie sixtieth day after the day of Bid opening D. Fmmish, Install, Perform, Provide or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier, 1. The 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 die Site(or sonic otter 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 commence to run. No Work shall be done at the Site prior to the dale on which the 2. The word "install," when used in connection Contract Times commmence 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 Constniction or equipment complete and ready for intended use. A. CONTRACTOR's Review of Contract Documents: 3. The words "perform" or "provide," when used Before undertaking each pan of the Work, CONTRACTOR in connection with services, materials, or equipment, shall carefully study and compare the Contract Documents ' 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 shall promptly report in writing to ENGINEER any conflict, error, 4. When "furnish," "install," "perform," or "pro- ambiguity, or discrepancy which CONTRACTOR may vide" is not used in connection with services, materials, discover and shall obtain a written interpretation or or equipment in a context clearly requiring an obligation clarification from ENGINEER before proceeding with any of CONTRACTOR, "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 tie Contract words or phrases which have a well-known technical or Documents unless CONTRACTOR knew or reasonably construction industry or trade meaning arc used in the should have known thereof. Contract Documents in accordance with such recognized meaning. B. Preliminary Schedules: Within ten days after the Effective Date 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 timely 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 die Contract Times. Such acceptance will not impose on times (numbers of days or dates) for starting and ENGINEER responsibility for the progress schedule, for completing die various stages of the Work, including any sequencing, scheduling, or progress of the Work nor Milestones specified in die 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 die 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 tic Work. performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to ' each item or Work. ARTICLE 3 -CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE C. Evidence of Insurance: Before any Work at die She , is started, CONTRACTOR and OWNER shall each deliver to tie 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. 8. It is die intent of die Contract Documents to describe , a functionally complete Project (or part thereoo to be 2.06 Preconstniction Conference constructed in accordance with the Contract Documents. Any labor,documentation, services, materials,or equipment ' A. Within 20 days after 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 meats 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 die parties as to the Work and to discuss die schedules OWNER. referred to in paragraph 2.05.8, 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 Article 9. 2.07 Initial Acceptance of Schedules ' 3.02 Reference Standards A. Unless otherwise provided in the Contract Docu- ments, at least ten days before submission of the first A. Standards, Specifncalfois, Codes, Laws, and Application for Payment a conference attended by CON- Regulation ' TRACTOR, 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 2.05.8. CONTRACTOR shall have an additional ten days to association, or to Laws or Regulations, whether such make correction 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 lions in effect at die time of opening of Bids (or on the to ENGINEER. Effective Date of the Agreement if there were no Bids), W700 - 10 , 1 except as may be otherwise specifically stated in the 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; (H) a Change ' OWNER, CONTRACTOR, or ENGINEER, 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 die Contract Documents may be any such provision or instruction 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 Rcntsc 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 die Contract Documents or between (or copies of any thereof)prepared by or bearing the seal of due 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 editions; 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 adaphion by ENGINEER. This in an emergency as required by paragraph G.IG.A) until prohibition will survive final payment, completion, and ' an amendment or supplement to the Contract Documents acceptance of die 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 in the Contract Documents, the provisions of the Contract 4.01 Availability ofLands Documents shall take precedence in resolving any ' conflict, error, ambiguity, or discrepancy between the A. OWNER shall furnish the Site. OWNER shall notify provisions of die Contract Documents and: CONTRACTOR of any encumbrances or restrictions not of general application but specifically related to use of die Site a. the provisions of any standard, specification, with which CONTRACTOR must comply In performing the manual, code,or instruction(whether or not specifn- Work. OWNER will obtain in a timely manner and pay for cally incorporated by reference in the Contract casements for permanent structures or permanent changes in Documents); or existing facilities. If CONTRACTOR and OWNER are unable to agree on entitlement to or on die 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 1 B. Upon reasonable written request, OWNER shall 4.03 Differing Subsurface or Physical Condition furnish CONTRACTOR with a current statement of record legal title and legal description of die lands upon which die A. Notice: If CONTRACTOR believes that any subsur- ' Work is to be performed and OWNER's interest therein as face or physical condition nt 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 dint 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 nature as to require a change in the 4.02 Subsurface and Physical 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 dint from conditions ordinarily encountered and generally ENGINEER has used in preparing the Contract Docu- recognized is inherent in work of the character provided ' merits; 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 die Site(except Underground Facilities)that physical condition or performing any Work in connection ENGINEER has used in preparing the Contract therewith(except in an emergency as required by paragraph Documents. G.IG.A), notify OWNER and ENGINEER in writing about such condition. CONTRACTOR shall not further disturb B. Limited Reliance by CONMI CTOR oil Technical such condition or perrorm 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 "teciudcal data" is identified in as required by paragraph 4.03.A, ENGINEER will promptly ' die 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) or 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 I. The Contract Price or the Contract Times, or be employed by CONTRACTOR, and safety precautions both, will be equitably adjusted to the extent that die , 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 in such drawings; or a. such condition must meet anyone or more of 3. any CONTRACTOR interpretation of or die 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 respect 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. 00700 - 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, 1 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. 1 reasonably have been discovered or revealed as a result of any examination, investigation, exploration, B. Not Shown or Indicated test, or study of ilia 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 ilia 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 emergency ins required by paragraph fi.IG.A), identify tie 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 cattlemen,to or on than....nnu or extent, if any, ENGINEER will promptly review the Underground of any adjustment in the Contract Price or Contract Facility and determine ilia extent, if any, to which a Times, or both, a Claim may be made therefor as change is required in the Contract Documents to reflect provided in paragraph 10.05. However, OWNER, and document ilia 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 limited 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 he 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 ilia 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 extern, if any, of any such adjustment in Contract Price or Contract 1. OWNER and ENGINEER shall not be Times, OWNER or CONTRACTOR may make n Claim responsible for the accuracy or completeness of any such therefor as provided in paragraph 10.05. ' information or data; and 4.05 Reference Paints 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 construction which in ENGINEER's judgment are necessary to enable CON- a, reviewing and checking all such information TRACTOR to proceed with the Work. CONTRACTOR ' and data, shall be responsible for laying out the Work, shall protect and preserve ilia established reference points and property 00700 - 13 monuments, and shall fake no changes or relocations Environmcntal Condition, CONTRACTOR shall immedi- without the prior written approval of OWNER. ately: (i)secure or otherwise isolate such condition; (II) stop CONTRACTOR shall report to ENGINEER whenever any all Work in connection 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. ilia necessity for OWNER to retain a qualified expert to evaluate such condition or take corrective action, if any. 4.06 Hazardous Environmental Condition at Site ' G 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 ' reports and drawings relating to a Hazardous Environmental related thereto and delivered to CONTRACTOR written Condition identified at the Site, if any, tluat 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 he resumed safely. If OWNER and B. Limited Reliance by CONTRACTOR on Technical CONTRACTOR cannot agree as to entitlement to or on the Data Authorized: CONTRACTOR may rely upon ilia 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 r. If after receipt or 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 ilia 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 ilia Work, then either party stay 2. other data, interpretations, opinions and make a Claim therefor as provided in 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 and 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, employees, agents, other consultants, and at die Site which was not shown or indicated in Drawings or subcontractors of each and any of diem from and against all Specifications or identified in the Contract Documents to be claims, toss, 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 Iazardous Environmental Condition created other professionals and all court or arbitration or other with any materials brought to ilia Site by CON'T'RACTOR, 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 ilia Drawings or Specifications or identified in D. If CONTRACTOR encounters a Hazardous die Contract Docwncnis to be included within ilia scope of , Environmental Condition or if CONTRACTOR or anyone for the Work, and(hit) was not created by CONTRACTOR or by whom CONTRACTOR is responsible creates a Hazardous anyone for whom CON'T'RACTOR is responsible. Nothing 00700- 14 ' 1 in this paragraph 4.06.E shall obligate OWNER to indemnify of paragraph 5.01.8, CONTRACTOR shall within 20 days any individual or entity from and against die consequences of thereafter substitute another Bond and surety, both of which that individual's or entity's own negligence, shall comply with die requirements of paragraphs S.OI.B and ' 5.02. H. To Utc 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 cach 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 die architects, attorneys, and otter professionals and all court or jurisdiction in which the Project is located to issue Bonds or arbitration or otter 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 4.06.17 shnil 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 ' L 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 mnentary Conditions, certificates of insurance (;tad other Condition uncovered or revealed at the Site. evidence of insurance requested by OWNER or may other additional insured) which CONTRACTOR is required 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 (;tad 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 CONTR.I CTOR'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 ' Contract Documents. These Bonds shall remain ht 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 Laws or set forth below which may arise out of or result from ' 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, whetter 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 I, claims under workers' compensation, disability Acceptable Reinsuring Companies" as published in Circular benefits, and other similar employee benefit acts; ' 570(amended)by die Financial Management Service, Surety Bond Bmch, 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 1 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 otter person for any and any insurance coverage written on a claims-made otter reason; basis, remain in effect for at least two years after final payment(and CONTRACTOR shall furnish OWNER and ' 5. claims for damages, otter than to die Work each otter 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; acid 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 OWNER'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 Property 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 to 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 -,my 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, ENGiNEER'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 fled in the Supplementary Conditions, and the officers, the Supplementary Conditions or required by Laws or directors, partners, employees, 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. he written on a Builder's Risk "all-risk" or open ' CONTRACTOR's indenmity obligations under pars- peril or special causes of loss policy form that shall at graphs 6.07, 6.11, and 6.20; least include insurance 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 tie 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 die 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 tie 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 properly (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 not 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 fit 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 certifh- caused by tie perils or causes of loss covered thereby. All cane 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 E. 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 die Supplementary Conditions or Laws and TOR waive all rights against each otter and their respective Regulations which will 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 ,my 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 Supplcmen- 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 to 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 under any contain waiver provisions in accordance with paragraph 5.07. policy so issued. ' D. OWNER shall not be responsible for purchasing and E. OWNER waives all rights against CONTRACTOR, maintaining any property insurance specified in this Subcontractors, ENGINEER, ENGINEER's Consultants,and ' paragraph 5.06 to protect tie 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 amounts that are identified in the Supplementary ' Conditions. The risk of loss within such identified deductible I. loss due to business interruption, loss of use, or amount will be borne 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 policies 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, after Substantial Completion Written Amendment. Prior to commencement of the Work ' M700 - 17 1 pursuant to paragraph 14.04, or after final payment of such party by the Contract Documents, such party shall pursuant to paragraph 14.07. notify the other party in writing of such failure to purchase ' prior to the start of the Work, or of such failure to maintain C. Any insurance policy maintained by OWNER cover- prior to any change in tile required coverage. Without ing any loss, damage or consequential loss referred to in prejudice to any other right or remedy, the other party may ' paragraph 5.07.13 shall contain provisions to die 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 die expense of the party who was consequential loss, die insurers will have no rights of required to provide such coverage, and a Change Order shall recovery against CONTRACTOR, Subcontractors, be issued to adjust the Contract Price accordingly. ' ENGINEER, or ENGINEER's Consultants and die officers, directors,parmcrs, employees, agents, and other consultants 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 die 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 5.08.8. changes in coverage necessitated thereby. The insurers OWNER shall deposit in a separate account any money so providing die property insurance snail consent by endorse- received and shall distribute it in accordance with such agree- ment on the policy or policies, but the property insurance ' meat is 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, die damaged Work shall be repaired or such partial use or occupancy. replaced, the moneys so received applied oil account thereof, and die Work and die 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 ' settle any loss with the insurers unless one of the parties in 6.01 Supervision and Superintendence interest shall abject 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 the Work competently and efficiently, devoting such attention ' settlement with the insurers in accordance with such thereto and applying such skills and expertise as may be agreement as the parties fn interest may reach. If no such necessary to perform the Work in accordance with the agreement among die parties in interest is reached, OWNER Contract Documents. CONTRACTOR shall be solely ' as fiduciary shall adjust and settle the loss with the insurers responsible for the means, methods, techniques, sequences, and, if required in writing by any party in interest, OWNER and procedures of construction, but CONTRACTOR shall as fiduciary shall give bond for the proper performance of not be responsible for the negligence of OWNER or ' such duties. ENGINEER in the design or specification of a specific means, method, technique, sequence, or procedure of 5.09 Acceptance of Bands and insurance; Option to construction which is shown or indicated in and expressly Replace required by die Contract Documents. 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 die coverage afforded by or other provisions of ' the Bonds or insurance required to be purchased and B. At all times during die progress of die Work, maintained by die other party in accordance with Article 5 on CONTRACTOR shall assign a competent resident superin- die basis of non-conformance with die Contract Documents, tendent thereto who shall not be replaced without written the objecting party shall so notify tine 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 party does not shall be binding on CONTRACTOR. purchase or maintain all of die Bonds and insurance required , 00700 - 18 6.02 Labor, Working Hours any provisions of the General Requirements applicable thereto.A. CONTRACTOR shall provide competent, suitably ' 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 die 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 will not A. Whenever an item of material or equipment is ' permit overtime 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 substitution 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- responsibility for all services, materials, equipment, labor, stances described below. transportation,construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, 1. "Or-Equal" /tents: 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, CONTRACTOR is functionally equal to that named and start-up, and completion of the Work. sufficiently similar so that no change in related Work will be required, it may be considered by ENGINEER as an B. All materials and equipment incorporated into die "or-equal" item, in which case review and approval of Work shall be as specified or, if not specified, shall be of die 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 die exercise of reasonable judgment equipment shall 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; (11) 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, and; 6.04 Progress Schedule b. CONTRACTOR certifies that: (i)there is no A. CONTRACTOR shall adhere to die progress schedule increase in cost to The OWNER: and (ii) it will established in accordance with paragraph 2.07 as it may be conform substantially, even Willi 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!tents 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 die progress material or equipment proposed by CONTRACTOR schedule then in effect and additionally will comply with does not qualify as an "or-equal" item under ' 00700 - 19 paragraph 6.05.A.1, it will be considered a proposed required by the Contract Documents, CONTRACTOR may substitute item. furnish or utilize a substitute means, method, technique, ' sequence, or procedure of construction approved by ENGI- b. CONTRACTOR shall submit sufficient NEER. 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 or equipment determine that die substitute proposed is equivalent to that ' proposed is essentially equivalent to that named and expressly called for by die 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 Elnluation: 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 6.05.13. will be as set fork 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 an"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, The 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 Cast 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 no 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 (lie charges of ENGINEER and ' incorporation or use of the proposed substitute item ENGINEER's Consultants for evaluating each such proposed in connection with die 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. CONTRACTOR's Erpense: CONTRACTOR shall identified in the application, and available provide all data in support of any proposed substitute or engineering, sales, maintenance, repair, and "or-equal" at CONTRACTOR's expense. replacement services will be indicated. Tire , 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 6.06.8), considered by ENGINEER in evaluating die proposed whether initially or as a replacement, against whom OWNER substitute item. ENGINEER may require CON- may have reasonable objection. CONTRACTOR shall not lie 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 arty of the Work against tvhoin CONTRACTOR has reasonable objection. B. Substitute Cwutntctian Methods or Procedures.- !tr specific means, method, technique, sequence, or procedure 13. If the Supplementary Conditions require the identity of construction is shown or indicated in and expressly of certain Subcontractors, Suppliers, or other individuals or , 0)700 -20 1 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 reasonable objection after 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 consultants and subcontractors appropriate Change Order will be issued or Written of cacti and any of them) for all losses and damages caused Amendment signed. No acceptance by OWNER of any such by, arising out of, relating lo, or resulting from any or 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 CONTRACTOR's own royalties and assume all costs incident to the use in due acts and omissions. Nothing in the Contract Documents shall performance of the Work or the incorporation in die Work or create for the benefit of any such Subcontractor, Supplier, or tmy invention, design, process, product, or device which is other individual or entity any contractual relationship between the subject of patent rights or copyrights held by others. If OWNER or ENGINEER and :my such Subcontractor, a particular invention, design, process, product, or device is 1 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 tie 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 hold harmless Suppliers, and other individuals or entities performing or OWNER, ENGINEER, ENGINEER's Consultants, and the famishing 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 other 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 Documents. CONTRACTOR in dividing tic Work among Subcontractors or Suppliers or delineating die 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 he 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 i and licenses. CONTRACTOR shall pay all governmental unreasonably encumber the Site and other areas with charges and inspection fees necessary for the prosecution of construction equipment or odor materials or equipment. the Work which are applicable at the time of opening 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 de 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 capital 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 settle 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 [lie 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 Laws 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, painters, 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 claims, 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 charges of engineers, architects, attorneys, 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 party 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 die 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 die 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 die 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 die 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 made therefor as provided in paragraph 10.05. for utilization by OWNER. At the completion of de 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. CONTRACTOR 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 Stnictures: 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 atut 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 L 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 interpretations responsibilities for safety and for protection of the Work shall and clarifications in good order and annotated to show continue until such time as all the Work is completed and changes made during construction. These record documents ENGINEER has issued a notice to OWNER and together with all approved Samples and a counterpart of all CONTRACTOR in accordance with paragraph 14,07.E that approved Shop Drawings will be available to ENGINEER for the Work is acceptable (except as otherwise expressly reference. Upon completion of the Work, these record provided in connection with Substantial Completion). documents, Samples, and Shop 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 die Site whose duties and A. CONTRACTOR shall be solely responsible for responsibilities shall be die prevention of accidents and the initiating, maintaining and supervising all safety precautions maintaining and supervising of safety precautions and and programs in connection with die 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 ilia Work; communication information required to be made availabic to or exchanged between or among employers at the Site in 2. ant the Work and materials and equipment to be accordance with Laws or Regulations. incorporated therein, whether in storage on or off ilia Site; and 6.16 Emergencies 3. other property at the Site or adjacent thereto, A. In emergencies affecting ilia 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 ENGINEER property, or to the protection of persons or property from determines that a change in ilia Contract Documents is ' damage, injury, or loss; and shall erect and maintain all required because of ilia 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 die 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 part, 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 any 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 the Shop any of them may be liable, shall be, remedied by Drawings will lx 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 die 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 there, or anyone for enable ENGINEER to review ilia information for the limited whose acts any of them may be liable, and not attributable, purposes required by paragraph 6.17.E. directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, B. CONTRACTOR shall also submit Samples to Supplier, or other individual or entity directly or indirectly ENGINEER for review and approval in accordance with ilia employed by any of them). CONTRACTOR's duties and acceptable schedule of Slop Drawings and Sample ' 00700 -23 submittals. Each Sample will be identified clearly as to Drawing and Sample submitted to ENGINEER for review material, 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 die submittal E. ENGINEER's Review for the limited purposes required by paragraph 6.17.E. The numbers 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 given in the ENGINEER's review and approval of die 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 , construction 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, installation incident thereto. The review and approval of a separate ' requirements, materials, catalog numbers, and item as such will not indicate approval of die assembly in similar information with respect thereto; which the item functions. 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; ments 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 lion and safety precautions and programs incident approval of cacti 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 die Contract Docu- ments. P. Resubminal Procedures 2. Each submittal shall tzar 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 topics 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 die 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 Continuing the Work submitted may have from the requirements of the Contract Documents, such notice to be in a written corn- A. CONTRACTOR shall carry on tie Work and adhere munication separate from the submittal; and, in addition, to die 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 007011 -24 ' as permitted by paragraph 15.04 or as 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, attorneys, 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 the 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 guarantee hereunder excludes defects or damage caused by: property(other than the Work itself), including die 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 ;my other individual or entity or omission of CONTRACTOR, any Subcontractor, any for whom CONTRACTOR is responsible; or Supplier, or any 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 D. CONTRACTOR's obligation to perform and negligence or omission of an individual or entity indem- ' complete the Work in accordance with the Contract nifhed hereunder or whether liability is imposed upon such Documents shall be absolute. None of the following will indemnified party 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 B. In any and nll claims against OWNER or ENGINEER accordance with the Contract Documents: or any of their respective consultants, 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 perform any of the Work, or anyone for whose acts any of them 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 limitation on the amount or type of damages, ' thereto by OWNER; compensation,or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier, or other individual or 4. use or occupancy of the 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; tinder 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 Smnple submittal or the issuance of a notice of acceptabil- consultants and subcontractors of each and any of them ' fly by ENGINEER; arising out of: 7, any inspection, test, or approval by others; or 1. tie 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 Intlemnifrcation 2. giving directions or instructions, or failing to give them, if that is the primary cause of the injury or A. To the fullest extent permitted by Laws and Regula- damage. lions, 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:mry of them from ' 00700 - 25 1 ARTICLE 7-OTHER WORK 7.02 Coordination A. if OWNER intends to contract with others for the ' 7.01 Related Work at Site performance of other work on die Project at the Site, the following will be set forth in Supplementary Conditions: A. OWNER may perform other work related to the ' Project at the Site by OWNER's employees, or let other 1. the individual or entity who will have authority direct contracts therefor, or have other work performed by and 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 staring 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 die amount or extent, if any, ' of any adjustment in die Contract Price or Contract Times B. Unless otherwise provided in die 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 RESPONSIBILITIES who is a party to such a direct contract and each utility owner ' (and OWNER, if OWNER is performing die other work with OWNER's employees)proper and safe access to the Site and 8,01 Communications to Contractor a reasonable opportunity for the introduction and storage of materials and equipment and die execution of such other A. Except as otherwise provided in these General Condi- work and shall properly coordinate the Work with dhcirs. tions, 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 pars 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 die others whose under tlhe Contract Documents shall be that of the former work will be affected. The duties and responsibilities of ENGINEER. CONTRACTOR under this paragraph are for die benefit of such utility owners and other contractors to die extent that 8.03 Furnish Data there are comparable provisions for die benefit of ' CONTRACTOR in said direct contracts between OWNER A. OWNER shall promptly furnish die data required of and such utility owners and other contractors. OWNER under the Contract Documents. C. If the proper execution or results of any pan of 8.04 Pay Promptly Men 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 other work and promptly report to ENGINEER in promptly when they are due as provided in paragraphs ' writing any delays, defects, or deficiencies in such otter 14.02.0 and 14.07.C. work that render it unavailable or unsuitable for die proper execution and results of CONTRACTOR's Work. 8.05 Landr 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 easements and providing engineering surveys 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 making available to CONTRACTOR copies of rcporis of explorations 00700-26 ' and tests of subsurface conditions and drawings of physical ARTICLE 9 - ENGINEER'S STATUS DURING conditions in or relating to existing surface or subsurface CONSTRUCTION structures at or contiguous to the Site that have been 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 construction 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 arc 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 8.08 Inspections, Tests, and Approvals appropriate to the various stages of construction 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 ' tions, tests, and approvals is set forth in paragraph 13.03.B. that has been made 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. Tile OWNER shall not supervise, direct, or have Work is proceeding in accordance wilt the Contract control or authority over, nor be responsible for, Documents. ENGINEER will not be required to make 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 conform 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 the 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 OWNER against defective Work. ' 8.10 Undisclosed Hazardous Environmental Condition B. ENGINEER's visits and observations arc 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 paragraph 9.10, and particularly, 4.06. but without limitation, during or as a result of ENGINEER's 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 for CONTRACTOR's A. If and to the extent OWNER has agreed to furnish means, methods, techniques, sequences, or procedures of CONTRACTOR reasonable evidence that financial 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 die 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 ' 00700 . 27 representative or agent to represent OWNER at the Site who B. In connection with ENGINEER's authority as to is not ENGINEER's Consultant, agent or employee, the Change Orders, see Articles 10, 11, and 12. responsibilities and authority and limitations thereon of such ' other individual or entity will be as provided in the Supple- C. fn connection with ENGINEER's authority as to memary Conditions. Applications for Payment, see Article 14. 9.04 Clarifications and Interpretations 9.08 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 tie require- classifications of Unit Price Work performed by nients of tic Contract Documents as ENGINEER may deter- CONTRACTOR. ENGINEER will review with CON- mine necessary, which shall be consistent with the intent of TRACTOR the ENGINEER's preliminary determinations on and reasonably inferable from the Contract Documents. Such such routers 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 are unable to agree on entitlement to or on the final and bidding (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 and CONTRACTOR, subject to die 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 Variations in Work and Accepmbility of Work A. ENGINEER may authorize 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 tie which do not involve an adjustment in the Contract Price or acceptability of the Work thereunder. Claims, disputes and the Contract Tittles and are compatible with the design otter matters relating to ilia acceptability of tike Work, tie concept of tic completed Project as a functioning whole as quantities and classifications of Unit Price Work, die 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 perform 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 ire Contract Price or formal decision. Contract Times, or both, as a result of a Field Order, a Claim stay be made therefor as provided in paragraph 10.05. B. 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 drat will have been waived by tie making or acceptance of final ' prejudice die integrity of die design concept of die completed payment as provided in paragraph 14.07) will be a condition Project as a functioning whole as indicated by die 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 ilia Work as provided in die Contract Documents or by Laws or Regulations in respect , paragraph 13.04, whether or not die Work is fabricated, 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 m 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 die Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority 00700 -28 ' or responsibility or the undertaking,exercise, or performance Directive, a Claim may be made therefor as provided in of:my authority or responsibility by ENGINEER shall create, paragraph 10.05. impose, or give rise to any duty in contract, tort, or ' otherwise owed by ENGINEER to CONTRACTOR, any 10.02 Unauthorized Changes in the Work 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 B. 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 13.04.13. Laws and Regulations applicable to the performance of the ' Work. ENGINEER will not be responsible for 10.03 Erecution 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 IO.OI.A, (ii) required because of acceptance of defective Work under para- D. ENGINEER's review of the final Application for graph 13.OR.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 de 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 Atrtharized Changes in the Work during any such appeal, CONTRACTOR shall carry on ' the Work and adhere to die progress schedule as A. Without invalidating the Agreement and without provided In paragraph fi.IR.A. notice to any surety, OWNER may, at any time or front time to time, order additions, deletions, or revisions in the Work 10.04 Notification to Surety 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 general scope CONTRACTOR shall promptly proceed with the 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 die provision 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:md 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 ' W700 - 29 1 10.05 Claims and Disputes D. No Claim for an adjustment in Contract Price or Contract Times(or Milestones) will be valid if not submitted A. Notice: Written notice staling die general nature of in accordance 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 I I -COST OF THE WORK; CASH die event giving rise thereto. Notice of the amount or extent ALLOWANCES; UNIT PRICE WORK ' of the Claim, dispute, or other matter with supporting data shall be delivered to tie ENGINEER and the other party to the Contract within 60 days after the start of such event 11.01 Cost of the Rork ' (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of such A. Costs Included: 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 Contract Price shall be prepared in accordance with the TRACTOR in the proper performance of the Work. When provisions of paragraph 12.01.E. A Claim for an adjustment 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 adjustnient in Contract Price is determined on provisions of paragraph 12.02.E. Each Claim shall be the basis of Cost of[lie Work, the costs to be reimbursed to ' accompanied by claimant's written statement that the adjust- CONTRACTOR will be only those additional or incremental ment claimed is the entire adjustment to which the claimant costs required because of die change in the Work or because believes it is entitled as a result of said event. The opposing of the event giving rise to [lie Claim. Except as otherwise ' party shall submit any response to ENGINEER and (lie may be agreed to in writing by OWNER, such costs shalt 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 time). the Project, shall include only the following items, and shall not include any of the costs itemized in paragraph 11.01.E. ' 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 tie List submittal of the claimant or the last submittal of the of CONTRACTOR in the performance of die 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 aid CONTRACTOR. Such enhployces 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 die 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 he 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 Ifi, a written notice of intention ploynient, 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 die date of such The expenses of performing Work outside of regular ' decision, and a formal proceeding is instituted by the working hours, on Saturday, Sunday, or legal holidays, appealing party in a forum of competent jurisdiction shall Ix;included in die above to die 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 die appealing party 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 die time stated in paragraph 10.05.E, a discounts shall accrue to OWNER. All trade discounts, decision denying tie Claim in its entirety shall be deemed to rebates and refunds and returns from sale of surplus have been issued 31 days after receipt of die last submittal of materials and equipment shall accrue to OWNER, and die claimant or the last submittal of die opposing party, if CONTRACTOR shall make provisions so that they may any. be obtained. 00700 - 3d ' 3. Payments made by CONTRACTOR to and royalty payments and fees for permits and Subcontractors for Work performed by Subcontractors. licenses. If required by OWNER, CONTRACTOR shall obtain competitive bids from subcontractors acceptable 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 (lien 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 trance of the Work (except losses and damages Subcontractor is to be paid on the basis of Cost of die within die deductible 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 accountants) 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 5. Supplemental costs including the following: CONTRACTOR's fee. ' a. Vie proportion of necessary transportation, g. The cost of utilities, fuel, and sanitary [ravel, and subsistence expenses of facilities at the site. ' CONTRACTOR's employees incurred in discharge of duties connected with rile Work. It. 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, nppliamces, office, and temporary facili- ties at the Site, and hand fools nol owned by the I. When the Cost of die Work is used to workers,which are consumed in die performance of determine the value of a Change Order or of a die 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 die ' c. Rentals of all constriction equipment and Claim. machinery, and the parts thereof whether rented j. When all the Work is performed on to ' 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. Cons Erchided: The term Cost of the Work shall shall be in accordance with die 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 die 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 which CON- tors, accountants, purchasing and contracting agents, TRACTOR is liable, imposed by Laws and Rcgu- expediters, timekeepers, clerks, and odor personnel labors, 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 tie Work and not specifically included Bence of CONTRACTOR, :my Subcontractor, or in the agreed upon schedule of job classifications anyone directly or indirectly employed by any of referred to in paragraph 11.0I.A.1 or specifically them or for whose acts any of them may be liable, covered by paragraph I I.0I.A.4, all of which are to be ' 00700-31 considered administrative costs covered by the ances have been included in die Contract Price and not CONTRACTOR's fec. in 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 Documents provide that all or ' any Subcontractor, or anyone directly or indirectly part of the Work is to he 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 ihnited 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 die actual quantities and classifications of expressly included in paragraphs I LOLA and 11.01.13. Unit Price Work performed by CONTRACTOR will be ' made by ENGINEER subject to the provisions of paragraph C. CONTRACTOR's Fee: When all die Work is 9.08. performed on die basis of cost-plus, CONTRACTOR's fee shall be determined as set forth in die Agreement. When the 13. 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 Contract 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. Documentation: Whenever die 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.O1.A and 11.01-B, CONTRACTOR will establish and maintain records thereof in accordance with generally I. the quantity of any item of Unit Price Work 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 included in the Contract Price all allowances so named in die 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 parties 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 die Site, and all applicable taxes; and 2. CONTRACTOR's costs for unloading and handling on the Site, labor, installation costs,overhead, profit, and other expenses contemplated for the allow- 00700-32 ' ARTICLE 12- CHANGE OF CONTRACT PRICE; fixed fee is agreed upon, the intent of paragraph CHANGE OF CONTRACT TIMES 12.01.C.2.a is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such 12.01 Change of Contract Price Subcontractor under paragraphs 11.01.A.1 and II.OI.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 party making the Claim to the ENGINEER and the other party to the Contract in actor- d. no fec shall be payable on the basis of costs dance with the provisions of paragraph 10.05. itemized under paragraphs I LOLAA, 11.O1.&5, and 11.01.E; ' B. The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price will c, 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 die 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 die 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 sun (which may include an graphs 12.0LC.2.a through 12.OI.C.2.c, inclu- allowance for overhead and profit not necessarily in sivc. accordance with paragraph 12.0I.C.2); or 12.02 Change of Contract Times 3. where die Work involved is not covered by unit prices contained in the Contract Documents and agree- A. The Contract Times (or Milestones) may only be ment to a lump sum is not reached under paragraph changed by a Change Order or by a Written Amendment. 12.01.13.2, 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- party making the claim to the ENGINEER and the other mined as provided in paragraph 12.01.Q. 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 he determined as follows: U. 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 percentages of the various portions of the Cost of the Work: 12.03 Delays Beyond CONTRACTOR's Control a. for costs incurred under paragraphs A. Where CONTRACTOR is prevented from 1 I.OI.A.I and 11.OI.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, die 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.OI.A.3, the CONTRACTOR's fee shall be five delay if a Claim is made 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, floods, epidemics, abnormal weather to CONTRACTOR. All defective Work may be rejected, conditions, or acts of God. corrected, or accepted as provided in this Article 13. 12.04 Delays Within CONTRACTOR's Control 13.02 Access to Work r A. The Contract Times (or Milestones) will not be A. OWNER, ENGINEER, ENGINEER's Consultants, ' extended due to delays widiin 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 die 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 amt CONTRACTOR's safe conditions for such access and advise diem of Control CONTRACTOR's Site safety procedures and programs so that they may comply therewith as applicable. A. Where CONTRACTOR is prevented from comptct- Ing any part of the Work within the Contract Times (or 13.03 Tests and inspections ' Milestones)due to delay beyond die 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 die time lost due to such notice of readiness of the Work for all required inspections, delay shall he CONTRACTOR's sole and exclusive renedy 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 die 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 diem, 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; L delays caused by or within the control of CON- 2. that costs incurred fn connection with tests or ' TRACTOR; or inspections conducted pursuant to paragraph 13.04.11 shall be paid as provided in said paragraph 13.01.11; and , 2. delays beyond die control of bodi OWNER and CONTRACTOR including but not limited to fires, 3. as otherwise specifically provided in die Can- floods, epidemics, abnormal weather conditions, acts of Iraci 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 wham 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 DEFECTIVE WORK ENGINEER's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submined for approval prior to 13.01 Notice of Defects CONTRACTOR's purchase thereof for incorporation in die 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 ' E. If any Work (or the work of others) that is to be the Work shall not give rise to any duty on ilia 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. individual 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 by ENGINEER, remove it from the Project and replace it with Work that is not defective. 13.04 Uncovering Work, CONTRACTOR shall pay all Claims, costs, losses, and ' damages (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 must, if requested by ENGINEER, all court or arbitration or other dispute resolution costs) be uncovered for ENGINEER'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, ;my Work is found to be defective, or if the to all fees and charges of engineers, architects, attomeys, and repair of any damages to die land or areas made available for other professionals and all court or arbitration or other CONTRACTOR's use by OWNER or permitted by Lases 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 (pi) 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 Ilia parties are unable to been rejected by OWNER, remove it from the Project and agree as to the amount thereof, OWNER may snake 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 ilia 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 all 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 ilia Work in such a way that by CONTRACTOR. the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop The B. In special circumstances where a particular Item of Work, or any portion thereof, until ilia 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, ilia correction period for That 00700- 35 item may start to run from an earlier date if so provided in connection with such corrective 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 incorpo- ' 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 die provisions of any paragraph. applicable statute of limitation or repose. C. All Claims, costs, losses, and damages (including 13.08 Acceptance of Defective Work 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 die rights and remedies ' ENGINEER's recommendation of final payment, under this paragraph 13.09 will be charged against CON- ENGINEER) prefers to accept it, OWNER 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 tie parties are all court or arbitration or other dispute resolution costs) unable to agree as to the amount of die adjustment, OWNER attributable to OWNER's evaluation of and determination to may snake 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 fn 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 die 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 parties 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, all appropriate ARTICLE 14 - PAYMENTS TO CONTRACTOR 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 tie 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 ' 14.02 Progress Payrnents a, the Work has progressed to ilia point indicated; A. Applications for Payments b, the quality of the Work is generally in 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 no 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 ilia 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 ilia quality or the to protect OWNER's interest therein, all of which must quantity of ilia 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 ilia second Application for beyond ilia 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 rclainage with respect to pro- CONTRACTOR's Work for ilia 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 Impose B. Revien,ofApplications responsibility on ENGINEER to supervise, direct, or control the Work or for file mean ts, methods, techniques, ' 1. ENGINEER will,within 10 days after receipt of sequences, or procedures of construction, or the safety each Application for Payment, either indicate in writing precautions and programs incident fhercio, or for CON- a recommendation of payment and present the TRACTOR's failure to comply with Laws and Regu- ' Application to OWNER or return the Application in Iafions 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 ilia will not Impose responsibility on ENGINEER to make latter case, CONTRACTOR may make die 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 ilia 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 executed 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 rcpresemn- Payrnent and the accompanying data and schedules, that (ions 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 :my 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 recommendation OWNER shall promptly pay CONTRACTOR the previously made, to such extent as may be necessary in amount so withheld, or any adjustment thereto agreed to ENGINEER's opinion to protect OWNER from lass by OWNER and CONTRACTOR, when CONTRAC- because: TOR corrects to OWNER's satisfaction de reasons for such action. a. the Work is defective, or completed Work has been damaged, requiring correction or replace- 3. If it is subsequently determined dat OWNER's ' ment; refusal of payment was not justified, the amount wrongfully witliheld shall be treated as an amount due as b. the Contract Price has been reduced by determined by paragraph 14,02.0.1. ' Written Amendment or Change Orders; 14.03 CONI'RACTOR'a Narrmrry ojTitle 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 para- payment free and clear of all Liens. graph 15.02.A. 14.04 Substantial Contl4edon , C. Payment Becentes 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, die amount recommended will (subject to die 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 ' I. 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 lecn made against OWNER on 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 correction with the corrected before final payment. OWNER shall have seven 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 arc other items entitling OWNER to substantially complete, ENGINEER will within 14 days after a set-off against die amount recommended; or submission of the tentative certificate to OWNER notify ' CONTRACTOR in writing, stating the reasons dierefor. If, d. OWNER has actual knowledge of the occur- after consideration of OWNER's objection, ENGINEER rence of any of the events enumerated in paragraphs considers the 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 snake payment of the full completed or corrected) reflecting such changes from die amount recommended by ENGINEER, OWNER must tentative certificate as ENGINEER believes justified after give CONTRACTOR immediate written notice (with a consideration of any objections from OWNER. At the time copy to ENGINEER)stating die reason for such action of delivery of de tentative certificate of Substantial Comple- and promptly pay CONTRACTOR any amount don ENGINEER will deliver to OWNER and CONTRAC- remaining after deduction of the amount so withheld. TOR a written recommendation as to division of responsibili- 00700-38 ' ties pending final payment between OWNER and 2. No occupancy or separate operation of part of CONTRACTOR with respect to security, operation, safety, ilia Work may occur prior to compliance with the and protection of the Work, maintenance, heat, utilities, requirements of paragraph 5.10 regarding property insurance, and warranties and guarantees. Unless OWNER insurance. and CONTRACTOR agree otherwise in 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 recommendation 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 take 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. Application for Payment ' specifically been identified in the Contract Documents, or which OWNER, ENGINEER, and CONTRACTOR agree 1. After CONTRACTOR 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 ilia final inspection and has delivered, without significant interference with CONTRACTOR's in accordance with the Contract Documents, all main- performance of Ilia remainder of ilia Work, may be lenance and operating instructions, schedules, guaran- accomplished prior to Substantial Completion of all the Work Ices, [fonds, certificates or other evidence of insurance subject to ilia following conditions, certificates of inspection, marked-up record documents (as provided in paragraph 6.12), and other documents, I. OWNER at any time may request CON- CONTRACTOR may make application for final ' TRACTOR in writing to permit OWNER to use any payment following die 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 Ilia Work is accompanied (except as previously delivered) by: (i) all ' substantially complete, CONTRACTOR will certify to documentation called for in the Contract Documents, OWNER and ENGINEER dat 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 5.04.8.7; (ii) consent of die a certificate of Substantial Completion for that part 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 Work 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 Ilia releases or waivers of Liens Completion for that part of ilia 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 dat part 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 riled; 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 wary be considers that part of the Work to be substantially responsible have been paid or otherwise satisfied. If any complete, die 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. W7W - 39 B. Reviehv oJApplication and Acceptance 1. a waiver of all Claims by OWNER against CONTRACTOR, except Claims arising from unsettled 1. If, on die basis of ENGINEER's observation of Liens, from defective Work appearing after final , the Work during construction and final inspection, and inspection pursuant to paragraph 14.06, from failure to ENGiNEER's review of die final Application for comply with die Contract Documents or die terms of any Payment and accompanying documentation as required special guarantees specified therein, or from by die 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 die 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 OF WORK AND Work is acceptable subject to the provisions of TERMINATION paragraph 14,09. Otherwise, ENGINEER will return ' die 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 I. Thirty days after die 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 Inentation, 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 jar 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 I. CONTRACTOR'S persistent failure to perform ' recommendation of ENGINEER, and without terminating die the Work in accordance with the Contract Documents Agreement, make payment of die 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 retainage stipulated in the under paragraph 2.07 as adjusted from time to tune Agreement, and if Bonds have been furnished as required in pursuant to paragraph 6.04); paragraph 5.01, the written consent of die surety to the , payment of die balance due for that portion of de Work fully 2. CONTRACTOR's disregard of Laws or completed and accepted sliall 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 die terms and 3. CONTRACTOR's disregard of die 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 any)seven days written notice, terminate 00700 -40 ' 1 ilia services of CONTRACTOR, exclude CONTRACTOR engineers, architects, attorneys, and other professionals from the Site, and take possession of ilia Work and of all and all court or arbitration or other dispute resolution CONTRACTOR's tools, appliances, construction equipment, costs) incurred in settlement of terminated contracts and machinery at die 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 furdher payment until the Work is arising out of or resulting from such termination. finished. If ilia unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages (including but not 15.04 COMRACTOR May Stop Work,or Terminate ' 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, die 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 datnages exceed such unpaid balance, within 30 days after it is submitted, or OWNER fails for 30 CONTRACTOR shall pay die 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 stone terms as provided in price for ilia Work performed. paragraph 15.03. In lieu of terminating ilia Contract and without prejudice to any other right or remedy, if ENGI- C. Where CONTRACTOR's service's 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 suns 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. 'Tha provisions of this paragraph 15.04 are 15.03 OWNER May Terminate For Convenience not intended to preclude CONTRACTOR from making 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 ' and 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. icrninate 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 Afethods 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 is 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 tic 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 i ARTICLE 17-MISCELLANEOUS 17.01 Giving Notice , A. Whenever any provision of die 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 die 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 die giver of die 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 die 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 die 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 die Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in die 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 die Contract Documents, will survive final payment, completion, and acceptance of die Work or termination or completion of die Agreement. ' 17.05 Controlling Lahv A. This Contract is to be governed by the law of the ' state in which the Project is located. 00700-42 , ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI DOCUMENT 00800—SUPPLEMENTARY 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 fill force and effect. ' The 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-2.02 Copies of Documents Amend the first sentence of paragraph 2.02 of the General Conditions to read as follows: ' "OWNER shall furnish to CONTRACTOR up to f ve (5)copies of the Contract Documents,as are reasonably necessary for the execution of the work." ' SC-2.03 Commencement of Contract Times; Notice to Proceed. Amend the third sentence of paragraph 2.03 of the General Conditions to read as follows: t "In no event will the Contract Time start later than the 120th day alter the day of the Bid opening or the 60th day after the Effective Date of the Agreement,whichever is earlier." SC-4.02 Subsurface and Physical Conditions Add the following new paragraph immediately after paragraph 4.02.13: C. In the preparation of the Drawings and Specifications, ENGINEER relied upon the following reports of explorations and tests of subsurface conditions at the Site: ' 1. Report dated November, 2004, prepared by Jacobs Civil, Inc., St. Louis, Missouri, and titled "Geotechnical Investigation Report for Green Meadow Pump Station,City of Jefferson,Cole County,Missouri". The"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 dates made.The report is included with the Supplemental Conditions. D. The report identified in SC4.02.0 is 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 ENGINEER in the preparation of the Drawings and Spe cificalions. ' SC-5.03 Certificates of Insurance Amend paragraph 5.03 of the General Conditions by deleting the second sentence in its entirety. ' SC-5.04 Contractor's Liability Insurance Add the following new paragraph immediately after paragraph 5.04.13: C. The limits of liability far the insurance required by paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: C5 61900 00800-1 SUPPLEMENTARY CONDITIONS ' RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY Of JEFFERSON, MISSOURI 1. Workers' Compensation, 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. Employer's Liability: Statutory 2. Contractor's General Liability under paragraphs 5.04.A.3 through A.G of the General ' Conditions which shall include completed operations and product liability coverages and eliminate the exclusion with respect to property under 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 ' C. Property Damage liability insurance will provide Explosion, 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 , Each Accident $2,000,000 b. Property Damage: Each Accident $2,000,000 Combined Single ' Limit of $2,000,000 4. The Contractual Liability coverage required by paragraph 5.04.8.4 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 Paragraph SC-5.06,A Property Insurance Delete paragraph 5.06.A in its entirety and insert the following in its place: C5X61900 00800-2 SUPPLEMENTARY CONDITIONS RO—8129105 ' GREEN MEADOW PUMP STATION CITY OP JEFFERSON, MISSOURI A. CONTRACTOR shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof. This insurance shall: I. include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER'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 deemed to have an insurable interest and shall be listed as an insured or additional insured; 2, be written on a Builder's Risk"all-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: fire, lightning, extended coverage, thc11, vandalism and malicious mischief,earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations,water damage, 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 of engineers and architects); 4, cover materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by ENGINEER;and 5. allow for partial utilization of the Work by OWNER; 6. include testing and startup; and ' 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER,CONTRACTOR and ENGINEER with 30 days written notice to each other additional insured to whom a certificate of insurance has been issued. B. CONTRACTOR shall be responsible for any deductible or self-insured retention. C. The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this paragraph SC-5.06 shall comply with the requirements of paragraph 5.06.0 of the General Conditions. ' Paragraph SC-5.06.13 Delete paragraph 5.06.13 in its entirety and insert the following in its place: ' B. 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 ' OWNER,CONTRACTOR,Subcontractors, ENGINEER,and ENGINEER's Consultants,each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. Paragraph SC-5.06.E Delete paragraph 5.06.E in its entirety. C5X61900 00800-3 SUPPLEMENTARY CONDITIONS RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF- JEFFERSON, MISSOURI Paragraph SC-6.06.13 Concerning Contractors, Suppliers,and Others With the Bid Form,the Major Subcontractors and Major Equipment Manufacturers to be used for the work ' shall be identified and submitted to Owner. The completed List of Major Subcontractors and Major Equipment Manufacturers will become a part of the Contract Documents. SC-9.03 Project Representative , The duties, responsibilities and limitations of authority of the Resident Project Representative are set forth in Exhibit A, attached to these Supplementary Conditions. ' SC-14.02.A.3 Concerning Partial Payments Delete the paragraph 14.02.A.3 and insert the following in its place: ' 3. Partial payments will be made on a monthly basis, The payment shall be based on the work that has been found generally acceptable under the Contract by the Engineer and the resident project ' representative. A retainage equal to 10%of the amount of the work to date shall be withheld. SC-14.02 Progress Payments Add the following new paragraph: ' 6. No payment beyond the 50%of the contract will be made until the draft operation and maintenance manual has been submitted for the pumps and odor control. No payment beyond the 90%of ' the contract will be made until the final approved operation and maintenance manual for the pumps and odor control has been received and wiring drawings,heaters,sump pump, and controls have been provided and spare parts delivered. Additional Conditions , I. Legal Addresses.The business address of 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 notices, letters, and other , communication to Contractor will be mailed or delivered. The address of Owner appearing hercinbefore 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 an instrument in writing delivered , to Engineer and to the other party. 2. Wage Rates. Wages shall be paid to each employee engaged in the Work at a rate not less than the ' prevailing rate of wages for the particular trade or occupation, as issued by the Department of Labor and Industrial Relations of the State of Missouri. 8, Clean Air Act and Clean Water Act. In accordance with 40 CFR 31.36(1)(12),Contractor shall comply , with the Clean Air Act Section 306,Clean Water Act Section 508, Executive Order 11738, and EPA Regulation Act 40 CFR 15,which prohibits dealing with entities in noncompliance with the cited Acts. 9. Energy Efficiency Requirements. hi accordance with 40 CFR(i)(13), Contractor shall comply with ' mandatory standards and policies relating to energy efficiency, which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act(P.L. 94-163, 89 Slat 871). C5X61900 00800.4 SUPPLEMENTARY CONDITIONS RO—8/29105 ' ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 10. Inspection by Public Agencies. Authorized representatives of the public agencies,including but not limited to U.S. EPA, Missouri Department of Natural Resources,Clean Water Commission,and the EIERA,shall have access to the Work wherever it is in preparation or progress. Contractor shall provide proper facilities for such access and inspection. ' 11. Archaeological Finds, If, during the course of construction,evidence of deposits of historical or archaeological interest is found,the Contractor shall cease operations affecting the find and shall notify the Owner,who shall notify the EPA and Director,Division of Parks&Historical Preservation, P.O. Box 176, Jefferson City, MO 65102,Telephone Number(573)751-2479. No further disturbance of material shall ensue until the Contractor has been notified by the Owner that construction may proceed. The Owner will issue a notice to proceed only after the stoic official bas surveyed the rind and made a determination to the EPA and the Owner. Compensation to the Contactor,if any, for lost time or changes in construction to avoid the find,shall be determined in accordance with changed conditions or change order provisions of the Contract Documents. END OF DOCUMENT 00800 I I I I C5X61900 00800-5 SUPPLEMENTARY CONDITIONS RO—8129/05 m JAC�BS Jacobs Civil Inc. 501 North Broadway St. Louis, Missouri 63102-2121 U.S.A. 1.314.335.4000 t GEOTECHNICAL INVESTIGATION REPORT FOR GREEN MEADOWS PUMP STATION CITY OF JEFFERSON �? COLE COUNTY, MISSOURI Prepared for CITY OF JEFFERSON �� � (7• 1,55>>i . cO JOHN ��. •n': EDWARD REI.NFURT pN NUMBER ; r;;•j ' -' E-1878^ ,1 . Ilfvz November 2004 l A Subsidiary of Jacobs Enainoarino Group Inc. i TABLE OF CONTENTS 1 Paqe 1 A. INTRODUCTION..............................................................................................1 1. Purpose..........................................................................................................1 1 2. Scope.............................................................................................................1 B. PROJECT DESCRIPTION ............................................................................1 1 1. Site Description..............................................................................................1 2. Proposed Facilities.........................................................................................2 1 C. SUBSURFACE INVESTIGATION ...............................................................3 1. Test Borings...................................................................................................3 • 1 2. Field Sampling and Testing............................................................................3 D. LABORATORY TESTING.............................................................................4 E. SUBSURFACE CONDITIONS .....................................................................4 1 1. Area Geology.................................................................................................4 2. Subsurface Materials .....................................................................................4 ' 3. Groundwater..................................................................................................6 4. Seismicity.......................................................................................................6 1 F. RECOMMENDATIONS AND CONCLUSIONS........................................6 1 1. Limitations......................................................................................................6 2. Site Preparation .............................................................................................7 3. Excavations.,..................................................................................................7 1 4. Subgrade Preparation..................................................................................10 5. Fills and Trench Backfills..............................................................................10 i 1 TABLE OF CONTENTS Page ' 6. Foundations .................................................................................................11 7. Pipeline Installation —Jack and Bore ...........................................................12 8. Pipeline Installation — Horizontal Drilling ......................................................12 ' 9. Lateral Earth Pressures ...............................................................................12 10. Groundwater Control and Design Level .......................................................14 ' 11. Pavements...................................................................................................16 12. Site Drainage and Maintenance...................................................................17 13. Quality Control Services ..............................................................................17 ' FIGURES 1. BORING LOCATION PLAN ' 2. LEGEND FOR SUBSURFACE PROFILE SOIL CLASSIFICATION SYSTEM 3. GENERALIZED SUBSURFACE PROFILES APPENDIX , LEGEND FOR BORING LOGS AND SOIL CLASSIFICATION SYSTEM BORING LOGS ' LABORATORY TEST RESULTS ii 1 16 GEOTECHNICAL INVESTIGATION REPORT FOR 1 GREEN MEADOWS PUMP STATION CITY OF JEFFERSON COLE COUNTY, MISSOURI ' A. INTRODUCTION 1. Purpose ' This report presents the results of the geotechnical investigation performed for design of the pump station, underground storage, pipe jacking, horizontal drilling, and gravity and forcemain sewer extensions for the City of Jefferson in Cole County, Missouri. This project is part of the Green Meadow/Moreau Service Area Improvements for the City of Jefferson. The purpose of this investigation was to determine the nature ' and condition of the subsurface materials, to describe the general site characteristics, and to formulate conclusions and recommendations for the design and construction of the foundations, pipelines, and other subsurface related components of the proposed ' project. 2. Scope The scope of this investigation includes reviewing available subsurface information for the project area, obtaining the required field and laboratory test data, ' performing the necessary engineering analyses, and formulating the conclusions and recommendations presented in this report. These conclusions and recommendations have been prepared considering the nature of the proposed project as presently ' planned and described in this report. B. PROJECT DESCRIPTION ' 1. Site Description ' Included in this project are two proposed sewer extensions: Green Meadow gravity sewer extension, and Moreau gravity sewer and forcemain extensions. The Green Meadow gravity sewer extension begins at an existing pump station located at north side of Green Meadow Drive approximately 1100 feet south of Whitney Woods Drive and Green Meadow Drive intersection and ends at the proposed pump station. The ground surface along the Green Meadow gravity sewer extension alignment slopes downward to the east with elevations varying from El. 566 ft msl to El. 563 ft with exception of the roadway embankment which is at El. 570 ft. The Moreau gravity sewer and forcemain extensions begins at an existing pump station located at the intersection of Green Berry Drive and Green Meadow Drive and ends at the proposed pump station. The ground surface along the Moreau gravity sewer and forcemain extensions ' 1 alignment is relatively flat with elevations varying from El. 564 ft msl to El. 556 ft with the exception of approximately 180 feet at the beginning of the alignment, which is hilly (highest elevation of El. 579 ft). ' The proposed pump station and underground storage site is located on an open field between the Moreau Creek and Moreau River approximately 2000 feet south of the , existing pump station located at the intersection of Green Meadow Drive and Green Berry Drive. The ground surface is relatively flat with approximate elevation of El. 563 ft msl. , 2. Proposed Facilities The Green Meadow Pump Station project under the Green Meadow/Moreau r Service Area Improvements includes a new pump station, underground storage wet well, Green Meadow gravity sewer extension, and Moreau gravity sewer and forcemain ' extensions. The proposed pump station will have a capacity of 2.6 million gallons per day. ' 1 Adjacent to the pump station will be an underground storage structure of approximately 0.5 million gallons. The bearing elevation of the pump station is anticipated to be approximately El. 525 ft while the underground storage structure is anticipated to be ' founded at approximately El. 531 to 533 ft. The new pump station and underground storage structures will be constructed using reinforced concrete. The pump station will have internal plan dimensions of approximately 28 ft by 28 ft. A concrete block (CMU) structures will be constructed above the pump station dry well to provide shelter and protection for the equipment. The finished floor of the shelter is set at El. 570 ft two feet above the 100-year flood level. The underground storage chamber will have plan dimensions of 33 ft by 110 ft, and will be attached to the pump station. Details for this connection have not been developed at the time this report was being prepared. The proposed Green Meadow gravity sewer extension is approximately 1,072 ' q feet long, 21-inch diameter PVC or clay pipe with invert elevations varying from approximately El. 556 ft at the existing pump station to El. 546 ft at the proposed pump , station. Jacking/receiving pits will be required to install the proposed 21-inch diameter gravity sewer under Green Meadow Drive, approximately 300 feet from the beginning of the alignment. The exact locations of the jacking/receiving pits have not been Identified. ' The invert elevation of the sewer beneath Green Meadow Drive is approximately El. 552 ft. The proposed Moreau gravity sewer and forcemain extensions are approximately ' 2,295 feet long. The size of gravity sewer and forcemain is expected to be 24-inch diameter and 12-inch diameter PVC or clay pipes, respectively. It is envisioned the ' gravity sewer and the forcemain will be placed in the same trench with the forcemain approximately 5 feet below grade. The invert elevations of the gravity sewer will vary from El. 560 ft at the existing pump station to El. 534 ft at the proposed pump station. Horizontal drilling method is anticipated in placing the pipes beneath the creek at 2 ' Station 19+00. The invert elevation of the sewer beneath the Moreau Creek is approximate El. 537 ft. C. SUBSURFACE INVESTIGATION ' 1. Test Borings Ten test borings (B-1 through B-4 and B-6 through B-11) were drilled to ' determine the nature and condition of the subsurface materials. Three borings, B-1 through B-3 were drilled along the proposed alignment of Green Meadow gravity sewer extension. Two borings, B-4 and B-6 were drilled at the proposed location of the pump station and underground storage structures. The remaining borings B-7 through B-11 were drilled along the proposed alignment of Moreau gravity sewer and forcemain extensions. All the borings were drilled at locations selected by Jacobs engineering 1 personnel. The locations of the borings are shown on the Boring Location Plan, Figure 1. Central Missouri Professional Services, Inc. provided the elevations of the existing ground surface along the proposed alignments. The ground elevations at the boring ' locations were extracted from the profile of the alignments. Surface elevations of the borings ranged from approximately El. 577 to El. 560 feet msl. ' The borings were drilled on November 3 through November 5, 2004 using a CME 550 track mounted drill rig. A Jacob Civil geotechnical engineer provided on-site supervision throughout the boring operations, and prepared the boring logs found in the appendix to this report. All of the borings were advanced through the soil with 3-3/4 inch inner diameter ' hollow stem augers for the full depth of soil boring. The borings were advanced to depths varying from 1 to 40 feet below the existing ground surface. All of the borings were backfilled with soil cuttings immediately upon completion of drilling operations. 2. Field Sampling and Testing ' Standard Penetration Resistance Tests (ASTM D1586) were conducted in each boring using standard split-spoon samplers and a CME automatic drive hammer. SPT ' samples were typically obtained at 5-foot intervals through the entire depth in each boring. The samples obtained were placed in glass jars to prevent any change in their moisture content. In addition, three-inch diameter undisturbed, thin-walled tube (commonly called Shelby Tube) samples were obtained of representative fine-grained soil strata and sealed for later testing in the laboratory. Logs of the borings, showing visual descriptions of the various subsurface strata encountered, as well as all field ' sampling and test data, are included in the Appendix to this report. Legends for Borings and Soil Classifications Systems are also presented in the Appendix to assist in the Interpretation of the boring logs. 3 1 D. LABORATORY TESTING The laboratory testing program was directed toward establishing the , classification and evaluating the general engineering properties of the subsurface materials. The testing was conducted in general accordance with ASTM specifications. The testing program included moisture content determinations, Atterberg limits, sieve ' analysis, unconfined compression tests, density determinations, and visual classification of selected undisturbed soil samples. The results of all laboratory tests have been summarized and are included in the Appendix to this report. E. SUBSURFACE CONDITIONS i 1. Area Geoloay ' •� The project site is located in the Salem Plateau physiographic province. The Salem Plateau is characterized by highly dissected plateaus. ' In general, surficial material consists mostly of residuum soils from disintegrated bedrock, which are mainly dolomite containing chert and lesser amounts of sandstone , and shale. This residuum is mainly cherty silty clay, yellow brown to red containing chert gravel, cobbles and boulders. Its thickness varies from 1 to 60 feet. This residuum is covered by coarse cherty colluvium on hillslopes and loess mantle on the uplands. The project site is within the floodplain of the Moreau River and Moreau Creek. , Alluvial soils should be anticipated. The surficial material in Cole County is underlain by Ordovician-Aged bedrock. ' The rocks of Ordovician age crop out in the central parts of Missouri and are widely +� present in the subsurface downdip from their outcrop area. They lie around the flanks of the Ozark dome and dip quaquaversally from it. The project site consists of Jefferson ' City Formation of Canadian Series of Ordovician System. The Jefferson City Formation is composed of light brown to brown, medium to finely crystalline dolomite and argillaceous dolomite. Lenses of orthoquartzite, conglomerate, and shale are locally , present in the formation. ' 2. Subsurface Materials Green Meadow Gravity Sewer Extension i Borings B-1 through B-3 were drilled along the alignment of the proposed Green ' Meadow gravity sewer extension. Approximately 6 inches of asphaltic cement concrete pavement was encountered in B-1 whereas approximately 6-inch thick layer of topsoil material was encountered in B-2 and B-3. The topsoil material comprised mainly of 4 ' 1 16 brown and gray silts and clays. Fill material consisting of gray, stiff, silty clay was encountered below the pavement section in B-1. The material encountered below the ' fill and topsoil is predominantly gray and brown, very soft to very stiff, silts and clay soils. Slit layers encountered below 5 feet at B-2 contained little to some sand and trace gravel. Pocket penetrometer readings in this material indicated an unconfined compressive strength on the order of 0.25 tsf to 2.0 tsf (tons per square foot). Soils with unconfined compressive strength between 0.25 and 0.5 tsf were predominant in B-1 and B-2. Water content of selected soil samples from B-1 ranged from 23 to 30 ' percent. An unconfined compression test performed on a selected sample indicated an undrained shear strength of 630 psf with a corresponding dry unit weight of 96 pounds cubic foot (pcf). A generalized subsurface profile along the proposed alignment of ' Green Meadow gravity sewer extension, including field test and laboratory testing data, is presented as Figure 2a. Pump Station and Underground Storage Structures Two borings (B-4 and B-6) were drilled for the proposed pump station and underground storage structures. Approximately 6 inches thick of topsoil material was encountered in both borings. The topsoil material comprised mainly of gray silt. The material encountered below the topsoil is predominantly gray and brown, medium stiff to ' very stiff, silts and clays. Very soft soils were occasionally encountered in B-4 and its softness could be attributed to presence of perched water. Pocket penetrometer readings in this material indicated an unconfined compressive strength on the order of 0.25 tsf to 4.0 tsf with majority of the samples ranging between 1.0 and 1.75 tsf. Water content of selected soil samples ranged from 20 to 28 percent. Laboratory test results on selected samples indicate a liquid limit range of 45 to 49 percent, and a plasticity ' index range of 26 to 30 percent. An unconfined compression test performed on a selected sample indicated an undrained shear strength of 1,360 psf with a corresponding dry unit weight of 99 pounds cubic foot (pcf). Material encountered below the silts and clays are mainly multicolored, very loose to dense, fine to coarse, gravel and sand. This material was encountered below approximate elevations of El. 534 and El. 538.5 ft at B-4 and B-6, respectively. Rough drilling was encountered below El. 528 ft in both borings. A generalized subsurface profile at the proposed site of the pump station and wet well, including field test and laboratory testing data, is presented as Figure 2b. ' Moreau Gravity Sewer and Forcemain Extensions ' Five borings (B-7 and B-11) were drilled along the alignment of the proposed Moreau gravity sewer and forcemain extensions. Approximately 6 inches thick of topsoil material was encountered in all borings with exception of B-11. The topsoil material comprised mainly of brown silt and clay. The material encountered below the topsoil is predominantly gray and brown, very soft to very stiff, silts and clays. Most of the very soft soils were encountered below the groundwater level in B-8 and B-10. Its softness could be attributed to presence of the water. Pocket penetrometer readings in this material indicated an unconfined compressive strength on the order of 0.25 tsf to ' 5 4.5 tsf with majority of the samples ranging between 0.25 and 2.5 tsf. Material encountered below the silts and clays are mainly multicolored, very loose to dense, fine to coarse, gravel and sand with significant amount of silt and clay. This material was , encountered below approximate elevations of El. 546 to El. 538 ft. Auger refusal on limestone was encountered at a depth of 1 foot at boring B-11. The material encountered above bedrock was dark brown gravel with some sand. A generalized ' subsurface profile at the proposed alignment of Moreau gravity sewer and forcemain extensions, including field test and laboratory testing data, is presented as Figure 2c. 3. Groundwater Groundwater was encountered in borings B-2, B-4, B-6 through B-10 at , elevations varying from approximate El. 555.5 to El. 534 feet at the time of drilling. Shallow groundwater levels were encountered in borings B-2, B-8, B-9 and B-10, which were located near or adjacent to the creek or the Moreau River. ' Delayed groundwater levels were not monitored. The groundwater level should be expected to fluctuate depending on water levels in the Moreau Creek and Moreau ' River, which are located on both sides of the proposed project site. The water level in the creek is influenced by Moreau River levels. The 100-year flood level is reported to be El. 568 ft. It is recommended that the design groundwater level for the permanent ' structures be assumed to be at the ground surface. This elevation should be used in buoyancy calculations of the structures and pipelines. 4. Seismicity According to the 2000 International Building Code (IBC), the ground conditions , would be considered as Site Class D. In addition, the soils encountered are not susceptible to liquefaction. F. RECOMMENDATIONS AND CONCLUSIONS ' '. 1. Limitations , These recommendations have been developed to aid in the design and construction of the project components affected by the subsurface materials. These , recommendations are limited to the scope of work and understanding of the proposed structures and pipeline alignments as detailed in this report. Significant changes in the anticipated project scope may invalidate these conclusions and recommendations. If, ' during construction, subsurface conditions different from those encountered in the borings are observed, or appear to be present beneath excavations, Jacobs should be advised at once so that Jacobs can review these conditions and reconsider these ' recommendations, when necessary. 6 ' 2. Site Preparation Prior to performing the required site excavation and grading operations, the project work areas should be stripped of vegetation, topsoil, and unsuitable soil. These materials should be placed in designated site spoil areas or disposed offsite. 3. Excavations It is anticipated that the soils at the site can be excavated using conventional ' earthmoving and excavation methods. Major excavation is anticipated in construction of the pump station, underground storage, and trenches for the sewer installation. Rock excavation should be expected in a portion of Moreau gravity sewer and forcernain ' alignment. Green Meadow Gravity Sewer Extension In general, excavation depths for the jacking/receiving pits proposed for installing the sewer beneath Green Meadow Drive will vary between 10 to 13 feet. Excavations will occur mainly in very soft to stiff silt and clay soils encountered at borings B-1 and B- 2. Excavation of the trench for the sewer will occur mainly in very soft to stiff cohesive soils encountered at borings B-1 through B-3. ' Short-term, shallow, temporary slopes may be excavated to an inclination of 1.5 horizontal to 1 vertical. Temporary slopes may experience some sloughing and the Contractor should take caution and follow the appropriate OSHA regulations. The excavation is expected to encounter OSHA Type C materials that exhibit an unconfined compressive strength less than 0.5 tsf. The Contractor should follow OSHA regulations for excavation when working in all types of soils. Soil material removed from excavations should be stored/stockpiled at a sufficient distance away from the top of the excavation to minimize any surcharge loads, which could result in collapse/failure of open cut sidewalls and slopes. Excavation to the proposed invert elevations (between El. 556 and El. 545 feet ' below existing ground surface) is not expected to encounter any significant amounts of groundwater with exception of the area beneath the creek (Station 7+70). However, isolated permeable sandy silt layers could precipitate an inflow of groundwater probably ' trapped between less permeable cohesive soils into the excavation. The infiltration should be able to be handled by a sump and pump in the excavation bottom of the jacking/receiving pits or trench. ' If the Contractor elects to use temporary shoring systems for this project, such systems shall be designed by the contractor taking Into consideration the soil ' characteristics described herein and in accordance with OSHA regulations. 7 Pump Station and Underground Storage Structures The granular nature of the subsoils at foundation levels and the groundwater ' levels will necessitate careful construction of the pump station and underground storage structures. In general, excavation depths for the pump station and underground storage structures will vary between 30 to 38 feet. Excavations will occur mainly in very soft to ' stiff cohesive soils and very loose to loose gravel and sand soils encountered at borings B-4 and B-6. The following procedure is proposed to enable the work to be carried out as ' expeditiously as possible. Other construction procedures could be implemented such as a braced sheet pile cofferdam along with a dewatering system. Short-term, shallow, ' temporary slopes may be excavated to an inclination of 1.5 horizontal to 1 vertical. Temporary slopes may experience some sloughing and the Contractor should take caution and follow the appropriate OSHA regulations. The excavation for the pump ' station and underground storage is expected to encounter OSHA Type C materials that i exhibit an unconfined compressive strength less than 0.5 tsf. The Contractor should follow OSHA regulations for excavation when working in all types of soils. Soil material ' removed from excavations should be stored/stockpiled at a sufficient distance away from the top of the excavation to minimize any surcharge loads, which could result in collapse/failure of open cut sidewalls and slopes. ' Excavation to the proposed bearing elevations (between El. 525 to El. 533 ft) is expected to encounter significant amounts of groundwater. Permeable gravel, sand and silt encountered at the bearing elevation in combination with hydrostatic head of at least 10 feet to as much as 40 feet at the pump station will precipitate the water flow into the bottom of the excavation. A dewatering system will be required to handle the , groundwater flow in the excavation bottom and to lower the groundwater level at least 3 feet below excavation bottom. The dewatering system should operate 24 hours a day, 7 days a week until the pump station is completed. The founding level for the pump ' station and underground storage structures should be inspected by a geotechnical ON engineer. A lean concrete slab (6-inch thick) should be placed to protect the bearing level from disturbances. ' If the Contractor elects to use temporary shoring systems for this project, such systems shall be designed by the contractor taking into consideration the soil , characteristics described herein and in accordance with OSHA regulations. Moreau Gravity Sewer and Forcemain Extensions , Excavation of the trench for the sewer between the proposed pump station and the southern exit/entry shaft for horizontal drilling will occur mainly in very soft to very ' stiff cohesive soils and loose to very dense gravel and sand soils encountered at borings B-7 through B-10. 8 , 1 Short-tern, shallow, temporary slopes may be excavated to an inclination of 1.5 horizontal to 1 vertical, Temporary slopes may experience some sloughing and the Contractor should take caution and follow the appropriate OSHA regulations. The excavation for the pump station and underground storage is expected to encounter OSHA Type C materials that exhibit an unconfined compressive strength less than 0.5 ' tsf. The Contractor should follow OSHA regulations for excavation when working in all types of soils. Soil material removed from excavations should be stored/stockpiled at a sufficient distance away from the top of the excavation to minimize any surcharge loads, which could result in collapse/failure of open cut sidewalls and slopes. Excavation to the proposed invert elevations (between El. 560 and El. 533 ft) is ' expected to encounter significant amounts of groundwater. Permeable gravel, sand and silt encountered at the invert elevation in combination with hydrostatic head of 4 to 30 feet will precipitate the water flow into the trench. In addition, this portion of the alignment is adjacent to the Moreau River. A dewatering system will be required to handle the water flow in the excavation bottom. The groundwater level should be lowered at least two feet below the trench excavation bottom. ' Since significant portion of the gravity sewer will be installed below the groundwater level, groundwater infiltration into the pipeline should be anticipated. If trench boxes are employed it will be important that the excavation sidewalls do not collapse when the trench boxes are advanced. Collapsing excavation sidewalls could cause the already laid and bedded gravity lines to shift/displace. Our experience indicates if this condition occurs it could result in pipe joints opening allowing fine sands and silts to enter the pipeline further resulting in pipeline settlement and groundwater infiltration. To prevent this condition from occurring it will be important to lower the groundwater levels, and ensure the pipe bedding and encapsulation material is placed and tamped against the trench sidewalls prior to pulling the trench boxes. If the Contractor elects to use temporary shoring systems for this project, such systems shall be designed by the contractor taking into consideration the soil characteristics described herein and in accordance with OSHA regulations, ' Excavation of the trench for the sewer between the existing pump station and the northern exit/entry shaft for horizontal drilling will be in a mixed face of rock and soil. The depths of the sewer at this portion of the alignment vary from 4 to 20 feet. The ' excavation of the rock might require either blasting or hydraulic hammer methods. Depending on the strength of the rock, blasting might undermine the integrity of the residential houses located approximately 50 feet away unless precautions are ' undertaken. If blasting is employed to aid in the excavation of the sewer extension from Station 20+50 to 23+00, the peak particle velocity (ppv) at adjacent structures should be kept below 1 inch per second at frequencies greater than 40Hz or 0.5 inch per second at frequencies less than 40 Hz. Air blast overpressures shall not exceed 0.015 pounds per square inch (approximately 134 dB), linear peak, at the structures being monitored. 1 g 1 r It is recommended the contractor be monitored to determine if he is exceeding the specified particle velocity and overpressure limitations. 4. Subgrade Preparation , Installation of the sewer pipe will consist of excavating to the required subgrade. , Both cohesionless and cohesive soils of slight to medium plasticity were encountered at the proposed invert depths. To minimize future maintenance of the sewer pipe, we recommend the exposed subgrade be inspected for pockets of excessively soft, wet, or disturbed soils. Any such unsuitable soils should be removed and replaced with properly compacted bedding materials to a depth of at least 6 inches. Following approval of the subgrade, controlled compacted backfill material may be placed to bring r the trench bottom to the required grades. It is anticipated that construction of the pumps station, and underground storage ' will consist of excavating the entire site to the required subgrades prior to placement of structures. The exposed subgrade shall be inspected for pockets of excessively soft, wet, or disturbed soils. Any such unsuitable soils should be removed and replaced with r properly compacted fill materials to a depth of at least 1 foot. 5. Fills and Trench Backfills ' The sewer pipe constructed within an open trench excavation should be supported and encapsulated up to at least 12 inches above the pipe crown with an appropriate compacted granular bedding material. Bedding material should be naturally or artificially graded mixtures of natural or crushed stone or gravels and sand; ASTM D2940, except with 100 percent passing a 1-inch sieve and not more than 8 percent passing No. 200 sieve. Excavate and shape trench bottoms to provide uniform bearing and support of pipe. Excavate trenches 6 inches deeper than bottom of pipe elevation to allow for bedding. Remove projecting stones and sharp objects from trench ' subgrade. Place and compact bedding course on trench bottoms and where indicated. , Hand tamp bedding around pipe. The remaining depth of the trench may be backfilled with soil material (except at road crossings), which is free from roots, debris, rocks larger than 2 inches and other deleterious materials. , The backfill material should be placed loose in lifts not to exceed 8 inches and compacted as recommended. Materials excavated from the trenches are acceptable for ' trench backfill material. Compaction recommendations for soil backfill, granular fill at the base of structures, and pipe bedding material are presented below. r 10 ' r 1 16 Type of Material Percent Compaction t%l Soil Backfill 95 Crushed Stone Below Structures 100 ' Granular Fill Around Structures 95 Pipe Bedding Material 90 ASTM D698 ' If the granular fill materials do not exhibit a well-defined moisture density relationship, they should be compacted to 75 percent relative density (ASTM D4253 and D4254). ABackfill soil materials below pump station and underground storage structures t should be free from organic and other deleterious substances, should have a plasticity ' index less than 25 (ASTM D4318) and a liquid limit less than 45 (ASTM D4318), and should be conditioned to the proper moisture content. Soil materials not meeting the above criteria for backfill below structures may be placed as general fill at other non- , structural areas on the site. If the backfill recommendations are followed, anticipated settlement of the trench backfill material should be on the order of two percent times the depth of backfill material. The designer should verify if the Moreau forcemain can withstand this order of magnitude of backfill settlement. If jetting techniques are specified in lieu of mechanical tamping/compaction, backfill settlement could be greater than five percent times the depth of trench backfill material. 6. Foundations It is concluded that the pump station and underground storage structures can be satisfactorily supported on mat foundations. These foundations should be constructed in either firm, undisturbed natural soils or properly placed and compacted fill materials. It is recommended that mat foundations be designed for an allowable net bearing ' pressure of 3.0 ksf. However, it is anticipated for the pump station and underground storage structures that the weight of soil removed from the excavation is usually far more than the weight of the structures plus its contents. Therefore, there is usually a ' net stress relief on the underlying soil and settlement is not a concern. The subgrade foundation will likely consist of cohesionless soils consisting of gravel, sand and silt that were encountered in the borings between elevations El. 533 and El. 525 ft. For design of the mat foundations, a modulus of subgrade reaction value, k, of 100 pounds per cubic inch should be used. The exposed subgrade should be protected against excessive drying/wetting in order to minimize softening the soil or creating unworkable conditions by installing a 6-inch thick lean concrete mud slab. 11 The dead load of the pump station and/or underground storage structures might not be sufficient to resist the uplift loads due to bouyancy, We recommend that you confirm that you have sufficient resistance against buoyancy. If necessary, we , recommend extending the foundation base at least 2 feet from the external edge of the wall and engaging the wedge of the backfill to resist the uplift due to buoyancy. A wedge inclined at 15 degrees from the base should be used to determine the available , uplift resistance. 7. Pipeline Installation —Jack and Bore It is anticipated that "Jack and Bore" pipe installation methods will be employed under Green Meadow Drive. Jacking and receiving pits will be excavated to just below ' the proposed pipe invert on either side of the road. It is expected the jacking/receiving pits will be shored and will be as long as the pipe sections and the installation equipment are in the excavation. The carrier casing will be advanced through very soft to soft clays and silt as indicated on the boring logs. The clays and silts are slight to medium plastic within the pipe installation zone and might not provide good standup time. It is expected that the clays and silts will not provide significant resistance during , the jack and bore operation because of its low undrained shear strength. It is recommended that the roadway pavement be monitored for settlement ' during the pipe installation operation. Contact grouting between the carrier casing and bored earth wall should be performed if a significant gap exists. Once the carrier casing is installed the sewer pipe will be inserted through the casing. Also, consideration may need to be given to providing lubrication between the pipe and earthwall to facilitate jacking. , 8. Pipeline Installation — Horizontal Drilling It is anticipated that "Horizontal Drilling" pipe installation methods will be ' employed in installing the 24-inch diameter Moreau gravity sewer extension pipe under Moreau Creek (Station 19+00). The exit/entry shafts will be excavated to just below the ' proposed pipe invert on either side of the creek. The horizontal drilling for the sewer pipe beneath the creek will encounter cohensionless soils consisting of gravel, sand and silt at the south side of the creek to very soft, medium plastic cohesive soils (silts and , clays) at the north side of the creek. A head of drilling fluid must be maintained to prevent the surrounding sand and gravel from "blowing" into the drill path. The gravel and sand will be loose to very dense, fine to coarse grained with little silt and clay. ' 9. Lateral Earth Pressures Lateral earth pressure parameters will be required for the design of the ' permanent underground structures and temporary shoring. Permanent underground structures will be the pump station, underground storage, and manholes. Temporary 12 ' shoring will be required for the excavation of the pump station, underground storage, jacking/receiving pits, horizontal drilling entry/exit shafts, and the sewer line trenches. rPermanent Structures Lateral earth pressures will depend on the type of backfill material and the amount of wall restraint. At-rest pressures are expected to develop at the pump station and underground storage structures. The following table provides the fluid pressures for cohesive and granular material. These pressures do not include the effects of surcharges, which would be additive. Table 1. Lateral Earth Pressure Parameters Cohe"sine Soil :t kin.,i x Backfill ' Granular.,l3ackfilP JParameter. y,M1 ':rO 3k l�livti/.t1".16Ca,•fl �F,yVf•.r.•5�.�f ','r At-Rest Equivalent Fluid Pressure, moist 65 psf/ft 54 psf/ft ' At-Rest Equivalent Fluid Pressure, 95 psf/ft 90 psf/ft saturated Temporary Shoring Depending on the depth of the excavation, unbraced or braced temporary shoring may be required. The contract documents should require that all shoring systems be designed by a qualified engineer registered to practice in the State of Missouri. For design of unbraced temporary shoring we recommend lateral earth pressures be calculated using the following information: Table 2. Lateral Earth Pressure Parameters �•. „. :� " ;Parameter f � �: � ^�Cohe'sive Soil :.^; At-Rest Equivalent Fluid Pressure 65 psf/ft Active Equivalent Fluid Pressure 51 psf/ft Moist Soil Unit Weight 120 pcf Undrained Shear Strength 600 psf 13 The passive soil resistance of the wall below the bottom of the excavation should be designed using a drained shear strength, phi, of 32 degrees for the pump station, and underground storage. Drained shear strength, phi, of 24 degrees should be used for the jacking/receiving pits, Green Meadow sewer trench, Moreau gravity sewer trench, and the horizontal drilling entry/exit pits. These pressures do not include the effects of surcharges and hydrostatic pressures which would be additive. For design of braced temporary shoring we recommend lateral earth pressures be calculated using the rectangular apparent earth pressure diagram developed by Terzaghi and Peck. This lateral pressure diagram applies only to the exposed portion of ' the wall and not the portion of the wall embedded below the bottom of the excavation. In addition, an appropriate construction surcharge loading of 100 to 250 psf should be applied. ' •s Table 3. Lateral Earth Pressure for Braced Temporary Shoring 'Depth;ft .. Lateral Pressure—, 0 33`H psf/ft ' H (depth of excavation) 33'H psf/ft The passive soil resistance of the wall below the bottom of the excavation should , be designed using a drained shear strength, phi, of 32 degrees for the pump station, and underground storage. Drained shear strength, phi, of 24 degrees should be used for the jacking/receiving pits, Green Meadow sewer trench, Moreau gravity sewer ' trench, and the horizontal drilling entry/exit pits. Table 3 does not include the effect from surcharges and hydrostatic pressures which are additive. The passive soil resistance required for the jacking system should be estimated , using an ultimate passive resistance of 750 psf. 10.Groundwater Control and Design Level ' Pump Station and Underground Storage Structures Groundwater control will be required during construction. Groundwater was encountered in all the test borings drilled for the pump station and underground storage , at approximate El. 534 ft. The groundwater level is expected to fluctuate with the levels of the Moreau River. We recommend a groundwater elevation of El. 568 ft to be used for groundwater control designs during construction. 14 1 Two methods of dewatering systems namely deep well and wellpoint are potentially feasible depending on the construction methods employed for the construction of the pump station and underground storage. Deep wells with individual pumps are recommended for the free draining soils encountered at the site if an open excavation is considered during construction of the lift station. If a temporary braced shoring system using sheetpiles or tunnel linerforms is considered during construction in lieu of an open excavation, wellpoint systems may be feasible to lower the hydrostatic pressure below the excavation bottom for groundwater control. Wellpoint system utilize ' group of closely spaced wellpoints connected to a common suction header and pump. Several grain size analyses are available to investigate the amount of groundwater to be removed. The grain size analyses indicate the sand and gravel layers have high permeabilities on the order of 0.1 to 0.55 centimeters per second (cm/sec). Additional deeper borings will need to be drilled to design an appropriate dewatering system. Green Meadow Gravity Sewer and Jacking/Receiving Pits ' Groundwater control will be required during construction. Groundwater was encountered in B-2 at approximate El. 556 ft. The groundwater level is expected to fluctuate with water level of the adjacent creek. We recommend a groundwater elevation of El. 565 ft to be used for dewatering designs during construction. Excavation to the proposed invert elevations (between El. 556 and El. 545 ft below existing ground surface) is not expected to encounter any significant amounts of groundwater with exception of the area beneath the creek. However, isolated permeable sandy silt layers could precipitate an inflow of groundwater probably trapped between less permeable cohesive soils into the excavation. The infiltration should be able to be handled by a sump and pump in the excavation bottom of the jacking/receiving pits or trench. Moreau Gravity Sewer and Horizontal Entry/Exit Shafts Groundwater control will be required during construction. Groundwater was encountered in all borings with exception of B-11. The groundwater elevation varied from approximate El. 544 to El. 534 ft. The groundwater level is expected to fluctuate ' with the water levels of the adjacent Moreau River. We recommend a groundwater elevation of El. 560 ft to be used for groundwater control designs during construction. Excavation to the proposed invert elevations (between El. 560 and El. 533 ft) is expected to encounter significant amounts of groundwater. Permeable gravel, sand and silt encountered at or above the invert elevation in combination with hydrostatic head of 4 to 30 feet will precipitate the water flow into the trench and shafts. Two methods of dewatering systems namely deep wells and wellpoints are feasible depending on the construction methods employed. Deep wells with individual 15 pumps are recommended for the free draining soils encountered at the site if an open excavation is considered during construction of the trench and shafts. If a temporary braced shoring system using sheetpiles or tunnel linerforms is considered during construction in lieu of an open excavation, wellpoint systems can be used to lower the hydrostatic pressure below the excavation bottom for groundwater control. The dewatering system should be designed by an engineer experienced in dewatering system designs and registered to practice in the State of Missouri. To avoid trench dewatering and significant trench excavation and shoring in the , construction of the Moreau gravity sewer extension from Station 0+00 to 20+10, we recommend microtunneling methods be considered in lieu of open cut method. Microtunneling is the remote-controlled and pressure-balanced version of pipe jacking. ' Additional geotechnical investigations would be required at access shaft locations in order to obtain subsurface information for the design of the shafts. 11.Pavements ' t Pavements for the proposed pump station development may include a crushed ' stone parking lot and 10-foot wide access road, or possibly an asphaltic concrete driveway and/or parking lot. It is our understanding that the owner has yet to determine which type of pavement is desired. ' All pavement sections should be constructed on a properly prepared subgrade layer of at least 6 inches in thickness. To accomplish this, the subgrade should be scarified to a depth of at least 6 inches, the moisture content of the soil adjusted to near its optimum moisture content, and the scarified soil then compacted to a dry density of at least 95 percent of the standard Proctor maximum dry density. ' The pavement sections recommended for the proposed parking lot and service drive are as follows: ' h The pavement section recommended for light delivery truck traffic areas consists of 2 inches of asphaltic concrete surface course and 4 inches of asphaltic concrete base , course constructed on 8 inches of compacted, well-graded granular base course (MoDOT Type 5, Section 1007), overlying the properly prepared subgrade, For those areas restricted to passenger vehicles only, the recommended , pavement section is 1.5 inches of asphaltic concrete surface course and 2.5 inches of asphaltic concrete base course, constructed on 8 inches of compacted, well-graded ' granular base course (MoDOT Type 5, Section 1007), overlying the properly prepared subgrade. For a crushed stone parking lot and/or service drive, the recommended ' pavement section Is 8 and 12 Inches of crushed stone, respectively, placed on the properly prepared subgrade. The aggregate shall be an approved crushed stone base course material meeting the criteria for MoDOT Type 5, Section 1007. The placement 16 ' of a geotextile fabric beneath the crushed stone will help to prolong the life of a crushed stone service drive and parking lot. A woven fabric such as a Mirafi 50OX or equivalent would be appropriate. 12,51te Drainage and Maintenance Drainage should be provided at the site to prevent ponding of water around structures and to minimize any increase in the moisture content of the underlying soils. An increase in moisture will decrease the strength of the subgrade. To accomplish this, all final grades should be sloped away from the structures. During the construction phase, the site should be graded to carry any surface runoff away from the work areas. 13.Quality Control Services It is recommended that all phases of foundation and soils related construction be inspected by a geotechnical engineer or a qualified geotechnical engineering technician under the direction of a geotechnical engineer. These inspections or quality control services should minimize service life problems and costs by insuring that the design assumptions are valid and that the construction is accomplished in accordance with the contract plans, specifications, and good engineering practice. ' The inspection should be directed to such operations as preparation and protection of the subgrade and foundation bearing surface, fill or backfill placement and compaction, foundation installation (e.g., bearing surface suitability), observation well monitoring during dewatering, and preconstruction surveys as a basis for assessing subsequent property damage claims from pile driving and blasting (i.e., photographs, settlement points, building crack monitoring, seismographic monitoring, etc). 1 .. 17 ;r FIGURES 4 • J, ` Y.. 1 r r � fir. Ra. y4',,•,':r+� .. / ( i`'f.`'j'_iy r.. .,. ,i •rlr/��(JI'�"",y.., t^y.rfl C.. -141. 1 ,�,µ ff , ` • ' •t `z:.•- ''' t 7 w } Ate. •r(t.. n< All " r0-A) G^.�fJr•�-71 r isle Yt q�sa! :fr� _ o pit ,`ir f.a ! �' � � S•t• �.Gt>• J��i r'Yrf��']'.. �. .1�5' `��1,'.i7t', 4 � fi IYx t;!'. ]�''y; ', Y 4� +t ' • r 41, Ax 1. '•r' .ilk,^., s.'' . I �'V�. r:.�y1'.�'•jT,� M f:a� �. .y:.„ , TY; n, Y: .h • • ,tyq.'., l- :'K,'.rV• j�;yr.'.* Imo( G: ( �n J� •� � 4�,.�:.V 1 �{ r • l I`1 ;1 t,tM••'•���,1 ,� Yw� f � M� T ��•`1YVy^`.�I,i1 � _- o' Yl it%..; (�, ri�.. .,' 1�1 �r�•1�'�� e �`kk yy�, ���,�j'�j�.ln " .' . . :`'�'s1,��,µli� � .r�}" .. �';�rr.�/.r,I{Y��' 'j� !�'�yl•LL}'ll.•9!5', r".`{%� 1 � ki�'.' ;� y�,'1 P ".YN'.r,b•; ;,rv: . ^�:y�1(x.,,41�� f1� s, 1r I,., I! '� ifl ' ' .n • • ^1' , �'��-•Tyt' ( 2U tf14}a d �.�'.. :-�}:1 •' �F'J' 4 •'+Qir iNj .j„�,; . A�?.�i 1 �.,r•f: ..t1••.:1�;.�1:'. .4f �: ;s '{,•;. .r �.4 p t ,, •��• s, r y.:� r r.Jl�'��n�,;11./x.. � 1 7 •M ,Y 1' -.•ti, µ 1 1 ,�i•.,�y �~i' t1/i r I f. ♦ �j U. 'r, 7.,��3 1 `U,'^t T`Y L"1f �• '•�yr '� '•-.R• 41' r � ...... _..:. .. .,���:.f• -14 fL •.LIV'.'y l+lj. �1�•�IJ .. •. ! � .. f•h .-t , •�'!�+^.;lit .� 4.•y. :">�t.w't \:~... ;')'� �. r f �'t '•r..:i > ry ;•�[{ 1 ....7,i.+�l ±,. ' ' • '!ft''�.i�i1R. �,yS„�. �,.�t1y�"C' �ff.•I I�LJ:^ ;'i t'',.,y:t t�Nr'r.a�::t�«!.:li. ��: t t.•r��l: � 4i:lG�'��•� .Y•>y�L .+''.. ''4 �{>+�fi Sl;t ,1 J . •)L S��':rt�,1. , t 9 to a t�'V"�t�'� �LTi"'� i' �/' �• x t,�i../ i ��1` •. J � 'i a ' -'C{P! ,}(\�r+P' rytt•�'_A:5:�7.•.�[,•.$'. ' f•. .��""�� � j I r!; r :�(t>`'... .�L 7+'Mg 1,1 .h`4{ `• 'S�.t.l.1.Y•(�' Lµk"•'Si�. 4J ^'i 'J +rte '- �, } F •?�� `f L �1{' Ohl•.1�i , ;��a..�:+::,•�'tl•� .'• �li% {' ,}�.>r w rl• 1:4{''!4 L " "'1E,F, ,i1, t^t:p.•;'�. ' •�31. I Y• ����CCCC •15 ").ac le wiL • • 7 L .L .�+rti_1'41 J:! . ' f �'' .. ! • { r'}'�':r! i�' U •:'P. .+7-C.i:+.J�� :' r � �-.1.�/r:. '. 4/...� 4: ' N,j?. /••��J� J r. •. •.n" " I •! 11'4y +tn.:'rl:U1..s:�jdya� rti" ':111Sf•:Rrp1,•Jil ,ate �i"J65.:rij 'l. , i,• r a r ✓ %� /. �. .,. k .{rte :ill ci`J',r� hfL �.1' n , /..r .'4 ',• .�� t°I YY i• �' to ��')1 '�'� %.' d:'/ f'_ � N} ��y�� xw i• ,� r^p� �YI�// "Y .�MM ,�Lf'y�"L!f•'' �l� >�� ^ ly�t'K�•iP' _ •I # J �., iy ' ' n•(IT .tit'''i✓ ,, �' 'ice r.t}'l,I�Yi f'. ,(r f• �. <Y Yr'r'yal. r"w Ka #""� .LI. '' �..^. Q+'•:J„/tlfl r !Y� .,�'t ..,.. 7�'r :r, _�ytittN. n �+`4.1�„Als; •� "+m. �1 °�'rr' a i � ���{t�%tt1C; -:y i �i.}.'tt":H!1�, a it l.�f..•Y�. •Y � t ..7't y.. y� t �i ,r 'r dr. K' >.t ^�+;:,;.•,.�t..�•r. i:. { ` .� 'f'• S-i*Tr:�+l t f.��"'411..'2� �Y.,t �• ,�n�. t I� /��t.. •'. •.,r�' :~ •„-.-�! �,a •.il �'r,�t1+��; Ir t •� 1 �'f.FV^�l''�AI'•r .d •�71.:iM�)'.. '�V� {. r I PEAT 8-50----Soil Boring No, H COBBLES Ivloisture COMM,°h W Liquid Limit,% - GRAVEL O (51,30) 26 29--SPT "N" Value V SAND Plasticity index, (101)—Unit Dry Weight,pcf J N ® SILT - HIGHLY PLASTIC GWi Upon Completion = } SILT - NON-PLASTIC TO Strata Break ' See Detailed a � MEDIUM PLASTIC ( Lo of 9 florin©) GWT During Drilling Q a ® CLAY - HIGHLY PLASTIC ® CLAY - NON-PLASTIC TO MEDIUM PLASTIC ER ORGANICS III 1 .j COBBLES I I I m W III z III a o° GRAVEL I I I N O 0 V SAND 95 —Recovery,% (55)---ROD, p O rrrrn Z to t t 11 SILT - HIGHLY PLASTIC Soil classifications shown on boring lags are determined by visual inspection C>C WON NON-PLASTIC TO of samples and from laboratory tests where available. j Z i SILT - MEDIUM PLASTIC O Split spoon samples are obtained by driving a 2' O.D. sampler 18' with a y / CLAY - HIGHLY PLASTIC (Standard hammer n lost or" 30". (Standard penetration lost or"SPT",AS7M D1588) 777,7 NON-PLASTIC TO "N" value represent the sum of the number of hammer blows required for CLAY - MEDIUM PLASTIC the last one fool penetration of the sptil spoon. Numbers shown noxt to split spoon symbol represent the number of hammer O ;;" TOPSOIL blows for Iho corresponding penetration (blows4nclres). m � Recovery (AEC) Is delined as the length of rock core recovered divided by N ® FILL the length of the core run (in percent). W Rock Quality Designator (ROD) is dellned as the total length of rock core ■ PAVEMENT pieces greater then 4 Inches long divided by the length of the core run (in percent). 6 3 SS-1 SPLIT SPOON cc u0 CITY OF JEFFERSON, MISSOURI aST-1 THIN-WALLED TUBE GREEN MEADOW PUMP STATION CL- n LEGEND FOR SUBSURFACE PROFILE a ly' AS-1 AUGER SAMPLE SOIL CLASSIFICATION SYSTEM ' to RC-1 ROCK CORE E JACOBS 1 i � .xe� , ' . .' ►, .ice _ -- � ... � .. � °'� S'' v y o wx cl �w m ' Wz ....i......... .. ... . : ....... ..._. .... . .. .._ z ED i s.. . s g a w 6 r 1 P W N � � J v � W U ' a , F 8 4 �x • a IT ul i Ilaoll uoycnol] r..r..rJ .. n.l.H rY.....�rr •rr.r..r.r.err lll.Fx lrry.Yr.rl rlrl. ' 9 P J LL Z 0 W N m Wx LL d a� �a m0 o US .. ... .. ...... . .... P U1 .. .. .. S . . f c al• N a A Iw a.. til m ss cJ: pw 1 a . s } - A A A A to z Mt 1 6 225 n� s a i .' �R .. ... :. .. .. .......... .. .. . lbn o w m w R 7 �lWolluo�wnal3 w � g „ _ P4 IL i .L i O 0 _N , N I • u 8 �O 1 .............. r �= 1 g tn 5a , ? H N i IN N i: 1 ' N 0 • � r ZaVI T :II � ^ Ilanli uoDUnnl] n w a n...r nr,v. �.•.,,,.r:.,r..r.•..n-r+r....n:runrnvwr+r;.n . I PPpENp1X �. �:` ' LEGEND FOR BORING LOGS AND SOIL CLASSIFICATION SYSTEM ;.` lb PEAT GRAIN SIZE IDENTIFICATION Narne Size LirnilS U.S. Sieve Size y ' • COBBLES BOULDERS 12" or groater F- r♦ COBBLES 3" to 12' LU Z GRAVEL Z . GRAVEL COARSE 34" to 3" 314' to 3" ' n0. . FINE 316" to 341" No.4 to V4" SAND COARSE 2.00 mm to 4.75 mm No, 10 to No.4 V SAND MEDIUM 0.42 mm to 2.00 mm No.40 to No.10 ' J FINE 0.07 mm to 0.42 mm No.200 to No.40 O ® SILT - HIGHLY PLASTIC SILT 0.002 mm to 0.07 mm y CLAY less than 0.002 mm SILT - NON-PLASTIC TO RELATIVE PROPORTIONS PLASTICITY ' Q MEDIUM PLASTIC OF SECONDARY COMPONENTS Term PI ' a ® CLAY - HIGHLY PLASTIC Trace 0% to 10% Non-plastic 0-3 Little 10% to 20% Slightly plastic 4-15 Soma 20% to 35% Medium plastic 16-30 MEDIUM PLASTIC ® CLAY - NON TO And 35% to 50% Highly plastic >30 RELATIVE DENSITY OF ® ORGANICS GRANULAR SOILS SPT N-value Relative ' J � COBBLES (blows it) Density 0-4 Very loose-11 m Z 5-10 Loose ' O o0 11-30 Medium dense N o GRAVEL 31-50 Dense >50 Very dense G L) a SAND STRENGTH AND CONSISTENCY =r OF COHESIVE SOILS D Z y ©I l n SILT - HIGHLY PLASTIC SPT N-value Unconfined W > Compressive Strength Consistency cc SILT - 0-2 0.00-0.25 Very soft (blows4l) NON-PLASTIC TO (tons4t ) J p i ; O MEDIUM PLASTIC 3-4 0.25-0.50 Soft 5-B 0.50-1.00 Medium stiff y / CLAY - HIGHLY PLASTIC 9-15 1.00-2.00 Still 16-30 2.00-4.00 Very still i� >30 >4.00 Hard CLAY - NON-PLASTIC TO MEDIUM PLASTIC Soil classifications shown on boring logs are determined by visual inspection of samples and from laboratory tests where available. ' TOPSOIL ' ���"� Split spoon samples are obtained by driving a 2" O.D.sampler 10"with a 140-pound hammer Iree-falling 30". y FILL (Standard penetration test or"SPT",ASTh1 1586) ' w Numbers shown next Io split spoon symbol represent the number of hammer 7- ■ PAVEMENT blows for the corresponding penetration (blows4nches). O Ps 60 55-1 SPLIT SPO01! CITY OF JEFFERSON, MISSOURI W0 GREEN MEADOW PUMP STATION J ST-1 THIN-WALLED TUBE a 0 LEGEND FOR BORING LOGS AND a AS-1 AUGER SAMPLE SOIL CLASSIFICATION SYSTEM ' y RC-1 ROCK CORE m JACOBS 30gjtAG j oGS i ' LOG OF TEST BORING P°0o7 of I BORING B-1 PROJECT: GREEN MEADOWS PUMP STATION PROJECT NUMBER: C5X61900 DATE: 11/5/04 ELEVATION: 570 It BORING LOCATION: DRILL METHOD: 3 3/4 I.D. Hollow Stem Auger to 18.5 ft 550 TRK Track Mounted Drill Rig; Automated Hammer DEPTH TO WATER ATD: DEPTH TO WATER AFTER DRILLING: ' ELEVATION SOIL SYMBOLS, SAMPLE DENSITY MOIST. MISC. SAMPLER SYMBOLS DESCRIPTION NO. per % LL PI TESTS DEPTH AND FIELD TEST DATA ' 570-0 (.y;, pSl'IIAI:I'ICCONCRI?TI'sl'AVE6113N''f-6inclics — 7777 Iltick _ SJLa: Gioy,nmiticd brown,Ilntc clay,slight plastictry, ol stiff,maul,(FILL) 2 4 ss•t 2s 565 5 4 1 ' 3 3 5SQ 23 PP•1.7510 560-110 4 Gmy Ntd_I)rntt77,traCC 10 IIII 1j C1337,r1010 SliijilI plasticity,very son,moist 2 2 s5-3 23 PP•0.25Is$ 655-15 2 (:I-AY-Giay,muttluJ brown,rNesilt,mcditmt--- 1T•4 as 2e ou•oe3tat Plasticity,sun,moist to wel r 3 5s•5 30 PP.0.51e1 550-20 2 Bunng'I'cnninmed at 20A feet depth 2 545--25 t 640--30 535 35 u ' Groundwater not encountered at time of drilling - K O m JACOBS LOG OF TEST BORING Papa 1 of f BORING B•2 PROJECT: GREEN MEADOWS PUMP STATION PROJECT NUMBER: CSX61900 DATE: 11/5/04 ELEVATION: 560 It BORING LOCATION: DRILL METHOD: 3 3/4 I,D. Hollow Stem Auger to 18.5 it 550 TRK Track Mounted Drill Rig; Automated Hammer DEPTH TO WATER ATD: 4.5 ft DEPTH TO WATER AFTER DRILLING: ELEVATION SOIL SYMBOLS, SAMPLE DENSITY MOIST. MISC. SAMPLER SYMBOLS DESCRIPTION LL PI DEPTH AND FIELD TEST DATA NO, pG % TESTS 560--D _`S 1 T hm+m,}mnc cla mclssli ht Ins/cil wcl . A -Brosniulc m L' __si�lt,little Jlc!ve Jry_ne Ta nd, slight plasticity,medium stiff,moist 2 ATO 3 SS-1 PP•115t 555--5 •some One gravel,wet r Gto,[lit c cloy,lracein IRile very foe.said, slight pinsucity,very son,moist io wet i' 0 0 SS-2 PP.0251s1 550-10 SLl�T Griy,litllic to solnc fine smidimcc ro liidc clay, trace fine gravel,slight plasticity,very son,mils/to wet 0 545 15 1 sso PP`0.251i 2 2 SS-f PP.025151 540-20 Boring Ternhuned at 20.01'ecl depth 535 25 o u v 530-30 to u° p� 10 525 35 u S n: Creek with running water approximately 25 feel away and 5 feet deep. WN _ Y LL m'JACOSS LOG OF TEST BORING PnDo1 of 1 BORING B-3 PROJECT: GREEN MEADOWS PUMP STATION PROJECT NUMBER: C5X61900 DATE: 11/3104 ELEVATION: 565 It BORING LOCATION: DRILL METHOD: 3 3/4 1,13. Hollow Stem Auger to 23.5 ft 550 TRK Track Mounted Drill Rig;Automated Hammer DEPTH TO WATER ATD: DEPTH TO WATER AFTER DRILLING: ' FELFVATIONJ SOIL RSDMBO, DESCRIPTION SAMPLE NO DENPSHITY MOIST. LL PI TESTS SAMPLER SYMBOLS. DEPTH AND FIELD TEST DATA ' 565--0 —y I'r_(nn 1 112 cln hnce rums,n nisi ____ _ Y..L__Y,.____ L_ sjJ,]_•Oroy, mottled,little cloy,slight plasticity,very stiff,utoist 2 3 SS-1 PP•31a1 560 5 5 ' CLAY•Omy,molilcd Grnwu and purple,liutcia soinc ` silt,medium plasticity,medium stiff to stiff,moist ' 2 3 654 PP•1.26 m 555 10 3 1 3 S" PP•1,75 MI 550 15 4 1 ' f 545 20 ss-r PP•7.51q v ' 1 2 656 PP•0.76161 540 25 4 ' Buring'renninnlcd at 25.0 feel depth z ' ¢$ 535--30 5 m u a' p� M 1301-35 a Groundwolor not encountered of Iimo of drillin0 EfJ=0BS LOG OF TEST BORING Pagel of BORING B-4 PROJECT: GREEN MEADOWS PUMP STATION PROJECT NUMBER: C5X61900 DATE: 11/3104 ELEVATION: 563 it BORING LOCATION: DRILL METHOD: 3 3/4 I.D. Hollow Stem Auger to 38.5 ft 550 TRK Track Mounted Drill Rig; Automated Hammer DEPTH TO WATER ATD: 29 It DEPTH TO WATER AFTER DRILLING: ELEVATION SOIL SYMBOLS, SAMPLE DENSITY I MOST. MISC. SAMPLER SYMBOLS DESCRIPTION NO. pct ; LL Pt TESTS DEPTH AND FIELD TEST DATA 0 'S lX-fin Itulcct-' trace nwts,maisf---- — LX, ---y`---- a•(fray,omitted brawn and purple,little cloy,slight to medium plasticity,very stirr,dry to moist s6o s 7 SS•1 20 PP-4 bf ' 5 0 CLAY_Urown,mottled gray and purple,Titie to some 555 sill,medium plasticity,stiff,moist 2 3 56.2 N PP•1.75161 10 5 550 2 15 2 684 28 40 30 PP•1,516 545 1 • 3 -softie sill,ftIO15I to tvct 66.1 26 PP-0 25 tat 20 J. CLAY•Oia T 17 to some sill,mcdiwn plasticity,soli to medium stiff,moist 540 7 34 6S-5 20 PP-1 ltl 25 m c F 535 3 Q -- Ato 0 151-If—V :hiu(Iiculmcl,fnc to conrsc,sonic smiJ,-_— s6u Pp.0161a1 30 '��• 4 little sill,loose,wel b'... u K •• SAND•AIuIITcoloreJ,very fine to coarse,little to some 0 530 T. �•���'' silt,very loose,wel .•.�,.••,,I.. 0 65.7 I .. 2 a m'JACOSS LOG OF TEST BORING Pnrlo 2ot2 BORING B•4 PROJECT: GREEN MEADOWS PUMP STATION PROJECT NUMBER: C5X61900 DATE: 11/3104 ELEVATION: 563 It BORING LOCATION: DRILL METHOD: 3 3/4 I.D. Hollow Stem Auger to 36.5 It 550 TRK Track Mounted Drill Rig; Automated Hammer DEPTH TO WATER ATD: 29 ft DEPTH TO WATER AFTER DRILLING: FE_L_EV_A_T_1ONT__SOIL SYMBOLS. SAMPLER SYMBOLS DESCRIPTION SAMPLE DENSITY MO!ItsT. LL pt TESTS DEPTH AND FIELD TEST DATA ' GRAM,•Multicolored,fine to coarse,some to turd •!��� sand,trace silt,dense,%vet 525 �•'W" •Rough drilling from 36 to 38.5 It. 4,6. •,.�... 26 ss.e 40 i'V-- 27 Uoring'I'andi aced at 40.0 fect depth 620 45 ' 515 50 510 55 505 60 ' a 500 m s 405 70 g LL EID JACOBS LOG OF TEST BORING Pagoiof2 BORING B-6 PROJECT: GREEN MEADOWS PUMP STATION PROJECT NUMBER: C5X61900 DATE: 1114104 ELEVATION: 563 ft BORING LOCATION: DRILL METHOD: 3 3/4 I.D. Hollow Stem Auger to 38,5 It 550 TRK Track Mounted Drill Rig; Automated Hammer DEPTH TO WATER ATD: 28.5 It DEPTH TO WATER AFTER DRILLING: ELEVATION SOIL SYMBOLS, SAMPLE DENSITY MOIST. misc. SAMPLER SYMBOLS DESCRIPTION LL P7 DEPTH AND FIELD TEST DATA NO. pct % TESTS 0 —, 1— -Orn little ctn trace routs,mois� R,.___y.--- — CLAY�Gmy,mottled brown mid purple,IiUle to on sill,Illediuril plasticity,stiff,moist 560 1 3 SS•1 23 PP•1.5IN 6 4 555 's 1 3 SS-2 25 PP•1.5IM 10 4 . fJ,gy•(3un1�n,mcttiaa gray and porp�c,scone 550 medium plasticity,medium stiff.moat 1 _ 4 SS-3 24 PP•11t 15 4 545 ST4 DD 24 OU•1.351sr 0 tD 3 SS•5 25 45 26 pP•1 tot a 540 1 3 _ _ _ SSG 22 PP-1.5 HI 26 u.•. .. D SAND-IdulIicolored fne to cumu mid llc gruvcr 4.�.• fracesill,very loose,wet d:•:tS 535 TA 0 2 2 SS-7 30 ;I?' 2 m g aAm•Multicolored,very line to course,some fne 53D dZ:• 5 gruvcl,trace sill,trace While shells,dense,wcl e J;•;d• 12 SS-8 U 35 a:�;•: 11 z a 0 m ti LL 0 m JACOSS ' LOG OF TEST BORING Pogo 2ol2 BORING B•6 PROJECT: GREEN MEADOWS PUMP STATION PROJECT NUMBER: C5X61900 DATE: 1114104 ELEVATION: 563 ft BORING LOCATION: DRILL METHOD: 3 3/4 I.D. Nohow Stem Auger to 38.5 It 550 TRK Track Mounted Drill Rig;Automated Hammer DEPTH TO WATER ATD: 28.5 ft DEPTH TO WATER AFTER DRILLING: ELEVATION I SAMPLER SYMBOLS DESCRIPTION SAMPLE DENSITY MOIST. LL PI TESTS DEPTH AND FIELD TEST DATA 525 d:aS 3 trough drilling front 37 to 38.5 0. ' ••0•• 5 68.0 40 12 Boring TcmllnmcJ of 40.0 feet depth '.' 520 r 45 r 515 50 ' 510 55 s 505 r 60 r a 500. y r � � 495 �u - 70 � g 0 I JAriIMS LOG OF TEST BORING Pa0u1 o11 BORING B-7 PROJECT: GREEN MEADOWS PUMP STATION PROJECT NUMBER: C5X61900 DATE: 11/4/04 ELEVATION: 564 It BORING LOCATION: DRILL METHOD: 3 3/4 I.D. Hollow Stem Auger to 33.5 ft 550 TRK Track Mounted Drill Rig; Automated Hammer DEPTH TO WATER ATD: 24 It DEPTH TO WATER AFTER DRILLING: ELEVATION I SAMPLER SOIISYMBOLS, DESCRIPTION SAMPLE DENSITY MOIST. LL PI MISC. DEPTH AND FIELD TEST DATA NO, Pet % TESTS 0 CI. Y-lirmvn son c srll _moist_—— _ J J CLr�Y•Gmy and brmvn,mmtled,-.little to snnlc s18, medium plasticity,very stiff,muisl 560-- 2 3 55.1 PP-3 tat --5 5 .1 555 1 4 554 PP-2 bl 10 6 CLAY--75 town,mot1Tcngrny,scone sill,rneAiunr plasticity,stiff,moist 550-- 1 3 5S•5 PP-1.251 15 4 545 1 3 prn 1st 20 3 •f + G'I2A�1 I-Muliicolorcl,f ne 10 coorsc,sotnc io anJ !��:•• sand,trace sill/clay,rnediunh dense,wet .�:.. 540-- ATD �'�, 8 S5.5 25 6 535 '�� 6 10 SS-0 � .� 8 v 30 46 - U •. a SANS hlydlTcolorcJ,very fns Iu rnedTnn,surnc line gravel,medium dense,wel,inlnrloyercd with sill 5301 q3 SS-7 35 During Tenninnled at 35.0 fern depth 3 m LL O m JACOBS ' LOG OF TEST BORING BORING B•8 PROJECT: GREEN MEADOWS PUMP STATION PROJECT NUMBER: C5X61900 DATE: 1114/04 ELEVATION: 563 it BORING LOCATION: ' DRILL METHOD: 3 314 I.D. Hollow Stem Auger to 28.5 tt 550 TRK Track Mounted Drill Rig; Automated Hammer DEPTH TO WATER ATD: 19.5 it DEPTH TO WATER AFTER DRILLING: ' ELEVATION SAMP ER SYMBOLS DESCRIPTION SANO. DENSITY MOIST. LL PI MIS C. DEPTH AND FIELD TEST BATA Pa % TEST LL ' 0 CI •IJtown satnc siB sli Ohl Insticu �t ni tTn wet CLAY•Gmy and brown,ntnttled,sonic silt,medium plasticity,sliUto very stiff,moist 560 4 6 S54 PP-4.564' 5 6 ' 555 1 3 ss•x PP.x.s to 10 5 ' 550 1 ssa PP-1 tar 2 15 4 . ' S1L'J: Q ay'ntoNlcd brown,wmc clny,sl lglo to——— 545 medium plasticity,very son,wet 0 20 2 s5� PP-0 xl tsl J gJ,—,•p•—Orgy,sotnr very fne sand,Nncc clay,sligiil plasticity,very son,wet 540 0 PP-0.25 Ist, 25 Ll,• 5 SANIJ-Grnr,very fiac lrfine,liulc to scnt'e f nc gwnvcl, little silt,loose to ntediunt dense,srct ti 535 d A 55-0 N30 7 Boring Tenninnted at 30,0 feel depth ° a u 530 � 35 WN F 4 O m'JACOBS LOG OF TEST BORING Pagol of I BORING B-9 PROJECT: GREEN MEADOWS PUMP STATION PROJECT NUMBER: C5X61900 DATE: 11/4/04 ELEVATION: 555 it BORING LOCATION: DRILL METHOD: 3 3/4 I.D. Hollow Stem Auger to 23.5 It 550 TRK Track Mounted Drill Rig; Automated Hammer DEPTH TO WATER ATD: 19 ft DEPTH TO WATER AFTER DRILLING: ELEVATION I SAMPLER SYMBOLS DESCRIPTION SAMPLE DENSITY MOIST, LL PI MISC. DEPTH I AND FIELOTESTDATA N0. Pd % TESTS 555 0 CLAY.grown,smnc slh,Iracc wnaJ pieces,slight" •niastlic�,LLnyoist m wci--———— aM.Gray and brown,mouledtce ro fiate cloy,710—to- slight plasticity,very stiff,dry to moist _ 1 4 ss•t 550 5 4 2 5 •trace sand S54 PP-4.51,1 545-10 5 0Z -bin)dray,some sill,trace tine grnvcl,mcd,-un plasticity,nmdau t stiff,moist 0 3 55-0 PWe75 540-15 6 6 AVfil.-Omyamttttown,fineincoIf some mna, little$111,trace Clay,louse,wet �. Aro. � 5 ssr 535-20 !L�• 4 sit g SAND-Lirown,fine luconrsc,lilllc fmc gniva life Sss 630-25 •�••6: 0 sill medium dense wel ate nN11g CDlllll at Ala feet 1 epl 1 526--30 - 0 u x tgQQi M 520--35 u 3 Creek with running waler approximately 50 fuel to the north and Moreau River approximately SO/eel to the east. r LL l) ° ®JACOBS LOG OF TEST BORING Page, of BORING B-10 PROJECT: GREEN MEADOWS PUMP STATION PROJECT NUMBER: C5X61900 DATE: 11/5/04 ELEVATION: 561 ft BORING LOCATION: ' DRILL METHOD: 3 3/4 I.D. Hollow Stem Auger to 28.5 It 550 TRK Track Mounted Drill Rig;Automated Hammer DEPTH TO WATER ATD: 20 it DEPTH TO WATER AFTER DRILLING: ELEVATIOfr SAM SOIL SYMBOLS, SYMBOLS DESCRIPTION SAMPLE DENSITY MOIST. LL PI MISC. DEPTH AND FIELD TEST DATA 110. Pa % TESTS 0 till"_Oi�w_n liulc cla ,sli X11 Instcil mai � e. i d _s__ 560 SLIJif•Brown and gory,mo0lcd,little to some cloy, slight plasticity,soli to medium stiff,moist ' t 2 66.1 PP•a t51a1 5 2 555 t 5 CLAY-Iirnwn ImJ gray,mottled,some 01 t,sligln to ss-t PP-1.5 bl 70 7 medium plasticity,soil to stiff,moist ' 550 2 'little sand,trace gravel,wet 5154 PIP-0.2510' —15 C 2 V it -M1luhocolarcd,fine to covsc,sonw limestone 545 pieces,little shale,little tiny,very dense,moist to wet L 7 9� 1515♦ 20 9 M o 540--- 40- � s Inols'l-Oray,little cloy,ntcdimti plosliclry,very sog, moist In wet TO 2 1565 PP•01510 25 4 535 a - ---- -- - -- = S11,I-Glny,same sand,little line gravel,[nice cloy, 1 F slight plasticity,very loose,wet 2 ssa u 30 3 Boring Tenninaled at 30.0 lee[depth 530 u 35 525 mm Creek with running water approximately 50 feet to the south and Moreno River approximately 50 feet to the east. C LL t m JACOBS LOG OF TEST BORING Pago 1o11 BORING B-11 PROJECT: GREEN MEADOWS PUMP STATION PROJECT NUMBER: C5X61900 DATE: 11/5/04 ELEVATION: 577 it BORING LOCATION: DRILL METHOD: 3 314 I.D. Hollow Stem Auger to 1.0 ft 550 TRK Track Mounted Drill Rig; Automated Hammer DEPTH TO WATER ATD: DEPTH TO WATER AFTER DRILLING: ELEVATION SDIL SYMBOLS. SAMPLE DENSITY MOIST. MISC. SAMPLER SYMBOLS DESCRIPTION 110. Per % LL PI TESTS DEPTH AND FIELD TEST DATA 0 CKAV1,11-Dark brown,some sand,trace silt,very 50/4" loose,moist _ _____ S5.1 WEATHCRIif)LIml wo G-Orny nnJ to11, 575 1 Limestone pieces,moist IAugg is ni I_O It.______________ 5 570 i 10 565 15 560 20 555 25 550 30 0 ' u 545 a' t7 35 u z Groundwater not encountered at time of drilling LL O m JACOBS 1 , h LABORATORY TEST RESULTS ':1 o � z E o G G 6 G G a N N iA N N Yg ^ w N N & z " 1 � aE w Mc R �C 3 A e n e N � W h ti Y � Y pp I! t FF� O ti a a Ea �y � = d d F o tia MAN = ' 'ir O v N Ib`1 m N N fb`1 N N .. u c � 1 Y d A e s n 5 0 F � e e ° ° e e g o 0 0 0 ° e ° e e e e o 0 0 FYs = cRri ° ^ r �s � sRC� Rn ° , ° R a � nnn ° nnnnnn � nnno � nnnnn A {E moa gym, Yiwm � mmr� mm °° m .�. .. r� nmemv °O. E z 000 N N N N y N N N N y N N N N Y y ' �4 I : N :il 11e I I1 1:: ::: it lii �� 1, ii Oil iil II iil 11 �� E:: IEIIEeia e;E III dal �e .IIIIIII°..III : �: i i pI �r minp eie pps a ee ce[[ MI 11 me �G� I � �I■ i� I d� � : I 9I: i me G a e�a..e'�eae: G:e aA aae �e G= ��1�1p�� i�i i1i i r 1 0�, 'r ir■ G�i lii i plii i i ul iii iii l i l t all I =I I I= I'u I III ■fir 'r■ ■r r■�■ Ir= ■ rrr �1■ 1■r rr1 ■ ■ r� '■■ a �■ m �im r■ m r�r ■u ■■ ■■ ■ ■ ■ ■■' u= ■ �■_ ■ ■ GGG G: GGG G'�G Mg. - � sage .1EB 5112 @ =�EEe� Vr E s9 �rFi ■ � _ �i ■ � �■ rr ■ i r 1 ;� � C ' r'r EI a 'iC '�r �■� Q !` Cr= ■r ■ ■ rr 9 r ■ ■■ � rp EEE �� EE's m 11 1 11 1 1 . I In II II ill 1 iip� all Igo H - ���� r 1 ill � 111 �11 11 ii 1 1 li �' rl � rr r 11 rr rrl rl r = r � I oil . . . . . . . ...H €fi pp . . fi fi �fi�€ �� fis8 a am : . ; i �iE i; •s i�� s sis O�III a = fi a e�gqgg Q a :aa an fifififi i ��� •; �� � � s9e �.� _ 11 C ali Q �__ q€� fi = fi€fi ..� fififi fifi6 =fi all •sse 5 fifi: I - II I III I�M 1 1 1 1 1 11 11 1 1 �II" IN so In EE 2��5 @� � E� ; ;. C ; ■ � .r �' G. C:a �Q - I I ;@1€ ''- I ' IIi I�i Ii1 ' I li iil 111 III li 111 II 111 it 11 111 it II 11 rr �rt rlr r�r rtr r �i prp I r 'r�i = 1 �12 c= =e9 I- E ?I _ 9 E26 'I EXHIBIT A Duties,Responsibilities and Limitations of Authority of Resident Project Representative ENGINEER shall famish a Resident Project Representative ("RPR"), assistants, and other field staff to nssisl ' ENGINEER in observing progress and quality of the Work. The RPR,assistants,and other field stuff may provide full time representation or tnny provide representation to a lesser degree. Through such additional observations ofContractor's work in progress mid field checks of materials and equipment by ' the RPR and assistants, ENGINEER shall endeavor to provide further protection for OWNER against defects and deficiencies in the Work. However, ENGINEER shall not, during such visits or as a result of such observations of Contractor's work in progress, supervise,direct, or have control over Contractor's Work nor shall ENGINEER have authority over or responsibility for the means,methods,techniques,sequences or procedures selected by Contractor,for ' safely precautions and programs incident to the Contractor's work in progress, for any failure of Contractor to comply with Laws and Regulations applicable to Contractor's performing and furnishing the Work, or responsibility of construction for Contractor's failure to furnish and perform the Workin accordance with the Contract Documents. In ' addition,the specific limitations set forth in the ENGINEER'sAgreement with the OWNER ore applicable. The duties and responsibilities of the RPR are limited to those of ENGINEER in ENGINEER's agreement with the OWNER and in the Contract Documents,and arc further limited and described as follows: A. General RPR is ENGINEER's agent at the Site,will act as directed by and under the supervision of ENGINEER,and will confer with ENGINEER regarding RPR's actions. RPR's dealings in matters pertaining to the Contractor's work in progress shall in general be with ENGINEER and Contractor, keeping OWNER advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of Contractor. RPR shall generally communicate with OWNER with the knowledge of nod under the directim of ENGINEER. B. Duties and Responsibilities of RPR I. Schedules: Review the progress schedule,schedule of Shop Drawing and Sample submittals,and schedule of values prepared by Contractor and consult with ENGINEER concerning acceptability. 2. Conferences and Alcelinga: Attend meetings with Contractor,such as preconstruction conferences,progress meetings,job conferences and other project-related meetings, and prepare and circulate copies of minutes thereof. 3. Liaison: a. Serve as ENGINEER's liaison with Contractor,working principally through Contractor's superintendent and assist in understanding the intent of Contract Documents b. Assist ENGINEER in serving as OWNER's liaison with Contractor when Contractor's operations affect OWNER's on-Site operations. c. Assist in obtaining from OWNER additional details or information,when required for properexecution of the Work. ' 4, interpretation of Contract Documents: Report to ENGINEER when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued by ENGINEER. ' 5. Shop Drawings and Samples: a. Record date of receipt of Samples and approved Shop Drawings, ' b. Receive Samples which are furnished at the site by Contro:lor,and notify ENGINEER of avuilability of Samples for examination. c. Advise ENGINEER and Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which RPR believes that the submittal has not been approved by ENGINEER. 6. Uodyloations: Consider and evaluate Contractor's suggest ions for mod!ficalionsin Drawings orSpecifications and report with RPR's recommendation to ENGINEER. Transmit to Contractor in writing decisions as issued by ENGINEER. Page I of EXHIBIT A ' Duties, Responsibilities and Limitations of Authority of Resident Project Representative (EJCDC No. 1910.1-D) 7. R¢vlew of il'ork attd RLJectioa of Defecth,e iVork: a. Conduct on-site observations ofContractor's work in progress to assist ENGINEER in determining ifthe ' Work is in general proceeding in accordance with the Contract Documents. b. Report to ENGINEER whenever RPR believes that tiny part of Contractor's work in progress will not produce n completed Project that conforms generally to the Contract Documents or will prejudice the ' integrity of the design concept of the completed Project as a fimcdoning whole as indicated in the Contract Documents,or has been damaged,or does not meet the requirements of any inspection,test or approval required to be made;and advise ENGINEER of shat 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. Inspections, Tests, and System Startups: ' a. Consult with ENGINEER in advance of scheduled major inspections, tests, and systems startups of important phases of the Work. b. Verify that tests,equipment and syslemssiartups and operating and maintenance training are conducted in ' the presence of appropriate OWNL'R's personnel,and that Contractor maintains adequate records thereof. c. Observe,record and report to ENGINEER appropriate details relative to the test procedures and systems startups. ' d. Accompany visiting inspectors representing public or other agencies hnvingjurisdlctionovertheProject, record the results of these inspections,and report to ENGINEER. 9. Records: , a. Maintain at the Site orderly files for correspondence,reports ofjob conferences,reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the execution of the Contract,ENGINEER's clarifications and interpretations of the Contact Documents,progress reports,Shop Drawing and Sample submittals received from and delivered to Contractor,and other Project related documents. b. Prepare a daily report or keep a diary or log book, recording Contractor's hours on the Site, weather ' conditions,data relative to questions of Change Orders,Field Orders,Work Change Directives,or changed conditions,Site visitors,daily activities,decisions,observations in general,and specific observations In more detail as in the case of observing test procedures;and send copies to ENGINEER. ' c. Record names,addresses and telephone numbers ofall Contractors,subcontractors,and majorsuppliers of materials and equipment. d. Maintain records for use in preparing Project documentation. ' c. Upon completion of the Work, furnish original set of all RPR Project documentation to ENGINEER. 10. Reports: ' a. Furnish to ENGINEER periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals, b. Draft and recommend to ENGINEER proposed Change Orders, Work Change Directives, and Field , Orders. Obtain backup material ftom Contractor. c. Furnish to ENGINEER and OWNER copies of all inspection,test,and systems startup reports. d. Report immediately to ENGINEER the occurrence crony Site accidents,any I lasardous Environmental ' Conditions,emergencies,or acts of God endangering the Work, and property damaged by fire or other causes. 11. Payment Requests: Review Applications for Payment with Contractor for compliance with the established procedure for their submission and forward with recommendations to ENGINEER, noting particularly the relationship ofthe paymentrequested to the schedule of values,Work completed,and materials and equipment delivered at the Site but not incorporated in the Work. Page 2 of 3 ' EXHIBIT A Duties,Responsibilities and Limitations or Authority or Resident Project Representative 12. CerNficares, Operarlon and Alabuenance Alanualst During the course of dic Work,verify that materials and ' equipment certificates,operation and maintenance manuals,and otherdala required bythe Specifications lobe assembled and furnislicd by Contractor are applicable to the items actually installed and in accordance with the Contract Documents, and have these documents delivered to ENGINEER for review and forwarding to OWNER prior to payment for flint part of the Work. ' 13, Complellon: a. Before ENGINEER issues a CertificateorSubstantialCompletion,submittoContractoralistofobserved items requiring completion or correction. ' b. Observe whether Contractor has arranged for inspections required by Laws and Regulations,includingbut not limited to those to be performed by public agencies having jurisdiction over the Work. ' c. Participate in a 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 b ' ENGINEER concerning acceptance and issuance of the Notice of Acceptability or the Work. C. Limitations or Authority by RPR Resident Project Representative shall not: I. Authorize any deviation from the Contract Documents or substitution ofmaterfaisor equipment(including"or- equal" items). ' 2. Exceed limitations of ENGINE-ER's authority as set forth 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 lo,or assume control over any aspect of life means,mclhods,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 assume control over safety precautions and programs in connection with the activities or operations of OWNER or Contractor. 6. Participate in specialized field or laboratory tests or inspections conducted off site by others except as ' specifically authorized by ENGINEER. 6. Accept Shop Drawing or Sample submittals from anyone other than Contractor. ' 7. Authorize OWNER to occupy life Project In whole or in part. 1 1 ' Page 3 of 3 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI DOCUMENT 00820—FEDERAL AND STATE REQUIREMENTS The following Federal and State Requirements shall form a 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 Part 31.36(e) ■ Notice of Requirements for Affirmative Action to Ensure Equal Employment Opportunity ■ Standard Federal Equal EmploymentOpportunity Construction Contract Specifications (Executive Order 11246) ■ Certification on Nonsegregated Facilities ` ,' ■ State Wage Determination :1 ' CSX61900 00820-1 FEDERAL AND STATE ;,.t' RO-8/29/05 REQUIREMENTS GREEN MEADOW PUlvll' STATION , CITY OF JEFFERSON, MISSOURI Region VII Procedures for Implementation of 40 CFR Part 31.36(e) (Minority Business Enterprise/Women's Business Enterprise) ' The Contractor shall take all necessary affinnativeslepsto assure that small;minorityand women's business ' enterprises,and labor surplus area firms are used when possible as sources of supplies, construction,and services. Affirmative steps shall include the following: I. Including qualified small, minority, and women's businesses on solicitation lists; ' 2. Assuringthat small,minority,and women's businesses are solicited wheneverthey are potential sources; 3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit ' maximum participation of small, minority, and women's businesses; 4. Establishing delivery schedules, where the requirements of the work permit, which will encourage participation by small, minority,and women's businesses; ' 5. Using the services and assistance of the Small Business Administration and the Office of Minority Business Enterprise of the United States Department of Commerce as nppropriate; and 6. Requiring subcontractors,if the Contractor awards subagreements,to take theaffirmative steps listed in(1) ' to(5)above. It is to be noted that Bidders must demonstrate compliance with MBE/WBE requirements in order to be , deemed responsive. Demonstration of compliance shall include, but is not limited to, the following information: I. Names,addresses, and phone numbers of MBE/WBEs expected to peri'orm work; 2. Work to be performed by the MBEs and WBEs; 3. Aggregate dollar amount orwork to be performed by MBEs and WBEs,showing aggregate to MBEs and , aggregate to WBEs separately; 4. Description of contacts to MBE and WBE organizations, agencies and associations which serve ' MBE/WBEs, including Barnes of organizations, agencies and associations and dates of contacts; 5. Description of contacts to MBEs and WBEs, including number of contacts, field (i.e., equipment ort material supplier,excavators,transport services,electrical subcontractors,plumbers,etc.) and dates of , contacts. Bidders must complete the Minorityand Women's Business Enterprise Utilization Workshect included in the ' Bid Forms,and submit with their Bid. 1 1 CSX61900 00820-2 FEDERAL AND STATE , RO-8/29/05 REQUIREMENTS , ' GREEN MEADOW PUMP STATION CITY 01'JEFFERSON, MISSOURI NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) ' 1. The Offeror's or Bidder's attention is called to the"Equal Opportunity Clause"and the"Standard Federal Equal Employment Specifications"set forth herein. ' 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all constriction work in the covered area,are as follows: Goals for minority and female participation for each Timetables trade ' Until further notice 2% These goals are applicable to all the Contractor's construction work(whether or not it is Federal or federally assisted)performed in the covered area. If 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 for both its federally involved and non-federally involved construction, The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 604 shall be based on its implementation of the Equal Opportunity Clause,specific affirmative action obligations required by the specifications set forth in 41 CFR 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 of minority 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 CFR Part 60-4.Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of310,000 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 of the subcontract; estimated starting and completion dates of the subcontract;and the geographical area in which tine subcontract is to be performed. 4, As used in this Notice, and in the contract resulting from this solicitation, the "covered area" is ' (43 FR 49254,Oct.20, 1978;43 FR 5 140 1,Nov,3, 1978,as amended at 45 FR 65977,Oct. 3, 19801 CSX61900 00820-3 FEDERAL AND STATE RO—8/29/05 REQUIREMENTS 1 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI Code of Federal Regulations) [Title 41, volume 11 ' [Revised as of July 1, 20011 From the U.S. Government Printing Office via GPO Access [CITE: 41CFR60-1.4] ' TITLE 41--PUBLIC CONTRACTS AND PROPERTY MANAGEMENT CHAPTER 60--OFFICE OF FEDERAL CONTRACT COMPLIANCE PROGRAMS, EQUAL EMPLOYMENT OPPORTUNITY, DEPARTMENT OF LABOR ' PART 60-1--OBLIGATIONS OF CONTRACTORS AND SUBCONTRACTORS— Subpart A--Preliminary Matters; Equal Opportunity Clause; Compliance Reports ' Section 60-1.4 Equal Opportunity clause. (b) Federally assisted construction contracts. (1) Except as ' otherwise provided, each administering agency shall require the inclusion of the following language as a condition of any grant, contract, loan, insurance, or guarantee involving federally assisted construction which is not exempt from the requirements of the equal opportunity clause: ' The applicant hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the regulations of the Secretary of Labor at 41 ' CFR Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, the following equal opportunity clause: During the performance of this contract, the contractor agrees as ' follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or , national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. such action shall include, but not be limited to the ' following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including ' apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for ' employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) The contractor will send to each labor union or representative of ' workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. I C5X61900 00820-4 FEDERAL AND STATE RO-8/29/05 REQUIREMENTS ' ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The contractor will furnish all information and reports required ' by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractors noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of !, September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) 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 11246 of September 24, 1965, so that I� 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 administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal 1� opportunity clause with respect to its own employment practices when it Illl participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality 1 ' or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary j' of Labor such information as they may require for the supervision of such J compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not C5X61900 00820-5 FEDERAL AND STATE .1 RO-8/29/05 REQUIREMENTS r, GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, , Subpart D of the Executive order. in addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: ' Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee) ; refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future ' compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. Section 60-4.3 EEO Construction Contract Specifications ' Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive order 11246) , 1. As used in these specifications: a. "Covered area' ' means the geographical area described in the solicitation from which this contract resulted; b. "Director' ' means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number' ' means the Federal Social Security number used on the Employers Quarterly Federal Tax Return, U.S. Treasury Department Form 941. d. "Minoritylt includes: (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin) ; , (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of , race) ; (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands) ; and (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification) . 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10, 000 the ' provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. ' 3 . If the Contractor is participating (pursuant to 41 CFR 60-4 .S) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of C5X61900 00820-6 FEDERAL AND STATE RO-8/29/05 REQUIREMENTS ' ' GREEN MEADOW FUMF STATION CITY OF JEFFERSON, MISSOURI any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations ' under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4 . The Contractor shall implement the specific affirmative action standards provided in paragraphs 7 a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it as employees in the covered area. Covered Construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make ' substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor I� the failure by a union with whom the Contractor has a collective 11 bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. +' 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices ' and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7 . The Contractor shall take specific affirmative actions to ensure ' equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor' s employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, }' and other on-site supervisory personnel are aware of and carry out the Contractor' s obligation to maintain such a working environment, with I� specific attention to minority or female individuals working at such j sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female i, • C5X61900 00820-7 FEDERAL AND STATE �' RO-8/29/05 REQUIREMENTS GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI recruitment sources and to community organizations when the Contractor or ' its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority ' or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for , referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. ' d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman ' sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractors efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor , shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by ' publicizing it in the company newspaper, annual report, etc. ; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO , policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company' s EEO policy and affirmative action obligations under these specifications with all ' employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, ' General Foremen, etc. , prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. ' h. Disseminate the Contractors EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of CSX61900 00820-8 FPDERAI, AND STATE RO-8/29/05 REQUIREMENTS ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI applications for apprenticeship or other training by any recruitment ' source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. ' J . Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3 . 1. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc. , such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non- segregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and r� suppliers, including circulation of solicitations to minority and female Its associations and other business associations. p. Conduct a review, at least annually, of all supervisors, adherence to and performance under the Contractor's EEO policies and affirmative action obligations. B . Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p) . The efforts of a contractor [r association, joint contractor-union, contractor-community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can 1, provide access to documentation which demonstrates the effectiveness of j actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor' s and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. J' 9. A single goal for minorities and a separate single goal for women have J been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all 7 minority groups, both male and female, and all women, both minority and �� non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved ' CSX61900 00820-9 FEDERAL AND STATE � ' RO-8/29/05 REQUIREMENTS GREEN MEADOW PUNIP STATION CITY OF JEFFERSON, MISSOURI its goals for women generally, the Contractor may be in violation of the ' Executive Order if a specific minority group of women is underutilized) . 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. ' 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order , 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13 . The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. if the Contractor fails to comply with the requirements - of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in , accordance with 41 CFR 60-4 .8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification ' number when assigned, social security number, race, sex, status (e.g. , mechanic, apprentice trainee, helper, or laborer) , dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be ' required to maintain separate records. 15 . Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of , compliance or upon the application of requirements for the hiring of local or other area residents (e.g. , those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program) . ' (b) The notice set forth in 41 CFR 60-4.2 and the specifications set forth in 41 CFR 60-4 .3 replace the New Form for Federal Equal Employment Opportunity Bid Conditions for Federal and Federally Assisted Construction published at 41 FR 32482 and commonly known as the Model Federal EEO Bid Conditions, and the New Form shall not be used after the regulations in 41 CFR Part 60-4 become effective. [43 FR 49254, Oct. 20, 1978; 43 FR 51401, Nov. 3, 1978, as amended at 45 FR 65978, Oct. 3 , 1980) ,I C5X61900 00820-10 FEDERAL AND STATE RO-8/29/05 REQUIREMENTS ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI U.S. ENVIRONMENTAL PROTECTION AGENCY WATER QUALITY OFFICE f#ffff#iff4ffffffff# CERTIFICATION OF NONSEGREGATED FACILITIES r (Applicable to federallyassisted 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 fats employees any segregated facilities to perform their services at any location,under its control. The contractor certif ics 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 federal ly 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 tern"segregated facilities"means any waiting rooms,work areas,rest rooms and wash rooms, restaurantsand other eating areas,time clocks,locker rooms and other storage or dressing areas,parking lots, I drinking fountains,recreation or entertainment areas,transportation,and housing facilities provided for the employcesthat are segregated by explicit directiveor arc in fact segregated on the basis of race,creed,color,or national origin,because of habit,local custom,or otherwise. Tile federally assisted construction contractor r agrees that(except where it has obtained identical certifications from proposed subcontractors for specific time 11 periods)it will obtain identical certi fications from proposed subcontractors prior to tile 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. i.� (Signature) (Date) t ( ' (Name and Title of Signer) r 1 4� NOTE; The penalty for making false statementsin offers is prescribed in 18 U.S.C. 1001. C5X61900 00820-11 FEDERAL AND STATE ' RO-8/29/05 REQUIREMENTS Missouri Division of Labor Standards r WAGE AND HOUR SECTION F THit? S 0 �J�y Mocccx b�05 MATT BLUNT, Governor 1P Annual Wage Order No. 12 Section 026 (� COLE COUNTY l In accordance with Section 290.262 RSMo 2000, within thirty (30) days after a certified copy of this Annual Wage Order has been filed with the Secretary of Slate as indicated below, any person who may be affected by this Annual Wage Order may object by filing an objections in triplicate with the Labor and Industrial Relations Commission, 11.0. 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. Original Signed by Colleen A. White, Director Division of Labor Standards ' This Is A True And Accurate Copy Which Was Piled With Secretary of State: March 9,2005 F� Last Date Objections May Be piled: April 8.2005 �' Prepared by Missouri Department of Labor and Industrial Relations 1, Building Construction Rates for REPLACEMENT PAGE Section 026 COLE County "Effective Basic Over- OCCUPATIONAL TITLE Dale of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule Asbestos Worker 10/05 $26.44 55 60 512.76 Boilermaker 9/05 $28.19 57 7 $17.42 Bricklayers-Stone Masan $25.16 59 7 $8.86 Carpenter 3/05 $20.48 60 15 $8.91 Cement Mason $18.91 9 3 $10.10 ' Electrician Inside Wireman $25.64 28 7 $10.03+ 13% Communication Technician I JUSE ELECTRICIAN INSIDE WIREMAN RATE Elevator Constructor 1/06 a $35.815 26 54 $14.554 O eratin Engineer Group 1 5105 $24.07 66 66 $14.53 Grou II 5/05 $24.07 86 66 $14.53 Group III 5/05 $22.82 86 66 $14.53 Group III-A 5/05 $24.07 66 66 $14.53 Group IV 5/05 $24.77 86 66 $14.53 Group V 5/05 $26.07 86 66 $14.53 Pipe Fitter 7105 b 1 $30.50 91 69 $17.18 Glazier $13.001 FED 1 $1.84 Laborer(Building): General $17.22 1 110 7 $8.08 I� First Semi-Skilled $19.221 110 1 7 $8.08 Second Semi-Skilled $18.22 1 110 1 7 $8.08 Lather USE CARPENTER RATE Linoleum Layer&Cutter USE CARPENTER RATE IPMarble Mason $25.16 59 7 $8.86 Millwright 3/05 $21.48 60 15 $8.91 Iron Worker 8/05 $22.85 11 B $14.64 . Painter 2/06 $20.05 18 7 $6.92 Plasterer $17.97 94 5 $9.85 Plumber $21.50 FED $3.27 Pile Driver 3/05 $21.48 60 15 $8.91 Roofer 9/05 1 $24.75 12 4 $8.99 Sheet Metal Worker 7/05 $24.16 40 23 $10.54 Sprinkler Fitter $15.25 FED $2.38 Terrazzo Worker $25.16 59 7 $8.86 Tile Setter $25.16 59 7 $8.86 Truck Driver-Teamster Group 1 $20.10 101 5 $6.75 Group II $20.80 101 5 $6.75 Group III $20.50 101 5 $6.75 Group IV $20.80 101 5 $6.75 Traffic Control Service Driver Welders-Acetylene& Electric Fringe Benefit Percentage Is of the Basic Hourly Rate s' Attention Workers: If you are not being paid the appropriate wage rate and fringe benefits contact the Division of Labor Standards al(573)751.3403. 1 "Annual Incremental Increase i t *SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO.12 1/06 rr s t Building Construction Rates for REPLACEMENT PAGE Section 020 COLE County Footnotes ec rve asic LIVer• r OCCUPATIONAL TITLE Dale of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule t r • 'Welders receive rate prescribed for the occupational Vile performing operation to which welding is incidental. Use Building Construction Rates on Building(s)and All Immediate Attachments.Use Heavy Canslructlon rates for remainder of project. For the occupational titles not listed in Heavy Construction Shoots,use Rates shown on Building Constructon Rate Sheet. r' a-Vacation: Employees over 5 years•8%; Employees under 5 years-6% 'b- All work over$3.5 Million Total Mechanical Contract 430.50,Fringos-$17.18 All work under$3.5 Mllllon Total Mechanical Contract-$29.16,Fringes-$13.08 r . r i r i . 'Annual Incremental Increase ANNUAL WAGE ORDER NO.12 7105 r I., COLE COUNTY OVER'1'INIE SCIIEDULE BUILDING CONSTitucrION FED: Mininmm requirement per Fair Labor Standards Act means time and one-half(IV,)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(tour to 9:00 a.m. All work perfommed in excess of the regular work day and on Saturday shall be compensated at one and one-half(IV,) 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 wnges. The work week shall be Monday through Friday,except for midweek holidays, NO. 11: Mcans eight (8)hours shall constitute a day's work, with the starting time to be established between 7:00 a.m. and 8:00 mill. front Monday to Friday. Time and one-half(1'/,)shall be paid for first two(2) hours of overtime Monday through Friday and tine first eight(8)(tours on Saturday. All other overtime hours Monday through Saturday shall be paid at double(2)tittle 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: Mcans the work week shall comnnence 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(IVs)onus the regular hourly wage scale. All work perforated 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'b) times the regular hourly rate. Work on recognized holidays and Sundays shall be paid at two(2)times the regular hourly rate. NO. I8: Means the regular work day shall be eight(8)hours. Working hours are from six(6)(tours 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 n.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 tittle and one-half(I%,). Sunday and Holidays shall be paid I' at double(2) lima Snturday can be n make-up day if the weather has forced n day off,but only in the week of tine 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)]tours worked between 6:00 a.m.,and 5:00 p.m., five(5)days per l� week,Monday to Friday, inclusive. Ilours of work at each jobsile shall be those established by the general contractor and worked by Ilse l majority of trades. (The above working hours may be changed by mutual agreement). Work perfomud 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 1 for at double(2)the rate of single time. The employer may establish hours worked on a jobsile for a four(4)ten(10)hour day work week at straight time pay for construction work; the regular working day shall consist of ten (10)hours worked consecutively, between 6:00 a.m. and 6:00 p.m., four (4) days per week, Monday to Thursday, inclusive. Any work performed on Friday, Saturday, Sunday and holidays, and before and after the regular working day on Monday to Thursday where a four(4)ten(10)hour day workweek has been I ; established,will be paid at two times(2)the single time rate of pay. The rate of pay for all work performed on holidays shall be at two times(2)the single time rate of pity. r NO.28: Menns eight(8)hours between 7:00 a.m. and 5:30 p.m., with at least a thirty(30) minute period to be taken for lunch, shall I constitute a day's work five (5) days a week, Monday through Friday inclusive, shall constitute a work week. The Employer has the option fora workday/workweek of four(4)ten(10)hour days(4-10's)provided: ' -The project must be for a mhninuun of four(4)consecutive days. I -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: If a holiday falls within that week it shall be a consecutive work day. i' (Alternate: If holiday falls in the middle ofa week,then the regular eight(8)hour schedule may be implemented). -Any time worked in excess of any ten(10)hour work day(in it 4.10 hour work week)shall be at the appropriate overtime rate. 0 All work outside of the regular working hours as provided,Monday through Saturday,shall be paid at one&:one-half(I%a)times the r employee's regular rate of pay. All work performed from 12:00 a.m.Sunday through 8:00 a.m. Monday and recognized holidays shat]be paid at double(2)the straight time hourly rule of pay. Should employees work in excess of twelve(12)consecutive hours they shall be paid double time(2X)for all time after twelve(12)hours. Shift work performed between the hours of 4:30 p.m.and 12:30 a.m.(second shift)shall receive eight(8)hours pay at the regular hourly rate of pay plus ten(10%)percent for seven and one-half(7%)hours work. t Shift work performed between the hours of 12:30 a.m.and 8:00 a.m.(third shift)shall receive eight(8)hours pay at the regular hourly t rate of pay plus fifteen(15%)percent for seven(7)hours work. A lunch period of thirty(3D)minutes shall be allowed on each shift. All overtime work required after tine completion of a regular shift shall be paid at one and one-half(I%,)times the shift hourly rate. r 1 ANNUAL WAGE ORDER NO. 12 ; , AwI2 011 OTdac rage lor4l'aps a 1 i I COLE.COUN'T'Y OVER'I'IINIs SCIIEDULF. BUILDING CONSTRUC11ON 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 Ilia lunch period, or shall contemn to the practice on the job site. Four(4) days at ten (10) hours n 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 Ilia rate of time and one-half(I%a). Overtime worked on Sundays mud holidays shall beat double(2)time. 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. Tluc regular working day shall consist of eight(8)hours labor on the job beginning as early is 7:00 a.m,and ending as lute as 5:30 p.m. All full or part time labor perronned 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(I%.)the regular hourly rate. All 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 regular rates. NO.55: Mcmms 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,Mondny through Friday,and the first ten(10) hours of work on Saturday,shall be paid at one& one-half(11/j) times the straight time rate. All work perfomud on Sunday, observed holidays and in excess of ten (10) hours n day, Monday through Saturday,shall be paid at double(2)the straight time rate. 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 line shall be 8:00 a.m. The above may be changed by mutual consent of authorized personnel. When circumstances wamat, 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 Ilia rate of time 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 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(IV,), All time worked on Sunday and holidays shall be classified as overtime and paid at the rate of double(2)time. The Employer has(lie option of working either five(5)eight hour days or four(4)Ion hour days to constitute a normal forty(40)hour work week. When the four(4)len-hour work week is in effect,the standard work day shall be consecutive ten (10) hour periods between the hours of 6:30 n.m. and 6:30 p.m. Forty (40) hours per week shall constitute n weeks work, Monday through Thursday, inclusive. In the event Ilia 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 its 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 n week's work, Monday through Friday, inclusive. In the event the job is down for any reason beyond Ilia Employer's control,then Saturday may,at the option of the Employer, be worked as a make-up day; straight time not to exceed eight(8)hours or forty (40) hours per week. Ilia regular starting time (and resulting quitting time) may be moved to 6:00 n.m, or delayed to 9:00 a.m. Make-up days shall not be utilized for days lost due to holidays. ANNUAL WAGE ORDER NO. 12 A W 12 026 OT.doc Page 2 of 4 Pages ' I . COLE,COUNTY O1'ER'I'IME SCREDULE BUILDING CONSTRUCTION NO. 60: Mcans the Employer shall have the uption of working five 8-hour days or four 10-hour days Monday through Friday. If nn ' Employer elects to work five 8-hour dnys during any work week,hours worked more than eight(8)per Jay or Carty(40)per week shall be Paid at time and one-half(1%2)the hourly wage rate plus fringe benefits pionday through Friday. SATURDAY MAKE-UP DAY: Iran Employer is prevented from working forty(40)hours,Monday through Friday,or any part thereof by reason of inclement weather(rain or laud),Saturday or any pan thereof may be worked as a 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 stake up time lost due to recognized holidays. Iran Employer elects to work four 10-hour days, between the hours of 6:30 aim.and 6:30 p.m.in any week,work performed more that ten(10)hours per Jay or forty(40)hours per wcek shall be paid tit time and one half(I'/j)the hourly wage rate plus fringe benefits Monday through Friday. If an Employer is working 10-hour days and loses a day due to inclement weather, the Employer may work tell(10)(tours on Friday at straight Brno. Friday must be scheduled for no more than ten(10)hours at the straight time rate,but all hours worked over the roily(40)hours Monday through Friday will be paid at time and one-half(1'/2)the hourly wage rate plus fringe benefits. All Millwright work performed rut excess of(lie regular work day and oil Saturday shall be compensated for at tine and one-half (I%2)the rcgulnr iivlilhvright hourly wago rate plus fringe benefits, The regular work day starting of 8;00 a.m.(aid resulting quitting time of 4:30 p.m.)may be moved forward to 6:00 aim.or delayed one(1)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 me of wngcs phis tinge 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 rive(5)days,Monday through Friday,beginning at 8:00 a.m.and ending at 4:30 p.m. The regular work day beginning little may be advanced one or two hours or delayed by one hour. However,the Employer may have the option to schedule his work week front 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 at the applicable overtime rite, If the Employer elects to work from Monday through Thursday and is stopped due to circumstances beyond his control,inclement weather or holiday,lie shall have the option to work Friday at the straight time rite of pay to complete his foray(40)hours. If rat employee declines to work Friday as a ntake-up day,Ise shall not be penalized. All overtime work perfonned on Monday through Snturday shall be paid rat time and one-halr(I%2)of the hourly rate Plus nn saloon equal to one-half(%2) of the hourly Total Indicated Fringe Benefits. All work perforned 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. I NO. 91: Means eight(8)hours shall constitute a day's work commencing at 8:00 n.m. and ending at 4:30 p.m., allowing onahnlf(%) hour for lunch. The option exists for the Employer to use a flexible starting tittle between the hours of 6:00 a.m. and 9:00 a.m. The regular workweek shall consist of forty(40)hours of five(5)workdays,Monday through Friday. The workweek may consist of four(4) ten(10)hour days from Monday through Thursday,with Friday as a make-up day. If the mnke-up day is a holiday,the eiiiployee shnll be paid at the double(2)time rata 'The employees shall be paid time and one-half(l Y2) for work perfonned before the regular starting tittle or after the regular quitting time or over eight(8)hours per work day (unless working a I0-hour work day,then flute and one-half(I%2)is paid for work performed over ten(10)hours a day)or over forty(40)hours per work week. Work performed oil Saturdays,Sundays and recognized holidays shall be paid rat the double(2)little rate of pay. NO.94: Mcans 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 lime of 8:00 clam, (and resulting quitting time of 4:30 p.m.)nay be moved forward to 6:00 a.m.or delayed one(1)hour to 9:00 n.ni. All work performed in excess of the regular work day and on Saturday shall be compensated at one and one-half(I%2)times the regular pay. i In the event time is lost during the work week due to weather conditions,the Employer only schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated rat double the regular rate of wages, 1' NO, 101: Means that except as provided below,eight(8)hours a day shall constitute a standard work day,and forty(40)hours per week shall constitute a week's work,which shall begin on Monday and end an Friday. All time worked outside of the suutdard work day and on Saturday shall be classified as overtime and paid the rate of time nod one.half p%2)(except as herein provided). All time worked on Sunday and recognized holidays shall be classified as overtime and paid at the rate of double(2)time. The regular starting time of 8:00 a.m.(told o� 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. 'rite 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 workweek. When a four(4)teat 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 rctuon beyond the Employer's control, then Friday amdlor Saturday may, tat 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. Starting time will be designated by the employer. When the 116 five (5) day eight(8) hour work week is in effect, forty (40) hours per week shall constitute a week's work, Monday through Friday, 3 inclusive. In the event tic job is down for any reason beyond the Employer's control,then Saturday Wray,at file option of the Employer,be worked as a make-up day; straight time not to exceed eight(8)hours per day or forty (40)hours per week, Makeup days shall not be t, utilized for Jays lost due to holidays. i ANNUAL WAGE ORDER NO. 12 AW 12 026 01'doc ('age 3 of 4 Page , it COLE COUNTY OVERTIME SCHEDULE BUILDING CONSTRUCTION NO. 110: Means eight(8)hours between the hours or 8:00 a.m.and 4:30 p.m.shall constitute a work day. The starting time may be advanced one(I)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 end at 5:00 p.m. The workweek shn11 commence at 8:00 a.m.on Monday 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(I%a)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 pan thereof cony be worked as a make-up day at the straight time rate. The Employer shall have the option of working rive eight (8) hour days or four ten (10) hour days Monday through Friday. If an Employer elects to work rive(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 lime and one-half(1'/a)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 (10) hours per day or forty(40)hours per week shall be paid at time and one-half(1%a) the hourly rate Monday through Friday. If an Employer Is working ten (10) hour days and loses n day due to inclement weather,they may work ten(10)hours Friday at straight lime. Friday must be scheduled for at least eight(8)(tours 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 be paid at time and one-half(I VI)overtime rate. t 1. �I r 1. ANNUAL WAGE,ORDER NO. 12 Aw 12 026 OT.doc Page 4 of 4 Pago COLE COUNTY HOLIDAY SCHEDULE— BUILDING CONSTRUCTION NO.3: All work done on New Year's Day, Decoration Day.July 4th, Labor Day, Veteran's Day, ' Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. Whenever any such holidays fall on a Sunday, the following Monday shall be observed as a holiday. ' NO.4: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, 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 holiday. If any of the above I' holidays fall on Saturday, Friday will be observed as the recognized holiday. NO. 5: All work that shall be done on New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day shall be paid at the double (2) time rate of pity. NO. 7: All work done on New Year's Day, Memorial 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 following. If a holiday falls on a Saturday, it shall be observed on the preceding Friday. r NO. 8: All work perl'omted on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day,Thanksgiving Day,and Christmas Day,or the days observed in lieu of these holidays,shall be paid at the double time rate of pay. 1P NO. 15: All work accomplished on the recognized holidays of New Year's Day, Decoration Day (Memorial Day), Independence Day (Fourth of July), Labor Day, Veteran's Day,Thanksgiving Day and Christmas Day,or days observed as these named holidays, shall be compensated for at double(2) the regular hourly rate of wages plus fringe benefits. If a holiday rills on Saturday, it l� shall be observed on the preceding Friday. If holiday Bulls on a Sunday, it shall be observed on l the following Monday. No work shall be performed on Labor Day, Christmas Day, Decoration IDay 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 l ' Friday following Thanksgiving Day. However, the employee shall notify his or her Foreman, l General Foreman or Superintendent on the Wednesday preceding Thanksgiving Day. When one of the above holidays falls on Sunday,the following Monday shall be considered the holiday and I ' 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 performed on said day shall be at the double (2)time rate. rNO.23: All work done on New Year's Day, Memorial Day, Independence Day, 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 holiday fills on Sunday, the following Monday shall be considered a holiday. NO.54: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's 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. ANNUAL WAGE ORDER NO. 12 A�/0�2 alb Ill IPA hPsC I of 2 PPI(l'S COLE COUNTY OVERTIME SCHEDULE— IIF,AVY CONS'fItUCTION NO' 2: Means a regular workweek shall be forty (40) hours and will start on iklonday and end Oil 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. Employees who are part of-a regular crew on it make-up day, notwithstanding , the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. A workday shift is to begin at the option of the Employer, between 6:00 a.m. and not later than 9:00 a.m. However, the project starting time may be advanced or delayed if , required. If workmen are required to work the enumerated holidays or days observed as such or Sundays, they shall receive double (2) the regular rate of pay f'or such work. 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. Ali work over ten (10) hours in a day or forty(40) hours in a week shall beat the overtime rate ol'one and one-half , (1%2) times the regular hourly rate. The regular work day shall be either eight (8) or ten (10) hours. If ajob 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 day at straight time(if working 4-10's). Saturday may be 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 n make-up day, time on Saturday shall be worked at one and one-half(11/2) 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 ofpay. NO. 21: Means the regular workday for which employees shall be compensated at straight time hourly rate of pay shall, unless otherwise provided f'or, 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. If an Employer is prohibited from working on a holiday, that employer may work the following Saturday at the straight time rate. However, 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 tiny one day to be paid at the applicable overtime rate. If the 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 file straight time rate of pay to complete his forty (40) hours. If an Employer is prohibited from working on u holiday, that Employer may work the following Friday or Saturday at the straight time rate. Overtime will be at one and one-half(I%2) times the regular rate, if workmen are required to work the enumerated holidays or days observed as such, or Sundays, they shall receive double (2) the regular rate of pay for such work. NO. 22: 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. Ifa 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. Employees who are part 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. For all time worked on recognized holidays, or days observed as such, double (2) time shall be paid. ANNUAL WAGE ORDER NO. 12 , AW012026110T Page I of Mips 1 COLT.COUNTY HOLIDAY SCHEDULE—IWAVY 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, shill be paid at the double time rate of pay. When a holiday falls on a Sunday, Monday shall be observed. NO. S: 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 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 r be performed on Labor Day except in case ofjeopardy 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 I O'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 ofjeopardy to work under construction. This rule is applied to Ir 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 pay for such work. 1P NO. 19: The following days are recognized as holidays:New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. 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 the workmen unless worked. If workmen are required to work the above enumerated holidays, or days observed as such, they shall receive double (2) (lie regular rate of pay for such work. �rl I� Tr 1 t 1 AW0121111a1 ANNUAL WAGE ORDER NO. 12 Page I of I Page$ . r REPLACEMENT PAGE OUTSIDE ELECTRICIAN These rates are to be used for the rollowing counties: Adnir,Audmin,Bootie,Callaway,Cnmden,Caner,Chariton,Clark,Cole,Cooper,Crawford,Dent,Franklin, Gasconnde,I loward,Howell,Iron,Jefferson,Knox,Lewis,Lincoln,Linn,Mncon,Mnrics,Marion,Miller,Monitenu, Monroe,Montgomery,Morgan,Oregon,Osage,Petry,Phelps,Pike,Pulaski,Fulmar,Ralls,Randolph,Reynolds, Ripley,St.Chnrlcs,St.Francois,St.Louis City,St.Louis County,Ste.Genevieve,Schuyler,Scotlmtd,Shannon,Shelby, Sullivntn,Texas,Warren,and Washington CONINIERCIAL WORK Occupational Title Basic Total Hourly Fringe , Rate Batefts *Joume tnnnLinetnan $30.30 $450+41.3% ' *LinemanOperator $27.04 $4.50+41.3% *Groundman $21.22 $4.50+41.3% OVERTIME RATE:Eight(8)hours shall constitute a work day between the(tours of 7:00 n.m,and 4:30 p.m.Forty (40)hours within rive(5)days,Monday through Friday inclusive,shall constitute the work week.Work perronncd in the 91h and loth hour,Monday through Friday,shall be paid at time and one-half(I%)the regular straight time rate of pay. Contractor has the option to pay two(2)hours per day at the time and one-half(I%,)the regular straight time rate of pay between the hours of 6:00 a.m.and 5:30 p,tu„Monday through Friday.Work perforated outside the regularly scheduled working hours and on Saturdays,Sundays and recognized legal holidays,or days celebrated as such,shall be paid for at the rate of double(2)time. HOLIDAY RA'Z'E:All work performed on New Year's Day,Manorial Day,Fourth of July,Lnbor Day,Veteran's Day, Tlmnksgiving Day,Christmas Day,or days celebrated as such,shall be paid at the double time rite of pay. When one of the foregoing holidays falls on Sunday,it shall be celebrated on the following Monday. UTILITY WORK Occupational Title Basic Total Hourly Fringe Rate Benefits *Joume inanLineman $30.30 $4.50+37.3% *LinemanOperator $26.16 $4.50+37.3% *Groundman $20.23 $4.50+37.3% OVERTIME RATE:Eight(8)hours shall constitute a work day between the hours of 7:00 a.m.and 4:30 p.m.Forty (40)hours within five(5)duys,Monday through Friday Inclusive,shall constitute the work week.Work performed in the 9th and 10th hour,Monday through Friday,shall be paid at time mud one-half(I%,)the regular straight time rate of pay. Contractor has the option to pay two(2)hours per day at due time and one-half((%,)the regular straight tittle rate of pay between the hours of 6:00 a.m.and 5:30 pat.,Monday through Friday. Worked performed in the first eight(8)hours on , Saturday shall be paid at the rate of one and eight tenths(1.8)the regular straight time rate, Work performed outside these hours and on Sundays and recognized legnl holidays,or days celebrated as such,shall be paid for al the rate of double(2)time. HOLIDAY RATE:All work performed on New Year's Day,Memorial Day,Fourth of July,Labor Day,Veteran's Day, Thanksgiving Day,Christmas Day,or days celebrated the such,shall be paid at ilia double time rate of pay. When one of the foregoing holidays falls on Sunday,it shall be celebrated on the following Monday. *Annual Incremental Increase ANNUAL WAGE- ORDER NO. 12 was 11%.&x"Wa ITnavd,V..w.OVr STLAW l2W dx ' iGREEN MEADOW PUMP S'T'ATION CITY OF JEFFERSON, MISSOURI ' INDEX FOR CONSTRUCTION FORMS Section 00840 r� rForm Description 1910-22 Notice of Award 1910-23 Notice to Proceed 1910-8-E Application for Payment 1910-8-B Change Order 1910-8-D Certificate of Substantial Completion . 1910-8-F Work Change Directive •r PEC-8/94 Missouri Project Exemption Certificate Exhibit G General Contractor's Affidavit of Waiver of Liens II Contractor's Affidavit of Compliance with the Prevailing Wage Law Contractor's Warranty Shop Drawing Submittal It �i C5X61900 00840 INDEX FOR RO—8/29/05 CONSTRUCTION FORMS • r NOTICE OF AWARD r,._. .l Dated TO: (BIDDER) ADDRESS: 1 .. Contract: ' (Insert name orcorttruct os itnppears in the Bidding Documents) Project: OWNER's Contract No. You are notified that your Bid dated for the above Contract has been considered. You,are the apparent Successful Bidder and have been awarded n'Contract for_ rl (Indicate total Work,altenmics or sections or Work awarded) ' The Contract Price of your Contract is Dollars($ t. t [Insert appropriate data tf Unit Prices are used. Change language for Cost-Plus contracts] _copies of each of the proposed Contract Documents(except Drawings)accompany this Notice of Award. _sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen days of the date of this Notice of Award,that Is by 1. Deliver to the OWNER_fully executed counterparts of the Contract Documents. .[Each of the Contract Documents must bear your signature on( N. 2, Deliver with the executed Contract Documents the Contract security(Bonds)as specified in the Instructions to Bidders(Article 20),[and]General Conditions(paragraph 5,01) [and Supplementary Conditions(paragraph SC-5.01).] UCDC No.1910.22 (1996 Edltion) Prepared by the Engineers Joint Contract Documents Committee aid endorsed by The Associated General Contractors of America and the } Construction specifications institute. 1 r I ' z a � rt, oW � 0 � f`7 Mj vi %6 lh oO Q� 6 -"i N .rj+ 4-. w;- dt,: o6 2;6 4 ifV NN � NNNtQn z CHANGE ORDER No, ' DATE OPISSUANCE EFFFCTIVFDATE OWNER ' CONTRACTOR Contract, Project: OWNEWs Contract No. ENGINEFR's Contract No. ENGINEER You are directed to make the following changes in the Contract Documents: Description: Reason for Change Order: Attachments:(List documents supporting change) „ CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price Original Contract Times: Substantial Completion: f i S Ready for final payment: days or date Net Increase(Decrease)from previous Change Orders Net change from previous Change Orders No._to No. to No, Substantial Completion: S Ready for final payment: (days) (� Contract Price prior to this Change Order: Contract Times prior to this Change Order: Subslantial Completion: S Ready for final payment: t do sordates Net Increase(decrease)of this Change Order: Net Increase(decrease)ihls Change Otder. Substantial Completion: I' $ Ready for final payment: t (days) Contract Price with all approved Change Orders: ConlmctTimes with all approved Change Orders: r Substantial Completion: 1 S Ready for final payment: i (days ordates RECOMMENDED: APPROVED; ACCEPTED: By By $y ENGINEER(Authorized Signature) OWNER(Authorized Signature) CONTRACTOR(Authorized Signature) t Date: Date: Date: 1 t ) EJCDC 1910.8-B(1996 Edition) t Prepuedby the En6lncen Joint Contnn Documents Committee uwleodancd by The Asmcisted Genud ConaMonorAmeticn mdthe Comtmdon Specificedone Wilma. i t CHANGE ORDER INSTRUCTIONS 1 A. GENERAL INFORMATION r This document was developed to provide a uniform format for handling contract changes that affect Contact Price or Contract Times. Changes that have been initiated by a Work Change Directive must be incorporated into a subsequent Change Order if they affect Price or Times. , Changes that affect Contact Price or Contract Times should be promptly covered by a Change Order. The practice of accumulating Change Orders to reduce the administrative burden may lead to unnecessary disputes. If Milestones have been listed in the Agreement,any effect of a Change Order thereon should be addressed. For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times,a Field Order should be used, D. COMPLETING THE CHANGE ORDER FORM i i Engineer normally Initiates the form,including a description of the changes involved and attachments based upon documents and proposals submitted by Contractor,or requests from Owner,or both. Once Engineer has completed and signed the form,all copies should be sent to Owner or Contractor for approval,depending on whether the Change Order is a tae order to the Contractor or the formalization of negotiated agreement for a previously perfoareil change. After approval by one contracting party,all copies should be sent to the other party for approval. Engineer should make distribution of executed copies after approval by both parties, If a change only applies to price or to times,cross out the part of the tabulation that does not apply. r r ' CERTIFICATE OF SUBSTANTIAL COMPLETION r i DATE OF ISSUANCE ' OWNER CONTRACTOR Contract: Project: OWNEWs Contract No. ' ENGINEER'S Project No. I, This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following ' ffspecified parts thereof: To OWNER �..._� And To CONTRACTOR .� The Work to which this Certificate applies has been Inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER,and that Work is hereby declared to be substantially complete in accordance with the Contract Documents an r DATE OF SUBSTANTIAL COMPLETION A tentative list of Items to be completed or corrected is attached hereto. This list may not be all-Inclusive,and the t failure to Include an Item Irk it does not alter the responsibility of CONTRACTOR to complete all the Work In accordance with the Contract Documents, The Items In the tentative list shall be completed or corrected by t CONTRACTOR within days of the above date of Substantial Completion. EJCDCNo.1910-8-D (1996 Edition) Ertyrrd by We EnyiNoW$0114 Coefncl DmMme Co ndtlee eed adored by The Mwdated 0enuel Comnmon orMaeda cod the Canarocdon Spalacadae } ' Iwtaate. I J ft, The responsibilities between OWNER and CONTRACTOR for security,operation,safety,maintenance, heat,utilities,insurance and warranties and guarantees shall be as,follows: OWNER: CONTRACTOR: The following documents are attached to and made a part of this Certificate: [For items to be attached see definition oJSubstanNal Completion as supplemented and other specifJcally noted conditions precedent to achieving Substantial Completion as required by Contract Documents.] c This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR's obligation to complete the Work in accordance with the Contract Documents. Executed by ENGINEER on Date ENGINEER ay: (Authorized Signature) •• CONTRACTOR accepts this Certificate of Substantial Completion on Date CONni.ACIOR Hy: t� (Authorized Signature) I OWNER accepts this Certificate of Substantial Completion on ' Data OWNER By: (AuUioriud Slgnaturo), 1 1. WORK CHANGE DIRECTIVE No. ' DATE OF ISSUANCE EFFECTIVE DATE OWNER CONTRACTOR Contract: Project: OWNER's Contract No. ENOINEER's Project No. You are directed to proceed promptly with the following change(s): Description: Purpose of Work Change Directive: Attachments:(List documents supporting change) If OWNER or CONTRACTOR believe that the above change has affected Contract Price any Claim for a Change Order based thereon will involve one or more of the following methods as defined in the Contract Documents. Method of determining change in ' ` Contract Pricci Unit Prices ' Lump Sum El Cost of tho' Work Estimated increase(decrease)in Contract Price: Estimated increase(decrease)in Contract, $ Times: If the change involves an increase,the estimated Substantial Completion: days; amount is'not to be exceeded without further Ready for final payment: days. authorization. RECOMMENDED: AUTHORIZED: ENOINEER OWNER By: Ay: EJCDC No. 1910.8•F (1996 Edition) ' t Prepared by the Donem Joint corm of nueamenta Committee uA eadmed by The Aueciued Mattel Conn erAmaim and the ConauWun Spedaudoae medal.. S I 1 ' r' WORK CHANGE DIRECTIVE INSTRUCTIONS A. GENERAL INFORMATION , This document was developed for use in situations involving changes in the Work which, if not processed expeditiously,might delay the Project. These changes are often initiated in the field and may affect the ' Contract Price or the Contract Times. This is not a Change Order,but only a directive to proceed with Work flint rnny be included in a subsequent Change Order. For supplemental instructions and minor changes not involving a change in the Contract Price or the Contract ,I Times a Field Order should be used. B. COMPLETING THE WORK CHANGE DIRECTIVE FORM Engineer initiates the form, including a description of the items involved and attachments. t Based on conversations between Engineer and Contractor,Engineer completes the following: , METHOD OF DETERMINING CHANGE,IF ANY,IN CONTRACT PRICE:Mark the method to be used in determining the final cost of Work involved and the estimated net effect on the Contract Price. If the change involves an increase in the Contract Price and the estimated amount is approached before the additional or changed Work is completed,another Work Change Directive must be issued to change the estimated price or Contractor may stop the changed Work when the , J i estimated time is reached. If the Work Change Directive is not likely to change the Contract Price, i the space for estimated increase(decrease)should be marked"Not Applicable". Once Engineer has completed and signed the form,all copies should be sent to Owner for authorization because Enginccr alone does not have authority to authorize changes in Price or Times. Once authorized by Owner, a copy should be sent by Engineer to Contractor. Price and Times may only be changed by. Change Order signed by Owner and Contractor with Engineer's recommendation. Paragraph 10.03.A.2 of the General Conditions requires that a Change Order be initiated and processed to cover any undisputed sum or amount of lime for Work actually performed pursuant to this Work Change Directive. Once the Work covered by this directive is completed or final cost and times are determined,Contractor , should submit documentation for inclusion in a Change Order. THIS IS A DIRECTIVE TO PROCEED WITH A CHANGE THAT MAY AFFECT THE CONTRACT , PRICE OR CONTRACT TIMES. A CHANGE ORDER, IF ANY, SHOULD BE CONSIDERED PROMPTLY. 1 1 MISSOURI PROJECT EXEMPTION CERTIFICATE FORM 5060 Authorization For Purchasing Construction Materials for Tax Exempt Project ' (The Form and Content of this Exemption Certificate have been approved by the Missouri Department of Revenue) EXEMPT ENTITY ISSUING CERTIFICA'T'E Name: Address: City/Slate/Zip Code: MO Tax Exempt I.D.# Letter Expiration Date: f' Contract Date: Certificate Expiration Date: ft Project # Assigned: Revised Expiration Date: Project Description: (� Project Location: Estimated Project Completion Date: Authorized signature: Date: The Missouri exempt entity named above authorizes the purchase,without sales tax,of tangible personal property to be incorporated or consumed in the construction of the project identified herein and no other,pursuant to Section 144.062 RSMo. PURCHASING CONTRACTOR OR SUBCONTRACTOR Name: 1't Address: City/State/Zip Code: INSTRUCTIONS I EXEMPT ENTITY—A signed copy of this cerlificatc,along with your MO'rax Exemption Letter,must be furnished to cuch contractor and/or i ' subcontractor who will be purchasing tangible personal property for use In live project.It is the exempt entity's responsibility to ensure the validity of the certificate.You must Issue a certifhento with a Itevised Expinalon Date If purchases will be required to complete the project beyond the original r Project Exemption Certificate Expiration Date. { ' CONTRACTOR OR SUBCONTRACTOR—'file contractor shall furnish a completed copy of this exemption certificate,along with a copy of the exempt entity s MO Tax Exemption Letter,to till subcontractors,land any contractor or subcontractor purchasing materials shall present topics of l such documents to all material suppliers as authorization to purchase,on behalf of the exempt entity,all tangible personal property and materials to be incorporated or consumed in the construction of that project and no other on a tax-exempt basis.A copy of each certificate must be retained by tine I purchaser for a period of five years. MATERIAL SUPPLIER—A completed copy of this exemption ccrdfiaue,along with the MOTax Exemption Lcner of the exempt entity conlmcting for the project,must be obtained from the contractor or subcontractor staking purchnses of tangible personal property for use In the project,and retained for audit purposes. Invoices Issued for such purchases must reflect the name of file exempt entity and the project number covered by the exetnpl entity shown above. ' Ma 660.70,12(11.20061) " AFFIDAVIT STATE OF MISSOURI ) " ) ss. COUNTY OF ) ' 1, having first been duly sworn, do now ' depose and say: That I am the General Contractor in the construction or repair of improvements upon real estate owned by and described as tk follows: That the persons, firms, and corporations who have executed the attached Waiver of Liens arc all of the persons, firms, and corporations who have furnished services, labor, 1Mor materials in the construction or repair of improvements on the real estate described above, and that as of the date of the Affidavit such work has been filly completed and taccepted by the Owner of said real estate. (SEAL) i I1 General Contractor { ' Signature Subscribed and sworn to me this day of , 20— . t' My commission expires 20_. ' .. Notary Public i i:.•. MISSOURI DEPARTMENT OF LABOR AND INDUSTRIAL RELATIONS DIVISION OF LABOR STANDARDS M AFFIDAVIT � v COMPLIANCE WITH THE PREVAILING WAGE LAW 1 Before me, the undersigned Notary Public, in and for the County of State of personally came and appeared (name and title) ' of the (name of company) (a corporation) (a partnership) (a proprietorship) and after being duly sworn did depose and say that all provisions and requirements set out in Chapter 290, Sections 290.210 through and Including 290.340, Revised Statutes of Missouri, pertaining to the payment of wages to workers employed on public works ' projects have been fully satisfied. There has been no exception to the full and complete compliance with said provisions and requirements with Annual Wage Order No. Section Issued by the Division of Labor Standards (name of project) located at (name of Institution) In County, Missouri, and completed on the ' day of ' Signature ' Subscribed and sworn to me this day of My commission expires Notary Public PW4(11.88)Al t CONTRACTOR'S WARRANTY ' The contractor signatory below hereby (Contractor) guarantees (Owner) that die construction ' performed on (Project) located at to be Gee from defects in material and workmanship for a period of one year from the date of commencement of use,substantial ' c pledon or date of notice of completion,whichever is the first to occur. This Standard Limited Warranty applies and is limited as follows: 1. To the improvements constructed as show_•on.the contract documents for the above referenced project and subject to Section 01740,"Warranties and Bonds"of the Project Specifications. 2. To the construction work that has not been subject to accident,misuse and abuse. ' 3. To the construction work that has not been modified,allered,defaced and/or had repairs made or attempted by others, 4. That contractor be immediately notified in writing within 10 days of first knowledge of defect by owner or his/her agents. 5. That contractor shall be given fast opportunity to make:my repairs,replacements and/or corrections to the defective construction at no cost to owner within a reasonable period of time. 6. Under no circumstances shall contractor be liable by virtue of this warranty or otherwise for damage to a person or property whatsoever for any special,indirect,secondary or consequential damages of any nature however arising out of the use or inability to use because of die construction defect. ' 7. Excluded from this warranty are materials and workmanship covered by warranties by others. By: (Contractor Name) (Authorized Officer's Signature) ' (Address) (ride) Attest: (Address) (Address) (rule) Dated: (SEAL) SHOP DRAWING SUBN'IITTAL NO. 16 PROJECT TITLE: City of Jefferson, MO Green Meadow Pump Station CONTRACTOR: ' ENGINEER: Jacobs Civil Inc. 501 North Broadway ' St. Louis, MO 63102 SUPPLIER: 1. Number of Copies Sent: 1. Date Submitted: Specification Section(s): Plan Sheet(s): Description: ' Location: Note: Contractor's Approval: ' By.his/her signature below, the Contractor certifies that he/she has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. Contractor Approval by: Date: Engineer's Review: The Engineer will indicate that he/she has reviewed the Shop Drawings by his/her Shop Drawings Review Stamp in red ink above or in an attachment and his/her signature thereon. ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 16 SECTION 01100 -SUMMARY ' PARTI -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 the Agreement, Section 00500. The details of the work are shown on the Drawings and stated in the Specifications. B. The work shall be constructed under a single prime contractor. 1.3 WORK SEQUENCE A. Where the work on this project is in the vicinity of existing Public or Private Sewers, the Contractor shall schedule his operations in such a manner that all existing sewer service may be adequately maintained. Where existing sewers are to be removed from service permanently or temporarily, the ' Contractor shall convey, in a manner acceptable to the Engineer, and without bypassing to the environment, all sewage and drainage which may be received by those sewers until the existing sewers are returned to service or replaced. The Contractor shall not use any existing sanitary sewer to divert of dispose of storm or surface water. After a connection has been made to any existing sanitary sewers, the Contractor shall plug the nearest opening to said connection and make such provisions that are necessary for ' pumping, bypassing and conducting storm or surface water, to insure the above until the acceptance of the project. ' 1.4 USE OF PREMISES A. Observe the following in performing all work, in addition to requirements defined by the General Conditions; I. Limit use of the premises to work within casements and right-of-ways 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 (lie Engineer before performing any work that may damage or interfere with the normal operation of any part of the existing wastewater system,or any part of the new construction that has been completed and turned over to the Owner. C5X61900 01100-1 SUMMARY RU—3/6/06 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 3. Obtain and pay for any additional storage or work areas needed for accomplishing the work under this Contract. , B. Work on State Highway 1. Where work on this project encroaches upon the right-of-way of any State or Interstate Highway right-of-way, the owner will execute a contract with proper authorities for the installation of the proposed sewers. ' 2. The Contractor shall notify the proper authorities prior to entering upon such right-of- way and shall be responsible for all damage for and satisfying the requirements of these authorities. C. Work on Private Property 1. Where the work on this property encroaches upon private property, the Owner shall provide casements and/or right-of-entry in or beneath which pipes and structures will be constructed by the Contractor under this contract. ' 2. The contractor shall be responsible for obtaining any additional area which he may deem necessary for the construction of this project. The Contractor shall obtain a written agreement between the Contractor and Land Owner and forward it to the Engineer prior to use of said property. 3. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to all trees, shrubbery, fences, culverts, bridges, pavements, driveways, sidewalks, houses or buildings and all water, sewer, gas, telephone and electric lines there to and all other private and public property along or adjacent to the work. ' 4. Any damage that occurs will be restored to a like condition as existed prior to construction,in the Contract Documents,unless otherwise indicated or specified. 5. Forty-tight (48) hours prior to construction on any casement or streets the Contractor shall notify in writing the affected property owners in the area. This notification shall , include the Contractor's name and phone number of the contact person. 6. The Contractor shall obtain approval from property owners before trees in the temporary easement arcs. ' D. Work in Streets and Alleys 1. The Contractor shall secure the approval and obtain operation procedures from tine Owner before closing or starting construction within the right-of-way of any street or alley. 2. Throughout the performance of the work or in connection with this Contract, the , Contractor shall construct and adequately maintain suitable and safe crossing over tine trenches and such detours as are necessary to care for public and private traffic. The material excavated from trenches shall be compactly deposited along the sides of the ' trench or elsewhere in such a manner as shall give as little inconvenience as possible to the traveling public,to adjoining property owners, to other contractors or to the Owner, C5X61900 . 01100-2 SUMMARY RO—3/6/06 GREEN MEADOW PUMP S'T'ATION CITY OP JEFFERSON, MISSOURI 1.5 WORK UNDER OTHER CONTRACTS A. Separate Contract: Owner may self perform or award separate contracts for performance of certain construction operations. Those operations will be conducted simultaneously with work under this Contract. B. Cooperate fully with Owner and separate contractors so that work on these contracts may be . carried out smoothly,without interfering with or delaying work under this Contract. PART 2 -PRODUCTS (Not Used) PART 3 -EXECUTION(Not Used) END OF SECTION 01100 C5X61900 01100-3 SUMMARY RO—3/6/06 1 tGREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 01310- PROJECT MANAGEMENT AND COORDINATION PARTI -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: 1. 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. ' D. If necessary, prepare memoranda for distribution to cacti party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. I. 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 a location designated by the Owner, unless otherwise indicated. 1. Attendees: Inform participants and others involved, and individuals whose presence is required, of dute 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. 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. C5X61900 01310-1 PROJECT MANAGEMENT RO—8/29/05 AND COORDINATION GREEN MEADOW PUMP STATION , CITY OF JEFFERSON,MISSOURI B. Preconstruction Conference: Schedule it preconsintction 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 it location designated by Owner or another convenient location. Conduct the meeting to review responsibilities and personnel assignments. Missouri Department of Natural Resources personnel from the appropriate regional office must be notified in writing about the time and location of the conference. 1. Agenda: Discuss items of significance that could affect progress, including the following: t a. Preliminary progress schedule, preliminary Schedule of Values, preliminary Schedule of Submittals. b. Phasing. C. Critical work sequencing. d. Designation of responsible personnel. C. Procedures for processing field decisions and Change Orders. ' f. Procedures for processing Applications for Payment. g. Distribution of the Contract Documents. It. Submittal procedures, ' L Preparation of Record Documents. j. Use of the premises. k. Responsibility for temporary facilities and controls. ' I. Parking availability. Ill. Office, work,and storage areas. n. Equipment deliveries and priorities. o. First aid. p. Security. q. Progress cleaning. r. Working hours. ' C. Progress Meetings: Conduct progress meetings once every two weeks, on a date mutually agreed upon by the Contractor and the Engineer. Coordinate dales of meetings with preparation of monthly 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 corrector 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. 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 arc required to ensure that current and subsequent activities will be completed within the Contract Timc. CSXG1900 01310-2 PROJECT MANAGEMENT RO-8/29/05 AND COORDINATION ' GREEN MEADOW PUMP STATION CITY Of JEFFERSON, MISSOURI b. Review present and future needs of each entity present, including the following: ' I) 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. 11) Progress cleaning. 12) Quality and work standards. 13) Change Orders, ' . 14) Documentation of information for monthly payment requests. 15) Traffic control. 3, Reporting: Distribute minutes of the meeting to each party present and to parties who should have been present. Include u 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 01310 1 1 C5X61900 01310-3 PROJECT MANAGEMENT ' RO-8/29/05 AND COORDINATION GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 01320-CONSTRUCTION PROGRESS DOCUMENTATION ' PARTI -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 administrative and procedural requirements for documenting the progress of construction during performance ofthe Work, including the following: ' . I. Submittals Schedule. 2. Schedule of Values. 3. Contractor's Construction Schedule. 4, Daily construction reports. ' S. Material location reports. 6. Field condition reports. 1.3 SUBMITTALS A, Submittals Schedule: Submit three copies of schedule, Arrange the following information in a tubular format: ' 1, 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. C. 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. 13, Material Location Reports: Submit two copies at weekly intervals, F. Field Condition Reports: Submit two copies at time of discovery of differing conditions. CSX61900 01320-1 CONSTRUCTION PROGRESS RO-8/29/05 DOCUMENTATION GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 1.4 COORDINATION A. Coordinate Contractor's Construction Schedule with the Schedule of Values, list of ' subcontracts, Submittals Schedule, progress reports, payment requests, and other required schedules and reports. ' I. 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 i'or 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 Condi- tions. B. Format and Content I. Include the following Project identification on the Schedule of Values: ' a. Project name and location. b. Name of the Owner. ' 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 indicate the following for each item listed: a. Generic name. C5X61900 01320-2 CONSTRUCTION PROGRESS RO-8/29/05 DOCUMENTA'T'ION ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI b. Related Specification Section. c. Name of subcontractor. d. Name of manufacturer or fabricator, c. Nameofsupplicr. f. Change Orders (numbers)that have affected value. g. Dollar value. It. 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 continued 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 materials 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: Shots 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, including mobilization that arc not direct cost of actual work-in-place may be shown as separate line items in the Schedule of Values or distributed its general overhead expense. 7. Schedule Updating: Date and resubmit the Schedule of Values when Change Orders or Construction Change Directives result in a change in the Contract Price. 2.3 CON'TRACTOR'S CONSTRUCTION SCHEDULE (PROGRESS SCHEDULE) ' A. Bar-Chart Schedule: Submit preliminary horizontal bur-chart-type construction schedule within ten days attar the Effective Date or the Agreement. Submit fully-developed schedule within 30 ' days after the Effective Date of the Agreement. D. Preparation: Indicate each significant construction activity separately. Identify first workday of ' each week with u continuous vertical line. Use the same breakdown of units of the Work as indicated in the Schedule of Values. ' I. 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 u 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 die updated schedule concurrently with report ol'cach meeting. I. Revise the schedule when, in the opinion of the Engineer, the schedule does not represent actual prosecution and progress of the work. CSX61900 01320.3 CONSTRUCTION PROGRESS ' RO-8/29/05 DOCUMENTATION GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI 2.4 REPORTS A. Daily Construction Reports: Prepare a daily construction report recording the following ' information concerning events: 1. List of subcontractors. ' 2. Approximate count of personnel 3. High and low temperatures and general weather conditions. ' 4. Accidents, 5. Meetings and significant decisions. 6. Unusual events. t 7. Stoppages,delays,shortages,and losses. 8. Emergency procedures. 9. Orders and requests of authorities hnvingjurisdiction. ' 10. Change Orders received and implemented. 11. Work Change Directives received. 12. Partial Completions. 13. Substantial Completions authorized. ' D. Material Location Reports: At weekly intervals, prepare a comprehensive list of materials delivered and stored. List shall be cumulative, showing materials previously reported plus ' items recently delivered. Include with list a statement of progress on and delivery dates for fabricated materials or items. 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 information. Include a detailed description of the differing conditions, together with recommendations for ' changing the Contract Documents. PART 3 - EXECUTION (Not Used) , END OF SECTION 01320 ' 1 C5X61900 01320-4 CONSTRUCTION PROGRESS RO—8/29/05 DOCUMENTATION , GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 01322 -PHOTOGRAPHIC DOCUMENTATION ' PART1 -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 administrative and procedural requirements for the following: 1. Preconstruction photographs. 2. Periodic construction photographs. 3. Final Completion construction photographs. 0 COST OF PHOTOGRAPHY A. The Contractor shall pay for specified photography and prints. Parties requiring additional photography or prints will pay photographer directly. 1.4 SUBMITTALS A. Construction Photographs: Submit three prints of each photographic view within seven days of taking photographs. I. Format: 5-by-7-inch smooth-surface matte prints on single-weight commercial-grade stock. ' 2. Identification: On back of each print provide an applied Inbel or rubber-sinmped impression with the following information: a. Name of Project. b. Name and address of photographer. C. Name of Engineer d. Name of Contractor. C. Date photograph was taken. f. Description of vantage point, indicating location, and direction(by compass point). 1.5 QUALITY ASSURANCE A. Photographer Qualifications: An individual of established reputation who has been regularly engaged as a professional photographer for not less than three years. C5X61900 01322-1 PHOTOGRAPHIC ' RO-8/29(2005 DOCUMENTATION GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI 1.6 COORDINATION A. Auxiliary Services: Cooperate with photographer and provide auxiliary services requested, ' including access to Project site and use of temporary facilities including temporary lighting. 1.7 EXTRA PRINTS A. Negatives: Photographer shall retain photographic negatives for three years after date of ' Substantial Completion. During this period, photographer shall fill orders by Engineer or Owner for extra prints. Photographer shall price extra prints at prevailing local commercial prices. ' PART 2 -PRODUCTS ' 2.1 PHOTOGRAPHIC MEDIA ' A. Photographic Film: Medium-format,2-1/4 by 2-3/4 inches(60 x 70 mm) PART 3 -EXECUTION , 3.1 PHOTOGRAPHS,GENERAL A. Photographer: Engage a qualified commercial photographer to take construction photographs. ' B. Date Stamp: Unless otherwise indicated, date and time stamp each photograph as it is being taken so stamp is integral to photograph. C. Field Office Prints: Retain one set of prints of progress photographs at a location designated by the Owner, available at all times for reference. Identity photographs the same as for those submitted to Engineer. ' 3.2 CONSTRUCTION PHOTOGRAPHS ' A. Preconstruction Photographs: Before starting construction, take color photographs of Project site and surrounding properties from different vantage points,as directed by Engineer. ' B. Periodic Construction Photographs: Take photographs monthly,coinciding with the cutoff dale associated with each Application for Payment. Photographer shall select vantage points to best ' show status of construction and progress since the last photographs were taken. C. final Completion Construction Photographs: Take color photographs after date of Substantial Completion for submission as Project Record Documents. Engineer will direct photographer for desired vantage points. END OF SECTION 01322 C5X61900 01322-2 PHOTOGRAPHIC RO—8/29/2005 DOCUMENTATION ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI ` SECTION 01330-SUBMITTAL PROCEDURES PARTI -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 administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other iniscellaneous submittals. B. Related Sections include the following: ' I. Division I Section "Construction Progress Documentation" for submitting schedules and reports, including Contractor's Construction Schedule, Schedule of Values, and the ' Submittals Schedule. 2. Division I Section "Quality Requirements" for submitting test and inspection reports. 3. Division I Section "Closeout Procedures" for submitting warranties and Project Record Documents. 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. ' I. 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. a. Engineer reserves the right to withhold action on u submittal requiring coordination with other submittals until related submittals are received. C5X61900 01330-1 SUBMITTAL PROCEDURES RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI Q. Submittals Schedule: Comply with requirements in Division 1 Section "Constriction 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 resubmituris, 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. ]f intermediate submittal is necessary, process it in same manner 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. b. Date. C. Name and address of Engineer. d. Name and address of Contractor. , c. Name and address of subcontractor. f. Name and address of supplier. g. Name of manufacturer. h. Number and title of appropriate Specification Section. ' 1. 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. 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 staling that infomurtion submitted complies with requirements ol'the Contract Documents. CSX61900 01330-2 SU13MI'1'I'AL PROCEDURES RO—8/29/05 ' GREEN MEADOW PUMP STATION CITY OP JEFFERSON, MISSOURI ` 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. ' 1-1, Use for Construction: Use only final submittals with mark indicating action taken by Engineer in connection with construction. ' PART 2- PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections, 1. Number of Copies: Submit seven (7) copies of each submittal, unless otherwise indicated. Engineer will return four copies. Mark up and retain one returned copy as a ' Project Record Document. a. Submit two copies of each submittal where selection of options, color, pattern, texture, or similar characteristics is required. Engineer will return submittal one ' copy with options selected. B. Product Data: Collect informntion 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. c. Manufacturer's installation instructions. ' d. Manufacturer's catalog cuts. C. Standard product operating and maintenance manuals, f. Compliance with recognized trade association standards, ' g. Compliance with recognized testing agency standards. In. Application of testing agency labels and seals, i. Notation ofcoordination 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: a. Dimensions. b. Identification of products. C. Fabrication and installation drawings, d, Schedules. ' C5X61900 01330-3 SUBMITTAL PROCEDURES ' RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI C. Design calculations. f. Compliance with specified standards. ' g. Notation of coordination requirements. It. Notation of dimensions established by field measurement. D. Samples: Prepare physical units of materials or products, including the following: ' 1. 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 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. 2. Preparation: Mount, display,or package Samples fn 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. 3. 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, connections, operation, and similar construction characteristics. 4. Disposition: Maintain sets of approved Samples at a location designated by the Owner, ' available for quality-control comparisons throughout the course of construction activity. Sample sets may be used to determine 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 I Section "Construction Progress Documentation." , G. Schedule of values: Comply with requirements in General Conditions and Division 1 Section "Construction Progress Documentation." C5X61900 01330-4 SUBMITTAL 11110CEDURES ' RO—8/29/05 ' GREEN MEADOW PUMP S'T'ATION CITY OF JEFFERSON, MISSOURI ` 2.2 INFORMATIONAL SUEMI'll'ALS A. General: Prepare and submit Informational Submittals required by other Specification Sections. ' I. Number of Copies: Submit three copies of each submittal, unless otherwise indicated. Engineer will not return copies. 2. Certificates and Certifications: Provide it 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 I Section "Quality ' Requirements." B. Qunlifcation 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 orengincers and owners,and other information 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 nnmes of firms and personnel certified. IPE. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that Installer complies with requirements and, where required, is authorized 1'or 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 munufacturcrs letterhead certifying that material complies with requirements, H. Material Test Reports: Prepare reports written by a qualified testing agency,on testing agency's standard form, indicating and interpreting test results of mntcrial for compliance with ' requirements. I. 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 *rest Reports: Prepare reports written by a qualified testing agency, on 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 'rest Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of field tests performed either during C5X61900 01330-5 SUBMITTAL PROCEDURES R0—8/29/05 GREEN MEADOW PUMP STATION ' CITY OP JEFFERSON, MISSOURI installation of product or alter 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 with 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 1 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, it 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. Acquired 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: I. 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 comply with requirements. ' 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken, 5. Results of operational and other tests and a statement of whether observed performance , complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. 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 tiny, and term or the coverage, C5X61900 01330-6 SUBMITTAL PROCEDURES RO—8/29/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI ` PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review cacti submittal and check for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Engineer. B. Approval Stamp: Stamp cach submittal with n uniform approval stamp including a statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. Sign and date. ' I. 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 A. General: Engineer will not review submittals that do not bear Contnwtoes approval stamp and will return them without action. B. Action Submittals: Engineer will review cach submittal, make marks to indicate corrections or modifications required, and return it. Engineer will stamp cach submittal with an action stamp and will murk 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 Noted": 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 purchnsing, 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 May Proceed" when the submittal specifically requests permission to initiate work, such as when 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 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. C5X61900 01330-7 SUBMITTAL PROCEDURES RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON,MISSOURI 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 not 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. Informational 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 ' 1 CSX61900 01330-8 SUBMITTAL PROCEDURES RO—8/29/05 1 . iGREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 01400-QUALITY REQUIREMENTS ' PARTI -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 quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or ' indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. I. Specific quality-control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of stamdnrd products. 2. Specified tests, inspections, and related actions do not limit Contractor's quality-control procedures that facilitate compliance with the Contract Document requirements. 3. Requirements for Contractor to provide quality-control services required by Engineer, Owner, or authorities having jurisdiction are not limited by provisions of this Section. ' C. Related Sections include the following: ' I. Divisions 2 through 16 Sections for specific test and inspection requirements. 1.3 DEFINITIONS A. Quality-Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed ' construction complies with requirements. B. Quality-Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction complies with requirements. Services do not include contract enforcement activities performed by Engineer. C. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency. 1.4 SUBMITTALS A. Qualification Data: For testing agencies specified in "Quality Assurance" Article to demonstrate their capabilities and experience. ' C5X61900 01400-1 QUALITY REQUIREMENTS ' RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI B. Reports: Prepare and submit certified written reports that include the following: I. Date of issue, 2. Project tide. 3. Name, address,and telephone number ortesting agency, ' 4, Dates and locations of samples and tests or inspections. S. Names of individuals making tests and inspections, 6. Description orthe Work and test and inspection method. ' 7. Identification orproduct and Specification Section. 8. Complete test or inspection dnta. 9. Test and inspection results and an interpretation of test results. ' 10. Ambient conditions at time of sample taking and testing and inspecting. 11, Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements. 12. Name and signature or laboratory inspector. 13. Recommendations on retesting and rcinspecting. 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 successful in-service performance, as well as sufficient production capacity to produce required units. B. Factory-Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. , C. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has ' resulted in construction with a record of successful in-service performance. D. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar ' to those indicated for this Project and with a record of successful in-service performance. E. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing ' engineering services of the kind indicated. 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. ' F. 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. 1.6 QUALITY CONTROL A. Contractor Responsibilities: Unless otherwise indicated, provide quality-control services specified and required by authorities hnvingjurisdiction, C5X61900 01400-2 QUALI'T'Y REQUIREMENT'S RO—8/29/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 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. S. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct. ' B. Manufacturer's Field Services: Where indicated, engage a factory-authorized service representative to inspect field-assembled components and equipment installation, including service connections. Report results in writing. C. Retesting/Rcinspecling: 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 perfonn required tests and inspections. 1. Notify Engineer and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. Interpret tests and inspections and suite in each report whether tested and inspected work complies with or deviates from requirements. ' 3. Submit a certified written report, in duplicate, of each test, inspection, and similar quality-control service through Contractor. 4. Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or nccept any portion of the Work. 5. Do not perform any duties of Contractor. ' E. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality-control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: I. Access to the Work. 2. Incidental labor and facilities necessary to fiacilitate 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 a location designated by the Owner. 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. C5X61900 01400-3 QUALITY REQUIREMENTS RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON,MISSOURI 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. R. 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. 1 .. END OF SECTION 01400 1 C5 61900 01400.4 QUALITY REQUIREMENTS RO—8/29/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI ` SECTION 01420- REFERENCE STANDARDS ' PARTI -GENERAL ' 1.1 RELATED DOCUMENTS ' A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division I Specification Sections,apply to this Section. 1.2 DEFINITIONS A. General: Basic Contract definitions are included in the General Conditions of the Contract. B. Indicated: The term "indicated" refers to graphic representations, notes or schedules on the Drawings, or other Paragraphs or Schedules in the Spec itications, and similar requirements in the Contract Documents. Where terms such as "shown," "noted," "scheduled,"and "specified" are used, it is to help the reader locate the reference; no limitation on location is intended. C. Directed: Terms such as "directed," "requested," "authorized," "selected," "approved," "required," and"permitted" mean"directed by the Engineer," "requested by the Engineer," and similar phrases. D. Approve: The tern "approved," where used in conjunction with the Engineer's action on the Contractor's submittals, applications, and requests, is limited to the Engineer's duties and responsibilities as stated in the Conditions of the Contract. E. Regulation: The term "Regulations" includes laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, as well as rules, conventions, and agreements within the construction industry that control performance of the Work. ' F. Furnish: The term "furnish" is used to mean "supply and deliver to a locution designated by the Owner, ready for unloading, unpacking, assembly, installation, and similar operations." ' G. 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." H. Provide: The term "provide" means "to furnish and install, complete and ready f'or the intended use." I. Installer: An "Installer" is the Contractor or an entity engaged by the Contractor, either as an employee, subcontractor, or contractor of lower tier for performance of a particular construction activity, including installation, erection, application, and similar operations. Installers are required to be experienced in the operations they are engaged to perform. 1. The term "experienced," when used with the term "Installer," means having a minimum of rive previous projects similar is size and scope to dais Project, being familiar with the special requirements indicated, and having compiled with requirements of the authority having jurisdiction. C5X61900 01420-1 REFERENCE STANDARDS RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI 2. Trades: Use of titles such as "carpentry" is not intended to imply that certain construction activities must be perlormed by accredited or unionized individuals of a ' corresponding generic name, such as "carpenter." It also does not imply that requirements specified apply exclusively to tradespersons of the corresponding generic name. ' J. Project Site is the space available to the Contractor for performance of construction activities, either exclusively or in conjunction with others performing other work as part of the Project. ' The extent of the Project Site is shown on the Drawings. K. Testing Laboratories: A "testing laboratory" is an independent entity engaged to perform ' specific inspections or tests, either at the Project Site or elsewhere, and to report on and, if required, to interpret results of those inspections or tests. 1.3 SPECIFICATION FORMAT AND CONTENT EXPLANATION ' A. Specification Formal: These Specifications are organized into Divisions and Sections based on the Construction Specifications Institute's 16-Division format and MASTERFORMAT ' numbering system. B. Specification Content: This Specification uses certain conventions in the use of language and , the intended meaning of certain terms, words, and phrases when used in particular situations or circumstances. 'these conventions are explained as follows: I. Abbreviated Language: Language used in Specifications and other Contract Documents is the abbreviated typo. Words and meanings shall be interpreted as appropriate. Words that are implied, but not stated shall be interpolated as the sense required. Singular words will be interpreted as plural and plural words interpreted as ' singular where applicable and the context of the Contract Documents so indicates. 2. Imperative and streamlined language is used generally in the Specifications. Requirements expressed in the imperative mood are to be performed by the Contractor. ' At certain locations in the text, for clarity, subjective language is used to describe responsibilities that must be fulfilled indirectly by the Contractor, or by others when so noted. a. The words "shall be" shall be included by inference wherever a colon (:) is used , within u sentence or phrase. 1.4 INDUSTRY STANDARDS ' A. Applicability of Standards: Except where the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if ' bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B. Publication Dales: Comply with the standard in effect as of the dale of the Contract ' Documents. C. Conflicting Requirements: Where compliance with two or more standards is specified, and the standards may establish different or conflicting requirements for minimum quantities or quality levels. Refer requirements that are different, but apparently equal, and uncertainties to the Engineer fora decision before proceeding, C5X61900 01420-2 REFERENCE STANDARDS RO—8129105 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI I. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified ' shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. In complying with these requirements, indicated numeric values are minimum or maximum, as appropriate for the context of the requirements. Refer uncertainties to the Engineer for a decision before proceeding. D. Copies of Standards: Each entity engaged in construction on the Project is required to be familiar with industry standards applicable to that entity's construction activity. Copies of applicable standards are not bound with the Contract Documents. I. Where copies of standards are needed for performance of a required construction activity,the Contractor shall obtain copies directly from the publication source. E. Abbreviations and Names: Trade nssociation names and titles of general standards arc frequently abbreviated. The following acronyms or abbrcvintions, as referenced in Contract Documents, arc defined to mean the associated names. Names and addresses are subject to change and are believed to be, but are not assured to be, accurate and up to date as of date of Contract Documents, AASI-ITO American Association of State Highway and Transportation Officials 444 North Capitol St., Suite 225 Washington, DC 20001 (202)624-5800 ACI American Concrete Institute P.O. Box 19150 Detroit,M148219 (313) 532-2600 ACPA American Concrete Pipe Assoc. ' 8300 Boone Blvd., Suite 400 Vienna, VA 22180 (703) 821-1990 ' AISC American Institute of Steel Construction One East Wacker Drive, Suite 3100 Chicago, IL 60601-2001 (312)670-2400 ' AISI American Iron and Steel Institute 1133 Fifteenth St.,NW ' Washington, DC 20005 (202)452-7100 ANSI American National Standards Institute 1430 Broadway New York, NY 10018 (212)354-3300 ASCE American Society of Civil Engineers 345 East 47th Street New York, NY 10017 (212) 705-7229 C5X61900 01420-3 REFERENCE STANDARDS RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI ASTM American Society for Testing and Materials 1916 Race St. , Philadelphia, PA 19103 (215)299-5400 AWWA American Water Works Assoc. , 6666 W.Quincy Ave. Denver, CO 80235 (303) 794-7711 MSS Manufacturers Standardization ' Society of the Valve and Fittings Industry 127 Park St., NE , Vienna, VA 22180 (703)281-6613 NRMCA National Ready-Mix Concrete Association 900 Spring St. , Silver Spring, MD 20910 (301)587-1400 NSF National Sanitation Foundation ' 3475 Plymouth Rd. P.O, Box 1468 Ann Arbor, MI 48106 (313) 769-8010 ' PCA Portland Cement Assoc. 5420 Old Orchard Road Skokie, IL 60077 (312)966.6200 UL Underwriters' Laboratories , 333 Pfingstcn Rd. Northbrook, IL 60062 (708)272-8800 F. Federal Government Agencies: Names and titles of federal government standard or ' Specification producing agencies are often abbreviated. The following acronyms or abbreviations referenced in the Contract Documents indicate names of standard or Specification producing agencies of the federal government. Names and addresses are subject , to change but are believed to be, but are not assured to be, accurate and up to date as of the date of the Contract Documents. CE Corps of Engineers ' (U.S. Department of the Army) Chief of Engineers- Referral ' Washington, DC 20314 (202)272-0660 EPA Environmental Protection Agency 401 M St., SW Washington, DC 20460 (202)382-2090 C5X61900 01420.4 REFERENCE STANDARDS RO—8/29/05 ' 1 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 16 FS Federal Specification(from GSA) Specifications Unit(WFSIS) ' 7th and D St., SW Washington, DC 20406 (202)472-2205 or 472-2140 MIL Military Standardization Documents (U.S. Department of Defense) Naval Publications and Forms Center 5801 Tabor Ave. ' Philadelphia, PA 19120 OSHA Occupational Safety and Health Administration (U.S. Department of Labor) Government Printing Office Washington, DC 20402 (202)523-6091 1.5 GOVERNING REGULATIONS/AUTHORITIES A. The Engineer has contacted authorities having jurisdiction where necessary to obtain information necessary for preparation of Contract Documents. Contact authorities having ' jurisdiction directly for information and decisions having a bearing on the Work. 1.6 SUBMITTALS A. Certificates: For the Owner's records, submit copies of certifications, inspection reports, releases,jurisdictional settlements, notices, receipts for fee payments,judgments, and similar documents, correspondence, and records established in conjunction with compliance will] standards and regulations bearing upon performance of the Work. ,1 . ' PART 2 -PRODUCTS Not Applicable, ' PART 3 -EXECUTION ' Not Applicable. END OF SECTION 01420 C5X61900 01420-5 REFERENCE STANDARDS ' RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 01500-TEMPORARY FACILITIES AND CONTROLS ' PARTI -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 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 NFPA 70. D. 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. C5X61900 01500-1 TEMPORARY FACILITIES RO-8/29/05 AND CONTROLS GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI B. Chnin-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 comer 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 2-3/8-inch- OD line posts and 2-7/8-inch-OD comer and bull posts,with I-518-inch-OD top and bottom mils. 2.2 EQUIPMENT ' A. General: Provide equipment suitable for use intended. ' B. Field 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: bland carried, portable, UL rated. Provide class and extinguishing agent as indicated or a combination of extinguishers of NFI'A-recommended classes for exposures. ' 1. Comply with NFPA 10 and NFPA 241 for classification, extinguishing agent, and size required by location and class of fire exposure. D. SeIGContaincd 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. Heating 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-flume 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 ac,20-A rating, and lighting circuits may be nonmetallic sheathed cable. PART 3 -EXECUTION 3.1 INSTALLATION,GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required. C5X61900 01500.2 TEMPORARY FACILITIES RO—8/29/05 AND CONTROLS ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI B. 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 facilities. 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 thatching, 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 casements to bring temporary utilities to Project site where Owner's easements 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 arc 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 fn 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 ribber 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. ' I. Disposable Supplies: Provide toilet tissue, paper towels, paper cups, and similar disposable materials for cacti 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. E. Heating and Cooling: Provide temporary heating and cooling required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of low temperatures or high humidity. Select equipment that will not have a harmful effect on completed installations or elements being installed. F. 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 it hamaful effect on completed installations or elements being installed. Coordinate ventilation requirements to produce ambient condition required and minimize energy consumption. CSX61900 01500-3 TEMPORARY FACILITIES RO—8129/05 AND CONTROLS GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI G. Electric Power Service: Provide wentltcrproof, 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. H. Electric Distribution: Provide receptacle outlets adequate for connection of power tools and ' equipment. I. Provide waterproof connectors to connect separate lengths of electrical power cords if r 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. ' I. Install and operate temporary lighting that fulfills security and protection requirements without operating entire system. J. 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 INSTALLATION A. General: Comply with the following: 1. Locate field offices, storage sheds, sanitary facilities, and other temporary construction and support facilities for easy access. ' D. Temporary Paving: Immediately upon completion of refilling of the trench or excavation, the Contractor shall place a temporary pavement over all disturbed areas of streets, driveways, ' sidewalks, and other traveled places where the original surface has been removed or disturbed as a result of his operations, Unless otherwise specified or directed, the temporary pavement shall consist of cold Mix Bituminous Pavement, in conformance with Missouri State Highway , Commission Standard Specifications, latest editions, to such it depth as required to withstand the traffic to which it will be subjected. For dust prevention, the Contractor shall treat all surfaces, not covered with cold patch, as frequently as may be required. The temporary , pavement shall be maintained by the Contractor in a safe and satisfactory condition until such time as the permanent paving is completed, The Contractor shall immediately remove and restore all pavements as they become unsatisfactory. ' C. Dewalcring 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 f-cc of water. I. Dispose of rainwater in a lawful manner that will not result in flooding Project or adjoining property nor endanger permanent Work or temporary facilities. CSX61900 01500-4 TEMPORARY FACILITIES RO—8129/05 AND CONTROLS , GREEN MEADOW FUME STATION CITY OF JEFFERSON, MISSOURI 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 1 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 n waste management plan for Work performed on Project. Indicate types of waste materials Project will produce and estimate quantities of each type. Provide detailed information 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. F. Contractor Field Office: Provide an insulated, wcathertight, air-conditioned field office for use by Contractor's personnel f'or the duration of the project. ' G. 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. 7.4 SECURITY AND PROTECTION FACILITIES INSTALLATION ' A. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction in ways and by methods that comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable ' effects. Avoid using tools and equipment that produce harmful noise. Restrict use of noisemaking tools and equipment to hours that will minimize complaints from persons or firms near Project site. B. Stonmvater Control: Provide earthen embankments and similar barriers in and around excavations and subgrade construction, sufficient to prevent flooding by runoff of stormwater from heavy rains. 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 u 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 wenthcrlight enclosure for building exterior. CSX61900 01500.5 TEMPORARY FACILITIES RO—8/29/05 AND CONTROLS GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI I. 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. E. Temporary Partitions: Erect and maintain dustproof partitions and temporary enclosures 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 tire-protection facilities of types needed to protect against reasonably predictable and controllable fire losses. Comply with NFPA 241. 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. E. Termination and Removal: Remove cacti temporary facility when need for its service has ' ended, when it has been replaced by authorized use of a permanent facility, or no Inter than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair damaged Work, ' clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. I. 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 rill 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. 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 ' 1 C5X61900 01500.6 TEMPORARY FACILITIES RO—8/29/05 AND CONTROLS , GREEN MEADOW PUNIP STATION CITY OF JEFFERSON, MISSOURI SECTION 01600- PRODUCT REQUIREMENTS PARTI -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. Tbis 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 warranties; 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 warranties on products and installations specificd to be warranted. M1.3 QUALITY ASSURANCE A. For certain products, the specifications require the manufacturer to have u record of satisfactory operation with the product f'or 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. 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 thell.Comply with manufacturer's written instructions. I. Schedule delivery to minimize long-term storage and to prevent overcrowding of construction spaces at a location designated by the Owner. ' 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. 3. Deliver products to location designated by the Owner in an undamaged condition in ' manufacturer's original scaled 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 flint 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 structures. C5X61900 01600-1 PRODUCT REQUIREMENTS RO—8129/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 7. Store products that are subject to damage by the elements, under cover in a weatherli ht P J g , 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 nddition 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 1 1 C5X61900 01600-2 PRODUCT REQUIREMENTS RO—8/29/05 , iGREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 01700- EXECUTION REQUIREMENTS PART i -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 general procedural requirements governing execution of the Work including, but not limited to,the following: I. Construction layout. 2. General installation of products. 3. Progress cleaning. 4. Starting and adjusting. 5. Protection of installed construction. 6. 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 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. 3.2 PREPARATION A. Existing Utility Interruptions: Do not interrupt utilities serving facilities unless permitted under the following conditions and then only alter arranging to provide temporary utility services according to requirements indicated: ' C5X61900 01700-1 EXECUTION REQUIREMENTS ' RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI I. 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 field 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 CONSTRUCTION LAYOUT A. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the property survey and existing benchmarks. If discrepancies are , discovered, notify Engineer promptly. B. Site Improvements: Locale and lay out site improvements, including pavements, grading, full and topsoil placement, utility slopes,and invert elevations. C. Lines and Levels: Locate and lay out control lines and level. Transfer survey markings and , elevations for use with control lines and levels. Level foundations and piers from two or more locations. D. 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. I. Make vertical work plumb and make horizontal work level, r 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. , B. Comply with manufiicturces written instructions and recommendations for insuilling 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 performmnce until Substantial Completion. , C5X61900 01700.2 EXECUTION REQUIREMENTS RO—8129105 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions. E. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels. F. Hazardous 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. ' I. 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. I. 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 arc 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. Culling and Patching: Clean areas and spaces where cutting and patching are performed. Completely remove paint,mortar,oils, putty,and similar materials. I. Thoroughly clean piping, conduit, and similar features before applying paint or other finishing materials. Restore damaged pipe covering to its original condition. li. 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. ' C5X61900 01700-3 EXECU'rION REQUIREMENTS RO—8129/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON,MISSOURI 1. 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. 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 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. 3.7 CORRECTION OF THE WORK ' A. Repair or remove and replace defective construction. Restore damaged substrates and finishes. I. 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 glass or reflective surfaces. END OF SECTION 01700 ' CSX61900 01700-4 EXECUTION RL•QUIREMENTS RO—6/29/05 , ' GREEN MEADOW PUMP STATION CITY Of JEFFERSON, MISSOURI SECTION 01720- FIELD ENGINEERING PARTI -GENERAL 1.1 RELATED DOCUMENTS ' A. Drawingsand general provisions of tire Contmct,including Geneml and Supplementary Conditions and other Division 1 Specification Sections,apply to this Section. 1.2 SUMMARY A. General: This Section specifies administrativeand procedural requirements for field-engineering ' services including, but not limited to, the following: 1. Land survey work. ' 2. Civil-engineering services. B. Related Sections: The following Sections contuiurequirements that relate to this Secliont ' I. Division I Section"Project Management and Coordination"for procedures for coordinating field engineering with other construction activities. 2. Division 1 Section"Submittal Procedures" for submitting Project record surveys. 3. Division I Section"Closcout Procedures"forsubiniulngfinal property survey with Project Record Documents and recording of Owner-accepted deviations from indicatal lines and levels. 1.3 SUBMITTALS ' A. Project Record Documents: Submit a record of Work performed and record survey data as required under provisions of"Submittals"and "Projectcloseout" Sections. ' IA QUALITY ASSURANCE A. SurveyorQualifications: Engage a land surveyor,registered in Missouri,to perfonn required land- surveying services. . B. Engineer Qualifications: Engage an engineer of the discipline required, licensedn Missouri,to perform required engineering services. ' PART 2 -PRODUCTS (Not Applicable) PARTS -EXECUTION 3.1 EXAMINATION ' C5X61900 01720-1 FIELD ENGINEERING ' RO—8/29/05 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI A. Existing Utilities and Equipment: The existence and location of underground ancbthcrutilities and construction indicated as existing are not guaranteed. Before beginning sitctvork,investigate ' and verify the existence and location of underground utilities and other construction. 1. Prior to construction,verify the location and invert elevation at points of connection of sanitary sewer, building service laterals, storm sewer, and wateservice piping. 2. Locate other utilities prior to construction in addition to those listed above. Utilities that may be present includes but is not limited to gas,electric,telephone,steam,and cable TV. ' 3.2 PERFORMANCE ' A. Existing Utilities: Furnish information necessary to adjust,move,or relocate existing structures, utility poles, lines, services, or other appurtenances located in or affected by construction. Coordinate with local authorities having jurisdiction. ' END OF SECTION 01720 , 1 1 1 C5X61900 01720-2 FIELD ENGINEERING RO—8/29/05 ' ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 01731 -CUTTING AND PATCHING ' PARTI -GENERAL ' I.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 procedural requirements for cutting and patching. 1.3 DEFINITIONS A. Cutting: Removal of existing construction necessary to peril 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, reduce the building's and structure's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. 1.5 WARRANTY ' 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 CSX61900 01731 - 1 CUTTING AND PATCHING ' RO—8/29/2005 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 2.1 MATERIALS A. General: Comply with requirements specified in other Sections of these Specifications. B. Existing Materials: Use materials identical to existing materials unless otherwise noted in these documents. 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 substrates, including compatibility with existing finishes or primers. 2. Proceed with installation only after unsafe or unsatisfactory conditions have been corrected. 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 minimize interruption of services to occupied areas. 3.3 PERFORMANCE A. General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching al the earliest feasible time,and complete without delay. 1. Cut existing construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. CSX61900 01731 -2 CUTTING AND PATCHING RO—8/29/2005 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI B. Cutting: Cut existing construction by sawing,drilling, breaking,chipping,grinding,and similar ' operations, including excavation, using methods least likely to damage elements retained or adjoining construction. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots its 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. 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. 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. I. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate integrity ofinstailation. ' 2. Exposed Finishes: Restore exposed rinishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. END OF SECTION 01731 1 1 C5X61900 01731 -3 CUT'I'1NG AND PATCHING ' RO—8/29/2005 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 16 SECTION 01732-SELECTIVE DEMOLITION PARTI -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 the following: 1. Demolition and removal of selected portions of a building or structure. 2. Repair procedures for selective demolition operations. 3. Removal of equipment and piping as shown on the drawings. ' E. Related Sections include the following: I. Division 1 Section "Summary" for use of the premises and phasing requirements. 2. Division I 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 theta 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. ' 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 OWNERS141P 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. C5X61900 01732- 1 SELECTIVE DEMOLITION R 1 —8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 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 architects/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 nre later determined to be inadequate. C. Schedule of Selective Demolition Activities: Indicate the following: I. Detailed sequence of selective demolition and removal work, with starting and ending dates for cacti activity. 2. Interruption of utility services, ' 3. Coordination for shulofl; capping, and continuation of utility services. 4. Use ofclevator 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 Owncrs partial occupancy of completed Work, , D. Inventory: After selective demolition is complete, submit it list of items that [lave 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. B. Professional Engineer Qualifications: Comply with Division I Section "Quality , Requirements," C. Regulatory Requirements: Comply with governing EPA notification regulations before ' beginning selective demolition. Comply with hauling and disposal regulations of authorities (laving jurisdiction. D. Standards: Comply with ANSI A10.6 and NFPA 241 , E. Predemolition Conference: Conduct conference at Project site to comply with requirements in Division I Section "Project Management and Coordination," ' 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 Ibcilitics, CSX61900 01732-2 SELECTIVE DEMOLITION R I —8/29/05 , ' GREEN MEADOW PUMP S'T'ATION CITY OF JEFFERSON, MISSOURI 1. Do not close or obstruct walkways, corridors, or other occupied or used facilitics without written permission from authorities having jurisdiction. C. Owner assumes no responsibility for condition of areas to be selectively 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. 1. 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 will not be permitted. F. Utility Service. Maintain existing utilities indicated to remain in service and protect them against damage daring selective demolition operations. ' i. Maintain (ire-protection facilities in service during selective demolition operations. 1.8 WARRANTY ' 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 for 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. E. Comply with material and installation requirements specified in individual Specification Sections. PART 3 -EXECUTION ' 3.1 EXAMINATION A. Vcrify that utilities have been disconnected and capped. D. 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. C5X61900 01732 -3 SELECTIVE DEMOLITION RI -8/29/05 GREEN MEADOW PUMP STATION ' CITY Or JEFFERSON, MISSOURI D. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. ' Promptly submit n written report to Engineer. E. Engage a professional engineer to survey condition of building to determine whether , removing tiny clement might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during selective demolition operations. P. Perform surveys as the Work progresses to detect hazards resulting from selective demolition ' activities. 3.2 UTILITY SERVICES ' A. Existing Utilities: Maintain services indicated to remain and protect them against damage during selective demolition operations. ' D. 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. I. 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 nrea 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 orpipe or conduit after bypassing. D. Utility Requirements: Refer to Division 15 and IG Sections for shutting off, disconnecting, ' removing, and sealing or capping utilities. Do not start selective demolition work until utility disconnecting and scaling 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. I. 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 it' required by governing regulations. ' 2. Erect temporary protection, such as walks, fences, railings, canopies, and covered passageways, where required by authorities having jurisdiction. 3. Protect existing site improvements,appurtenances,and landscaping to remain. 4. Erect a plainly visible fence around drip line of individual trees or around perimeter drip line of groups of trees to remain. C5X61900 01732 .4 SELECTIVE DEMOLITION RI —8/29/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI D. Temporary Enclosures: Provide temporary enclosures for protection of existing building and construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary wealhertight enclosure for building exterior. I. 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 CONTROLS 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 fn a manner that will prevent spillage on adjacent ' surfaces and areas. I. Remove debris front 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 by selective demolition operations. Return adjacent areas to condition existing before selective ' demolition operations began. 3.5 SELECTIVE DEMOLITION ' A. General: Demolish and remove existing construction 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: ' I. Proceed with selective demolition systematically, t}om higher to lower level. Complete selective demolition operations above each floor or tier before disturbing supporting members on the next lower level. ' C5X61900 01732- 5 SELECTIVE DEMOLITION RI —8/29/05 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON. MISSOURI 2. Neatly cut openings and holes plumb, square, and true 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 saving or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. ' 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 Ilame-cutting operations, Maintain fire watch and portable fire- suppression devices during flame-cutting operations. ' 5. Maintain adequate ventilation when using cutting torches. G. 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. 8. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. , 9. 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 begat. ' 11. Existing Facilities: Comply with Owner's requirements for using and protecting stairs, walkways, loading docks, building entries, and other building facilities during selective demolition operations, D. Removed and Salvaged Items: Comply with the following: I. Clean salvaged items. ' 2. Pack or crate items afer cleaning, Identify contents of containers. 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. , C. Removed and Reinstalled Items: Comply with the following: 1. Clean and repair items to functional condition adequate for intended reuse. Paint , equipment to match Itcw 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. , 5. 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. G. Concrete: Demolish in sections. Cut concrete full depth al junctures will] construction to remain and el regular intervals, using power-driven saw, [hen remove concrete between sate cuts. D. Masonry: Demolish in small sections. Cut masonry at junctures with construction to remain, using power-driven saw, Ihcn remove masonry between saw cuts. C5X61900 01732 - 6 SELECTIVE DEMOLITION RI —8/29/05 , GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI ,J6 E. Concrete Slabs-on-Grade: Saw-cut perimeter or area to be demolished, then break up and remove. ' 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 bum demolished materials. C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. END OF SECTION 01732 . r ' CSX61900 01732-7 SELECTIVE DEMOLITION R 1 7 8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 01740—WARRANTIES AND BONDS ' PARTI -GENERAL 1.1 RELATED DOCUMENTS ' A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, npply to this Section. ' 1.2 SUMMARY ' A. This Section specifics general administrative and procedural requirements for warranties and bonds required by the Contract Document, including manufacturers' standard warranties on products and special warranties. I. Refer to the General Conditions for terms of the Contractor's special warranty of workmanship and materials. ' 2. General closeout requirements are included in Section "Closeout Procedures". 3. Specific requirements for warranties for the Work and products and installations that are specified to be warranted, are included in the individual sections of Divisions 2 through 16. 4. Certifications and other commitments and agreements for continuing services to Owner arc specified elsewhere in the Contract Documents. ' B. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve the Contractor of the warranty on the Work that incorporates the products, nor does it relieve suppliers, manufacturers, and subcontractors required to countersign special warranties with tine Contractor. 1.3 DEFINITIONS A. Standard Product Warranties arc preprinted written warranties published by individual manufacturers for particular products and are specifically endorsed by the manufacturer to the ' Owner. B. Special Warranties are written warranties required by or incorporated in the Contract Documents, either to extend time limits provided by standard warranties to provide greater rights for the Owner. ' 1.4 WARRANTY REQUIREMENTS A. Related Damages and Losses: When correcting warranted Work that has failed, remove and replace other Work that has been damaged as a result of such failure or that must be removed and replaced to provide access for correction of warranted Work. C5X61900 01740-1 WARRANTIES AND BONDS ' RO—8/29/05 GREEN MEADOW PUMP STATION , CITY OP JEFFERSON, MISSOURI B. Reinstatement of Warranty: When Work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated , warranty shall be equal to the original warranty with an equitable adjustment for depreciation. C. Replacement Cost: Upon determination that Work covered by a warranty has failed, replace or ' rebuild the Work to an acceptable condition complying with requirements of Contract Documents.The Contractor is responsible for the cost of replacing or rebuilding defective Work regardless of whether the Owner has benefited from its of the Work through a portion of its , anticipated useful service life. D. Owner's Recourse: Written warranties made to the Owner are in addition to implied warranties, ' and shall not limit the duties, obligations, rights and remedies otherwise available under the law, nor shall warranty periods be interpreted as limitations on time in which the Owner cull enforce such other duties,obligations, rights, or remedies. ' I. Rejection of Warranties: The Owner reserves the right to reject warranties and to limit selections to products with warranties not in conflict with requirements of the Contract Documents. ' E. The Owner reserves the right to refuse to accept Work for the Project where a special warranty, certification, or similar commitment is required on such Work or part of the Work, until ' evidence is presented that entities required to countersign such commitments arc willing to do SO. 1.5 SUBMITTALS A. Submit written warranties to the Engineer prior to the date certified for Substantial Completion. , If the Engineer's Certificate of Substantial Completion designates a commencement date for warranties other than the date or Substantial Completion for the Work, or a designated portion of the Work, submit written warranties upon request of the Engineer. ' L When it designated portion of the Work is completed and used by the Owner, by separate agreement with the Contractor during the construction period, submit properly-executed ' warranties to the Engineer within filieen days of completion of that designated portion of the Work. B. When a special warranty is required to be executed by the Contractor, or the Contractor and a ' subcontractor, supplier or manufacturer, prepare a written document flint contains appropriate terms and identification, ready for execution by the required parties. Submit a draft to the ' Owner through the Engineer for approval prior to final execution. C. Forms for special warranties are included in Section 00840-Construction Fomns. Prepare a written document utilizing the appropriate form, ready for execution by the Contractor, or the ' Contractor and subcontractor, supplier or manufacturer. Submit a draft to the Owner through the Engineer for approval prior to final execution. I. Refer to individual Section of Divisions 2 through IG f'or specific content requirements, and particular requirements for submittal of special warranties. C5X61900 01740-2 WARRAN'T'IES AND BONDS RO—8/29105 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI D. Form of Submittal: At Final Completion, submit copies of each required warranty and bond properly executed by the Contractor, or by the Contractor, subcontractor, supplier, or manufacturer" PART 2- PRODUCTS Not Applicable PART 3 -EXECUTION Not Applicable END OF SECTION 01740 .I 1. . CSX61900 01740-3 WARRANTIES AND BONDS RO—8/29/05 GREEN MEADOW PUNIP STATION CITY OF JEFFERSON, MISSOURI 16 SECTION 01770-CLOSEOUT PROCEDURES PARTI -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 administrative and procedural requirements for contract closeout, including, but not limited to,the following: 1. Inspection procedures. 2. Project Record Documents, 3. Warranties. 4. Instruction of Owner's personnel. S. 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. Submit record drawings, damage or settlement surveys, property surveys, and similar Final record information. G. Deliver tools, spare parts, extra materials, and similar items to location designated by Owner. Label with in anti facturces name and model number where applicable. 7. Make final changeover of permnnent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. 8. Complete startup testing of systenns. 9. Submit test/adjust/balance records. 10. Tenminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 11. Advise Owner of changeover in heat and other utilities. 12. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. B. Inspection: Submit a written request for inspection in accordance with the General Conditions, CSX61900 01770-1 CLOSEOUT PROCEDURES ' RO—8/29/05 GREEN MEADOW PUMP STATION w CITY OF JEFFERSON, MISSOURI 1.4 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining date of Final ' Completion,complete the following: 1. Instruct Owner's personnel in adjustment, and maintenance of products, and systems. r 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. ' I. 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. Murk 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 for different categories of the Work ut the sane location. 3. Mark important additional information that was either shown schematically or omitted from original Drawings. ' 4. Note Work Change Directive numbers, Change Order numbers, alternate numbers, and similar identification where applicable. 5. Identify and date each Record Drawing; include the designation "PROJECT RECORD ' DRAWING" in a prominent location. Organize into manageable sets; bind each 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. I. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. C5X61900 01770.2 CLOSEOUTPROCEDURES RO—8/29/05 , ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 2. Mark copy with the proprietary name and model number of products, and materials ' furnished, including substitutions and product options selected. 3. Note related Change Orders and Record Drawings where applicable, 1.6 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. PART2- 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 FINAL CLEANING A, General: Provide final cleaning. Conduct cleaning and waste-removal operations to comply with local Imes and ordinances and Federal and local environmental and anti-pollution regulations, ' D. Cleaning: Clean each surface or unit to condition expected in an average 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: 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. C. Remove snow and ice to provide sale access to building. C5X61900 01770-3 CLOSEOUTPROCEDURES RO—8/29/05 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI 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 their original condition. g. Remove debris and surface dust from limited access spaces, including shafts, , trenches,equipment vaults, manholes, attics, and similar spaces. It. Sweep concrete Doors broom clean in unoccupied spaces. i. Remove labels that are not permanent. j. Touch up 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. ' k. Leave Project clean. C. Comply with safety standards for cleaning. Do not bum waste materials. Do not bury debris or ' excess materials on Owner's properly. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully. 1 END OF SECTION 01770 1 1 C5X61900 01770.4 CLOSEOUT PROCEDURES RO—8/29/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MO ` SECTION 02110-SITE CLEARING 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. 1.2 SUMMARY A, This Section includes the following: 1, Topsoil stripping. 2. Clearing and grubbing. 3. Removing above-grade improvements. 4. Removing below-grade improvements, ' B. Related Sections:The following Sections contain requirements that relate to this Section. 1. Division 2 Section "Earthwork," 1.3 PROJECT CONDITIONS A. Traffic: Conduct site-clearing operations to ensure minimum interference with roads, streets, walks, driveways, and other adjacent occupied or used facilities. Do not close or obstruct streets, walks, driveways, or other occupied or used facilities without permission from authorities having jurisdiction. AB. Protection of Existing Improvements: Provide protection necessary to prevent damage to existing improvements indicated to remain in place. ' 1. Protect improvements on adjoining properties and on easements. 2. Restore damaged improvements to their original condition, as acceptable to property owners. ' C. Improvements on Adjoining Property: Performing removal and alteration work on property adjoining temporary easement shall be permitted only upon written approval of the appropriate ' property owner, D. Salvable Improvements: Carefully remove items indicated to be salvaged and delivered to the ' location to be specified by the Owner, 1.4 EXISTING SERVICES A. General: Indicated locations are approximate; determine exact locations before commencing Work. C5X61900 02110.1 SITE CLEARING ' RO—8/29/05 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MO B. Arrange and pity for disconnecting, removing, capping, and plugging utility services. Notify affected utility companies in advance and obtain approval before starting this Work. ' C. Place markers to indicate location of disconnected services. Identify service lines and capping locations on Project Record Documents. ' PART 2 -PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 SITE CLEARING A. General: Remove shrubs, grass, and other vegetation, improvements, or obstructions, as shown ' on the Contract Drawings, to permit installation of new construction. Remove similar items elsewhere onsite or premises as specifically indicated. Removal includes digging out and ' offshe disposal of stumps and roots. I. Cut ininor roots and brunches of trees indicated to remain in it clean and careful manner where such roots and branches obstruct installation of new construction. ' B. Topsoil: Topsoil is defined as friable clay loam surface soil found in a depth of not less than 4 inches. Satisfactory topsoil is reasonably t}ce of subsoil, clay lumps, stones, and other objects over 2 inches in diameter,and without weeds, roots,and other objectionable material. 1. Strip topsoil to whatever depths encountered in a manner to prevent intermingling with underlying subsoil or other objectionable material. Remove heavy growths of grass from areas before stripping. 2. Stockpile topsoil in storage piles in areas approved by Engineer. Construct storage piles to provide free drainage of surface water. , 3. Dispose of unsuitable or excess topsoil as specified for disposal of waste material. C. Removal of Improvements: Remove existing above-grade and below-grade improvements its ' indicated and as necessary to facilitate new construction. 1. Existing gravel driveway or parking lot may need to be removed and replaced as required to install new improvements. ' 2. Abandonment or removal of certain underground pipe or conduits may be indicated on drawings and is included under work of related Section 02700. 3.2 DISPOSAL OF WASTE MATERIALS A. Burning: Burning will be allowed ut approved locations pending the Contractor acquiring the ' required permits from appropriate local agency having jurisdiction and approval from the Owner. Provide full-time monitoring for burning materials until fires are extinguished. B. Removal from Owner's Property: Remove waste materials and unsuitable or excess topsoil from work areas which include but are not limited to casements, rights-of-way, adjacent property,and owner's property. END OP SECTION 02110 CSXG 1900 02110-2 SITE CLEARING RO—8/29/05 , GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 02120-TREE PROTECTION AND TRIMMING PARTI -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including the General and Supplementary r , Conditions and Division 1 Specification Sections, apply to this Section. B. Protect existing trees and shrubs that are outside the permanentconstruction casement and as noted on the Drawings from foliage, trunk and root damage that may result from construction operations. Protect from the following damage. I. Compaction of root area by equipment or material storage. 2 Trunk damage by moving equipment, rmterials storage, nailing or boiling. 3. Strangling by lying ropes or guy wires to trunks or large branches. ' 4. Poisoning by pouring solvents, gas, paint, etc., on or around trees or roots. 5. Cutting of roots by excavating, ditching, etc. 6. Damage of branches by improper pruning. ' 7. Drought from failure to water or by cutting or changing normal drainage pattern past roots. 8. Changes of soil PH factor by disposal of line base materials, such as concrete, plaster, etc. PART 2-PRODUCTS (Not Applicable). ' PART 3 -EXECUTION 3.1 PREPARATION A. Temporary Protection: Provide temporary fencing,barricades,or other suitable guards located outside the drip line(outer perimeter of branches)to protect remaining trees and other plants frordamage. ' D. Protect tree root systems from damage due to noxious materials caused by run-off or spillage while mixing, placing, or storing construction materials. Protect root systems from flooding, eroding, or excessive wetting caused by dewatering operations. C. Do not store construction materials,debris,or excavated material within the drip line of remaining trees. Do not permit vehicles or foot traffic within the drip line,and prevent soil compaction over root ' systems for construction in lawn areas. D. Do not allow fires tinder or adjacent to remaining trees or other plants. 3.2 EXCAVATION A. Install shoring or other protective support systems to minimize sloping or benching of excavations. R. Do not excavate within tree drip line for trees indicated to remain,unless otherwise indicated on the Drawings. C5X61900 02120-1 TREE PROTECTION AND ' RO-8/29/05 TRIMMING GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI C. Where excavation in lawn areas for new construction is required within tree drip lines for trees indicated to remain on the Drawings, hand excavate to minimize damage to root systems. Use ' narrow-tine spading forks and comb soil to expose roots. D. Where uti litics trenches in lawn areas are required within tree drip lines for trees indicated to remain, , tunnel under or around the roots by drilling, auger boring, pipe jacking,or digging by hand. 1. Root Pruning: Do not cut main lateral roots or tap roots; cut only smaller roots that interfere with installationofnewwork. Cut roots with sharp pruning instruments;do not break or chop. E. Where utilities trenches in field or wooded areas are required within tree drip lines for trees indicated to remain,do not cut tap roots. Cut other smaller roots with sharp pruning instruments;do not break or chop, 3.3 TREE PRUNING , A. Prune remaining trees affected by temporary and new construction. ' R. Prune remaining trees to compensate for root loss caused by damaging or cutting root system. C. Pruning Standards: Prune trees according to the National A rborist Association's"Pruning Standards ' for Shade Trees." I. Class It: Standard pruning, 2, Class III: Hazard pruning. 3, Class IV: Crowtweduction pruning. D. Cut branches with sharp pruning instruments; do not break or chop, r 3.4 DISPOSAL OF WASTE MATERIALS ' A. Disposal: Remove excess excavated material,displaced trees,and excess chips from the project site, END OF SECTION 02120 , C5X61900 02120-2 TREE PROTECTION AND RO-8/29/05 TRIMMING ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 02140- DEWATERING PART 1 -GENERAL 1.1 RELATED 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 A. This Section includes provisions for dewatering. B. Dewatcring consists of performing work necessary to lower and control groundwater levels and hydrostatic pressures to permit excavation and construction to be performed in near-dry conditions. ' C. Control of surface and subsurface water, ice and snow are part of the dewatering requirements. D. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. ' 13 SUBMITTALS A. The Contractor shall obtain a Land Disturbance Permit from the Missouri Department of Natural Resources as required for the proposed construction activities prior to commencing any dewatering, excavation or other similar construction activities. The Contractor shall submit to the Engineer for review, detailed plans showing how the Contractor intends to handle and dispose of sanitary, groundwater,and storm water flow. 1 1.4 QUALITY ASSURANCE ' A. Operator Qualifications; Perform dewatering operations with supervisory personnel having at least 10 years experience in field of dewatering. B. Maintain adequate supervision and control to ensure that stability of subgrades and excavated and constructed slopes are not adversely affected by water, erosion is controlled, and flooding ' of excavation or damage to structures does not occur. PART 2 - PRODUCTS Not Applicable. C5X6 1900 02140-I DE WATERING RO—8/29/05 GREEN MEADOW PUNIP STATION ' CITY OF JEFFERSON, MISSOURI PART 3 - EXECUTION 3.1 DEWATERING A. Provide an adequate system to lower and control groundwater in order to permit excavation, ' installation of sewers, construction of structures, and placement of till materials under dry conditions. Install sufficient dewatering equipment to drain water-bearing strata above and ' below bottom of structure foundations,drains, sewers,and other excavations. R. Reduce hydrostatic head in water-bearing strata below structure foundations, drains, sewers and ' other excavations to extent that water level and piezometric water levels in construction areas are below prevailing excavation surface. C. 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 governing authorities. D. Provide standby equipment on site, installed and available, for immediate operation if required to maintain dewatering on a continuous basis in event any part of system becomes inadequate or , fails. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, perform such work as may be required to restore damaged structures and foundation soils at no additional expense to the Owner. END OF SECTION 02140 , C5X61900 02140-2 DEWATERING RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI ` SECTION 02160- EXCAVATION SUPPORT SYSTEMS ' PART ] -GENERAL 1.1 RELATED 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 A. This Section includes,but is not limited to,the following: L Excavation support necessary to protect existing buildings, streets, walkways, utilities, and other improvements and excavation against loss of ground or caving embankments. 2. Maintenance of excavation support system. 3. Removal of excavation support system,as required. B. The Contractor shall be responsible for design, installation, and monitoring of the excavation ' support systems. Excavation support will be required to protect existing structures and prevent the undermining of future structures. Types of excavation support systems include, but are not limited to,the following: I. Soldier piles and lagging. 2. Steel sheet piles. 3. Liner plates. ' 4. Trench boxes. C. Construct and maintain all shoring and bracing necessary to protect the excavation, as needed for the safety of employees and as required by applicable Federal and Slate laws. D. The type of excavation support used shall be removable following the installation of the ' pipeline or structure. No permanent type shoring or sheeting shall be used which must remain within the limits of the excavation unless so ordered by the Engineer in accordance with 02160.3.1. The excavation support system shall be removed following approval by the Engineer of the excavation, installation of the pipeline or structure, and installation of required backfill material. 1.3 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division I ' Specification Sections. B. Before starting work,submit an excavation support system plan which includes design drawings outlining the sequence and methods of installation and removal, and the materials, sizes, and arrangement of members proposed for use as excavation support. The drawings and other data shall be prepared and scaled by a professional engineer registered in the State of Missouri. System design and calculations must be acceptable to local authorities having jurisdiction. CSX61900 02160.1 EXCAVATION SUPPORT SYSTEMS RO—8/29/2005 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI 1.4 QUALITY ASSURANCE A. Supervision: Engage and assign supervision of the excavation support system to a qualified ' professional engineer foundation consultant. B. Engineer Qualifications: A professional engineer legally authorized to practice in the Slate of ' Missouri and experienced in providing successful engineering services for excavation support systems similar in extent to that required for this Project. ' I. Submit name of engaged engineering consultant and qualifying technical experience. C. Regulations: Comply with OSI-IA regulations and other codes, ordinances, and laws of , governing authorities having jurisdiction. 1.5 JOB CONDITIONS ' A. Before starting work, verify governing dimensions and elevations. Verify condition of adjoining properties. Take photographs to record any existing settlement or cracking of structures, pavements, and other improvements. Prepare a list of such damages, verified by dated photographs, and signed by Contractor and others conducting investigation and witnessed by the Engineer. ' 1.6 EXISTING UTILITIES A. Protect existing active server, water, gas, electricity, telephone, cable TV, and other utility services and structures. B. Notify municipal agencies and service utility companies having jurisdiction. Comply with ' requirements of governing authorities and agencies for protection, relocation, removal, and discontinuing of services. PART 2 • PRODUCTS ' 2.1 MATERIALS A. General: Provide adequate shoring and bracing materials, which will support loads imposed. Materials need not be new, but should be in serviceable condition. B. Structural Steel: ASTM A 36, r C. Steel Sheet Piles: ASTM A 328. , D. Timber Lagging: Any species, rough-cut, mixed hardwood, nominal 3 inches thick, unless otherwise indicated, C5X61900 02160-2 EXCAVATION SUPPORT SYSTEMS R0—8/29/2005 ' ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI ` PART 3 -EXECUTION 3.1 SHORING A. Protect the site from caving and unacceptable soil movement. Wherever shoring is required, locate the system to clear permanent construction and to permit forming and finishing of concrete surfaces. Provide shoring system adequately anchored and braced to resist earth and hydrostatic pressures. D. Shoring systems retaining earth on which the support or stability of existing structures is dependent must be left in place at completion of work. If wood is part of the shoring system near existing structures, use pressure preservative treated materials or remove as backfill is placed. 3.2 BRACING ' A. Locate bracing to clear permanent work. If necessary to move a brace, install new bracing prior to removal of original brace. ' B. Do not place bracing where it will be cast into or included in permanent concrete work, except as otherwise acceptable to Engineer. C. Install internal bracing, if required, to prevent spreading or distortion of braced frames. D. Maintain bracing until structural elements are supported by other bracing or until permanent ' construction is able to withstand lateral earth and hydrostatic pressures. E. Remove sheeting, shoring, and bracing in stages to avoid disturbance to underlying soils and damage to structures, pavements, facilities,and utilities. F. Repair or replace, as acceptable to Engineer, adjacent work damaged or displaced through installation or removal of excavation support system. END OF SECTION 02160 ' C5X61900 02160-3 EXCAVATION SUPPORT SYSTEMS ' RO—8/29/2005 GREEN MEADOW PUMP STATION JEFFERSON CITY, MISSOURI SECTION 02161 -TEMPORARY EXCAVATION SUPPORT PARTI -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. This section includes designing, installing, monitoring installation, and removal of work shafts (Jacking and Receiving)required for microtunneling operations. B. Section Includes: 1. Designing, furnishing, and installing earth support systems for microtunneling access ' shafts, mnnholc excavations,and other open cut excavations. 2. Determine the size of excavation in order to accommodate the proposed method(s) of ' support. Design earth support systems to limit the total movement of the system, including deflection,to limits specified. i� 3. Adjacent structures are those that are within a distance equal to twice the total depth of the excavation away from the closest edge of the excavation. ' C. Related Sections I. Section 02140—Dewatering ' 2. Section 02221 —Utility Trench Excavation and Backfill 3. Section 02400—Microtunncling 1.3 REFERENCES ' A. ASTM A36: Standard Specification for Structural Steel B. ASTM A416: Specification for Uncoated Seven-Wire Stress-Relieved Steel Strand for ' Prestressed Concrete. C. ASTM A722: Specification for Uncoated I Iigh-Strength Steel Dar for Prestressing Concrete, ' D. ASTM A615: Standard Specifications for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. E. ASCE—CI/ASCE 36-01: Standard Construction Guidelines for Microtunncling F. American Wood-Preservers Association(AWPA)Standards. C5X61900 02161 - 1 TEMPORARY EXCAVATION ' RO—8/29/05 SUPPORT GREEN MEADOW PUMP STATION ' JEFFERSON CITY, MISSOURI G. American Welding Society(AWS)Code: D1.1. H. Federal Standard, FS TT-W-S71: Wood Preservation and Treating Practices. ' 1. OSHA Standards and Interpretations: Subpart P- Excavations,Trenching, and Shoring. ' J. City of Jefferson Standard Sanitary Sewer Specifications K. City of Jefferson Technical Street Specifications ' L. ACI 304: Recommended Practice for Measuring, Mixing,Transporting and Placing Concrete. ' 1.4 DEFINITIONS A. See Section 02400 for definitions relating to microtunneling and access shafls for ' microtunneling. B. Thrust Blocks: Thrust Blocks are used within the working jacking shaft to provide stability and ' reaction to the pipe jacking frame while jacking operations are proceeding. C. Pipe Eye: The pipe eye is the portal ring through which the microtunnel machine and subsequent jacking pipe passes through the wall of the working shaft while limiting lost of ground and groundwater from outside the shaft wall, and preventing lubricant from Bowing into tine working shaft. It is a mechanical seal usually composed of rubber flange that is mounted to the wall of the working shaft. 1.5 SYSTEM DESCRIPTION A. Design Requirements ' I. The design of temporary excavation support systems is the sole responsibility of the ' Contractor. 2. Prepare design, including calculations and drawings, under the direction of a Professional ' Engineer Registered in the State of Missouri. 3. Conform to the requirements of the Standard Specifications, and OSHA Standards and Interpretations: "Subpart P-Excavation,Trenching, and Shoring". ' 4. Adoption of the indicated design or approval by the Engineer of the Contractor's design will in no way relieve the Contractor of responsibility for the successful performance of ' construction or any method of protection for adjoining property. Pay all claims,costs and damages that arise as a result of the work performed, at no additional cost to the Owner. Protect all existing utilities affected by construction from damage. , 5. The approximate limits of work zones are indicated on the Contract Documents. Determine the actual limits of excavation support to be compatible with the Contractor's operations. C5X61900 02161 -2 TEMPORARY EXCAVATION ' RO-8/29/05 SUPPORT , GREEN MEADOW PUMP STATION JEFFERSON CITY, MISSOURI ` 6. Select the type and shape of excavation support systems, except as specified herein. For microtunncling jacking shafts, use either singular or multiple stage earth support systems comprised of soldier piles and lagging or steel sheetpile wall braced as required. For open cut excavation other than for jacking shafts, earth support systems may include ' those described for jacking shafts as well as tongue and groove vertical wood sheeting and moveable support systems consisting of steel trench boxes or steel plates braced as required. ' 7. Design for stability of excavations through overburden soils and for safety during construction. ' 8. Design temporary excavation support systems in a manner permitting safe and expeditious construction of permanent structures and pipe jacking (where applicable) while minimizing movement or settlement of the ground and preventing damage to adjacent facilities. 9. Design internal bracing support members for the maximum loading combinations to ' which they will be subjected including, soil loads, water loads, temperature fluctuations loads, prestressing loads, traffic decking loads, pipe jacking loads and surcharges(where applicable),and removal loads. ' 10. Design to withstand an additional 2 feet of excavation below proposed bottom of excavation without redesign except for the addition of lagging and/or bracing. 11. Design to withstand full hydrostatic head without failure. 12. Perform all welding in accordance with AWS D1.1. 13. Design steel plate deck, if such is required, for 1.1-20 loading. ' B. Performance Requirements 1. Design to minimize movements below the limits specified below: a. Vertical movement(heave/settlement): 0.5 inch. b. Lateral movement(walls): 1.0 inch. ' C. Vertical and horizontal movements of adjacent building and grounds surface monitoring points and utilities: 0.25 inch. ' d. Peak particle velocity of ground vibrations resulting from excavation support system installation activities measured at the newest adjacent above grade building ' monitoring point, ground surface monitoring point,or other structure: 0.5 inch. C. Groundwater level changes greater than 2.0 feet. 2. Include allowance for Contractor's equipment and stored material and spoil stockpile as appropriate. C5X61900 02161 -3 TEMPORARY EXCAVATION ' RO—8/29/05 SUPPORT GREEN MEADOW PUMP STATION ' JEFFERSON CITY, MISSOURI 3. Allow for 1-1-20 highway loading if located in the vicinity of a paved area. 4. Coordinate the type of excavation support system selected with the dewatering ' requirements specified in Section 02140. 5. Design including dewatering procedures to address groundwater flows. ' 6. Secure perimeter with chain-link fence or provide a temporary excavation cover. Provide , temporary cover suitable for 11-20 loading and regular traffic movements. 7. If earth support systems are left in place, cut-off steel sheeting, soldier piles and wood , sheeting earth support systems to be left-in-place at least 5-feet below the ground surface, but no lower than I-foot above the top of pipe. 8. Provide the following for the as-built information of all earth support systems left in , place: a. Ilorizontal locations of all earth support systems including coordinates of the ends ' and points ofchange in direction. b. Type of the earth support system. ' C. Elevations of top of the earth support systems. 1.6 SUBMITTALS A. Before starting work, submit an excavation support system plan which includes design drawings outlining the sequence and methods of installation and removal, and the materials, sizes, and ' arrangement of members proposed for use as excavation support. The drawings and other data shall be prepared and scaled by a professional engineer registered in the State of Missouri. System design and calculations must be acceptable to local authorities having jurisdiction. ' 1.7 QUALITY ASSURANCE A. Supervision: Engage and assign supervision of the excavation support system to a qualified ' professional engineer foundation consultant. B. Engineer Qualifications: A professional engineer legally authorized to practice in the State of ' Missouri and experienced in providing successful engineering services for excavation support systems similar in extent to that required for this Project. I. Submit name of engaged engineering consultant and qualifying technical experience. ' 1.8 JOB CONDITIONS ' A. Before starting work, verify governing dimensions and elevations. Verify condition of adjoining properties. Take photographs to record any existing settlement or cracking of structures, pavements, and other improvements. Prepare a list of such damages, verified by dated photographs, and signed by Contractor and others conducting investigation and witnessed by the Engineer. 1 C5X61900 02161 -4 'TEMPORARY EXCAVATION RO—8129/05 SUPPORT , GREEN MEADOW PUMP STATION JEFFERSON CITY, MISSOURI ` PART 2 -PRODUCTS ' 2.1 MATERIALS ' A. Provide earth backfill material in accordance with Section 02221. B. Provide structural steel for soldier piles, wales, rakers, struts, wedges, plates, watcrstop and accessory steel shapes conforming to ASTM A36. 1 C. Provide raker ties conforming to ASTM A615 Grade 60. ' D. Provide timber sheeting and lagging conforming to the following requirements: 1. Moisture content shall not exceed 19 percent. 2. Provide sound, well-seasoned timber such as Douglas Fir, Southern Pine,Cedar or equal. ' 3. Preservation wood treatment in accordance with FS 9T-W-571. 4. Allowable working stress of not less than 1200 psi. ' 5. Nominal thickness of not less than 3 inches. E. Provide concrete in accordance with Section 03300 when used for support of excavation. F. Tamping tools adapted for the backfiiling of earth support system voids after its removal ' 2.2 EQUIPMENT A. Use only equipment, which will meet vibration and noise limits when operating under full throttle. If equipment in use exceeds these maximum noise or vibration levels, remove the equipment from service,and replace with equipment that meets noise levels. B. Select equipment and materials desired and submit descriptions and planned method of ' operation and use to Engineer. PART 3 -EXECUTION 3.1 EXAMINATION ' A. Verification of Conditions I. Verify that a pre-construction survey of existing conditions has been performed before ' commencing work. 2. Locate and identify underground and overhead utilities and site conditions that may interfere with excavation support. 3. Subject to approval of the Engineer, conduct additional borings or pump tests at the site ' to verify site conditions at no additional cost to the Owner. C5X61900 02161 -5 TEMPORARY EXCAVATION RO—8/29/05 SUPPORT GREEN MEADOW PUMP STATION ' JEFFERSON CITY, MISSOURI 3.2 PREPARATION A. Protection 1. Perform the earth support program in such a manner as to prevent undermining or ' disturbing foundations of existing structures or of work ongoing or previously completed. Select construction methods that minimize settlements of adjacent structures and utilities. 2. Begin no excavation involving earth support until all required earth support submittals ' have been approved by the Engineer 3. Control the water table to maintain the hydrostatic pressures in accordance with Section ' 02140. 4. Do not splice elements of the earth support system. ' 5. Construct a suitable guardrail barrier around the periphery of the excavation, meeting applicable safety standards. Properly maintain the barrier throughout the period the ' excavation remains open. Repair broken boards, supports, and structural members. In addition, provide a full cover or other security barrier for cash access shaft in which there is no construction activity or which is unattended by the Contractor's personnel ' G. Security fencing is required for all work zones. Concrete barriers are required at excavations near traffic, public streets, parking lots, or driveways. Angle concrete barriers in traffic lanes to the direction of oncoming traffic to minimize the risk of injury in case of collision. 7. Location of microtunneling access shafts ' a. Locate microtunneling access shafts and as required for the Contractor's operations. Contractor shall have sole responsibility for selection of shaft sites needed for ' construction operations but not indicated on the Drawings. Engineer's approval shall be for location only. Contractor assumes full responsibility for adequacy of design,construction, traffic control and safety,and maintenance of shaft. ' b. Construct microtunneling access shafts required for the Contractors operations including obstruction removal shuRs along the alignment of the pipeline and within ' (lie construction casements provided. C. Do not locate microtunneling access shafts and associated work zones in driveways, cross streets, or where they will disrupt business and commercial , interests unless approved in writing by the Owner. Maintain vehicular and pedestrian access to private property at all times, except where agreed by the Owner and the property owner and occupant, ' d. Do not locate microumneling access shafts close to storm drainage channels, ditches, water mains, storm water or sanitary sewers or culverts, which, if damaged,could result in ground washout or flooding of shafts and tunnels. C5X61900 02161 -6 TEMPORARY EXCAVATION RO—8/29/05 SUPPORT ' GREEN MEADOW PUMP STATION JEFFERSON CITY, MISSOURI a Locate equipment powered by combustible fuels at suitable distances from shails ' and air intakes to prevent the possibility of explosion and fire in the shafts and to prevent exhausts from being drawn into the ventilation intake, ' B. Size or Shafts a. The Contractor shall have sole responsibility for sizing the shafts. Make size adequate for construction of any permanent structures indicated on the Drawings and to provide adequate room to meet the Contractor's operational requirements for microlunneling construction and for backlill. Engineer's approval will be required where shnfl sizing required is greater than thnt shown on the Drawings. 3.3 CONSTRUCTION ' A. Steel and Timber Sheet Pile Walls 1. Do not drive shectpiling within 100 lest of concrete less than seven(7)days old. 2. Drive shectpiling in plumb position such that ench pile installed is continuously interlocked with adjacent piles along the entire length. Use templates or other temporary alignment facilities to maintain sheeting on line. 3. Drive sheeting to the depths shown on approved shop drawings. Drive sheeting such that it can be removed without damage to adjacent backlill. Do not overdrive sheeting or otherwise cause damage to shcelpile(tops,tips,or interlocks). 4. After driving, ensure sheeting is in direct contact with material to be retained, B. Soldier Piles and Lagging I, Construct soldier piles by pre-drilling, vibration driving, drilling and chiseling rock and boulders, or other approved pre-excavating methods. 2. Provide pm-drilled holes sized to accommodate the accepted pile cross section. Install pre-drilled holes vertically and in indicated alignment. Do not exceed one(1) percent out of plumb provided that outside minimum excavation line is maintained. Correct misaligned or non-vertical holes. 3. Install pile tips to embedment elevations shown on accepted shop drawings. 4. Install lagging with openings (gaps) between boards to retain the material type encountered in the excavation while allowing free draining of water. As the installation progresses, backpack the voids between the excavation Puce and the lagging with ' sandpack or existing glacial till to establish a tight contact, Pack openings between lagging with hay or other porous material to allow free draining for water without loss of retained sail or sandpack. Coordinate the excavation with lagging placement. Reduce the maximum height of unlaggcd face if water is flowing from the face of the excavation, or if soil to be retained moves toward the excavation. C5X61900 02161 - 7 TEMPORARY EXCAVATION RO-8(29(05 SUPPORT GREEN MEADOW PUMP STATION ' JEFFERSON CITY, MISSOURI 5. If running sand rind silt is encountered, secure the limber lagging to the soldier piles to avoid shilling or falling off the lugging and pack opening between lagging with ' additional porous material to contain the leaking material. 6. if very line sand and/or silt are encountered, take measures to retain the material in place ' and prevent loss of ground and/or movements, which may cause damage to adjacent buildings, structures or utilities. 7. Do not drive soldier piles within 100 feet of concrete less than seven (7)days old. ' C. Braced Excavations ' 1. Use wales or struts to provide braced support of soil excavations. Install bracing in direct contact with the primary support members. Design the primary support bracing for the maximum loads to be encountered during excavation or removal stages. , 2. Preload bracing members to a minimum of 50 percent of design load in accordance with procedures and sequence as described on the accepted shop drawings. Transfer load by ' jacking braces without introducing eccentricity. Coordinate excavation work with the installation of bracing and prcloading. Use steel shims and steel wedges welded or bolted in place to maintain the prcloading force in the bracing after release of the jacking ' equipment force. Do not use wood blocking. Perform all prcloading in the presence of the Engineer. Work completed without Engineer present will not be accepted. Remove and reinstall rejected work at no additional cost to the Owner. 3. Install cross lot bracing (struts) only between sides of an excavation supported with components ofequal rigidity. ' 4. Install internal bracing with intermediate vertical rind horizontal supports to prevent buckling. Install diagonal bracing for stability of earth support systems. Install wales, struts, posts, rind braces in accordance with accepted shop drawings to minimize ' interference with construction of permanent structures and compaction of the backfill. Install web stiffeners, plates or angles in accordance with accepted shop drawings to prevent rotation, crimping or buckling of connections at points of bearing between ' structural steel members. Allow for eccentricities in design due to field fabrication rind assembly. 5. Extend the toe of the temporary earth support system not less than 5 feet below the bottom of the excavation or to bedrock. Provide additional penetration for bottom stability and/or vertical capacity. , D. Mierolunneling access shafts I. Achieve the following additional elements for access shafts for microtumneling: ' a. Install liner elements, bracing and shoring structural members at the locations and in the sequence and tolerances defined on shaft construction drawings. b. Provide bracing rind shoring, if required, in contact with the liner to provide full support as shown in the Contractor's shalt construction drawings. Install additional C5X61900 02161 - 8 TEMPORARY EXCAVATION RO—8/29/05 SUPPORT ' ' GREEN MEADOW PUMP STATION JEFFERSON CITY, MISSOURI support members to transfer (lie load if (lie liner is out-of-place or defomtcd. Modifications to liner, bracing and shoring shall be evaluated, enumerated and approved by Contractor's Professional Engineer,and submitted to the Engineer, 1 C. Provide a shaft seal slab immediately following excavation to full shaft depth. Construct shaft seal slab in dewatered or below water conditions in the appropriate manner to provide a homogeneous impermeable slab, Keep shafts with slabs formed below water flooded until the shaft seal slab has gained sufficient strength to counteract all forces that may act upon it. Provide drainage of the shaft bottom, including any under drains, as required by the encountered conditions. Install a structural seal slab, as designed by Contractor's Professional Engineer, where required. d. Design and construct the shaft, including bottom protection, to an acceptable factor ' of safety against yield or instability as determined by Contractor's professional Engineer, and to withstand tilt potential hydrostatic head due to groundwater control malfunctioning, without failure. ' c. Provide special framing, bracing or shoring required around tunnel or pipe "eyes" or other penetrations according to shaft construction drawings before the liner or ' any bracing or shoring at the penetration is cut or removed. f, Immediately grout any voids or seepage paths around shafts and adjoining tunnels upon detection. Grout bolted steel liner plates installed by the underpinning method as the shaft liner is installed and at intervals not exceeding 4 feet. Carry out secondary or "back grouting" if ground movement, voids or deformation of shaft liner are detected at no additional cost to the Owner. Grout immediately shaft ' linings sunk by the caisson method following completion of sinking operations, g. Grout pressures either from pumping or due to head in the grout line must be controlled so that the finer, shoring or bracing are not over stressed. Carry out grouting so that grout is applied uniformly around the shaft. ' 2. Thrust Block: Incorporate thrust blocks or suitable reactions into the shaft design needed for jacking equipment, in accordance with Section 02400. 3. Ground Water Control: Provide ground water control and drainage from shafts while ' work is in progress and until adjacent pipe joints have been properly scaled and the shaft is properly backfilled. Provide ground water control in accordance with Section 02140. 4. Surface Water Control: Divert surface water runoff from the shaft and protect the shafts from infiltration or flooding by surface water, including discharge from any dewatcring operation. Extend liner plates or other shaft lining system at all locations a minimum oft ' feet above existing,adjacent ground elevation. E. Tolerances 1. Immediately notify the Owner and Engineer and provide proposed remedial measures when the following hazard warning levels are exceeded: CSX61900 02161 -9 TEMPORARY EXCAVATION RO-8/29/05 SUPPORT GREEN MEADOW PUMP STATION ' JEFFERSON CITY, MISSOURI a. Vertical movement(heave/settlement): 0.5 inch. b. Lateral movement(walls): 1.0 inch. 1 C. Vertical and horizontal movements of adjacent building and grounds surface ' monitoring points and utilities: 0.25 inch. d. Peak particle velocity of grand vibrations resulting from excavation support ' system installation activities measured at the nearest adjacent above grade building monitoring point, ground surface monitoring point,or other structure: 0.5 inch. C. Groundwater level changes greater than 2.0 feet. ' P. Backfill I. Complete backfill to the surface of natural ground or to the lines and grades shown on the Drawings. Immediately fill voids left or caused by removal of sheeting will) backfill material and compact the material. ' 2. Use backfill material in accordance with the requirements of Section 02221, except where other materials are shown on the Drawings or otherwise specified, ' 3. Perform backfilling in accordance with Section 02221 when structures will be constructed within the excavation, unless otherwise specified or shown on the Drawings. 4. Remove the earth support system within 6 feet of the ground surface unless otherwise indicated on the Drawings, in conjunction with permanent backlll within that depth interval. Maintain sufficient ground support to meet excavation safety requirements ' while removing the shaft structure. 5. Maintain dewatering operation until backfill has been placed above the ambient ' groundwater level. G, Compacting Backfill ' 1. Compact backfill material in accordance with Section 02221when structure will be constructed within the Access Shall unless otherwise specified or shown on the ' Drawings, 2. Compact backfill material in accordance with Section 02221, except where other materials are shown on the Drawings and otherwise specified. 3.4 FIELD QUALITY CONTROL A. Site Tests ' I. Install and read geolechnical instrumentation in accordance with approved shop drawings and Section 02400. Cooperate fully with the Owner in providing access to instrument locations. C5X61900 02161 - 10 TEMPORARY EXCAVATION R0-8/29/05 SUPPORT ' GREEN MEADOW PUMP STATION JEFFERSON CITY, MISSOURI 2. In the event measured wall movements approach or exceed the specified levels, take immediate steps to arrest further movement by revising procedures, providing supplementary bracing or other measures as required,at no additional cost to the Owner. ' 3. Settlement Markers and Offset Lines: a. Establish a system of earth support system settlement markers (reference points on structures) and offset lines for each excavation in addition to those required under ' Section 02400 on the adjacent existing structures or utilities before excavation starts. Monitor settlement markers at same frequency as ground monitoring points tinder Section 02400. b. Establish offset lines on the inside face of the excavation. Establish additional offset lines near the subgrade level when excavation permits. R. Inspection I. Meet monitoring requirements for geotechnicnl and ground movement in accordance with Section 02400. 2. Monitor the ground water conditions and piezometric levels around the shaft and in the strata below the excavation bottom, as applicable, in accordance with the approved groundwater control plan. 3.5 CLEANING ' A. Remove earth support system except where indicated on the approved shop drawings to remain in place. Do not withdraw steel or wood sheet piling or soldier piles if the tip of the sheeting or pile is driven below a reference line drawn to the slope of one horizontal to one vertical from the outside bottom edge of any foundation or from the springline of any pipe. D. Remove the earth support system without endangering the construction, under this or other ' contracts,other structures, utilities,or property. C. Immediately backfill all voids left or caused by withdrawal of earth support systems with screened gravel or select borrow by tamping with tools speeifically adapted for that purpose. D. Remove bracing for earth support. ' E. Cutoff the earth support system left in place to the elevations indicated on the drawings. F. Conduct survey of the locations and final cut-off elevations of the top of all earth support ' systems left in place. G. Disposal of Excess Material I. Remove excavated material front the job site in accordance with Section 02221. CSX61900 02161 - 11 TEMPORARY EXCAVATION ' RO-8/29/05 SUPPORT GREEN MEADOW PUMP STATION JEFFERSON CITY, MISSOURI 2, Handle and dispose ground water from dewatering or shall excavation in accordance with Section 02140. ' 3,6 PROTECTION A. Notify the Owner and Engineer immediately if any geotechnical instrumentation is damaged. ' Repair or replace at the sole option of the Owner and at no additional cost to the Owner. B. Repairs of wood surfaces: Apply brush coat of wood preservative to surfaces exposed by ' sawing,cutting or drilling. C. Maintain steel members for bracing and replacement lagging on hand throughout lagging and ' bracing work and other earth support operations to protect the work and for use in case of accident or emergency. D. Sent leaks uncovered in the walls as excavation progress, E, Maintain and remove supports at the limits of construction as indicated. END OF SECTION 02161 1 CSX61900 02161 - 12 TEMPORARY EXCAVATION RO-8/29/05 SUPPORT , GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MO 16 SECTION 02220- BUILDING EXCAVATION AND PILL PARTI -GENERAL 1.1 WORK SUMMARY A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections,apply to work of this Section. B. Extent of building excavation and fill is as described in this Section and shown on the Drawings. The work includes: 1. Preparation of subgradc for pump station foundation. 2. Granular rill for support of pump station foundation. C. Definition: 'Excavation" consists of removal of material encountered to subgmde elevations indicated and subsequent disposal of materials removed. 1.2 QUALITY ASSURANCE A. 'resting and Inspection Service: I. The Contractor will engage and pay for soil testing and inspection service for testing during eartlnvork operations to demonstrate general compliance with specified requirements. 1.3 SUBMITTALS: A. 'rest Reports: The soil testing and inspection service shall submit following reports directly to Owner and Engineer with copy to Contractor: 1.4 JOB CONDITIONS A. Site Informntion: Data on indicated subsurface conditions are not intended as representations or warranties of accuracy or continuity between soil borings. It is expressly understood that I Owner will not be responsible for interpretations or conclusions drawn therefrom by Contractor. Data are made available for convenience of Contractor. 1. Additional test borings and other exploratory operations may be made by Contractor at no cost to Owner. B. Existing Utilities: Locate existing underground utilities in areas of work. 11' utilities are to remain in place, provide adequate means of support and protection during earthwork operations. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies for shut-off of services if lines are active. 1. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult utility owner immediately for directions. Cooperate with Owner and utility companies in keeping respective services and facilities in operation. Repair damaged utilities to satisfaction of utility owner. C5X61900 02220-1 BUILDING EXCAVATION AND FILL RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MO 2. Do not interrupt existing utilities serving facilities occupied and used by Owner or others, during occupied hours, except when permitted in writing by Owner and then only after ' acceptable temporary utility services have been provided. a. Provide minimum of 48-hour notice to Owner and receive written Notice to Proceed before interrupting any utility. ' C. Use of explosives: The use of explosives is not permit(ed. D. Protection of Persons and Property: Barricade open excavations occurring as part of this work ' and post with warning lights. Operate warning lights as recommended by authorities having jurisdiction. , E. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by earthwork operations. ' PART 2- PRODUCTS ' 2.1 SOIL MATERIALS A. Definitions: ' 1. Satisfactory soil materials are defined as those complying with ASTM D2487 soil classification groups GW, GM, SM, SW, GC, CL, ML and MC. For cohesive materials, the liquid limit and the plasticity index shall be less than 45 and 20, respectively. 2. Unsatisfactory soil materials are defined as those complying will) ASTM D2487 soil classification groups GP, SP,MH, CH,OL,0I.1,and PT. ' B. General Soil Fill and Eackfill Materials: Satisfactory soil materials free of rock or gravel larger than 4" in any dimension, debris, waste, frozen materials, vegetable and other deleterious ' matter. The on-site, low plasticity, silty clay and on-site loose fill comprised of low plasticity, silty clay is suitable for use as backtill. C. Granular Pill shall be a crushed stone that meets the requirements of the Missouri Standard , Specifications for Highway Construction, Section 1007.5. r PART 3 - EXECUTION ' 3.1 EXCAVATION ' A. Excavation is unclussified, and includes excavation to subgrade elevations indicated, regardless of character of materials and obstructions encountered. C5X61900 02220-2 BUILDING EXCAVATION AND FILL RO—8/29/05 ' ' GREEN MEADOW PUMP S'T'ATION CITY OF JEFFERSON,MO B. Unauthorized Excnvation: Unauthorized excavation consists of removal of materials beyond indicated subgrnde elevations or dimensions without specific direction of. Unauthorized excavntion, as well as remedial work directed by Engineer, shall be at Contractor's expense. I. Under footings, foundation bases, or retaining walls, fill unauthorized excavation by extending indicated bottom elevation of footing or base to excavation bottom, without altering required top elevation. Lean concrete fill (mud mat) may be used to bring elevations to proper position,when acceptable to Engineer. ' 2. Elsewhere, backflll and compact unauthorized excavations as specified for authorized excavations of same classification, unless otherwise directed by Engineer. C. Additional Excavation: When excavation has reached required subgrnde elevations, notify ' Engineer who will make an inspection of conditions. I. If unsuitable bearing materials are encountered at required subgrade elevations, carry excavations deeper and replace excavated material as directed by Engineer. ' 2. Removal of unsuitable material and its replacement as directed will be paid on basis of contract conditions relative to changes in work. D. Excavation for Structures: Conform to elevations and dimensions shown within a tolerance of +0.10',and extending a sufficient distance from footings and foundations to permit placing and removal of concrete formwork, installation of services, other construction, and f'or inspection. ' 1. In excavating for footings and foundations, take care not to disturb bottom of excavation. Excavate by hand to final grade just before concrete reinforcement is placed. Trim bottoms to required lines and grades to leave solid base to receive other work. E. Cold Weather Protection: Protect excavation bottoms against freezing when atmospheric temperature is less than 35 degrees F(I degree C). 3.2 STABILITY OF EXCAVATIONS: A. Comply with OSHA regulations(29 CPR Part I Rfi) ' 3.3 DEWATERING A. Do not allow water to accumulate in excavations. Remove water to prevent softening of ' foundation bottoms, undercutting footings, and soil changes detrimental to stability of subgrades and foundations, Provide and maintain pumps, sumps, suction and discharge lines, and other dewatering system components necessary to convey water away from excavations. r 3.4 MATERIAL STORAGE ' A. Stockpile satisfactory excavated materials where directed, until required for backfill or till. Place,grade and shape stockpiles f'or proper drainage. 1. Locate and retain soil materials away from edge of excavations, Do not store within drip line of trees indicated to remain. C5X61900 02220-3 BUILDING EXCAVATION AND PILL RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MO 3.5 COMPACTION A. General: Control soil compaction during construction providing minimum percentage of ' density specified. B. Percentage of Maximum Density Requirements: Compact soil to not less than the following , percentages of maximum dry density determined in accordance with ASTM D698 1. Compact each layer of backfill or fill material at 95 percent maximum dry density for ' general soil fill and backfill material or 100 percent maximum dry density for granular and drainage fill material. C. Moisture Control: Where subgradc or layer of soil material must be moisture conditioned ' before compaction, uniformly apply water to surface of subgradc, or layer of soil material; apply water in manner to prevent free water appearing on surface during or subsequent to compaction operations. Moisture content at time of compaction shall be within plus 3 and , minus 3 percentage points of the optimum moisture content. I. Remove and replace, or scarify and air dry, soil material that is too wet to permit compaction to specified density. ' 2. Soil material that has been removed because it is loo wet to permit compaction may be stockpiled or spread and allowed to dry. Assist drying by discing, burrowing or pulverizing until moisture content is reduced to a satisfactory value. ' 3.6 13ACKFILL AND PILL A. General: Place rill material in layers to required elevations, as shown on Drawings. B. Backfill excavations as promptly as work permits, but not until completion of the following: ' I. Acceptance of construction below finish grade including, where applicable, danpproofing, waterprooring,and perimeter insulation. 2. Inspection,testing,approval, and recording locations of underground utilities. ' 3. Removal of concrete formwork. A. Removal of shoring and bracing, and backfilling of voids with satisfactory materials. Cut off temporary sheet piling driven below bottom of structures and remove in manner to , prevent settlement of the structure or utilities, or leave in place if required. 5. Removal of trash and debris. 6. Permanent or temporary horizontal bracing is in place on horizontally supported walls. ' C. Ground Surface Preparation: All cut areas and areas to receive fill and backfill shall be stripped of vegetation, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface prior to placement or fills. The exposed subgrade should be inspected and any soft soil or yielding area should be replaced with granular fill compacted to the required densities. D. Existing slopes should be benched prior to placement of backf ll directly on the slope surface. ' E. When existing ground surface has a density less than that specified under "Compaction" for particular area classification, break up ground surfiice, pulverize, moisture-condition to optimum moisture content,and compact to required depth and percentage or maximum density. C5X61900 02220-4 BUILDING EXCAVA'T'ION AND FILL RO—8/29105 , GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MO F. Placement and Compaction: Place backfill and fill materials in layers not more than 8" in loose depth for material compacted by heavy compaction equipment, and not more that 4" in loose depth for material compacted by hand-operated tampers. Before compaction, moisten or aerate each layer as necessary to provide optimum moisture content. Compact each layer to required percentage of maximum dry density for each area classification. Do not place backfill or fill material on surfaces that are muddy, frozen, or coninin frost or ice. G. Place backfill and EII materials evenly adjacent to structures, piping or conduit to required elevations. Take care to prevent wedging action of backfill against structures or displacement of piping or conduit by carrying material uniformly around structure, piping or conduit to approximately same elevation in each lift. 3.7 GRADING ' A. Grade fill surface smooth and even, free of voids, compacted as specified, and to required elevation. Provide final grades within a tolerance of 1/2" when tested with it 10' straightedge. Grade areas adjacent to building lines to drain away from structures and to prevent ponding. ' 3.8 FIELD QUALITY CONTROL A. Quality Control Testing During Construction: Allow testing service to inspect and approve subgrades and fill layers before further construction work is performed. 1. Perform field density tests in accordance with ASTM D1556 (sand cone method), ASTM D2167 (rubber balloon method), ASTM D2922 (nuclear method), or ASTM D2937 (drive cylinder method)as applicable, in accordance with the following schedule: a. Foundation Wall Backfill: Take at least two field density tests, at locations and elevations as directed. B. If subgrade or fills have been placed below specified density, provide additional compaction and testing at no additional expense. ' 3.9 MAINTENANCE A. Protection of Graded Areas: Protect newly graded areas from traffic and erosion. Keep free of ' trash and debris, B. Repair and re-establish grades in settled,eroded,and rutted areas to specified tolerances. ' C. Reconditioning Compacted Areas: Where completed compacted areas are disturbed by subsequent construction operations or adverse weather, scarily surface, re-shape, and compact ' to required density prior to further construction. Use hand tamping for recompaction over underground utilities and under floor subdrains, if any. D. Settling: Where settling is measurable or observable at excavated areas during general project warranty period, remove surface (pavement, lawn or other finish), add backfill material, compact, and replace surface treatment. Restore appearance, quality, and condition of surface C5X61900 02220-5 BUILDING EXCAVATION AND FILL RO—8/29/05 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON,MO or finish to match adjacent work, and climinnte evidence of restoration to greatest extent possible. 3.10 DISPOSAL OF EXCESS AND WASTE MATERIALS 1 A. Remove excess excavated material, trash, debris and waste materials and dispose of it off Owner's property. END OF SECTION 02220 C5X61900 02220.6 BUILDING EXCAVATION AND FILL RO—8129/05 r� � GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MO SECTION 02221 -UTILITY TRENCH EXCAVATION AND BACKFILL PARTI -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 trench excavation and backfill work shall be as required to perform the construction as shown on the Drawings and specified herein. Trench excavation and backfill work shall also include boring pits and vertical shafts excavated in conjunction with utility construction. 1. Trench excavation. 2. Foundation stabilization. 3. Pipe bedding and trench backfill. ' 4. Manholes B. Definition: "Excavation" consists of removal of material encountered to subgmde elevations indicated and subsequent disposal or storage of materials removed. C. Related Sections: The following sections contain requirements that relate to this section. 1 I. Division 2, "Excavation Support Systems" for sheeting and bracing, shoring, and trench boxes used during excavation 2. Division 2,"Dcwatering" f'or removal of water during excavation and backfill 1 1.3 QUALITY ASSURANCE ' A. Codes and Standards: Perform trench excavation work in compliance with applicable requirements of governing authorities having jurisdiction. B. Testing and Inspection Service: The Contractor will retain and pay for a qualified independent testing agency to perform sampling and testing of soil and backfill materials proposed for use in ' work, to provide field testing racilities for quality control during backfilling of excavations, to provide for all testing necessary to control the specified quality of backfill materials obtained from material suppliers. 1.4 SUBMI77ALS A. Product Data: Submit for review manufacturer's product data that indicates conformance with specified requirements and application, as requested by the Engineer. For each admixture proposed for a given mix, the manuraeturer of that admixture fnust provide written certification C5X61900 02221-1 UTILITY'1RENC1-1 EXCAVATION RO—9/29/05 AND BACKPILL GREEN MEADOW PUMP STATION ' CITY OP JEFFERSON, MO of compatibility with each other admixture proposed for use in the same mix. For each admixture, provide written confirmation of chloride ion content from each admixture manufacturer prior to submittal of Controlled Low Strength Material (CLSM)Mix Reports. B. Mill Analysis: Submit mill analysis of ny ash and cement. , PART 2 -PRODUCTS ' 2.1 PIPE BEDDING AND BACKFILL(PVC PIPE) , A. The pipe bedding shall extend from beneath the pipe as shown on the Drawings to not less than 6 inches above the top of the pipe crown and shall conform to ASTM D-2321 for Class IB , materials,with a maximum particle size of 1/.-inch. B. The backfill from 6 to 12 inches above the pipe crown may be earth backfill as described in paragraph 2.3 Trench Backfill, Granular backfill is required from 6 to 12 inches above the pipe ' crown when located as described in paragraphs 3.91 , 1 and 2, C. Controlled Low Strength Material (CLSM) may be used in lieu of granular materials with the ' approval of the Engineer. 2,2 PIPE BEDDING AND BACKFILL(DUCTILE IRON PIPE) A. The pipe bedding shall be placed beneath the pipe to a thickness of 4 or 6 inches as shown on , the Drawings and shall be crushed limestone and screenings, uniformly graded from coarse to fine, and having a particle size distribution as follows: 1. For Ductile Iron Pipe: ' Sieve Percent Passing by Weigh 1 inch 100 ' 1/2 inch 35.60 3/4 inch 90-100 No, 100 0-10 , 2. B. The backfill from the pipe invert on up may be earth backfill as described in paragraph 2.3 ' Trench Backfill. Granular backfill is required when located as described in paragraph 3.91 . C. Controlled Low Strength Material (CLSM) may be used in lieu of granular materials with the approval of the Engineer, 2,3 TRENCH BACKFILL A. Earth Backfill: Satisfactory soil materials are ASTM D 2487 soil classification groups GW, GM, SM, SW, GC, ML, MC, and CL, free of rock or gravel larger than 2 inches in any C5X61900 02221-2 UTILITY TRENCFI EXCAVATION RO-8/29/05 AND BACKFILL ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MO dimension, debris, waste, frozen materials, vegetation and other deleterious matter. Unsatisfactory soil materials are ASTM D 2487 soil classification groups GP, SP, OL, Oli, CH, and PT. B. Granular Backfill: Conform to ASTM D-2321 for Class IB materials. C. Controlled Low Strength Material: As an alternate to earth or granular backfill;trenches, boring pits, and vertical shnits (for boring) may be filled with controlled low strength material (CLSM). CLSM shall consist of Type I Portland Cement, Class "C" Fly Ash, Clean River Sand, and potable Water. Portland Cement shall conform to ASTM Specification C 150; Sand ' shall conform to line aggregate as specified in ASTM C 33 and Fly Ash shall conform to ASTM C 618, Class C. Additives may be used with Engineer's approval. ' 2.4 COMPACTION EQUIPMENT A. Approved power equipment capable of obtaining the specified compaction, and operated in ' strict accordance with the manufacturer's instructions and recommendations. Equipment shall be maintained in such condition that it will deliver the manufacturer's rated compuctive effort. ' B. Jetting of backfill material shall be forbidden. 2.5 ACCESSORIES A. Warning Tape: Acid- and alkali-resistant polyethylene film warning tape manufactured for ' marking and identifying underground utilities, 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility. B. Detectable Warning Tape: Acid- and alkali-resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, 6 inches wide and 4 mils thick minimum,continuously inscribed with a description of the utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up ' to 2'-6" deep. I. Tape Colors: Provide tape colors to utilities as follows: ' a. Green: Sewer systems. 2.6 MATERIAL APPROVAL A. Samples of all materials proposed for use in the work shall be submitted to tiie Engineer for approval prior to placing orders. Samples shall be representative and shall be clearly marked to indicate the source of the material and its intended use on the project. B. Required CLSM Mix Type and Qualities: Use the following mix types at the locations approved by the Engineer and where indicated in other Specification Sections by reference: 1. Mix CDP-Controlled Density Fill: 28-day unconfined compression strength of fc=80 to 120 psi; water to cement ratio= 1.0 minimum to 1.15 maximum; aggregate conforming C5X61900 02221-3 UTILITY TRENCH EXCAVATION RO-8/29/05 AND BACKFILL GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MO to ASTM designation C3-90; allowable shrinkage less than I percent; fly ash to cement ratio shall be 7:1 minimum to 9:1 maximum; slump shall be 9 inches to 1 I inches. 2. Mix CDF With Air - Controlled Density Fill With Air Entrainment: Shall meet the tlownbility and strength requirements of mix CDF; water to cement ratio shall be 1.0 or less; air content shall not exceed 33.0 percent; and materials shall conform to the same , ASTM descriptions as mix CDF, PART 3 -EXECUTION ' 3.1 TRENCH EXCAVATION ' A. Trenches shall be excavated with vertical sides from an elevation one-foot above the top of pipe ' to the bottom of the trench. B. Trenches shall be excavated to a width, which will provide adequate working space and sidewall clearances for proper pipe installation, jointing, and embedment. However, the limiting trench widths from the bottom of the trench to an elevation one-foot above the top of installed pipe, and the minimum permissible sidewall clearances between the installed pipe and each trench wall shall be as indicated on the Drawings. ' C. Stipulated minimum sidewall clearances are not minimum average clearances but are minimum clear distances,which will be required. D. Cutting trench banks on slopes to reduce earth load to prevent sliding and caving shall be used only in areas where the increased trench width will not interfere with surface features or ' encroach on right-of-way limits. Bottom of such slopes shall not be closer than one-foot above the top of the pipe. Cost of such excavation and backfill shall be at the expense of the Contractor. ' E. Where, for any reason, the width of 11)0 lower portion of the trench, as excavated at any point, exceeds the maximum permitted as shown on the Drawings, either pipe of adequate strength, , special pipe embedment, or arch concrete encasement, as required by loading conditions and with the concurrence of the Engineer, shall be furnished and installed by and at the expense of the Contractor. ' F. No more trench shall be opened in advance of pipe laying than is necessary to expedite the work. Unless otherwise authorized by the Engineer, no more trench shall be excavated in a day ' than can be laid in during that working day. G. Backfilling shut) begin as soon as practicable but do not commence until alter sewers, drains, sewerage and drainage structures, pipe, conduit and other equipment and appurtenances have ' been placed in trench or similar excavations have been property constructed or installed, as applicable, and inspected. Dackfill shut) be placed in such it manner as not to disturb, damage, or subject such facilities to unbalanced loads or forces. H. Excavate for structures to indicated or existing elevations and dimensions within a tolerance of plus or minus 0.10 foot. Extend excavations a sufficient distance from structures to allow C5X61900 022214 UTILI'T'Y'1'RENCH EXCAVA'T'ION RO-8/29/05 AND BACKFILL ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, M0 placing and removing concrete formwork, installing services and other construction and for inspections. ' 3.2 SPECIAL TRENCH EXCAVATION AND BACKFILL RESTRICTIONS A. The Contractor shall maintain vehicular access along the existing roads at all times. Where construction activities under this Contract cross the existing roads, the work shall be scheduled to minimize interference with vehicular traffic. The Contractor shall provide temporary vehicular access roads, where required, around construction work. Temporary graveled vehicular access roads shall have a minimum width of 12 feet and shall be maintained by the ' Contractor during use and removed, as directed by the Engineer, after vehicular access has been re-established along existing roads. 3.3 OBSTRUCTIONS ' A. Remove all obstructions encountered within the trench area or adjacent thereto. The Engineer may, if requested by the Contractor, approve minor changes in trench alignment to avoid major obstructions, provided such alignment changes can be made within the permanent casement or right-of-way lines and without adversely affecting the intended function of the facility. The Contractor shall pay any additional costs resulting from such alignment changes. 3.4 GRADE A. Excavate the trench to the lines and grades shown or as established by the Engineer with proper allowance for pipe thickness and for pipe bedding. If the trench is excavated below the required grade, correct any part of the trench excavated below the grade, at no additional cost to Tile Owner with granular material of the type specified for pipe bedding. Place the granular material over the full width of trench in compacted layers not exceeding 6 inches deep to the established grade with allowance for the pipe bedding. ' 3.5 SHORING, SHEETING, AND BRACING (EXCAVATION SUPPORT)OF TRENCHES ' A. Bracing and Shoring: It shall be the responsibility of the Contractor to maintain nil work in compliance with current Occupational Safety and Health (OSI-IA) standards. In addition, trenches including embankments, shall be shored or otherwise supported when the trench is ' more than five (5) feet in depth and examination of the ground by a competent person provides no indication of potential cave-in. In lieu of shoring the trench sides above the 5-foot level may be sloped to preclude collapse, but shall not be steeper than a I-foot rise to each foot horizontal. ' B. Wherever a trench box is used in place of sheeting or shoring,care shall be taken to prevent the pipe from moving when the trench box is moved. The pipe shall be secured to prevent longitudinal movement. C. Additional requirements for excavation support systems are outlined in Section 02160, Excavation Support Systems. ' C5X61900 02221-5 UTILITY TRENCH EXCAVATION ' RO-8/29/05 AND BACKFILL GREEN MEADOW PUMP S'T'ATION ' CITY OF JEFFERSON, MO 3.6 STORAGE OF EXCAVATED MATERIAL A. During trench excavation, place excavated material only within the approved working area. Do ' not obstruct any roadways or streets. Conform to all Federal, State, and local codes governing the safe loading of trenches with excavated materials. ' 3.7 REMOVAL OF WATER A. At all times, provide and maintain ample means and devices to promptly remove and dispose of all water entering the trench excavation during the time the trench is being prepared for the pipe laying, during the laying of the pipe, and until at least the backfill of the pipe zone has been completed. These provisions shall apply during the noon hour as well as overnight. Do not, under any circumstances, permit the dewatering process to interfere with or allow water to enter ' the construction area of any other Contractor. Provide the necessary means and devices, as approved,to positively prevent such occurrences. B. Dispose or the water in a manner to prevent damage to adjacent property and prevent ' interference with adjacent Contract areas. Drainage of trench water through the pipeline under construction is prohibited. C. Additional dewatering requirements are outlined in Section 02140, Dewatering. 1 3.8 FOUNDATION STABILIZATION A. When, in the opinion of the Engineer, the existing material in the bottom of the trench is ' unsuitable for supporting the pipe, excavate below the subgrade of the pipe, as directed by the Engineer. Backfill the trench to subgrade of pipe bedding with material as specified for the pipe bedding and as directed by the Engineer. Place the material over the full width of the trench ' and compact in layers not exceeding 6 inches in thickness to meet the required grade. B. The cost of any over-excavation and the required granular backfill ordered by the Engineer shall ' be paid at the contract unit price established in the Bid Form. The quantity of over-excavation and granular backfill will be based on the trench width as shown on (lie Drawings. 3.9 TRENCH BACKFILL A. Pipe Bedding; ' 1. Place the specified thickness of bedding material over the full width of trench. Grade the top of the bedding ahead of the pipe laying to provide flan, uniform support along the full length of pipe. ' 2. Alter each pipe has been graded, aligned, and placed in final position on the bedding material and shoved home, sufficient pipe bedding materials shall be deposited and compacted under and around each side of the pipe and back of the bell or end thereof to hold the pipe in proper position and alignment during subsequent pipe joining and backfilling operations. CSX61900 02221-6 UTILITY'I'RENCFI EXCAVATION RO-8/29/05 AND BACKFILL , GREEN MEADOW PUMP STA'T'ION CITY 01-JEFFERSON, MO 3. In PVC pipe trenches, the bedding material shall be placed under and around the pipe in uniform layers not exceeding 6 inches in uncompactcd thickness and compacted to 85 percent of maximum dry density as determined by ASTM D 698. Bedding material shall be placed in accordance with the Drawings. 4. In DIP pipe trenches, the bedding material find initial backfill material shall be placed under and around the pipe in uniform layers not exceeding 6 inches in uncompactcd thickness and compacted to 80 percent of maximum dry density as determined by ASTM ' D 698. Bedding material and initial backfill material shall be placed in accordance with the Drawings. 5. Place the bedding material simultaneously on both sides of the pipe, keeping the level of backfill the same on each side. The material shall be carefully placed and "walked in" around the pipe to ensure that the pipe barrel is completely supported and that no voids or uncompactcd areas are IeR. 6. If unstable conditions arc encountered and it is determined by the Engineer that the bedding specified will not provide suitable support for the pipe or manhole, additional excavation to the limits determined by the Engineer will be required. This additional ' excavation shall be backfilled with crushed stone material approved by the Engineer. 7. Material placed within 12 inches of the outer surface of file pipe shall be completed by hand tamping only. B. Bell Holes: Excavate bell holes tat each joint to permit proper assembly and inspection of the entire joint. No part of any bell or coupling shall be in contact with the trench bottom, trench walls,or granular embedment when the pipe isjoined. C. Push the backfill material carefully onto the granular material and do not permit free fall of the material until at least 2 feet of cover are provided over the tope of the pipe. Under no ' circumstances allow sharp, heavy pieces of material to drop directly onto the pipe or the tamped material around the pipe. D. Final Earth Backfill: I. Earth backfill will, generally, be limited to use in present and future unsurfaced areas where subsequent settlement will not cause it problem. ' 2. Compacted earth backfill will be required for the full depth of the trench to 12 inches above the top of the pipe crown. Place backfill and fill materials fn layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment, and not ' more than 4 inches fn loose depth for material compacted by hand-operated tampers. 3. Compact backfill material to 80 percent of maximum dry density according to ASTM D 698 or to a density equivalent to the density of the immediate adjoining soil. 4. Backfill material shall be placed and compacted only when its moisture content is within 2.0 percent of optimum moisture content. 5. Under structures, compact the top 12 inches below subgrnde and cash layer of backfill or ' fill material at 95 percent maximum dry density, 6. No backfill shall be placed over or around any structure until the concrete mortar therein has attained it minimum strength 2000 psi and can sufficiently support the loads imposed by the backfill without damage. 7. The Contractor shall use utmost care to avoid any wedging action between the side of the excavation and the structure that would cause any movement of the structure. Any ' C5X61900 02221-7 UTILITY TRENCII EXCAVATION ' RO-8/29/05 AND BACKFILL GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MO damage caused by premature backfill or by the use of equipment on or near a structure will be the responsibility of the Contractor. , 8, backfill shall be placed and compacted on all sides of the structure simultaneously, and operations shall be so conducted that the backfill is always tit approximately the same elevation on all sides of the structure. ' 9. No excavated rock larger than two (2) inches maximum dimension shall be placed within one(1) foot of the exterior surface of any structure. E. Granular backfill: I. Granular backfill will be required in present paved roadways, graveled roadways, gravel surfaced areas, future pavement areas, and in areas where pipes lie above or cross other ' pipelines as shown on the Drawings. Subsequent settlement must be held to a minimum in these areas. Granular backfill will also be required under manhole base sections. 2. Granular backfill will be required in all trenches excavated under or within five (5) feet ' of pavements,driveways, sidewalks, structures,or as directed by the Engineer. 3. Place material in lifts not to exceed 8-inch loose thickness and compact each lift to 95 percent of maximum dry density at optimum moisture content as determined by ASTM D , 698. Compact the top six inches of backfill in street right-of-way to 95 percent maximum dry density according to ASTM D 698. Compact the top six inches of backfill under walkways to 95 percent maximum dry density according to ASTM D 698. ' F. Water Settling of Trench backfill: Water settling of trench backfill will not be considered an acceptable compaction procedure, and will not be permitted unless specifically approved by the Engineer. G. Jetting of Trench Backlill: Jetting of trench backfill will not be considered an acceptable ' compaction procedure and will not be permitted. H. Controlled Low Strength Material(CLSM): ' 1. CLSM shall be placed as discharge from the transit mix truck around the sewer pipe and to the required elevation in a continuous placement with proper precautions taken to prevent flotation. No vibration or compaction is required. , 2. The ends of backfill placements shall be bulk headed with earth stanks or other means suitable to keep backfill material in its intended place. 3. CLSM may be placed to the subgrade elevation of the pavement and the pavement ' replaced within 24 (tours of placing the CLSM. 1. Cold Weather Placing of CLSM: Protect CLSM 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 fall below 40 degrees F (4 degrees C), uniformly heat cater and aggregates as necessary before mixing to obtain a CLSM ' mixture temperature conforming to Table 1.4.1 of AC1306 Report and mnintain protection for minimum times as noted in Table 1.4.2 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 or snow. Do not place CLSM on frozen subgrade or on subgrade containing frozen materials 1 CSX61900 02221-8 UTILITY TRENCI l EXCAVATION RO-8/29/05 AND bACKFILL , GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MO 3.10 FIELD QUALITY CONTROL A. Quality Control 'resting During Construction: Contractor shall retain a testing service to inspect pipe subgrade, bedding, and pipe backfill and obtain approval of Engineer before further ' construction work is performed. Allow field density tests to be performed in accordance with ASTM D1556 (sand cone method), ASTM D2167 (rubber balloon method), or ASTM D2922 and D3017(nuclear method)as applicable. ' 1. Slumps and compressive strengths of CLSM shall be tested as requested by the Engineer and not to exceed one set of tests per 100 cubic yards. B. I-lave at least two field density tests taken at locations and elevations as directed, but in no case less than two tests per 500 lineal feet of trench backfill under structures, pavements, or sidewalks, unless otherwise approved by the Engineer. When backfilling in present and future unsurfaced areas, a minimum of two field density tests arc required per 100 lineal feet of trench. C. If, based on testing service reports and inspection, subgrade or fills, which have been placed,are below the specified density,provide additional compaction and testing at no additional expense. D. Results of density tests, which may be selected, will be considered satisfactory when they are in each instance equal to or greater than specified density. 3.11 MAINTENANCE OF TRENCH BACKFILL A. The Contractor shall maintain till backfilled trench surfaces until all work has been completed and officially accepted. Such maintenance shall include, but not be limited to, the addition of ' appropriate backfill material above file pipe zone to keep the backfilled trench surface smooth, free from ruts and potholes,and suitable for traffic flow. 3.12 SETTLEMENT A. Any settlement in trench backfill, which occurs during the warranty period and is attributable to construction procedures, such as improper removal of shoring or insufficient compaction, shall be corrected by the Contractor at his own expense. Any piping or facilities damaged by such settlement shall be restored to their original condition at the Contractor's expense. 3.13 EXCESS MATEIUAL DISPOSAL A. Excess materials such as vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, spoil and slurry from boring operations, and other materials not designated for salvage, shall become the property of Contractor and shall be removed liom the job site and legally disposed of. The Contractor must comply with all relevant regulations, right-of-way, work space and permit agreements. The Contractor is responsible for acquiring any required disposal permits. C5X61900 02221-9 UTILITYTRENCH EXCAVATION RO-8/29/05 AND BACKFILL GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MO B. The Contractor is responsible for transporting all excess materials to the disposal site and paying any disposal costs. Excess material will be transported in n manner that prevents accidental spillage onto roadways. C. Excess spoil and slurry will not be discharged into sanitary or storm drain systems, ditches, or ' waterways. D. Excess materials shall be removed from the site on a daily basis, such that the site is maintained ' in a neat and orderly condition. No stockpiling of excess materials on-site shall be permitted. E. The Contractor shall meet all applicable environmental regulations for handling, storing, , transporting,and disposing of excess materials. END OF SECTION 02221 C5X61900 02221-10 UTILITY'IRENCH EXCAVATION RO-8/29/05 AND BACKFILL ' GREEN MEADOW PUMP STATION JEFFERSON CITY, MISSOURI SECTION 02230- MICROTUNNELING PARTI -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 specifics the construction requirements for the installation of sewer pipe by microtunneling. Microtunneling is defined as the trenchless installation of pipes by jacking the pipe using a stecrable inicrotunncling process. The process minimizes surface disruptions and allows the Engineer to consider the routing of pipe without the constraints imposed by a trench or conventional tunneling methods. E. The Contractor shall have the discretion to select this method of pipe installation in lieu of open cut trench construction or traditional bored casing installation, subject to approval by the Engineer. When using this method of construction, the Contractor shall be responsible for the orderly and timely progression of work. If cobbles, boulders, timber, or non-metallic building debris with a maximum lateral dimension of less than one foot is encountered, the Contractor shall be capable of advancing past said objects either by this method or by open trench method. Obstructions encountered with lateral dimensions greater than one foot shall be dealt with in accordance with Specification Section 02221.3.3.A. C. The Contractor shall install the sewer lines by means of the following methods: 1. Direct jacking of the carrier pipe when no casing pipe is shown on the plan and profiles (one-pass installation). 2. Jacking of steel casing where a casing pipe is shown on the drawings, then inserting the carrier pipe in the casing and grouting the annular space(two-puss installation) 3. Jacking of a pilot tube to establish line and grade followed by jacking the carrier pipe (two-pass method) or by jacking a temporary casing followed by jacking the carrier pipe (three-pass method). rD. Substitution of Sizes:The Contractor is advised that the required minimum internal diameters of the sewer lines shall be as indicated on the Drawings. Any enlargement of these sizes to accommodate the Contractor's operation will require approval of the Engineer. No additional payment will be made to the Contractor f'or substituting larger diameter pipes or any additional work to satisfy the hydraulic characteristics of the sewer lines. ' E. Related Sections: I. 02140-Dewatering 2. 02160-Excavation Support System 3. 02161-Temporary Excavation Support 4. 02221-Utility Trench Excavation and Backfill C5X61900 02230 - 1 MICItOTUNNELING ' RO—8/29/05 GREEN MEADOW PUMP STATION ' JEFFERSON CITY, MISSOURI 5. 02622-Vitrified Clay pipe(VCP) for Microttnmcling 1.3 DESIGN REQUIREMENTS , A. Microtunneling Process: The microttumeling process to be used to install the carrier pipe shall ' be submitted for approval by the Engineer. The proposal shall include, but not be limited to: type of machine proposed; method of guiding the machine, pipe or pilot tube; method of tunnel spoils removal; method of groundwater control; and other details its they apply. , I. The microtunneling process shall be capable of excavating and removing all materials encountered, including cobbles and gravels, along the sewerline alignment without deviation from the required fine and grade more than +/-0.1-foot in any direction. The , lead element used to establish line and grade shall be stecrable to allow continuous alignment monitoring and course correction as required. 2. The microtuuneling method shall provide fill support to the tunnel to allow the , installation of the carrier pipe (sewcrline) without the use of ground stabilization or other ground support techniques, The process shall be capable of handling ground water as required to adequately install the pipe. Over excavation or other impacts of the ' microtunneling process that will affect the service life or stability of the carrier pipe or may cause surface settlement will not be allowed. "file maximum over-cut of the microtunneling process shall be I inch in diameter larger than the outside diameter of the ' carrier pipe. If the annular space created by the overcut is larger than I inch the space shall be filled with an approved slurry type lubricant and /or grout as required by the Engineer. D. Pipe Jacking System: Each pipe section shall be jacked forward as the excavation progresses in such a way as to provide complete and adequate ground support at all times. The jacking ' system shall be designed for developing a uniform distribution ofthe jacking force around the periphery of the pipe. The thrust reaction backstop shall be designed to support the maximum anticipated jacking force pressure with u minimum factor of safety of 2.5. The thrust reaction backstop shall be constructed square with the proposed pipeline alignment. The jacking system ' shall be capable of continuously monitoring the jacking pressure and rate of advancement of the lead element. The Contractor shall ensure that the main jacking system fins ilia capacity to advance the carrier pipe through the soils shown in the soils report or anticipated by ilia ' contractor. I. Intermediatejacking stations shall be provided as required to limit the maximum jacking force on the pipeline as specified by the pipe munufacturer and with the specified factor of safety applied. The contractor shall provide the design and spacing of the intermediate jacking stations, if required, The intermediate jacking stations shall be designed to exert a uniform thrust on the full circmnl'erence of the pipe. The jacking force from ilia , intermediate jacking station shall be continuously monitored during the jacking process. 2. 'rile intermediate jacking station exterior steel collar shall be of stainless steel. The hydraulic jacking mechanisms shall be designed to be removed following the jacking ' operation. The space Iefl by the removal of ilia jacks shall be grouted smooth and if required plastic lined to a condition equal to or greater than the adjacent pipeline. C. Drive and Receiving Shafts: Drive and receiving shalts shall be of'the minimum size possible commensurate with safe working practices and as recommended by the equipment manufacturer. Shafts shall be located fn the general areas indicated on the Drawings and shall ' C5X61900 02230-2 MICROTUNNCLING RO—8/29105 ' GREEN MEADOW PUMP STATION JEFFERSON CI'T'Y, MISSOURI have vertical sides. The depth or the shaft shall be such that the invert or the pipe, When placed on the guide fmnne, Will be at the elevation desired for the completed pipeline. Bracing of excavations shall conform to the requirements of Sections 02160 and 02161, and deWatering shall conform to Section 02140. The shall shall be kept dry at all times. The construction technique proposed for the shafts shall be at the discretion of the Contractor, and the Engineer assumes no responsibility for the method selected. Settlement of the surrounding aren due to shaft construction will not be permitted. If grouting is required to slop settlement or intrusion of ' tines or water,the Contractor will grout at his expense. 1. The Contractor shall grade the surface area around the shaft to prevent the entrance of storm water r noff into the shaft. All existing drainage structures in the area shall be protected from damage due to shaft construction. Stockpiling of excavated materials at the shnft site will not be permitted without the approval of the Engineer. 2. All shafts shall conform to the OSHA requirements. Protective railings and fences shall be provided at the top of the shaft at all times. D. Spoil Transportation System: See Section 02221-3.13. ' 1.4 PERFORMANCE REQUIREMENTS ' A. 'funneled pipe alignment: Acceptance criteria for the installed sewer pipe (carrier pipe) shall be 0.1-foot in horizontal alignment front design at manholes and any point between manholes, including the drive and receiving ends, and +/-0.1 foot in elevation from the design. Extra care shall be taken to ensure proper alignment when boring from two separate drive shafts to a common receiving shaft. Rapid changes in alignment, such as +0.1-foot at one receiving end and -0.1-foot on the other common receiving end, will result in unacceptable line or level, and therefore must be avoided. All Missouri Department of Natural Resources design criteria must be met, including pipe minimum slope requirements. If a deviation exceeds these tolerances, the Contractor may be required to re-tunnel or otherwise replace the pipe at no additional cost to the Owner, including any backfilling or grouting of the abandoned hole. Any redesign or the sewer and manholes made necessary by out-of'-tolerance sewer pipe shall be at the Contractor's expense and shall be signed by it Professional Engineer registered in the State of Missouri. The installed pipe must be capable or meeting the design flow and velocities for a full pipe ' condition. The Contractor shall provide the Engineer with layout calculations and as-built records of sewer alignment and elevation. Review of these records by the Engineer does not relieve Contractor of responsibility for meeting till design and installation requirements. B. Ground movement: Settlement of the ground surface along the centerline of the gravity sewer during and afler construction shall not exceed 0.05-foot. Monitoring orground settlement shall be in accordance with paragraph 3.2.11 and 3.5. All settlement in excess of 0.05-foot shall be corrected as set forth in Paragraph 1 A.C. C. Ground Losses: The Contractor shall be responsible for all damages resulting from ground ' losses in the tunnel and for refilling of the voids resulting therefrom. Where such ground losses are so severe that they amount to it practical collapse of the tunnel, resulting in damage to underground or surface structures and to the ground surface or any improvements thereon, the Contractor shall be solely responsible for such damage. Where the refilling of such collapsed portions or the tunnel cannot be effectively carried out front within the bore, the Contractor, oat no additional expense to the Owner, shall make an opening from the surface for the purpose of ' backfilling and repair orthe void. C5X61900 02230- 3 MICROTUNNELING ' RO—8/29/05 GREEN MEADOW PUMP STA'T'ION ' JEFFERSON CITY, MISSOURI D. In the areas of tunnel failure, provide reinforcing as required to repair and protect the finished server pipe. 'file method of repair shall be approved by the Engineer. In the instance of crushed ' or damaged pipe, the damaged portion shall be pushed through to the receiving pit and removed or shall be repaired to the satisfaction of the Engineer. Detailed repair procedures must be submitted to the Lngineer within one week of the creation of the condition needing repair. ' E. Voids under existing pavements: Prior to acceptance of the work, all mud-jacking/settlement monitoring holes shall be opened by the Contractor to permit investigation by tine Engineer. ' Monitoring requirements shall be in accordance with paragraph 3.2.1-1. Any voids or cavities found which exceed 0.05-foot shall be filled by the Contractor with a soil-cement slurry pumped under pressure as per MoDOT specifications for mud jacking. The slurry shall consist of a sandy loam, approved by the Engineer, mixed with four parts soil to one part cement, by volume, with only sufficient water to produce it mixture that will flow from one hole to another while being pumped. Care shall be taken during pumping operations to avoid raising the existing pavement. At file completion of the investigntion or mud jacking, the holes shall be , filled with sand to within one inch of the top and the remainder filled with joint scaling material. Additional mud jacking/settlernent monitoring holes may be ordered by file Engineer to completely till the void or cavity by the previously described method at the Contractors ' expense. F. Tunnel Progress: Determine the required tunneling schedule in relation to the soils conditions to ' ensure a successful project. Contractor rally work 24 hours per day when tunneling, with prior permission of owner, in accordance with SC-3 Contractor shall ensure that: I. Safety regulations arc adhered to at all times 2. Local noise regulations are adhered to at all times 3. Adequate lighting is provided for the safety of the workers as well as any vehicular traffic. 4. Contractor shall be responsible f'or any "freezing" of the pipe string. ' G. Grout Testing: When grouting is to be used, grout materials and operations shall be tested and inspected as work progresses. Failure to defect any defective work or material shall not, in any way, prevent later rejection when such defect is discovered. , 1. Contractor's Responsibilities: a. Allow Owner and Engineer free access to material stockpiles, facilities for ' batching, mixing and placing grout and the work in progress. b. Furnish labor and equipment to assist Owner and Engineer in obtaining and handling independent test samples. ' C. Provide and maintain, f'or the sole use of the Owner and Engineer, facilities of satisiltctory capacity and construction meeting requirements of ASTM C31, for the first 24-lour storage of grout test specimens made during construction. , d. At least 2 hours in advance of placing grout in the annulus, notify the Engineer and Owner of the date, time, location and quantity of grout to be placed. C. Employ and pay for the services of a testing laboratory to design specified types of grout mixes when grout proportions are required to be established by laboratory trial batches, to provide testing associated with Contractor-inftiated changes in previously established grout mixes, and to prepare associated reports which include data required in Paragraphs 1.5 E and 2.3 B. Select a laboratory for designing grout mixes that is different from the laboratory performing tests during construction. C5XG1900 02230-4 MICROTUNNELING RO—8/29/05 ' GREEN MEADOW PUMP STATION JEFFERSON CITY, MISSOURI r. Provide I'or till testing necessary to control the specified quality of grout placed in the annulus and to certify conformance to ASTM C 138 and C 939 requirements for uniformity of grout. Any additional testing required to assure quality control other than that specified in this Section shall also be paid for by Contractor. 2. Owner's Responsibility: a. Owner will review testing service laboratories recommended by Contractor and notify,Contractor of acceptance or of an alternative selection. b. Additional Owner activities are specified in Section 01400-Quality Control Paragraph 1.3b. 3. Testing Laboratory Requirements: Laboratories engaged to perform testing services and prepare mix designs shall meet the requirements of ASTM E329. Laboratories providing the testing service shall provide equipment and materials required for sampling testing operations specified standards. Laboratories shall furnish Engineer and Owner a copy of current inspection report to ensure compliance with ASTM E329. Laboratories shall employ technicians certified by the American Concrete Institute for all sampling and testing of fresh concrete. Laboratories must be approved by Owner and Engineer. 4. Sampling and Testing During Construction to Demonstrate General Compliance With Specified Properties: The testing laboratory will be required to sample and test fresh grout used in the work to determine its acceptability as required by the Engineer and not to exceed one set of four compressive strength test specimens for each 100 cubic yards or fraction thereof. Mold and store specimens for laboratory cured test. S. Additional Testing: Make additional tests of grout as directed by Engineer when test results indicate specified grout strengths and other qualities have not been attained in the work. 1.5 SUBMITTALS ' A. Review: Submittal shall be made in accordance with Section 01300 -Submittals. The Engineer will review submitted plans, details and data for compliance with specifications. Contractor shall not commence work on any items requiring Microtunneling Work Plans or other submittal ' until the submittals have been reviewed and accepted by the Engineer. Such review by the Engineer shall not be construed in tiny way of relieving the Contractor of his responsibilities under the Contract, and shall not be construed by the Contractor as an endorsement by the ' Engineer that such methods are constructable or will work for the speciric subsurface soils encountered. B. Submit a Microtunncling Work Plan in accordance with Section 01300-Submittals. The purpose of the review of the Work Plan is not to check the adequacy of design of lire microtunncling system, which is the responsibility of the Contractor, but to confirm that the items requested have been considered in developing the design. I. Manufacturer's literatures describing in detail the microtunncling system to be used. Detailed description of projects on which this system has been successfully used. 2. Method of controlling line and grade of boring operation. 3. Method of spoil and slurry removal, including surface storage and disposal. 4. Details of the pipe installation including: ' C5X61900 02230-5 MICROTUNNELING ' RO—8129105 GREEN MEADOW PUMP s,rATION ' JEFFERSON CITY, MISSOURI a. verification that the pipe complies with the specifications b. Anticipated jacking loads , C. Manufacturers recommendations on maximum jacking load d. Method of controlling loads so as to not exceed nhanufacturers recommendation , with the required factor of safety applied U. Detailed description of lubricants to be used including constituents and how lubricants will be applied ' f. Capability, methods and plan for handling (controlling) ground water encountered along the pipe route g. Evaluation of the equipment's ability to balance earth and groundwater at the tunnel face and to provide mechanical support of the tunnel face 5. Techniques, if required, to be used for filling annular void between the bore hole wall and the cnrrier pipe and for filling over excavation, if any, including equipment,pumping and , injection procedures, materials to be used,and mixtures. 6. Contingency plans for repairing the following potential conditions: a. Cracking or other structural damage to pipeline structural integrity ' b. Line and grade outside specified limits C. Over-excavation outside specified limits ' d. Major failure or ground loss 7. Location and construction of vertical bore shnfts, including details for all required ground support installation. Information provided shall include: shaft dimensions, locations, surface construction, profile, depth, method of excavation, shoring, bracing, thrust block design and anticipated shaft backfill material. The shaft locations shall be established based on actual field located building laterals and utilities. 8. Detailed plan for monitoring ground surface movement (settlement or heave) due to micrommneling operations. The plan should show all relevant physical characteristics of structures, roadways, utilities, trees, driveways and other concerns within 25-feet on , either side of'the tunneled pipeline route and 25-Icet beyond the jacking and receiving shafts. 9. Groundwater control system at shaft locations as required by field conditions and the ' construction method. Requirements for ground water control are discussed in this section and in Section 02140-Dewatering. 10. Pavement removal and replacement limits. ' 11. Pavement replacement details in accordance with standards shown on the contract plans. 12. Site security arrangements and traffic protection, including security fence for the working site perimeter, shaft security fence or shaft covers to prevent accidental or unauthorized entry, and traffic barriers. Details shall be provided for security fences and shaft covers. C. All Contractor submittals requiring structural design shall be signed and scaled by a Professional Engineer, registered to practice engineering in the state where the project is located. D. Quality Control Methods: At least 30 days prior to the start of microlunnefing, the Contractor shall submit a description of the quality control methods proposed for use in this operation to the Engineer. This submittal shall include: C5X61900 02230- 6 MICROTUNNELING RO—8/29/05 GREEN MEADOW PUMP STATION JEFFERSON CITY, MISSOURI I. Supervision. Supervisory control to ensure that work is performed in accordance with the Drawings and Specifications,and the Microtunneling Work Plan. 2. Line and Grade. Procedures for surveying, controlling and checking line and grade, including field forms. 3. Boring Observation and Monitoring. Procedures for preparing and submitting daily logs of boring operations, including field forms. 4. Products and Materials. A plan for testing and submittal of test results that demonstrate compliance with the specification and Contractor's design criteria for permanent products, material and installations. The plan shall identify applicable standards and procedures for testing and acceptance. All product and material information shall be submitted as specified in Part 2- Products. 5. Monitoring Settlement. A Settlement Monitoring Plan to meet the requirements of Paragraphs 3.21-1 and 3.5 shall be implemented. 6. Onsite Test Equipment. The Contractor shall provide a marsh flow cone calibrated in accordance with ASTM C 939, Pressure Gauges to determine jacking force and grout pressure when applicable, and grout specimen molds. E. Grout: The Contractor shall submit the following to the Engineer at least 30 calendar days prior to the start of grouting operation: F. The proposed grout mix design; G. The proposed densities and viscosities; H. The initial set time of the grout; 1. A description of the proposed grouting method; J. The proposed maximum and minimum injection pressures; ' K. The 48-hour and 28-day compressive strengths; ' L. Bulkhead designs; M. Buoyant force calculations and ballast methods; ' N. Provisions for service connections; O. Vent location plans in conjunction with grouting operation; P. Pressure gauge certifications; Q. Test section inspection results; R. Water source for grout(must be potable); S. Mill certifications for Portland Cement and Class C Fly Ash. C5X61900 02230-7 MICROTUNNELING RO—8/29/05 GREEN MEADOW PUMP STATION JEFFERSON CITY, MISSOURI T. The Microtunneling Work Plan should be coordinated with the Traffic Control Plan required in Section 01510-Traffic Control Plan. U. The Microtunneling Work Plan should be coordinated with the dewatering system plan required in Section 02140-Dewatering PART 2-PRODUCTS ' 2.1 MICROTUNNELING MAC14INE A. Microtunneling machines shall be remotely controlled. No persons shall be directly in tunneling shield. B. Microtunneling machines shall be as manufactured by Herrenknecht, Inc., Atlanta, Georgia; r Iseki, Inc., San Diego, California; Soltau Microtunneling, Inc., Charleston, South Carolina; or approved equal. 2.2 PIPE ' A. General ' 1. Pipes used for microtunneling are specialized. They must be capable of withstanding all forces imposed upon them during the construction phases as well as the final in-place loading conditions. All pipe must be able to withstand a compressive loading greater than the jacking load anticipated on this project. The maximum jacking force anticipated on this project is based on a 0.06 tons per square foot of pipe/soil contact area and may be , calculated by the following equation: a. 0.06 x n x O.D. (in ft)x longest drive length(in ft) b. Pipe that does not have an allowable safe jacking load, with a minimum safety factor of 2.5, of at least the tonnage calculated using the equation above, are not acceptable for use on this project, unless demonstrated and approved by the Engineer. C. The driving ends of the pipe and intermediate points must be protected against damage. The detailed method proposed to cushion and distribute the jacking force at the joint is subject to approval by the Engineer. , d. Any pipe showing signs of failure may be required to be jacked through to the reception shaft and removed. Other methods of pipe repair may be used subject to approval of the Engineer. c. The pipe manufacturer shall be designated at the time of the bid. Any subsequent change of pipe manufacturer must be approved by the Engineer in writing. B. Microtunneling Pipe: See Section 02622. ' 2.3 MISCELLANEOUS MATERIALS C5X61900 02230- 8 MICROTUNNELING RO—8/29/05 ' GREEN MEADOW PUMP STATION JEFFERSON CITY, MISSOURI ` A. Lubricants: Dentonite used for a funneling lubricant shall be a refined, processed, natural high ' swelling monunorillonitc clay containing polymers and admixtures as necessary to produce satisfactory lubrication and earth support. B. Grout: I. Grout for filling of void and displacement of fluids between the pipe and the soil shall consist of a low shrink mix (less than 1%shrinkage-ASTM C 1090)of Portland cement, Class C fly ash, water, and fluidizers us required to produce it satisfactory ilowable grout with a minimum 2 day unconfined compressive strength of at least 28 p.s.i. and a minimum 28 day unconfined compressive strength of at least 100 p.s.i. and a maximum allowable strength of 200 p.s.f. 2. Grout fittings shall be as recommended by the pipe manufacturers and approved by the Engineer. 3. One or more mix designs shall be developed to fill the annular space between the carrier pipe and the in situ soil based on the following requirements: a. The grout shall have a minimum penetration resistance determined by vicot needle ' test (ASTM C191) or in accordance with ASTM C403. The maximum allowable set time of the grout shall be 12 hours; b. The minimum compressive strengths of the grout shall be 28 p.s.i. in 48 hours, and 100 p.s.i. in 28 days when tested in accordance with ASTM C495 or C 109; C. The size of(tic annular void; d. The absence or presence of groundwater; C. Sufficient strength and durability to prevent deformation of the carrier pipe; E Provide less than I%shrinkage by volume; g. The apparent viscosity shall be within a range of 9 to 13 seconds when tested in accordance with ASTM C939(Marsh Cone Method). h. The grouting materials shall be mixed in equipment of sufficient size and capacity to provide the desired amount of grout material for each stage in a single operation. The equipment shall be capable of mixing the grout at densities required for the approved procedure and also be capable of changing density as dictated by field ' conditions any time during the grouting operation. C. Dackfill: Granular buckfill, Controlled Low Strength Material (CLSM) or suitable excavated material shall be used f'or buckfill laid shall be placed as specified with compaction ' requirements according to Section 02200-Building Excavation and Fill and 02221- Utility Trench Excavation and Dacklill. PART 3 - EXECUTION 3.1 GENERAL A. Protection of Existing Utilities: Prior to beginning construction at any location, adequately protect existing structures, utilities, trees, shrubs, and other permanent objects. The Contractor shall repair, replace, or compensate Owners for any damage to permanent facilities due to negligence or luck of adequate protection. C5X61900 02230 -9 MICROTUNNELING ' RO—8/29/05 GREEN MEADOW PUMP STATION JEFFERSON CITY, MISSOURI B. Surface Drainage: Provide surface drainage during the period of construction to protect the work and to avoid nuisance to adjoining property and to assure that the surface runoff does not , enter the shafts. An erosion control and drainage plan will be required at each water discharge or runoff site. C. Security: Provide fencing and security as required to ensure that unauthorized individuals do not ' wander onto u hazardous construction site. During shun down periods, all shags shall be securely covered. ' D. The Contractor shall conduct his operation in such a manner that trucks and other vehicles or equipment do not create a dirt nuisance in the roadway. The Contractor shall remove dirt daily and promptly dispose of any spillage. E. Dewatcring discharge into a lagoon will not be permitted. F. Blasting will not be permitted. G. Lighting: Adequate lighting shall be provided for the nature of the activity being conducted by ' workers for the microtunnefing project. (loth power and lighting circuits shall be separated and insulated in accordance with the NEMA standards. 3.2 VERTICAL SHAFT CONSTRUCTION ' A. General: Construct the shafts to the necessary size, shape, and depth to allow the construction of the facilities as detailed in the approved Microtunneling Work Plan. Shaft size shall be the minimum possible to allow construction to proceed as planned. Shaft liners shall be extended a minimum of 2.5 feet above existing adjacent ground elevation. A stable base is required at the , bottom of the shaft and the shaft must be kept dry by removing ground water during work periods. Pumping is not required during non work periods. R. Shaft Excavation: The Contractor shall use whatever method he chooses to excavate materials ' encountered at [lie shall site. Excavated materials shall only be stored at locations approved by the Engineer. Promptly dispose of excess excavated material in accordance will) Section 02221-3.13 Utility'french Excavation and Backfull. ' C. Shaft Support: Ground support systems, including liner shoring, and bracing shall be in accordance with Section 02160 Excavation Support Systems. Design and construct the shalt ' wall support system in accordance with the Microtunneling Work Plan from top to bottom of the shaft. Record daily readings on the support system to detect any vertical or horizontal movement. Corrective measures shall be taken immediately where movement or deformation , of supports are observed in the excavation. The failure of the Engineer to order any modifications to the support system shall in no way relieve the Contractor of the responsibility for any damage or rework that is the result of u failure of the support system. When unstable ' material is encountered during shall excavation, the remainder or the excavation shall be done through a liner to provide support to the shaft walls. D. Thrust Block: A thrust block is required to transfer jacking loads into file soil. The thrust block shall be perpendicular to the proposed pipe alignment. Thrust block shall be designed to support the maximum jacking pressure developed by the main jacking system with u minimum C5X61900 02230- 10 MICROTUNNELING RO—8/29/05 ' GREEN MEADOW PUMP STATION JEFFERSON CITY, MISSOURI ` factor of safety of 2.5. Special care shall be taken when setting the pipe guide rails in the jacking shaft to ensure correctness of alignments, grade, and stability. Ira concrete thrust block or treated soil zone is utilized to transferjacking loads into the soil, the microtunncling machine is not to be jacked until the concrete or other materials have attained the required strength. 1 E. Shaft Dewntering: Dewatering of shafts shall conform to the requirements of Section 02140 - Dcwatering. 1r the Contractor elects to use a trenie concrete scaling slab at the bottom of the shaft to prevent groundwater inflow when the shafts are dewatered, the scaling slabs shall be of sufficient thickness to provide a factor of safety equal to 1.2 against hydrostatic uplift. F. Shaft Backfili: Upon completion of the microumneling and visual approval of the installed pipeline by the Engineer, remove all equipment, debris, and unacceptable materials from the shafts and commence the backfilling operation, hi shafts that will receive a permanent structure such a manhole, the structure shall be completed and the concrete shall have attained sufficient strength to support its own weight and the loads imposed on it prior to starting the backfill operation. The backfill shall be in accordance with Section 02221-Utility Trench Excavation and backfill which also references 02200— Bilding Excavation and Fill. backfilling procedure shall be as follows; I. Prior to placement of concrete for permanent structure or backfill in u shaft, the Contractor shall perform geotedmical testing of the subgrade soils in the shaft bottom to demonstrate that the soils have not been disturbed by the shaft excavation and construction work in the shaft. 2. Complete backfill to the surface of natural ground or to the lines and grades shown on the Drawings. After a layer of the backfill material has been placed the support system shall be raised or removed to the top of the backfill. The backfill shall then be compacted prior to the placement of more backfill and the subsequent raising of the support system. ' Immediately till voids tell or caused by removal of the support system with backfill material and compact the material. 3. backfill to 12 inches above the crown of file carrier pipe shall be with Controlled Low Strength Material(CLSM)as specified in 02221-Utility Excavation and backfill. 4. Above 12 inches above the crown of the carrier pipe use backfill material in accordance with the requirements of section 02221 - Utility Trench Excavation and Backfill, except where other materials are shown on the Drawings or otherwise specified. Control Low Strength Material (CLSM)may be used in lieu of granular materials. 5. Perform backfilling in accordance with Section 02200 — Building Excavation and Fill ' when structures will be constructed within the vertical shalt, unless otherwise specified or shown on the Drawings. Backfilling around manhole structures shall be with Control Low Strength Material(CLSM). G. Remove the shaft structure or liner in conjunction with permanent backfill. The Contractor must maintain sufficient ground support to meet excavation safety requirements while removing the shaft structure or encasement. 7. Maintain dewatering operation until backfill has been placed above ambient ground- water level. G. Compacting ll: I. Compact ct b ba ackfill material in accordance with Scotian 02200— Building Excavation and Fill when structure will be constructed within the vertical shaft unless otherwise specified ' or shown on the Drawings and in accordance with Paragraph 3.2.17.2. C5X61900 02230- It MICROTUNNELING RO—8/29/05 GREEN MEADOW PUMP STATION , JEFFERSON CITY, MISSOURI 2. Compact backffll material in accordance with Section 02221 - Utility Trench Excavation and Bucktill, except where other materials are shown on file Drawings or otherwise ' specified and is accordance with Paragraph 3.2.17.2. hl. Monitoring: , 1, file Contractor shall monitor the groundwater conditions and piczomctric levels around the vertical shall and in the strata below the excavation bottom, as applicable and in accordance with the dewmering system plan required in Section 02140-Dewatering. ' 2. The Contractor shall install n series of settlement monitoring points on the ground and at structures within the area of potential soil movements at the vertical shaft. 3, As a minimum,2 monitoring points shall be equally spaced around the shall at a distance of 3 feet and additional monitoring points as directed by the Engineer, not to exceed a total of 8 monitoring points for each shaft. 4. The monitoring points shall be 3-inch diameter cored holes in the pavement, which can ' be used for nwd jacking operations if required due to settlement. The pavement surface elevation and the depth from such to tine subgrade elevation will be monitored. 5. Survey the monitoring point elevations before start of shalt excavation and weekly ' thereafter until the shaft has been backfalled and dewatering terminated. The elevation of each survey point shall be recorded with an accuracy of 0.01 feet. 6. Submit monitoring results to the Engineer weekly. ' L Support System Removal: Bracing elements shall be removed as backffll material is placed. Removal shall be conducted in such n manner to avoid any damage to the pipeline,structures, or any adjacent utilities. Support elements shall not be removed until alternative support is available. Alternative support shall be items such as substituted struts, backtill, or the ability of the sheeting system to net as a cantilever. Any voids left by the removal of the shall support ' system shall be immediately filled and compacted, I. Unless otherwise approved by the Engineer, remove the entire shaft support system. Under special circumstances, the Engineer may approve leaving sections of the support ' system in place at no additional cost to the City. Any section of the support system approved by the Engineer to be left in place shall be cut off n minimum of 6 feet below the finish ground surface and shall be so noted on the Record Drawings. ' J. The locution, size, depth, layout and ground support design of all vertical shafts, as well as the schedule of dates that each shaft is expected to be open shall be as listed in the Contractor's ' Microtunncling Work Plan. K. Vertical shafts that are excavated as it part of open-cut sewer construction shall be in accordance with Section 02221 -Utility Trench Excavation and Buckfill. ' L. Vertical shafts that are isolated and not a part of open-cut sewer construction work shall be in accordance with this Section. ' M. Install sheeting, lining, shoring, and bracing required for the protection of the workmen and the public in accordance with Sections 02160 - Excavation Support Systems and 02162 — Temporary Excavation Support, C5X61900 02230 - 12 MICROTUNNELING ' RO—8129105 , GREEN MEADOW PUMP STATION JEFFERSON CITY, MISSOURI N. Provide it suitable guardrail barrier around the periphery of the shaft, meeting applicable safety standards. Properly maintain the barrier throughout the period the shnft remains open. Repair broken boards, supports, and structural members. In addition, provide a fill locking cover or other security barrier for each access shall in which there is no construction activity or which is unattended by the Contractor's personnel. O. Security fencing is required for all sites, Concrete barriers are required at shafts near traffic, public streets, parking lots, or driveways. Concrete barrier fn traffic lanes trust be suitably ' angled to the direction of oncoming traffic to minimize the risk or injury in case of collision. 33 GROUNDWATER CONTROL A. If construction is below the groundwater table, and in conditions which may require it dewatering system to prevent flow of water and materials into the construction activities, ' remove any water that may be encountered during the course of the work by pumping, well points,deep well pumping,or other means determined by the Contractor. B. The Contractor shall provide the necessary groundwater control measures at the work site to perform the work and to provide safe working conditions. Contractor shall prevent excessive inflow of water into the shaft excavation during construction. Contractor's dewatering method shall be as described in the groundwater system plan developed in accordance with Section 02140 -Dcwatering, 3.4 MICROTUNNELING OPERATIONS A. Microtunneling Equipment: Provide horizontal microtunncling equipment and installation ' procedure as identified in the Microtunneling Work Plan to install the carrier pipe in accordance with the drawings and to the specified line and grade tolerances. ' D. Tunnel Excavation: Tunnel excavation shall be within the easements and rights-of-way, to the lines and grades designated on the drawings, and utilizing methods which include due regard for safety of workers, adjacent structures, utilities, and the public. ' 1. Equipment and procedures shall be suitable to successfully jack the pipe into place under all soils conditions encountered, including but not limited to squeezing or running ground, mixed face soils, with either wet, moist,or dry conditions, all without damage to the pipe or significant loss of ground. If damage is observed, microtunncling shall be ' discontinued and immediate action taken to remedy(lie cause of the damage. 2. Tunnel excavation, spoils removal, processing, and disposal shall be per the approved ' procedure submitted in the Micrommicling Work Plan. All tunnel spoil material shall be removed from the site to an approved disposal location. No stockpiling of tunnel spoils on site shall be permitted. 3. During tunnel excavation, daily monitor and report to the Engineer the following information f'or each length or pipe installed. a. Description of the soil conditions encountered b. Excavation progress C. Jacking pressures used d. Quantity of lubricant used C5X61900 02230- 13 MICROTUNNELING RO—8/29/05 GREEN MEADOW PUMP STATION , JEFFERSON CITY, MISSOURI c. Description of any unusual conditions or special actions taken G Position of the lead element(elevation and plan location) ' g. Review of the Contractor's records does not relieve the Contractor of the responsibility for meeting all design and installation requirements. ' C. Pipe Jacking: Each pipe section shall be jacked forward as the excavation progresses in such a way as to provide complete and adequate ground support tit all limes. A jacking frame shall provide a uniform distribution of jacking forces around the periphery of the pipe. The thrust ' backstop shall be designed to support the maximum anticipated jncking forces with a factor of safety of at least 2.5. The jacking system shall be capable of continuously monitoring and recording the jncking pressure and rate of advancement of the pipe string. 1. Continuously monitor, record, and control the rate and amount of lead element and pipe string advance with the rite and volume of excavation to confirm that no over excavated material exceeds the in-place volume of till individual pipe section by more than 15 , percent. 2. Inability of the Contractor to complete it jacking run without exceeding the maximum unit hydraulic pressure as stated in the Microtunncling Work Plan shall be cause for the , Contractor to modify the jacking operation such that the maximum unit hydraulic pressures are not exceeded, or to suspend jacking in that run, and to excavate a new shaft, at a location acceptable to the Engineer, from which jacking shall be resumed. The use of ' intermediate jacking stations to reduce the hydraulic jacking pressure required is acceptable. All costs associated with the modification of the jacking operation, or with the suspension of jacking and construction of a new shaft, including secondary costs encountered because of the delay, shall be at the Contractor's expense. 3. Once pipe jacking commences, jack continuously in each run with maintenance stoppages rat a minimum. This requirement may be modified if the Contractor submits to , the Engineer, for prior approval, methods and details that shall prevent "freezing" of the pipeline and ensure that this will not endanger the stability of the foundation of any adjacent structures. ' D. Grouting: After the completion of(lie jacking operation between shafts, and if ordered by the Engineer, displace the lubricant slurry and fill all voids in the space between the excavation and the pipe barrel with grout applied under pressure. 'rite grout shall be under sufficient pressure ' to displace the lubricant slurry. Control the grouting operation to ensure that the pipe sections remain in place within the specified alignment and grade tolerances, adjacent structures are not damaged, and there is no heaving of the ground surface. Grouting shall be accomplished as ' soon as possible after pipe installation has been completed to prevent any surface settlement due to movement of the soil material into the void space or loose'ne'd 'Lone around the pipe finish. After completion of the grouting operation, the grout holes shall be plugged and the interior of the pipeline finished to a smooth, even surface and water-tight condition. In areas of plastic lined pipe,the area over the grout holes shn11 be patched with plastic liner and tested to ensure n good patch. ' E. Damaged Pipe: Any pipe damaged during the jncking operation shall be replaced or adequately repaired. A joint with no apparent opening between the bell and spigot shall be considered clear indication of unseen failure on the outside of the pipe. Replace both pipe sections making up the failed joint. Damaged pipes shall be defined its those having cracks that exceed 0.01-inch wide far a length of I Not or it shall that exceeds 36 square inches in area or 0.40 inches in C5X61900 02230- id MICROTUNNELING RO—8/29/05 , GREEN MEADOW PUMP STATION JEFFERSON CITY, MISSOURI depth for reinforce concrete pipe and noticeable buckling, cracking, or material separation in fiber reinforce pipe or steel casings. Damage to clay pipes shall be defined as any identifiable cracks, buckling, deformation or fluid leakage from outside the pipe. ' F. Instrumentation: Install instrumentation, take readings, and provide the Engineer with copies of measurement data to certify all jacking forces and lubricant quantities used. 'these readings shall include all forces exerted by use of intermediate jacking stations. These readings are ' intended to certify the actual forces exerted on the pipe string to verify that these forces do not exceed specified design requirements for the pipe materials used and to confirm that no significant over excavation and the creation of voids occurred during installation of the carrier pipe. The reporting of this information does not relieve the Contractor of his responsibility as ' stated in these documents, nor does it place on the Engineer responsibility for control and protection of the work. ' 3.5 TESTING A. Carrier pipe installed by microtunneling shall be tested in accordance with Section 02700 - Sewerage & Drainage. Typically testing will be when requested by the Contractor but the Engineer has the discretion, if problems are anticipated in a microtunncled segment, to request testing of that segment befbre the jacking frame has been removed. ' B. Unless otherwise specified, the Contractor shall record the ground surface elevation ahead of the microtunneling operation. The elevation of each survey point shall be recorded with an accuracy of 0.01-feet. As a minimum, survey points shall be located as follows. These are in addition to the vertical shaft monitoring requirements as described in paragraph 3.2 11. I. For road crossings at centerline and each shoulder; 2. Railroads at track subbase at centerline of each track; 3. Utility and pipeline crossings at directly above and 10 feet before and after the inter- section; 4. Long bores under improved areas such as pavements at locations not to exceed 30 feet apart on centerline and at tell and right edges of pavement (including points located per item I, 2 and 3, above) or as otherwise designated by Engineer. A minimum of one ' survey point shall be located per bore section between shafts. C. Settlement observations shall be obtained for each shift while uncased boring work is performed ' until the ground supporting pipe or casing is in place. Observations shall continue until any noticeable settlement has stopped. Readings shall be reported daily to the Engineer. In the case of observed settlement, the monitoring points and observation frequency shall be increased as requested by the Engineer. END OF SECTION 02230 ' C5X61900 02230 - 15 MICROTUNNELING RO—8/29/05 GREEN MEADOW PUMP STA'T'ION CITY OF JEFFERSON,MISSOURI SECTION 02480—LANDSCAPE WORK ' PARTI -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: ' I. ' Fine grading and preparing turf areas. 2. Furnishing and applying new topsoil if required. 3. Furnishing and applying fertilizers. ' 4. Seeding damaged lawns and field areas. 5. Sodding damaged lawns. 6. Reconditioning existing turf. B. Topsoil will be stockpiled for reuse. If quantity of stockpiled topsoil is insufficient,provide additional topsoil to complete turfing operation. MC. All areas disturbed by construction shall be seeded or sodded except for paved areas. Restore turf with specified grass species. Unless otherwise specified on the drawings,turf areas damaged shall be ' restored by reseeding. D. Protection of Existing Improvements: Provide protection necessary to prevent damage to existing ' improvements. I. Protect improvements on adjoining properties and on casements. 2. Restoredamaged improvementsto their original condition,as acceptable to propertyowners. 1.3 DEFINITIONS A. Lawn Arens: Improved and maintained horticultural ly developed turf. Maintenance may consist of watering,fertilizing,mowing,weeding or other operations. These areas include but are not limited to residential properties,prrks,and commercial developments. ' B. Field Areas: Undeveloped areas with unimproved and unmaintained vegetation. ' 1.4 SUBMITTALS A. General: Submit each item in this Article accordingto the ConditionsoftbeConlractand Division I Specification Sections. ' C5X61900 02480-1 LANDSCAPE WORK ' RD—8/29/2005 i GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI D. Certificationof grass seed from seed vendor for specified grass-seed mixture stating the botanical and common name and percentage by weight of each species and variety, and percentage of purity, , germination, and weed seed. Include the year of production and date of packaging. C. Certificationof seed in ixturc for sod,identifyingsod source,including name and telephone number of , supplier. D. Certification by product manufacturer that the fertilizer supplied complies with requirements. ' 1.5 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced Installer with a record of successful turf ' establishment. 1.6 DELIVERY, STORAGE, AND HANDLING ' A. Seed: Deliver seed in original sealed, libeled, and undamaged containers. E. Sod: Harvest, deliver, store, and handle sod according to the requirements of the American Sod ' Producers Association's (ASPA) "Specifications for Turfgrass Sod Materials and Transplanting/Installing." ' 1.7 COORDINATION AND SCHEDULING A. Planting Season: Sow seed during normal planting seasons for type of work required. E. No sodding shall be done during the period from June I to September 1,unless the plantingseason is ' extended by the Engineer. C. WeatherLimitations: Proceed with planting only when existing and forecast weather conditions are ' suitable for work. 1.8 MAINTENANCE ' A. Begin maintenanceof turf hnmedlalelyaftereach area is planted and continue until final acceptance, B. Maintain and establish turf areas by watering, fertilizing,mowing, and other required operations. ' Roll, regrade,and replant bare or eroded areas and remulch as required. C. Add new mulch in areas where mulch has been disturbed by wind or maintenance operations ' sufficiently to nullify its purpose. D. Watering: Provide and maintain temporary piping, hoses, and watering equipment toconvey water ' from sources and to keep turf uniformly moist to u depth of 4 inches, E. Mow turf as soon as there is enough top growth to cut with mower set at recommended height for principal species planted. Seeded and sodded areas shall be well established and mowed at least one time prior to final acceptance. CSX61900 02480-2 LANDSCAPE WORK , RO—8/29/2005 , GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI PART 2-PRODUCTS 2.1 SEED ' A. Seed: Fresh,clean, dry, new-crop seed complying with the Association of Official Seed Analysts' "Rules for Testing Seeds"for purity and germination tolerances. I. The seeding mixture used to seed areas off street right-of-ways that are not maintained shall be as follows: ' Kind of seed Min. Pure Live Seed(%1 Rate(lbs per perel Alin Fescue or Kentucky 31 Fescue(Festuca Eliator Var. ' Arundinces) 75 90 Rye Grass(Lolium Perenne 80 or L. Miltiflorum) 80 50 Total 140 2. The seeding mixture in other areas shall be composed of a mixture of 60%Derby Rye grass, 20% creeping fescue, and 20% Bluegrass. Bluegrass may be either Ram 1, Touchdown, or Glndc. Seed shall be applied at the rate of 300 pounds per acre. 2.2 SOD A. Sod: Certified turfgrass sod complying with ASPA specifications for machine-cut thickness,size, strength, moisture content, and mowed height, and free of weeds and undesirable native grasses. ' Provide viable sod of uniform density,color,and texture of the following tur[grassspecies,strongly rooted, and capable of vigorous growth and development when planted, I. Sod shall be predominately bluegrass. 2. Sod Pad Size: Uniform thicknessof I inch,plus or minus 1/4 inch,measured at time ofcutting and excluding top growth and thatch. Provide in supplier's standard size of uniform length and width with maximum 5 percent allowable deviation in either length or width. Broken or tom ' pads or pads with uneven ends are not acceptable, 3. Sod Strength: Provide sod pads capable of supporting their own weight and retaining size and shape when supplier's standard size pad is suspended verticallyfrom a firm grasp on upper 10 percent or the pad. 2.3 TOPSOIL A. Reuse surface soil stockpiled during site clearing and excavation operation.Supplement with imported topsoil when quantities are insufficient. Obtain topsoil from local sources or from areas having similar soil cimructeristicsto that farad lit the site. These sources shall be naturnllywell-drained sites where topsoil occurs at least 4 inches deep; do not obtain from bogs or marshes. Clean topsoil of roots, plants,sods,stones, clay lumps,and other extraneous materials harmful to plant growth. C5X61900 02480-3 LANDSCAPE WORK ' RO—8/29/2005 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI B. Imported Topsoil if Required: ASTM D 5268, pli range of 5.5 to 7, 4 percent organic material minimum,free of stones inch or larger in any dimension,and other extraneous materials harm fu Ito , plant growth. 2.4 FERTILIZER ' A. Commercial Fertilizer: Commercial-gradecompletefertiIizerof neutral character,consisting offast- and slow-release nitrogen. B. Composition: 12-24-24, 350 pounds per acre. , 2.5 MULCHES A. Straw Mulch: Provide air-dry,clean,mildew-andseed-free,salt hay or threshed straw of wheat,rye, ' oats, or barley. 2.6 EROSION-CONTROL MATERIALS , A. Blankets: Biodegradable wood excelsior,straw,or coconut-fiber mat enclosed in a photodegradable plastic mesh. Include manufacturer's recommended steel wire staples, 6 inches long. ' PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive turf for compliance with requirements and for conditions affecting ' performanceof work of this Section. Do not proceed with installation until unsntisfactoryconditions have been corrected. 3.2 PREPARATION ' A. Protect structures,utilities,sidewalks,pavements,and other facilities,trees,shrubs,and pinmings from ' damage caused by planting operations. B. 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. 3.3 PLANTING SOIL PREPARATION FOR LAWN AND FIELD AREAS A. Limit subgrade preparation to areas that will be planted in the immediate future. 1 B. After shaping, place 4 inches of topsoil on areas. Remove stones larger than 1-1/2 inches in any ' dimension for lawn areas and 4 inches for field areas. Remove sticks, roots, rubbish, and other extraneous matter. C. Mix fertilizers with topsoil at rates indicated. Delay mixing fertilizer if planting does not follow within a few days. Mix thoroughly into tqt 4 incites of topsoil before planting. C5X61900 02480-4 LANDSCAPE WORK RO—8/29/2005 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI D. Grade areas to receive turl'to a smooth,even surface with loose,uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. Remove trash, debris, and other objects that may interfere with planting or maintenance operations, E. Moisten prepared trfareas before planting when soil isdry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. P. Restore prepared areas if eroded or otherwise disturbed after fine grading and before planting. 3.4 SEEDING LAWN AND FIELD AREAS ' A. The area shall be prepared to receive the seed mixture by using a disc spiker or other suitable implement. Seed shall then be spread at the specified rate by drill,by hand seeder,by brillion seeder, ' or by other approved seeders. Seed should be drilled to n depth of omiulif inch. D. Scedingshall not be done during windy weather,or when the ground is frozen,muddy,orolherwise in ' a non-tillable condition. C. Water with fine spray. D. Protect seeded slopes exceeding 1:3 or in areas of concentrated flow against erosion with erosion-control blankets installed and stapled according to manufacturer's recommendations. G Protect seeded areas with slopes less than 1:3 against erosion by spreading straw mulch after completion of seeding operations. Spread uniformly at a minimum rate of 2 tons per acre to form ' continuous blanket 1-1/2 inches loose depth over seeded areas. Spread by hand, blower,or other suitable equipment, hnmedintelyfol lowing spread ing,the mulch shnllbe anchored tothe soil byaV- type-wheel land packer,u scallopeddisk land packer,or other suitable equipment designed to force mulch into the soil surface. 3.5 SODDING A. Lay sod within 24 hours of stripping. Do not lay sod if dormant or if ground is frozen. D. Lay sod to form a solid mass with tightly fittedjoinls. Dull ends and sides of sod; do not stretch or ' overlap. Stagger sod strips or pads tooffsetjointsin adjacent courses. Avoid dmnagetosubgradeor sod during installation. Tamp and roll lightly to ensure contact with subgrade,eliminateair packets, and form a smooth surface. Work sifted soil or line sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. 3. Lay sod perpendicular to slope on grades exceeding 1:6. ' 4. Anchor sod on slopes exceeding 1:3 with wood pegs spaced as recommended by sod grower but not less than 2 anchors per sod strip to prevent slippage. C. saturate sod with rile water spray within 2 hours of planting. During first week,water daily or more frequently as necessary to maintain moist soil to u minimum depth or 4l/2 inches below the sod. ' CSX61900 02480-5 LANDSCAPE WORK ' RO—8/29/2005 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 3.6 RECONDITIONING TURF A. Recondition existing turf areas damaged by Contractor'soperntions,including storage ofmnterialsor 1 equipment and movement of vehicles. Also recondition areas where settlementor washouts occur or where minor regrading is required. ' B. Remove sod and vegetation from diseased or unsatisfactory turfareas;do not bury into soil, Remove topsoil containing foreign materials resulting from Contractor's operations,including oil drippings, fuel spills, stone,gravel, and other construction materials, and replace with new topsoil. C. Where substantial turf remains (but is thin), mow, dethatch,core aerate,and rake. , D. Remove waste and foreign materials, including weeds, soil cores, grass, vegetation,and turf, and legally dispose of it off theOwner's property. ' E. Provide new planting soil as required to fill low spots and meet new finish grades. F. Apply the specified fertilizer at the specified rate. , G. Apply specified seed and protect with straw mulch as required for damaged lawns and field areas. H. Water newly planted areas and keep moist until new grass is established. ' 3.7 SATISFACTORY TURF A. Seeded lawn areas will be satisfactoryprovided requirements,including maintenance,have been met and a healthy,uniform,close stand of grass is established,free of weeds,bare spots exceeding 5 by 5 ' incites, and surface irregularities. Seeded field areas will be satisfactory,provided requirements, including maintenance,have been met and a healthy,uniform,close stand of grass is established,free of weeds and bare spots exceeding 2' x 2'. , B. Sodded lawns will be satisractoryprovided requirements,including maintenance,have been met and healthy,well-rooted,even-colored,viable lawn is established,free of weeds,open joints,bare areas, ' and surface irregularities. C. Replant turf that does not meet requirements and continue maintenance until turf is satisfactory. , 3.8 CLEANUP AND PROTECTION A. Promptly remove soil and debris created by turfing operations from paved areas, Clean wheels of ' vehicles before leaving site to avoid tracking soil onto surface of roads,walks,or other paved areas. B. Erect barricades and warning signs as required to protect newly planted areas from traffic. Maintain ' barricades throughout maintenance period until turf is established. END OF SECTION 02480 CSX61900 02480-6 LANDSCAPE WORK RO—8/2912005 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MO SECTION 02622 -VITRIFIED CLAY PIPE(VCP) FOR MICROTUNNELING PARTI -GENERAL, 1.1 Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections,apply to this Section. 1.2 SUMMARY A. This section includes designing, manufacturing, furnishing, transporting, and installing vitrified clay pipe (VCP) and fittings for sanitary sewers, suitable for installation by jacking during microtunneling operations at locations as identified on the Drawings. ' E. Section Includes: 1. Manufacture of Vitrified Clay Pipe designed specifically for use in pipe jacking ' 2. Delivery,handling, installation,and testing of vitrified clay pipe. C. Related Sections 1. Section 02230—Microtunneling ' D. Unit Prices I. Payment for work under this Section will be in accordance with Section 0300, E. Measurement Procedures I. Measurement for work under this Section will be in accordance with Section 0300. 1.3 REFERENCES ' A. ASTM C1208- Vitrified Clay Pipe and Joints for Use in Jacking, Sliplining,and Tunnels. B. ASTM C301 —Standard Test Methods for Vitrified Clay Pipe ' C. EN295-7 Requirements for Vitrified Clay Pipes and Joints for Pipe Jacking 1.4 QUALITY ASSURANCE A. Jacking pipe shall be manufactured in accordance with pipe manufacturer's documented Quality Assurance and Quality Control standards. 1.5 SUBMITTALS ' A. Product Data 1. Manufacturer's literature for materials used in jacking pipe, joints, gaskets, lubricants, and lttings, including the material composition and fillers. 2. Jacking Pipe Manufacturer's Quality Assurance and Quality Control standards. C5X61900 02622-1 VCP FOR MICROTUNNELING RO—8129/05 I GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MO 3. Manufacturer's written installation instructions, and delivery, storage, and handling requirements. , B. Shop Drawings I. Drawings showing the jacking pipe cross section and dimensions and jacking pipe joint , details, including manufacturer's allowable tolerances on joint dimensions. 2. Fittings and special pieces, including details of closure couplings and saddles. 3. Bentonite lubrication injection port details, including closure details. , 4. Off-site pipe storage area location plan. C. Quality Assurance/Control Submittals I. Design Data , a) Manufacturer's design analysis stamped by a Professional Engineer including list of parameters, formulas, and all other technical data used in the design of the jacking pipe. Calculations submitted shall include pipe stiffness, initial and long- ' term (50 years) vertical pipe deflection, ring bending strain, hydrostatic collapse resistance, constrained buckling strength, maximum allowable jacking force, and maximum allowable grout pressure. ' b) Calculations stamped by a Professional Engineer documenting that jacking pipe, joints, and fittings will be capable orhandling jacking loads required forjacking. 2. Test Reports ' a) Crushing test. b) Record of retests and rejections. c) Pipe-end bursting site test 3. Certificates a) Submit Certificate of Design for the pipe proposed prepared by a Professional Engineer. Certificate of Design as indicated in Appendix A. ' b) Certificate ofcorrosion resistance. c) Certificate of guaranteed delivery date. d) Manufacturer's qualifications statement. 1.6 DELIVERY, STORAGE AND HANDLING ' A. Acceptance at Site ' I. The quality ol'all materials, the process of manufacture and the finished sections shall be subject to inspection and approval by City ol'Jefferson. Such inspection may be made at the place of manufacture, or on the site after delivery, or at both places, and the pipes ' shall be subject to rejection al any time on account of failure to meet the Specification requirements; even though sample sections may have been previously accepted. Sections rejected after delivery to the job shall be marked for identification and shall be removed ' from the job at once. All sections, which have been damaged after delivery will be rejected, and if already installed, shall be acceptably repaired, if' pemnitted by City of Jefferson, or removed and replaced,at no additional cost to City of Jefferson. ' 2. At the time of inspection, the sections will be carefully examined for compliance with ASTM designation specified and these Specifications, and with the approved manufacturer's drawings. All sections shall be inspected for general appearance, dimension, blisters, cracks, roughness, soundness, etc. 'fhc surface shall be dense and close-textured.CSXG1900 02622-2 VCl' FOR MICROTUNNGLING RO—8/29/05 1 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, NIO 3. Imperfections may be repaired, subject to the approval of City or Jefferson, after ' demonstration by the manufacturer that strong and permanent repairs will result. Repairs shall be carefully inspected before final acceptance. B, Storage and Protection I. Care shall be exercise in handling, transporting, and placing pipe to prevent damage to the pipe. No interior hooks or slings shall be used in lifting pipe. All handling operations ' shall be done with an exterior sling or with it suitable forklift. 2. Temporary construction work zones are indicated on the Contract Drawings, Contractor shall obtain additional off site storage area as necessary to store jacking pipe prior to jacking operations. 3. Off-site storage areas will be reviewed by City of Jefferson for compliance with jacking pipe manufacturer's written recommendations for delivery, handling, and storage. 4. Pipes shall be stored in an approved, orderly manner so that there will be a minimum of ' re-handling from the storage area to the final position in the trench or jacking shaft and so that there is it minimum of obstruction and inconvenience to any kind of traffic. Pipes shall be stacked safely at all times and in rows not greater than two pipes high, or less if ' recommended by the manufacturer 5. Delivery, handling and storage shall be done in accordance with the manufacturer's instructions. Jacking pipe shall not be dumped from trucks and shall be stored on level ' ground, free of stones or debris. 6. Deliveries shall be scheduled so that die progress of the work is at no time delayed and also so that large quantities of pipe are not stored for excessive lengths of time fn crowded locations or in locations where large storage areas might be considered objectionable. Storage of pipe will be restricted to approved or permitted areas. 7. Each pipe segment shall be marked on both ends to identify the manufacturer, factory location, date of mnnufucturc, shill, lot number, and nominal diameter. A production lot ' shall consist of all pipes having the same lot marking. A lot shaft not exceed a tofu(of 50 pipes. 8. Prior to installation, damaged pipe shall be rejected, ' 9. Pipe gaskets shall be stored prior to use fn conditions, which do not cause degradation of the material or adversely affect the long term or construction performance of the jointed pipe. PART 2 -MATERIALS ' 2.1 MANUFAC'T'URERS A. VITRIFIED CLAY PIPE(VCP)FOR MICROTUNNELING ' 1, Manufacturer of jacking pipe shall have a minimum of live (5) years demonstrated experience, all in the last 5 years, in the manufacture of pipe that conform to the requirements of this Section. ' 2, An experience record consisting of u minimum of three (3) previous projects all completed within the last 5 years where 24-inch diameter pipe or larger was installed using jacking pushing lengths of 500-feet or greater. 3, See Section 01600 regarding a bond or cash deposit in lieu of the experience requirement. 4. Acceptable Manufacturer: a) Can-Clay,Cannelton, Indiana or, San Antonia,Texas Pipe b) Mission Clay Pipe C5X61900 02622-3 VCP FOR MICROTUNNELING ' RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MO c) Or equal 2.2 MATERIALS ' A. General , L For geoteehnical information for the purpose of calculating anticipated jacking loads, the Contractor is referred to the report "Geotechnical Investigation Report for the Green Meadow Pump Station" prepared for this project. ' 2. All VCP and VCP fittings shall be extra strength; of the best quality; vitrified; homogenous in stricture; thoroughly burned through their entire thickness; impervious to moisture; sound; and free from cracks, cheeks, blister, broken extremities, or other ' imperfections. Pipe shall be of the flush jointed, stainless steel sleeved, type pipe unless otherwise specified. Pipe ends shall be square with the longitudinal axis, and concentric with the barrel of the pipe. ' 3. All VCP shall be manufactured in accordance with ASTM C1208 and EN295-7. 4. Clearly mark all pipe or fillings with the name of the manufacturer or with if trademark, location of manufacturing plant, and with the nominal size and strength of the pipe as ' shown on the Drawings find as herein specified, including the ASTM C1208 designation. 5. Vitrified clay pipe for microtunncling design shall conform to EN 295-7-Pipe Engineering, "Requirements for Vitrified Clay Pipes and Joints for Pipe Jacking" and ASTM C128. The following factors shall be used as the design basis. ' 6. Maximum depth of soil cover 30 feet. 7. Unit weight of soil 130 pounds per cubic foot. 8. Modulus of soil reaction 3,000 psi. 9. AASI ITO 1i-20 live load. 10. Water table at top of ground elevation or 100-year flood elevation indicated on life Contract Drawings, whichever is higher. ' 11. Bedding factor for three edge bearing strength 3.0. 12. Minimum factor of safety for three edge bearing strength 1.5. 13. The minimum wall thickness ofjacking pipe shall be as needed to support the anticipated ' jacking forces with safety thetor. 14. Before being used in any work under these Specifications, subject pipe to and ensure that it meets the requirements of the following hydrostatic pressure test and loading test;these ' tests shall be witnessed by u reputable testing laboratory. Deliver pipe selected for testing to the place and at the time designated by the testing laboratory. Furnish, transport, and handle the pipe for testing and conducting the tests at no additional cost to City of Jefferson. , a) In lieu of witnessing by a testing laboratory, furnish if certified statement from the pipe manufacturer stating thfit all prescribed tests have been made find the pipe to be used on the Project lifts met all requirements specified. ' b) The testing laboratory shall select, at random, for testing as herein specified, no less that I%of are number ol'pipe sections in each size of pipe furnished. c) The specimens selected for testing shall be sound pipe having dimensions 1 consistent with these specifications. The lot or lots from which the tests samples fire taken shall be sufficient to fill the entire order for that size of pipe used in the work under life Contract find, it' they pass the tests, shall be so designated and marked. d) All pipes shall be subject to inspection by City of Jefferson, at the liactory,jacking shaft, or point of delivery. The purpose of the inspection shall be to inspect find ' C5X61900 02622-4 VCP FOR MICROTUNNUING RD—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MO reject any pipe that, independent or the physical tests herein specified, fails to conform to the requirements specified or that may have been damaged during transportation or in subsequent handling, c) In lieu or the standard ASTM absorption test, the ASTM C301 hydrostatic pressure ' test shall be substituted. The hydrostatic pressure test shall precede the loading test by not less than one hour or more than three hours and shall be applied to all the specimens received for test in each size ofpipe. ' 1) The loading test shall be the 3-edge bearing test. The loading tests shall conform to the applicable provisions of ASTM C301 and shall be applied to all specimens selected f'or testing, except that loading to test ultimate strength will not be required. ' g) If all of the minimum designated percentage or number of the specimens tested meet the requirements of the test, then all of the pipe in the lot, shipment, or delivery corresponding to the sizes and classes so tested shall be considered as complying with the test. 11, however, 10% or more orthc specimens tested fail to meet the requirements of the test or if more that one specimen fails to meet the requirements orthe test when the number to be tested is less than ten, then a second ' selection of pipe shall be made for that test. h) The number or specimens to be tested in the second selection of pipe shall be five for each specimen of the first selection that railed to meet the requirements. ' i) If 90% or more of the specimens tested, including those first tested, meet the requirements of the test, all the pipe in the lot, shipment, or delivery corresponding to the sizes and classes so tested shall be considered as complying with that test, otherwise all pipe of these sizes and classes shall be rejected. j) Provide proof that the jacking pipe, joints, and fittings are corrosion resistant in accordance with ASTM D3681 and for continuous service in sewerage environments with IN sulfuric acid at an average wastewater temperature of 80 degrees F and for intermittent exposure (considered a frequency of 1 '/2 hours two times a week)to sewage with pi 111. k) Causes for Rejection: The following imperfections in a pipe or special fitting shall ' be considered injurious and cause for rejection without consideration of the test results specified above: 1) A single crack in the barrel of the pipe. ' 2) A surface imperfection, such as lumps, blisters, pits or flukes,on the interior surface or pipe or fitting. 3) When the bore of the pipe varies from a true circle more than 2%of its nominal diameter. ' 4) If it is designated to be straight and it deviates from a straight line more than 0.04-inch per lineal foot. The deviation shall be measured from a straight edge at a point midway between the ends of the pipe. 5) A joint of pipe with a piece broken front either end. 1 6) Pipe joints that have tramp clays, grog or other foreign matter flushed permanently to the exterior or interior surface of the pipe or fittings. ' D. Joints 1. All VCP fittings shall be furnished with flush joints provided with a compression ring, scaling element and sleeve, meeting all requirements of ASTM C1208. The compression ring shall be capable ordistribuling lhejacking forces that develop during installation and shall be it resilient material free from density irregularity. Thejoint sleeve shall be of 316 ' C5X61900 02622-5 VCP FOR MICROTUNNELING ' RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY Of JEFFERSON, MO stainless steel, unless otherwise specified. Sealing components shall conform to the requirements of Tables 7 and 8 ofASTM C1208. , a) Where pipe from different manufacturers is to be jointed together, use an adapter pipe with the proper matching joint on each end for the respective manufacturer. Hot poured joints or concrete encasement of plain end joints shall not be permitted. , C. Pipe Characteristics 1. Minimum Compressive Strength = 10,875 psi ' 2. Diameters; a) The pipe that is indicated on the Contract Drawings as "24-inches" shall have an outside diameter of 29.96-inches and an inside diameter of 23.9435.04-inches. , b) The pipe that is indicated on the Contract Drawings as "36-inches" shall have an outside diameter of 42.48-inches and an inside diameter of 35.0447.44-inches. c) All measurements have a tolerance of X0.1 % . 3. Roundness-The pipe shall be round within 0.1 %of the outside diameter. , 4. End Squareness- Pipe ends shall be perpendicular(square)to the pipe axis f 1 / 16 inch. S. Straightness - Pipes shall not deviate from straight by more than 0.00625 inches per linear foot. ' D. Benlonite Lubrication Ports 1. The jacking pipe shall be supplied with factory installed bentonite lubrication port ' connections of diameter, quantity and orientation compatible will) the microtunncling contractor's lubrication operation. The lubrication ports shall be fitted with countersunk threaded steel plugs to prevent infiltration of displaced earth during the jacking process. As a minimum, each pipe supplied with lubrication ports shall be supplied with three (3) 2-inch diameter lubrication ports spaced at 120 degrees on center, 2. There shall be a sufficient number of pipes with lubrication parts to space the lubrication ' along the pipe string to meet the microlunnel contractor's lubrication operations. The number of pipes with lubrication is to be determined by the microlunnel contractor. Failure of a pipe or microlunnel jacking operation due to insufficient lubrication shall not constitute additional compensation to the Contractor by the Authority. ' PART 3 - .EXECUTION 3.1 INSTALLATION ' A. Alignment ' I, Install pipe to lines and grades indicated on the Drawings and in accordance with Section 02400. 2. Ensure that pipelines or runs intended to be straight are straight. ' 3. Use laser beam equipment or surveying instruments to maintain alignment and grade. B. Installation , 1. Jacking operations shall be performed in accordance with Section 02400. 2. Immediately prior to installation, each section of pipe shall be end-burst tested using an internal restrained pressurized bladder. 'file test procedure and pressure shall be as approved by the pipe manufacturer 200 psi held for one minute. 3. Each jacking pipe section shall be jacked forward as the excavation progresses will) the machine in such )) way as to provide complete and adequate ground support at all times. C5X61900 02622-6 VCP FOR MICROTUNNELING RO—8129/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MO Bentonite or other lubricant shall be applied to the external surface of the pipe to help ' reduce skin friction. 4. Each jacking pipe section shall be jacked forward as the microtunneling machine advances in such a way that the joints maintain their integrity and the continuity of the ' jacking pipe train is maintained. 5. After completion the jacking operation between jacking and receiving shafts, the annular space between the soil and the pipe shall be grouted. The lubricant material shall be displaced from between the jacking pipe exterior and surrounding ground with grout. The ' pressure and amount or grout shall be controlled to avoid pipe damage and displacement of the pipe and soil. Grouting shall be accomplished promptly after pipe installation has been completed to prevent any surface settlement due to movement of soil material into the void space or loosened zone around the pipe. C. Post Installation ' I. Any pipe, which lias been damaged during installation, shall be pushed or pulled out and replaced, or repaired in-place using glass fiber fabrics and suitable thermoset resins. The cost of replacement, repairing or installation of a new pipe shall be at no additional cost to City ofJerferson. 3.2 FIELD QUALITY CONTROL A. Tests 1. Pressure test pipelines as specified in Section 02700, END OF SECTION 02622 1 r ' C5X61900 02622-7 VCP I-Olt MICROTUNNELING RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MO SECTION 02700-SEWERAGE AND DRAINAGE ' PARTI -GENERAL ' 1.1 RELATED DOCUMENTS t A. Drawings and general provisions of the Contract, including the General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY ' A. This Section includes sewerage and drainage systems. Systems include the following: 1. Gravity sewer. 2. Manholes. ' B. Related Sections: The following Sections contain requirements drat relate to this Section. 1. Section 02140- Dewatering 2. Section 02160-Excavation Support Systems 3. Section 02220-Utility Trench Excavation and Backfill 1.3 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. B. Product data for the following: ' 1. Gravity sewer system, including piping, fittings, manholes, drop manholes, and lateral stubs. C. Shop drawings for precast concrete manholes and other structures. Include frames, covers, grates,sealants,connectors,waterproofing,steps, grout,and other materials required. D. Shop drawings for cast-in-place concrete structures. Include frames, covers, grates, sealants, connectors, waterproofing, steps,grout,and other materials required. E. Reports and calculations for design mixes for each class of cast-in-place concrete. F. Inspection and lest reports specified in the "Field Quality Control' Article. G. Mill analysis: Submit mill analysis for fly ash and cement. N. Certified copies of independent laboratory test results from the pipe supplier performed in accordance with the appropriate ASTM standards. 1. Certificate from the pipe manufacturer indicating that the pipe meets all applicable requirements of these specifications. C5X61900 02700-1 SEWERAGE AND DRAINAGE RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MO J. Other protective coatings: Product data,application methods. 1.4 QUALITY ASSURANCE A. Environmental Agency Compliance: Comply with regulations pertaining to sanitary sewerage ' systems. All sanitary sewer improvements shall comply with the Missouri Department of Natural Resources regulations. ' B. Utility Compliance: Comply with regulations pertaining to sanitary sewerage systems. Include standards of water and other utilities where appropriate. ' C. Each PVC pipe length shall be marked with the manufacturer's name, nominal pipe size, cell classification, ASTM designation, and pipe stiffness. This information shall be included in aforementioned submitted pipe data. ' D. All pipes shall be factory air tested with gasket in place and marked accordingly. 1.5 DELIVERY, STORAGE, AND 14ANDLING ' A. Do not store plastic pipe or fittings in direct sunlight. , B. Protect pipe, pipefittings, and seals from dirt and damage. C. Handle precast concrete manholes and other structures according to manufacturer's rigging instructions. 1.6 PROJECT CONDITIONS ' A. Site Information: Perform site survey, research public utility records, and verify existing utility ' locations. I. The Contractor shall notify lire proper utility companies at least 48 (tours before , construction is started adjacent to such utilities. 2. The Contractor shall excavate, locate, and verify existing utilities in advance of his operations where deemed necessary. B. Locate existing structures and piping to be closed and abandoned. ' C. Existing Utilities: Do not interrupt existing utilities serving facilities occupied by the Owner or ' others except when permitted under the following conditions and then only after arranging to provide acceptable temporary utility services. I. Notify Engineer not less than 48 hours in advance of proposed utility interruptions. ' 2. Do not proceed with utility interruptions without receiving Engineer's written permission. 1.7 SEQUENCING AND SCHEDULING A. Coordinate sanitary sewerage system connections to Owner's sunilary sewer. C5X61900 02700-2 SEWERAGE AND DRAINAGE RO—8/29/05 ' GREEN MEADOW PUMP STA'rION CITY OF JEFFERSON, MO PART 2 -PRODUCTS 2.1 MANUFACTURERS ' A. Manufacturers: Subject to compliance with requirements, provide products by one of the following or an approved equal: I. Sewerage Systems: ' a. Can-Tex Industries b. Capco Pipe Company, Inc. C. Certainteed, Inc. d. Diamond Plastics, Inc. C. Fcrnco f. Uponor ETI Co. g. American Cast Iron Pipe Co. h. U.S. Pipe Co. L Mission Clay Products ' j. PSI Thunderline 2.2 PIPE AND FITTINGS ' All piping arriving at the job site shall have factory-applied identification marking as derined in the applicable product standard. Installation of piping shall be in accordance with requirements found elsewhere in this specification, the product standards where listed below, and manufac- turces written requirements. Applicable standards for field-testing arc given for each type of pipe. Fittings shall be as recommended by the piping manufacturer, with identification mark- , ings on each fitting. Fitting of the insert type or saddle type may be used only with written ap- proval from the Engineer. ' A. Polyvinyl Chloride (PVC) Gravity Pipe (Diameters less than 21"): ASTM D3034, Type PSM or ASTM F679 with minimum SDR of 35. PVC shall be certified by the compounder as meeting the requirements of ASTM D1784,cell class 12454C. The pipe shall have a minimum pipe stiffness of 46 psi (317 kPa). I. Joints: Pipe shall be bell and spigot type. Finished joints sliall conform to the requirements of ASTM D3212. ' 2. Gaskets: Gaskets shall be in accordance with the requirements of ASTM F477. 3. Installation: Installation shall be in accordance with ASTM D2321. E. Polyvinyl Chloride(PVC)Gravity Pipe(Diameters greater than or equal to 21"): ASTM F1803 with minimum 0.9-inch wall thickness. PVC shall be certified by the compounder as meeting the requirements of ASTM Of 784, cell class 12364A for ASTM F1803 pipe. The pipe shall ' have a minimum pipe stiffness of 46 pounds per square inch(317 kPa). 1. Joints: Pipe joints shall be bell and spigot type, Finished joints shall conform to tlue requirements of ASTM D3212. 2, Gaskets: Gaskets shall be in accordance with the requirements of ASTM 17477. 3. Installation: Installation shall be in accordance with ASTM D2321, C5X61900 02700-3 SEWERAGE AND DRAINAGE RO—8129/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MO C. Casing Pipc for Jack and Bare 1. Casing Pipe in all locations unless otherwise indicated on the Contract Drawings shall be , steel pipe in accordance with ASTM-A139 as follows: Casing Pipe Minimum , Nominal Diameter Wall Thickness Inches inches 24 0.281 , 26 0.281 28 0.312 30 0.312 ' 32 0.312 34 0.312 36 0.344 ' 2. The inside diameter of the casing shall be four(4) inches (minimum)larger than the bell or coupling of the pipe encased or as indicated on the Contract Drawings. 3. Field-welded steel joints shall be in accordance with AWWA C-206. 4. The interior, exterior, and field-welded joints shall be coated with Tncmec Series 4614- 413 Iii-Build Tneme-Tar coal-tar epoxy or approved equal, a. Shop surface preparation shall meet the minimum requirements of SSPC-SP6. ' b. Field surface preparation shall meet the minimum requirements of SSPC-SP 11. C. Coating shall be shop applied with the exception of 8" on either side of field- welded joints, which will be field applied after welding and surface preparation is complete. d. Required dry film thickness: 14-20 mils D. Casing Spacers ' 1. 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, each , spacer shall be a two-piece shell made from stainless steel of u minimum 14-gauge thickness. 2. The shell shall be lined with a ribbed PVC extrusion with u retaining section that overlaps the edges of the shell and prevents slippage. ' 3. Bearing surfaces (runners) shall be ultra high molecular weight polymer f'or abrasion resistance and a lots coefficient of friction. The runners shall be attached to support structures(risers)at appropriate positions to properly support the carrier within the casing ' and to case installations. The runners shall be attached mechanically by punched riser section and bolt heads welded for strength. Riser shall be made of stainless steel of a minimum 10-gauge. All risers over 6" in height shall be reinforced and welded to tine ' shell. Standard positioning within the casing will require the height of the risers and runners combined shall be sufficient to provide not less than three fourths inch between the casing pipe and the outside diameter of the bell ' 4. Casing spacers shall be centered and restrained. Centered positioning within the casing will require the risers and runners to be dimensioned to center the carrier pipe in tine casing with a top clearance of one half-inch minimum. 5. All welds and metal surfaces shall be chemically passivated. C5X61900 02700-4 SEWERAGE AND DRAINAGE RO—8/29/05 ' GREEN MEADOW PUMP STA'T'ION CITY OF JEFFERSON, MO 6. Stainless steel casing spacers shall be Model CCS-1530/C26-R as manufactured by ' Cascade Waterworks Mfg. Co, of Yorkville, IL, Model SSG-2-GR as manufactured by PSI, Inc.of Houston,TX or prior approved equal. 7. To avoid the transfer of earth and live loads to the carrier pipe, the space bcbveen the carrier mid casing pipes should not be filled completely. 8. Wooden skids shall not be acceptable. E. Casing End Scals: 1. 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. F, Anchorages: 1. Clamps, Straps,and Washers: ASTM A506,steel. 2. Rods: ASTM A276,Type 304 stainless steel. 3. Bolts: ASTM A307, steel. 4. Cast-Iron Washers: ASTM A 126, gray iron. 2.3 MANHOLES A. Precast Concrete Manholes: ASTM C 478, precast, reinforced concrete, of depth indicated, with provision for rubber gasket joints or bituminous mastic sealant. I. Base Section: Refer to minimum thickness for floor slab and minimum thickness for walls and base riser section, with separate base slab or base section and integral Boor protruding beyond the outside face of the riser section as shown on standard detail. 2. Riser Sections: Refer to standard detail drawings for minimum thickness, diameter, and ' lengths. 3. Top Section: Eccentric cone type, unless concentric cone or Bat-slab-top type is approved, Top of cone of size that matches grade rings. ' 4. Gaskets: Refer to standard detail drawing. 5. Grade Rings: The combination of reinforced-concrete grade rings and the frame shall not exceed total thickness as shown on standard detail drawing, and shall match the standard ' frame and cover as shown on the standard detail drawing. 6. Steps: ASTM C 478, manhole step as manufactured by M.A. Industries, Inc.or approved equal as shown on standard detail. Cast insert for steps or drill hole into sidewalls at 16-inch intervals located 90 degrees from the direction of flow of the manhole in a ' location that is not over or opposite a major pipe. 7. Pipe Connectors: ASTM C 923, resilient, of size required, for each pipe connecting to base section, Pipe connectors shall be as specified on the standard detail drawing. B. Cast-in-Place Concrete Manholes: Construct of reinforced-concrete bottom, walls, and top, designed according to ASTM C 857 for loading. Include depth, shape, dimensions, and appurtenances indicated. I. The base shall have a minimum diameter greater than the outside diameter of the manhole as shown on the standard precast manhole detail. 2 Steps: ASTM C 478, manhole step as manufactured by M.A. Industries, Inc.or approved equal as shown on standard detail. Cast insert for steps or drill hole into sidcwalls at 16-inch intervals located 90 degrees from the direction of flow of the manhole in a location that is not over or opposite it major pipe. C5X61900 02700-5 SEWERAGE AND DRAINAGE RO—8/29/05 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MO 3. Pipe Connectors: AS'rM C923, resilient, of size required, for each pipe connecting to manhole. , C. Precast Concrete Drop Manholes: Specifications ror manhoJs shall be the sane as Section 2.3A above and as shown on the Contract Drawings. Drop pipe and accessories shall meet the ' following specifications: I. Drop pipe shall be 8-in PVC pipe with solvent welded elbow ut bottom. Pipe shall be installed below flow line of incoming pipe. ' 2. Drop pipe shall be attached to interior face of manhole by a minimum of three "Flarcd- Leg 13mck-it"(D021 or Equal) attached with 3/8" x 3"stainless steel bolt with approved anchor. A '/." stainless steel band shall be wrapped around pipe and attached to bracket. ' A minimum of three band and bracket assemblies shall be used or maximum three (3) R spacing between brackets. 3. Pipe connector for incoming pipe shall be A-LOC (A-LOC Products, Inc.) or approved equal. ' D. Manhole Frames and Covers: ASTM A 48, Grade 60-40-18, heavy-duty ductile iron, Include 22-inch minimum inside diameter and 6-inch minimum width flange, and 23-1/4 inch diameter cover. The frame and cover unit shall not weigh less than 300 lbs. Manufacturer shall be Neenah or approved equal. The cover shall be checkered or knobbed with lettering, equivalent to the following, and cast into cover as shown on the detail drawings: , I. Sanitary Sewerage Piping Systems: CITY OF JEFFERSON, SEWER. E. Manhole External Joint Seals: An external joint seal shall be installed on each section joint of the manholes in accordance with the manufacturer's instructions. The external joint seal shall meet the requirements of ASTM C-877, type 11. External joint seals shall be CretcxWrap External Manhole Joint Seals or approved equal conforming to the following requirements. ' External joint seals shall consist of a collar 9" to 18" wide with an outer layer of polyethylene, with a minimum tensile strength of 4000 psi and a minimum tear resistance of 1500 psi, and an under layer of rubberized mastic that is reinforced with a woven polypropylene rubric. Two , 518"steel straps shall be located within the collar'/., inches from each edge. The straps shall be confined in tubes that isolate them from the mastic and allow them to slip freely when me- chanically tightened and locked around the manhole joint. The collar shall be furnished with a ' minimum of G'overlap and a closing flap to cover any remaining exposed strap. 2.4 CONCRETE , A. General: Cast-in-place concrete according to ACI 318,AU 350R: , 1. Cement: ASTM C 150,Type 11, 2. Fine Aggregate: ASTM C 33, sand. 3. Coarse Aggregate: ASTM C 33, crushed gravel. 4. Water: Potable. , 5. Reinforcement Fabric: ASTM A 185, steel, welded wire fabric,plain 6. Reinforcement Ears: ASTM A 615,Grade 60, defon ned steel 7. Design Mix: Pe = 4000 psi, course aggregate size No, 57, 1" maximum, air entrainment 3.0 to 6.0 percent by volume, slump 4", water/cement ratio not to exceed 0.45 C5X61900 02700.6 SEWERAGE AND DRAINAGE RO—8129/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MO B. Structure Channels and Bcnchcs: Factory or field formed from concrete. Portland-cement design Mix RI,4000-psi minimum, with O.45 maximum venter-cement ratio. 1. Include channels and benches in sanitary sewerage and storm drainage manholes. a. Manhole Channels: Concrete invert, formed to some width as connected piping, ' with height of the vertical sides to 3/4 of the pipe diameter. Form curved channels with smooth,maximum practical uniform radius and slope. 1) Invert Slope: 2 inches through manhole. b. Manhole Bcnchcs: Concrete, sloped to drain into channel. ' 1) Slope: I inch per foot(1:12) 2.5 SPECIAL PIPE COUPLINGS AND FITTINGS A. Sleeve-Type Pipe Couplings: Rubber or clustomeric sleeve and band assembly fabricated to match outside diameters of pipes to be joined, for non-pressure joints, used only with prior approval of the Engineer. 1. Sleeves for Concrete Pipe: ASTM C 443,ribber. 2. Sleeves for Plastic Pipe: ASTM F477,clastomeric seal. 3. Bands: Stainless steel,tit least one at each pipe insert. B. Gasket-Type Pipe Couplings: Rubber or clustomeric compression gasket, made to match outside diameter of smaller pipe and inside diameter or hub of adjoining larger pipe, for nonpressure joints. I. Gaskets for Concrete Pipe: ASTM C 443, rubber. 2. Gaskets for Plastic Pipe: ASTM F477,clastomeric seal. C. Internal, Expansion-Type Pipe Couplings: Stainless-steel expansion band with ethylene- , propylene-diene-monomer (EPDNI), rubber-compound sealing sleeve, made to match inside diameter of pipes for nonpressure joints. Use nitrile rubber-compound sealing sleeve for fluids containing oil or gasoline. D. Reinforced Compression Couplings: When dissimilar materials are to be joined use remco or approved equal that are resistant to the corrosive action of soils and sewage and that will ' provide a permanent watertight joint. Use couplings (lint are compatible with and fit both system's materials and dimensions. Each coupling shall bear the manufacturer's identifying mark and an indication of its size. ' 2.6 PROTECTIVE COATINGS ' A. General: Include factory- or field-applied protective coatings to structures and appurtenances according to the following: B. Precast Concrete Coating — Exterior Surface: 2-coat, asphalt waterproofing conforming to ASTM D449, Type C, 15-mil minimum thickness, except where otherwise indicated. Apply coating on all manholes. C. Precast Concrete Coating— Interior Surface: Surface preparation shall be such that all surfaces are clean, dry, and free of all foreign contain inants, Remove form fins and ridges greater than 1/8 inch. Fill air pockets or lugholes greater than 'h inch diameter with a filler that is CSX61900 02700-7 SEWERAGE AND DRAINAGE RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON,MO compatible with coal tar epoxy coaling. Supply written confinnntion of this compatibility. For barrier coat, apply one coat of Tnctnec Series 66 Epoxolinc, thinned to 25-30 percent solids, at , 2.0—3.0 mils DFT, or approved equal. For finish coat, apply one coat of Tnctncc Series 4611- 413 Tnemee-Tar at 16.0-20.0 mils DFT, or approved equal. 2.7 FLY ASI4 SLURRY or SAND , A. General: It is the intent of these specifications to produce Plowable, cemenlifious slurry by ' blending Class "C" fly ash and water. The slurry should be of consistency that is both Flowable and self-leveling. It should also be such consistency that it can fill irregular shaped areas ' through gravity placement. B. Materials: 1. Fly Ash - Fly ash shall meet ASTM Specifications C-618. Section 3.2, when sampled ' and tested in accordance with Sections 4, 6, and 8, unless otherwise shown in the plans. Fly ash shall be of the Class "C" designation containing a minimum of 25% CnO (hydrated lime). Fly ash shall be obtained from it source approved by the Engineer. Fly ash test certification shall be provided to the Engineer. 2. Water - The water to be used in the slurry shall be clean, clear, and free of sewage, vegetable matter, oil, acid and alkali. Water known as potable may be used without , testing. All other sources shall be tested in accordance with A.A.S.H.T.O. T-26 and approved by the Engineer. C. Equipment: I. The equipment used by the contractor shall be capable of properly blending the materials into a homogeneous mixture, suitable for the intended use and complying with all specifications included herein. ' 2. Equipment shall be capable of continuous mixing. Elapsed time, from the time materials are introduced into the mixing unit, until they are gravity fed from the mixer, shall not exceed (1)minute. 3. Equipment that requires the use of chemical retarders or other additives is not acceptable without written permission of the Engineer. All equipment shrill be approved by the Engineer prior to starting work. , D. Fly Ash Storage and Delivery: I. Fly ash shall be stored and handled in closed, waterproof containers until being ' introduced into (Ire mixing equipment. 2. If fly ash is furnished in trucks, each truck shall have the weight of fly ash certified on public scales. ' 3. Reclaimed fly ash or fly ash that has been exposed to moisture will be rejected. E. Construction Methods: Bulkheads should be built at both ends of the structure intended for abandonment or casing pipe. Placement of the slurry should start at n point nearest the , downstream bulkhead; placement should be through a munhole or inlet. A vent hole should be used to allow for air to escape. Placement shall continue until material is expelled through the vent hole and slurry backs ups through the manhole or inlet. Once this happens, the equipment is moved upstream to the nearest manhole or inlet, and the procedure is repealed until the structure is completely filled. C5X61900 02700-8 SEWERAGE AND DRAINAGE ' RO—8/29/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MO F. Samplingand'resting: ' 1. Samples shall be taken at the rate ofone(1)per 8-hour shill, unless otherwise directed by the Engineer. Cylinders shall be cast and field cured at the work site for a minimum of six (6) hours before being taken to the lab. Compressive strength shall be a minimum ' 100-psi at 28 days. 2. Prior to starting the work and no later than 48 hours before placement, the Contractor shall submit to the Engineer in writing both a method statement and mix design. 3. If required by the Engineer, the flowability shall be checked by the use of file U.S. Army Corps of Engineers "flow cone test method." Maximum efflux time is 10-16 seconds. This is an optional requirement. The Contractor shall hire a reputable testing tab acceptable to the Engineer to perforn the above-mentioned tests PART 3 -EXECUTION 3.1 GENERAL ' A. General Locations and Arrangements: Install piping at the locations indicated on the Drawings. When connecting to existing sewer lines, the Contractor shall verify the invert elevation of the existing sewer prior to constructing the new sewer to that location. iB. Tile Contractor shall encase sanitary sewer pipe in concrete when earth cover material is less than three(3) feet or the pipe crosses a stream or river. C. Pipe that is to be bedded in a concrete cradle or encased in concrete shall be placed in proper position on temporary supports of preshaped wood blocks or bricks with wood wedges. If ' necessary, anchor or weight the pipe to prevent flotation when the concrete is placed. Place concrete for cradles, arches, or encasement uniformly on cacti side of the pipe. The concrete shall be deposited within 5 feet of its point of placement. Concrete placed beneath the pipe I shall be sufficiently workable so that the entire space beneath the pipe can be filled without excessive vibration. D. System Piping Joints: Make joints using system manufacturer's couplings, except where ' otherwise specified. E. Use special pipe couplings where indicated and where required to join piping and no other appropriate method is specified. Do not use instead of specified joining methods. F. Use the following pipe couplings for non-pressure applications: 1. Straight-pattern, sleeve type to join piping, of same size, with small difference in outside difference in outside diameters. 2. Increaser/reducer-pattern,sleeve type to join piping of different sizes. I 3. Gasket type to join piping of different sizes where annular space between smaller piping's outside diameter and larger piping's inside diameter permits installation. 4. Internal-expansion type to join piping with same inside diameter. G. When dissimilar pipe materials are joined, use reinforced compression couplings as manufactured by Fernco or approved equal. When PVC pipes are joined, appropriate fittings shall be used to provide a tight connection and continuity of pipe invert. C5X61900 02700-9 SEWERAGE AND DRAINAGE RO—8129105 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MO 1-I. All necessary cutting of the pipe shall be done in a nent, workmanlike manner with the least amount of waste. The cut end shall be beveled before jointing. ' I. Building connection laterals shall be field located by the Contractor. The Contractor shall install lateral piping pitched down in direction of Ilow, at a minimum slope of 2 percent (1:50) ' and 36-inch minimum cover,except where otherwise indicated. 3.2 INSTALLATION , A. The Contractor shall lay no pipe except in the presence of an inspector representing the Owner ' or Engineer. B. Wherever necessary to provide a satisfactory bearing surface, the Contractor shall place concrete cradles as shown on the drawings or as directed by the Engineer. ' C. The Contractor shall tightly stretch a mason's line or wire above ground level, parallel to and directly above the axis of the pipe to be installed. This line is to be supported at intervals not ' exceeding 50' on sewers being laid on a grade of 2% or more and not exceeding 25' on sewers being laid on a grade of less than 2%. The Contractor shall determine the exact line and grade for each section of pipe by measuring down this line to the invert of the pipe in place. The Contractor shall accurately match each existing pipeline and grade. D. Lasers may be used tiller file type and procedures are approved by the Engineer. When lasers are used, the Contractor shall set reference points for both line and grade tit each manhole. Where grades are 0.6% or less, the Contractor shall check the elevation of the beam each 100' with an offset point or engineer's level. E. The Contractor shall not allow water to run or stand in the trench while pipe laying is in progress or before the trench has been backfalled. F. If trench bottoms are found to be unsuitable for foundations after pipe laying operations have ' started, the Contractor shall correct and bring them to exact line and grade as required by Section 02221 —Utility Trench Excavation and Backftll. , G. The Contractor shall carefully inspect each piece of pipe and special fitting before it is placed, and lay no defective pipe in the trench. Pipe laying shall proceed upgrade, starting at the lower , end of the grade and with the bells upgrade. When pipe laying is not in progress,the Contractor shall keep the ends of the pipe tightly closed with u temporary plug approved by the Engineer. 11. Bell holes shall be large enough to allow ample room for pipe joints to be properly made. The , Contractor shall cut out bell holes not more than 2 joints ahead of pipe laying. The Contractor shall carefully grade the bottom of the trench between bell holes so that each pipe barrel will rest on u solid foundation for its entire length. The Contractor shall lay each pipejoinl to form a , close concentric joint with adjoining pipe and so as to avoid sudden offsets or inequalities in the flow line. 1. Before constructing or placing anyjoints,the Contractor shall complete at least one samplejoint in order to demonstrate to the Engineer that the methods employed conform to the specifications and will provide a watert ight joint. ' C5X61900 02700-10 SEWERAGE AND DRAINAGE RO—8/29/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MO ` J. As the work progresses, the Contractor shall clean the interior of the pipe in place. After each line of pipe has been laid, the Contractor shall carefully remove all earth, trash, rags and other foreign matter from the interior. K. Alter the joints have been completed,they shall be inspected before they are covered. The pipe shall meet the test requirements for watertightness. The Contractor shall immediately repair any leak or defect discovered any time after completion of the work. The Contractor shall take up any pipe that has been disturbed alter joints were formed,clean and remake the joints, and relay the pipe — this work shall all be done at the Contractor's expense. The Contractor shall carefully protect all pipes in place from damage until backfill operations have been completed. L. The Contractor shall not begin the backfilling of trenches until the pipe has been inspected and approved by the Engineer. M. If the work consists of constructing a new sewer to replace an existing sewer, the Contractor shall reconnect all existing service lines to the new line. ' 3.3 LATERAL SERVICES ' A. The Contractor shall use the appropriate number of fittings at locations where necessary to provide a smooth alignment between the new main sewer and the point of connection with the existing service lateral. B. The Contractor shall repair lateral service connections according to the detail on the Drawings. 3.4 RELATION TO WATER LINES A. Horizontal Separation: Sanitary sewer lines shall be laid at least ten (10) feet horizontally from any existing or proposed water main. The distance shall be measured edge-to-edge. Less horizontal separation between a sanitary sewer line and water Zinc is allowable where it is not practical to maintain a 10-foot separation, provided that the water main is in a separate trench or on an undisturbed earth shelf located on one side of the sanitary sewer and that a vertical ' separation of at least 18 inches between the bottom of the water line and the top of the sanitary sewer line can be maintained. When this vertical separation between the water line and sanitary sewer line cannot be maintained,either the water line or the sanitary line shall be relocated. ' B. Crossings: Sewers crossing water mains shall be laid to provide a minimum vertical distance of eighteen (18) inches between the outside of the water line and the outside of the sanitary sewer ' line.This shall be the case where the water main is either above or below the sewer. C. The Contractor shall notify the Engineer for any potential violations of these criteria before ' installing the sewer as shown on the drawings. 3.5 MANHOLE INSTALLATION A. General: Install manholes,complete with accessories,as indicated. C5X61900 02700-11 SEWERAGE AND DRAINAGE RO—8/29/05 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MO B. Form continuous concrete channels and benches between inlets and outlet. C. Set tops of frames and covers flush with finished surface where manholes occur in pavements, ' Set tops I inch above finished surface in lawns. D. Where the pipe connects to the manhole wall, a short pipe stub 12"-18" long shall be extended from the manhole to provide a joint that will allow slight flexibility or movement to occur in or near the plane of the wall face. ' E. Where the difference in elevation between the incoming sewer and the manhole invert is greater than or equal to 24 inches, an outside drop pipe shall be used. The drop pipe shall be ' constructed of the same size pipe as the sewer being dropped. Where the drop is less than 24 inches, a drop pipe shall not be used, but the invert shall be filleted with concrete to form a flow channel and prevent solids deposition. F. Place precast concrete manhole sections as indicated,and install according to ASTM C 891. 1 1. Provide gasket at joints of sections to provide an effective watertight joint as shown on standard detail. , 2. Manhole steps shall be installed either by casting inserts in wall or by drilling into wall per manufacturer's recommendations. 3. Manhole frame shall be set on a full bed of mortar. ' 4, Apply asphalt waterproofing to exterior surface of manhole. 5. Where approved by Engineer,manholes may be installed by angering. 3.6 CONCRETE PLACEMENT A. Place cast-in-place concrete according to ACI 318,AC1350R. ' 3.7 CONNECTIONS A. Make connections to existing piping and underground structures so finished work conforms as nearly as practical to requirements specified for new work. , B. Protect existing piping and structures to prevent concrete or debris from entering while making connections. Remove debris or other extraneous material that may accumulate, , 3.8 TAP CONNECTIONS A. Make connections to existing piping and underground structures so finished work conforms as , nearly as practical to requirements specified for new work. B. Protect existing piping and structures to prevent concrete or debris from entering while making , tap connections. Remove debris or other extraneous material that may accumulate. C5X61900 02700-I2 SEWERAGE AND DRAINAGE RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MO 3.9 FIELD QUALITY CONTROL A. Clear interior of piping and structures of dirt and superfluous material as the work progresses. Maintain swab or drag in piping and pull past each joint as it is completed. 1. In large, accessible piping, brushes and brooms may be used for cleaning. 2. Place plug in end of incomplete piping at end of day and whenever work stops. 3. Flush piping between manholes and other structures, if required by authorities having jurisdiction,to remove collected debris. E. Test new piping systems and parts of existing systems that have been altered, extended, or repaired for leaks and defects. The testing methods should take into consideration the range in ' groundwater elevations projected and the conditions during the test. 1. Do not put into service before inspection and approval. 2. Schedule tests, and their inspections by authorities having jurisdiction, with at least 24 hours' advance notice. 3. Submit separate reports for each test. 4. Deflection Test: Deflection tests shall be performed on all complete replacements of full ' line segments. The test shall be run no less than thirty (30) days after final backfill has been placed. a. No pipe shall extend a deflection of five percent(5%). ' b. If the deflection test is to be run using a rigid bull or mandrels, they sball have diameters equal to ninety-live percent(95%)of the inside diameter of the pipe and the tests shall be performed without mechanical pulling devices. 5. Leakage Tests: Leakage shall be tested using water or low-pressure air. The leakage outward or inward (cxfiltration or infiltration) shall not exceed twenty-five (25) gallons per inch of pipe diameter per mile per day for any section of the system. An cxfiltration or infiltration test shall be performed with a minimum positive head of two (2) feet. The air test, if used, as a minimum shall conform to the test procedure described in ASTM F1417 entitled Recoi n fended Practice for Low-Pressure Air Testing of Installed Sewer Pipe. The testing methods selected should take into consideration the range in groundwater elevations projected and the situation during the test. 6. Leaks and loss in test pressure constitute defects that must be repaired. 7. Replace leaking piping using new materials and repeat testing until leakage is within ' allowances specified. 8. Manholes: All manholes shall be vacuum tested by the Contractor at his expense. An appropriate manhole tester and vacuum pump will be furnished by the City of Jefferson for this purpose. When vacuum testing manholes,the following criteria are to be used: a. This method is applicable to precast manholes only b. All lilt holes shall be plugged with an approved non-shrink grout. C. Manholes are to be tested after assembly and before backfilling. No standing ' water shall be allowed in the manhole excavation, which may affect the accuracy of the test. d. All pipes and other openings into the manhole shall be plugged and securely braced to prevent displacement of the plugs while the vacuum is drawn. C. Installation and operation of vacuum equipment shall be in accordance with equipment specifications and instructions provided by the manufacturer. 1. The test head may be placed in file cone section of the manhole. The frame-cone joint will be visually inspected by the Engineer. g. A vacuum of 10 inches of mercury shall be drawn and the vncuum pump shut off. The time for the vacuum to drop to 9 inches of nnercury shall be recorded. C5X61900 02700-13 SEWERAGE AND DRAINAGE ' RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MO li. Acceptance for four(4) foot diameter manholes shall be defined as when the time to drop to 9 inches of mercury meets or exceeds the following: Manhole Depth Diameter Time to Drop I"of Ha 10 ft.or less 4 ft. GO seconds 10 ft. to 15 ft. 4 ft. 75 seconds 15 ft.to 20 ft. 4 ft. 90 seconds ' 1. For manholes five (5) foot in diameter, add an additional 15 seconds and for manholes six (G) foot in diameter, add an additional 30 seconds to the time requirements for four(4) foot diameter manholes. ' j. If the manhole fails to test, necessary repairs shall be made with a non-shrink grout while the vacuum is still being drawn. Re-testing shall proceed until a satisfactory ' test is obtained. 3.10 CLEANUP A. After completing each section of the sewer line, the Contractor shall remove all debris and construction materials and equipment from the site of the work. The Contractor shall grade and ' smooth over the surface on both sides of the line and leave the construction area in a clean,neat, and serviceable END OF SECTION 02700 1 CSX61900 02700-14 SEWERAGE AND DRAINAGE ' RO—8/29/05 , GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 02830-CHAIN LINK PENCE PARTI -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including the Agreement and other Division 1 Specification Sections, apply to this Section. ' 1.2 SUMMARY A. Existing fence is to be replaced as required in accordance with this specification. New fence shall meet or exceed the construction of the existing fence, 1.3 REFERENCES A. Applicable Codes, Standards and Specifications I. American Society for Testing and Materials(ASTM) 1.4 SUBMITTALS A. Submit the following in accordance with Conditions of the Contract and Division I Specification Sections: I. Samples of fabric, wires, and ties and post sections if other than the pipe sections specified. 2. Drawings, showing details of fence height, size of post, rails, braces, gates and accessories. 3. Manufacturers' certification that all materials furnished conform to the specified standards, ' 4. Color samples of vinyl slats for Owner's approval. PART 2 -PRODUCTS ' 2.1 MANUFACTURERS A. Acceptable Manufacturers: Subject to compliance with the requirements of this Section, manufacturers offering products that may be incorporated in the Work include the following: I. Merchants Metals 2. Cyclone Fence, Div.of USX 3. Or equal C5X61900 02830- 1 CHAIN LINK FENCE ' RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 2.2 MATERIALS A. Structural and roll-formed shapes cony be used in lieu of pipe sections. The structural or roll- formed shapes shall have a bending strength greater than the pipe section when measured under a 6-foot cantilever load and be galvanized in accordance with ASTM A123. B. Posts, Rails and Braces I. Schedule 40, steel pipe,galvanized, in accordance with ASTM A120. 2. Dimensions and weights(minimum): Outside Din. Weight/ —Inches Ft. flbsl , End,Corner and Pull Posts 2.875 5.79 Line Posts(henvy duty) 2.375 3.65 , Top Rails and Braces 1.66 2.27 Gate Posts leaves 6 ft. wide or less 2.875 5.79 C. Chain Link Fabric: One piece 9-gauge fabric, 120 inches wide, 2-inch mesh galvanized after ' weaving in accordance with ASTM A392, Class 2. Brown vinyl shnli be used. D. Barbed Wire: Two strand, 12 1/2-gauge steel wire with 14-gauge, 4-point barbs 5 inches on ' center, Metal and finish to match fabric. E. Accessories 1. Stretcher bars shall be a minimum of 1/4-inch x 3/4-inch steel and attached to posts with heavy steel bands. 2. Tension wire shall be 7-gauge galvanized coil spring steel. ' 3. Colored slats shall be constructed of vinyl. F. Gates 1. Welded fabrication shall be of not less than 1.90-inch o.d. Schedule 40 steel pipe. a. Braces and trusses to provide rigidity without sag or twist. b. Galvanized after fabricntion in accordance with ASTM A 120. 2. Locking devices, latches, stops and other hardware as required for a complete operating ' gate. a. Latch to operate from either side. Provide lockable latch suitable for OWNER- supplied padlock. ' G. Fabric of gates shall be the same as chain link fence. 1-1, Miscellaneous I. Concrete for footings shall have a 28-day strength of 3000 psi. 2. Wire ties or clips shall be minimum of 6 gauge. a, Hog rings may be used to tic fabric to tension wire. C5X61900 02830- 2 CHAIN LINK FENCE RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI PART 3 -EXECUTION 3.1 INSTALLATION A. General: Installation shall be in accordance with ASTM F567, Installation of Chain-Link Fence. B. Posts 1. Space line posts equidistant at intervals not exceeding 10 feet. 2. Postholes shall be of a diameter to provide not less than 4 inches of concrete outside the post and 3 inches below bottom of post. 3. Set plumb and to alignment in concrete base to a depth of: a. 36 inches for line post. b. 42 inches for pull,corner and gate posts. C. Greater if recommended by fence manufacturer. 4. Crown concrete 2 inches above finish grade to shed water. 5. Concrete shall cure a minimum of 72 hours before further work is done on post. C. Braces: Provide at Lill end,gate and in both tangents at pill and corner posts. ' D. Top Rails and'rension Wire I. Attach top rail securely to cacti gate,corner, pull and end post. a. Support at each intermediate post to term a continuous brace from end to end. 2. Bottom tension wirc shall be taut and t3 inches above finished grade. E. Fabric I. Tighten to provide a smooth uniform appearance free from sags. 2. Attach to terminal post using stretcher bars with tension bands at maximum 14-inch intervals or other approved method. 3. Install fabric 2 inches above finished grade. 4. Fasten to line post at intervals not exceeding 14 inches. 5. Fasten to top rail,braces,and tension wire at intervals not exceeding 24 inches. 6. Install vinyl slats within all areas of fabric, inclusive of gates. F. Gates 1. Install true to opening, plumb and to open as shown on Contract Drawings, 2. Adjust hardware for smooth operation. G. Barbed Wire ' I. Three rows are required. 2. Attached to steel posts or integral with post top. 11. The area shall be fell neat and free of any debris caused by the erection of the fence. END OF SECTION 02830 C5X61900 02830-3 CHAIN LINK FENCE RO—8129105 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 02950—PAVEMENT REPLACEMENT PARTI -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 covers the furnishing of all Inbor, equipment, tools and materials, and the performance of all work for the restoration or replacement of pavement including roadways, parking lots,sidewalks,drivewnys,and curbing. B. Pavement, as used herein, shall include Portland Cement Concrete (PCC), asphaltic concrete, asphaltic and lime or cement treated surface coursed, and other similar types of construction, including roadways, parking lots, sidewalks, driveways, and curbing. Replacement, as used ' herein, shall mean reconstruction of the entire structural section of all pavements removed in excavated areas and reconstruction or restoration of damaged pavement surfaces outside of excavation limits. C. In all nreas of pavement removal replace pavement upon completion of sewer installation and repair. All pavement not designated for removal that is damaged by the Contractor's operations shall be required, restored or replaced depending upon the degree of damage, D. This Section covers the restoration of the crushed stone driveway to the Green Meadow Pump Station Site as shown on the Contract Drawings, E. Related Sections: The following Sections contain requirements dint relate to this Section: ' I. Appendix A-Technical Street Specifications by the City ofJeffcrson, Missouri 2. Section 02220—Excavation, Backfilling,and Compaction 1.3 SUBMITTALS ' A. Product Data for products and materials. Include technical data and tested physical and performance properties. B. Material Certificates signed by material producer and Contractor, certifying that each material item complies with or exceeds specified requirements, C. Material'rest Reports: For each paving material D. Design mixes for concrete mix. Include revised mix proportions when characteristics of materials, project conditions, weather, lest results, or other circumstances warrant adjustments, CSX61900 02950-1 PAVEMENT REPLACEMENT AND RO-8/29/2005 RESTORATION GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI 1.4 QUALITY ASSURANCE A. Concrete Standards: Comply with Appendix A- Technical Street Specifications by the City of ' Jefferson, Missouri. PART 2 -PRODUCTS 2.1 PAVEMENT REPLACEMENT AND RESTORATION A. General: Removed pavement shall be replaced in conformance with the general notes and typical sections shown on the Contract Drawings and the Technical Street Specifications by the City of Jefferson,Missouri provided as Appendix A and will generally be replaced in kind. B. Replacement shall include construction of all courses upon the subgrade, r PART 3 -EXECUTION ' 3.1 PAVEMENT REPLACEMENT AND RESTORATION ' A. General: Removed pavement shall be replaced in conformance with the general notes and typical sections shown on the Contract Drawings and the Technical Street Specifications by the City of Jefferson,Missouri provided as Appendix A and will generally be replaced in kind. B. Replacement shall include construction of all courses upon the subgrade for a complete pavement structural section. C. Restoration ordamaged surfaces shall be as directed by the Engineer, D. Final pavement Joints must be parallel or perpendicular to the street centerline. E. Subgrade compaction shall conform to Section 02220 — Excavation, Backtilling, and Compaction. END OF SECTION 02950 C5X61900 02950-2 PAVEMENT REPLACEMENT AND RO-8/29/2005 RESTORATION ' ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 03310 -CONCRETE WORK 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. 1. Make submittals in accordance with Section 01300. 1.2 WORK SUMMARY A. The extent of concrete work is as described in this Section and as shown on the Drawings. ' D. Related Sections of Specification I. Concrete paving and is specified in Division 2. 2. Sealants for joints are specified in Division 7. ' 1.3 QUALITY ASSURANCE A. Codes and Standards: Comply with ACI 318-99, "building Code Requirements for Structural Concrete and Commentary" 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. 1. ACI 211.1 Standard Practice for Selecting Proportions for Normal, Heavyweight and Mass Concrete. 2. ACI 214R Evaluation of Strength Test Results of Concrete. 3. ,ACI 302.1 R Guide for Concrete Floor and Slab Construction. 4. ACI 303.1 Standard Specifications for Cast-in-Place Architectural Concrete. 5. ACI 304R Guide for Measuring, Mixing, Transporting and Placing Concrete. 6. ACI 304.211 Placing Concrete by Pumping Methods, 7. ACI 305R Hot Weather Concreting. 8. ACI 306R Cold Weather Concreting. 9. ACI 347 Guide to Formwork for Concrete. ' 10. ACI SP66 (94) ACI Detailing Manual. II. CRSI-MSP-I Concrete Reinforcing Steel Institute, Manual of Standard Practice, including supplements. 12. AWS 131.4 American Welding Society" Structural Welding Code - Reinforcing Steel". B. Tolerances for Concrete Construction and Materials: Conform to ACI 117 Standard Specification Tolerances for Concrete Construction and Materials, unless otherwise specified herein. C5X61900 03310- 1 CONCRETE WORK RO—8/29/2005 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON,MISSOURI C. Contractor Qualifications: Contractor must have a minimum of 5 years experience in forming, placing and finishing concrete structures and pump stations of it like size and nature. Contractor ' must have superintendents or foremen qualified to supervise the crews required far the type and size of project to be constructed. See Section 01600 regarding bond or cash deposit in lieu of the experience requirement. D. Certification: When the Contract Documents require certification that materials meet specified requirements, the Owner shall be entitled to rely upon the accuracy and completeness of the , certification. 1.4 CONCRETE TESTING A. General: Concrete materials and operations will be tested and inspected as work progresses. Failure to detect any defective work or material shall not, in tiny way, prevent later rejection , when such defect is discovered. B. Contractor's Responsibilities , I. Allow testing service and Engineer free access to material stockpiles, facilities for batching, mixing and placing concrete and the work in progress. 2. Furnish labor and equipment to assist testing service personnel and Engineer in obtaining ' and handling test samples. 3. Provide and maintain, for the sole use of the testing service, facilities of satisfactory capacity and constriction meeting requirements of ASTM C31, for the first 24-hour storage of concrete test specimens made during construction. 4. At least 24 hours in advance of placing concrete in the structure, notify the Engineer and testing laboratory personnel of the date, time, location in the structure and quantity of concrete to be placed. 5. Employ and pay for the services of a testing laboratory to design specified types of concrete mixes when concrete proportions are required to be established by laboratory , trial batches, to provide testing associated with Contractor-initinled 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. 6. Provide for all testing necessary to control the specified quality of concrete placed in the structure and to certify conformance to ASTM C94 requirements for uniformity of concrete. Contractor may use test results paid for by Owner for this purpose. Any additional testing required to assure quality control shall be paid by Contractor. 7. Pay for additional tests of in-place concrete made by the Engineer when test results indicate specified concrete strengths and other qualities have not been attained in the work. 8. Employ and pay a qualified independent testing agency for testing services requied for "Sampling and Testing Concrete During Construction to Demonstrate General Compliance with Specified Properties" and submit to Engineer and Contractor a report of the tests. C5X61900 03310 -2 CONCRETE WORK RO—8/29/2005 ' ' GREEN MEADOW Pump STATION CITY OF JEFFERSON, MISSOURI C. Engineer toil review testing service laboratories recommended by Contractor and notify Contractor of acceptance or of an alternative selection. D. 'Testing Laboratory Requirements: Laboratories engaged to perform testing services and prepare mix designs shall meet the requirements of ASTM E329. Laboratories providing the testing service shall provide equipment and materials required for sampling testing operations specified standards. Laboratories shall furnish Engineer a copy of current inspection report to ' ensure compliance with ASTM E329. Laboratories shall employ technicians certified by the American Concrete Institute for all sampling and testing of fresh concrete. Laboratories must be approved by Engineer. E. Sampling and Testing During Construction to Demonstrate General Compliance with Specified Properties: The testing laboratory will be required to supple and test fresh concrete used in the work to determine its acceptability as required by ACI 318 and to demonstrate general conformance with specified properties as follows: 1. Sampling Fresh Concrete: ASTM C172. 2. Slump: ASTM C143; one test for each set of compressive strength test specimens, and I whenever consistency of concrete appears to vary. a. When superplasticizers are added at the site, testing lab will make slump tests from each concrete load before adding superplasticizer and after super-plasticizer has ' been properly mixed into the fresh concrete. 3. Air Content: One test for each set of compressive strength specimens. a. ASTM C231, pressure method for normal weight concrete. 4. Concrete Temperature: ASTM C1064; hourly test of concrete temperature when air temperature is 40 degrees F and below, and when 80 degrees F and above; and when each set of compression test specimens is made. 5. Concrete Uniformity; ASTM C94 (Annex A1); verification of conformance to Table ALI requirements at start of work and then thereafter when mixing or agitating equipment is changed or mix consistency appears to vary. G. Compressive Strength Specimens: ASTM C31; one set of four standard cylinders for each 100 cu yds or fraction thereof, of cash concrete type placed in any one day, or for ' each 5000 sq ft of surface area placed, unless otherwise directed. Mold and store cylinders for laboratory cured test specimens. 7. Compressive Strength Tests; ASTM C39; one specimen tested at 7 days, two at 28 days, and one retained in reserve for later testing if required. a. When frequency of testing will provide less than five strength tests for a given class of concrete, testing shall be conducted froin at least five randomly selected ' batches or from each batch if fewer than five are used. F. Laboratory Reports: The laboratory performing "Testing During Construction to Demonstrate ' Compliance with Specified Properties" is required to submit, simultaneously to the Engineer and Contractor, reports of the tests on the sane day they are made. These reports must include the following information,as applicable: 1. Project nannc and structure. 2. Concrete placement dale. 3. Testing service name. ' CSXG 1900 03310 -3 CONCRETE WORK ' RO—8/29/2005 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 4. Technician's names)and date(s)of certification. S. Concrete mix type. ' 6. Location(s) in structure(s) represented by sample tested. 7. Specified design compressive strength. ' 8. Actual compressive breaking strength and type of break for 7- and 28-day compressive strength tests. 9. Measured slump. , 10. Air content. II. Concrete temperature as required. 12. Unit Weight of plastic concrete and unit weight of 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 qualities have not been attained in the ' work. Conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42,or by other methods acceptable to the Engineer. 1-I. Special Inspection ' 1. Owner will engage a qualified person to observe the work for conformance with design drawings and specifications. Contractor shall allow Owner's Inspector free access to work in progress. This 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 test specimens by testing service technicians. 2. Inspector Qualifications: ACI Certified Level 11 Concrete Construction Inspector or a Registered Professional Engineer with prior experience in similar construction or other person similarly qualified and suitable to the Engineer of Record. 1.5 TESTING OF DRILLED DOWELS ' A. Complete in-place tests of 25 percent of dowels. B. Apply test load to the dowel equal to 80% of the yield strength of the reinforcing bar times its area, note load-defon»ation data in 2000-lb, 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 numufacturer's product data that indicates conformance with specified requirements and application and installation instructions far proprietary materials and items, including reinforcement and forming accessories, admixtures, patching compounds, ' C5X61900 03310 -4 CONCRETE WORK RO—8/29/2005 ' GREEN MEADOW PUMP STATION CITY Of JEFFERSON, MISSOURI grouts, gels, adhesive, bonding agents, watcrstops,joint systems, curing compounds, scalers, joint tiller, 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 f'or use in the same mix. For cacti admixture, provide written confirmation of chloride ion content from each admixture manufacturer prior to submittal of Concrete Mix Reports. For floor finish materials, include instructions for post-appliention cleanup and maintenance. C. Mill Analysis: Submit mill analysis of reinforcing steel and cement. Indicate beat 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 nmterial to meet requirements of the Contract Documents. Contract Documents may not be reproduced for use as part of the shop ' drawings unless approved in writing by the Structural Engineer of record. I. 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 show reinforcement and its support by using, beam elevations, slab or mat placement plans for ' each layer of reinforcing, wall elevations, and colunnn or pier schedules and details. Develop details to show proper lit and arrangement of reinforcing. Show locations of bar splices, splice lengths,and bar cutoff points on placement drawings. Show clear concrete cover over reinforcing. 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). 1 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 verification of and responsibility for: I. 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 information required by Contract Documents. ' C5X61900 03310 . 5 CONCRETE WORK RO—8/29/2005 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 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: ' I. 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 been 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. ' 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: I. Waterstop(G 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. , E. Store and handle materials to prevent their deterioration or damage due to moisture, temperature changes,contaminants, or other causes. CSXG 1900 03310 -6 CONCRETE WORK ' RO—8/29/2005 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 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 nggregales must be included. ' PART 2 - PRODUCTS ' 2.1 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-I "B-B Concrete Form 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 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 compntible with admixtures and applied finishes. D. Form Ties: Factory-fabricated, adjustable-length, removable or snnp-off metal form ties, designed to prevent form deflection, and that will not spall 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 1-114 inches in diameter leaving no metal closer than 1-1/2 inches from finished concrete surface, unless otherwise shown. 2. Provide tics 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 smnllcr. 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". I. For sinbs-on-grade, use supports with sand plates or horizontal runners where base material will not support chair legs. ' C5X61900 03310-7 CONCRETE WORK R0—8/29/2005 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 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 I - Maximum Protection. Select color of plastic resin to snatch color of concrete. D. Threaded Mechanical Connectors for Reinforcing , 1. Lenton Threaded Couplers by ERICO Products Co., or equal, that provide 125 percent of yield strength oflhe bar. ' 2. Dowel Dar or Coupler Splicer System, as applicable, by Richmond Screw Anchor Company,or equal,that provides 125 percent of yield strength of the bar. E. Dowel Dar Substitution: Richmond Dowel Dar 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 ll ' 1. Use one brand ofcement 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. I. Fine Aggregate: Natural sand conforming to ASTM C33. Do not use sand containing coal and lignite in excess of 0.25 percent of total smnple weight. 2. Coarse Aggregate: Gravel or crushed stone conforming to ASTM C33. For aggregate size, see Paragraph: REQUIRED CONCRETE MIX TYPES. ' C. Water: Potable. D. Air-Entraining Admixture: ASTM C260; formulation to suit project. ' I. 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 C494,Type D. ' I. When water-reducing and -retarding admixtures are used with superplasticizers, submit written certification ofcompatibility with superplasticizer. G. Non-Chloride, Non-Corrosive Accelerators: ASTM C494, Type C or E; chloride ion content , not to exceed 100 ppm; Euco "Acceiguurd 80", by The Euclid Chemical Company; "Polmset Accelerator", by Grace Construction Products; "Pozzulec 20", by Master Builders,or equal ' 1i. 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.; "Daracem", by Grace Construction products or equal. C5X61900 03310-8 CONCRETE WORK RO—8/29/2005 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI 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. ' J. Mutual Compatibility: For each admixture proposed for a 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 1121 (Hook Test),decay resistant when tested in accordance with ASTM E154. C. Asphaltic Tape: Double sided Asphalt Impregnated Tape, 1-1/2 inches wide suitable f'or ' bonding moisture barrier laps. D. Penetrating Scaler: Water repelling silane (or siloxane) coating for concrete exposed to view; resistant to salts, de-icer chemicals, moisture and acids;clear and nonyellowing;capable of 118- 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 FI-IWA/RD-81/119 Rapid Permeability Test compared to untreated concrete. ' 4. 93 percent reduction in chloride ion absorption by NCI-IRP 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. a. "Chem Trcte BSM", by Degussa Corporation. b. "Silane 40"or"Enviroseal 40", by Chem Rex. C. Or approved equal. E. Moisture-Retaining Cover for Concrete Curing: One of the following complying with ASTM C171: C5X61900 03310-9 CONCRETE WORK ' RO—8/29/2005 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 1. Waterproof sheet material rcintorced in both directions. 2. Polyethylene film -opaque white, .006-inch (6 mils)thick. 3. Polyetliylcne-coated burlap. F. Absorptive Cover: Burlap cloth made from jute or kenal'weighing approximately 9 oz per sq ' yd complying with AASI-ITO M 182, Class 3. G. Membrane-Forming Curing Compound: ASTM C309, Type 1, Class B. Compound shall form ' a uniform continuous coherent film that will not check, crack, or peel. 11. Bonding Agent: Film-forming, 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. "Weldcrctc", by Larsen Products Corp. 1. Epoxy Adhesive: A two-component compound, 100 percent solids, 100 percent reactive and ' suitable for use on dry or dump surfaces. 1. "Euco Epoxy No.460MV(for normal conditions)or No. 620MV(for cold applications)", by The Euclid Chemical Company. ' 2. "Sikadur 321-1i-Mad", by Sika Chemical Corporation. 3. "Epobond", by L&M Construction Chemicals. 4. Or approved equal. J. Structural Nonshrink Grout: ASTM C1107 Grade A, B, and C inclusive; premixed, ' prepackaged, pretested, nonmetallic, noncorrosive, nonstaining product containing selected silica sands, Portland cement, shrinkage compensating agents, plasticizing and water-reducing agent. ' 1. 5000 psi minimum compressive strength at 7 days when tested by ASTM C109. Shrinkage limited to 0.00 inch in plastic state when tested in accordance with ASTM C827 and in hardened state when tested in accordance with Corps of Engineers CRD- ' C621. a. "Five Star Grout", by Five Star Products, Inc. b. "Masterflow 928", by Master Builders ' C. "Cryslex", by L&M Construction Chemicals. d. Or approved equal. K. 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. ' L. Expansion Anchors: "Trubolt Wedge Anchor" by Rmnset Fastening Systems; "Standard Kwik Bolt 11" by I lilti Fastening Systems; "Maxi-Bolt' by Drillco Devices; or equal. 1 C5X61900 03310- 10 CONCRETE WORK RO—8/29/2005 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI ` 2.5 DOWEL GROUTING A. Drilled Dowels: 1. Horizontal Application: "SIKADUR 32 1-II-MOD" by SIKA Corporation or approved equal. 2. Vertical or Overhead Application: "SIKADUR 31 1-11-MOD" 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 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 (I'c) in accordance with ACI 318. Use admixtures in accordance with manufacturer's directions. Use amounts of water-reducing ' admixture that will permit the use or 5 to 10 percent less water to produce the specified slump. The slumps specified are (fie 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 course aggregate per cu yd of concrete, 6. Amounts of each admixture per cu yd of concrete; include manufacturer's instructions and certificates of coin patibility. 7. Winer-cement ratio. ' C5X61900 03310 - 11 CONCRETE WORK R0—8129/2005 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 8. Slump-ASTb1C143. 9. Mix consistency and workability for anticipated conditions ol'placement. ' 10. Entrained air content-ASTM C231. 11. Standard deviation for concrete production facility and associated strength required ' greater than the design strength, re. Determine standard deviation from concrete produced and tested within the 12 months preceding first concrete placement. Refer to ACI 318-99, 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- 99, Paragraph 5.3.3.2, and compressive strength developed at 7 days and 28 days from ' three compressive strength tests, made in accordance with ASTM C39, for each mix type and each 7-and 28-day test. 13. For proportions established by field experience, provide, for each mix type, compressive ' strengths developed at 7 and 28 days from 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 following mix types at the locations indicated below and where indicated in other specification sections by reference: ' 1. Mix RI -All concrete work unless specified otherwise. rc = 4000 psi; normal weight; Type 11 cement its specified in Section 2.3.A; coarse aggregate sire 57, I-inch maximum; air entrainment 5-1/2 percent; water-reducing admixture; slump 4 inches, water/cementatious material ratio not to exceed 0.45. ' 2. Mix R2—For Pump Station and Wet Well Mat Foundation and Walls. re =4000 psi; normal weight;Type it cement, coarse aggregate size; blend of 45 percent ' size No. 467, 1-1/2-inch maximum size with 55 percent size No. 67, %-inch maximum;air entrainment 5-1/2 percent; water-reducing admixture;slump 3 inches;0.45 ' maximum water/cementatious material ratio; fine aggregate 33 to 42 percent of total aggregate by weight. Concrete temperature tit time of placement shall not exceed 80 degrees F. ' 3. Mix R3 - Mud slab and Fill Concrete Pc = 2500 psi; normal weight; coarse aggregate size No. 57, 1" maximum; air , entrainment 6 percent by volume; .54 maximum water/cementatious material ratio; slump 411. ' E. Adjustment to Concrete Mixes: Mix design adjustments previously prepared for the required Concrete Mix 'Types and Qualities may be requested by Contractor when characteristics of materials,job conditions, weather, test results, or other circumstances warrant. All additional costs associated with preparing and testing adjusted mix designs and f'or adjusted mix design concrete used in the work tire the responsibility of the Contractor and no additional costs related ' C5 61900 03310- 12 CONCRETE WORK RO—8/2912005 , GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI to Contractor requested mix adjustments will be accepted by the Owner or Engineer. Laboratory test data for revised mix design and strength results must be submitted and must have been accepted by Engineer before they can be used in the work. 2.7 CONCRETE 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 ntix 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 batch weight of each material. Do not add water to the mix after batching, unless permitted by the Engineer. ' 13, Adding Superplasticizer: Comply with manufacturer's printed recommendations. Add Type F superplasticizcrs 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 joints 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 Engineer. E. 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. Make ' 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 ACI 347. Construct 1'onnwork to produce concrete work within tolerances suggested in ACI 347. E. Use selected materials to obtain required finishes. Solidly butt joints and provide back-up at joints to prevent leakage of cement paste. ' C5X61900 03310 - 13 CONCRETE WORK RO—8/29/2005 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI C. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Kerf wood inserts for forming keyways, reglels, and recesses,to allow easy removal. D. Make provisions in formwork to permit removal of debris from interior form spaces. Locate ' temporary openings in forms tit inconspicuous locations. E. Chamfer exposed corners and edges as indicated on Drawings, using chmnfer strips fabricated ' to produce unifonn 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. Fl. Provisions for Other Trades: 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 forms and adjacent surfaces to receive concrete. , Remove chips, wood, sawdust, dirt or other debris before concrete is placed. Retighten forms and bracing after concrete placement if required to eliminate mortar leaks and maintain proper alignment. 3.3 FABRICATING AND PLACING REINFORCEMENT A. Fabricate and place reinforcement as shown on approved shop drawings and in accordance with ' ACI 318. Bend burs 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 Placing 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 bars and bar , supports to hold reinforcement 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 the Design Engineer of Record. C5X61900 03310 - 14 CONCRETE WORK ' RO—8/29/2005 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI ` 3.4 JOINTS ' A. General: Locate and construct control, construction, and isolation joints as shown and detailed on Drawings. Where joints are not located on the Drawings, follow the requirements given ' herein. Protect joints from intrusion of foreign matter. I. 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 nfter 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 I 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 GO feet. Limit slab areas between construction joints to GO fleet in any direction. ' I. Walls: Provide 1-112-inch deep keyway in wails. Make keyway width equal to 113 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 off a control joint line, continue all reinforcing through the joint. Clean the ' previously formed surface to remove Initance; and, roughened to an amplitude of 1/4 inch, unless keyed. Wet or coat interface surface with an epoxy adhesive 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 filce or surface and reduction of reinforcing through the joint. E. Joints in Form Cast Members: Locate joints in slabs and beans cast in forms above grade to maintain integrity of the structure and meet requirements of ACI 318. Joint locations must be ' approved by the Design Engineer. ' 3.5 JOINT MATERIALS AND MOISTURE BARRIERS A. Wnterstops: Provide waterstops in construction joints and control joints where indicated on Drawings to form a continuous diaphragm in each joint. Fabricate Field joints in waterstops in accordance with manufacturer's printed instructions and use munufacturers prefabricated sections at corners and "T" intersections. Support and protect exposed waterstops during progress of work. Cut end wall forms to pass the waterstop. Do not fold waterstop against form. The completed joint with waterstop shall provide a watertight bulkhead in the wall or slab. ' B. Coordinate the installation of moisture barriers with placement of forms and reinforcing steel. C. Install moisture barrier as detailed on the drawings and provide a minimum 6-inch overlap at joints. Carefully fit moisture barrier around service openings. Bond laps together with asphaltic tape. ' C5X61900 03310- 15 CONCRI3TE WORK RO—8/29/2005 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 3.6 INSTALLATION 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, cast-in-place concrete. Use setting drawings, diagrams, instructions and directions provided by suppliers of items. Temporarily fill voids in ' sleeves with readily removable material to prevent entry of concrete. B. Edge Forms and Screed Strips for Slabs: Set edge forms or bulkheads and intermediate screed ' strips for slabs to obtain required elevations and contours in finished 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 SSPC Paint 12 - Cold Applied Asphaltic Mastic, 1/8-inch minimum thickness. ' 3.7 PREPARATION OF FORM SURFACES A. Coal contact surfnces of form with a form-release agent before reinforcement is placed. ' B. Apply release agent as specified in manufacturer's directions. Do not allow excess release agent ' to accumulate in forms or to conic into contact with concrete surfaces against which fresh concrete will be placed. C. Coat steel forms with a nonstaining, rust-preventative form 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 forms immediately before placing concrete where form coatings are not used, except during cold weather. Moisten ' final grade immediately before placing concrete for slab-on-grade, except where slab is cast directly on moisture barrier. B. Verify immediately before placing Ilatwork concrete, that all reinforcing is secure and properly , positioned; replace as necessary any support chairs found to be damaged. 3.9 CONCRETE PLACEMENT ' A. General: Comply with requirements of AC) 318. Do not use concrete which becomes ' nonelastic and unworkable, or does not meet the specified mix properties, or which has been contaminated by foreign materials. Do not use retempered concrete, B. Mixes with Superplasticizer: Do not place superplasticized concrete with slumps greater thin 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 C5X61900 03310 - IG CONCRETE WORK ' RO—8129/2005 1 GREEN MEADOW PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI time will be allowed only when approved by the Engineer. If the slump does not attain its specified slump limits alter the allowed selling time, the concrete may not be used in the work, unless otherwise approved by the Engineer. I. When superplasticizer 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 approved truck-mounted dispensers and mix approximately 4 or 5 minutes at mixing speed after introduction of superplasticizer. Do not use more ' than two doses of admixture. Follow manufacturer's recommendations f'or re-dosing. C. Conveying Equipment: Keep interior surfaces of conveying equipment free of hardened ' concrete, debris, water, snow, ice and other deleterious materials. Do not use aluminum 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 approved by the Engineer. I. Slurry charge used to lubricate pipe must be wasted and not permitted to remain in the work. D. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, within limits ofconstruction 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 ' Ilatwork exposed to weather, especially when slopes are 114 inch per foot or less. Use bull float, darby or highway straightedge to level surface, free of humps or hollows. Do not disturb slab surfaces prior to beginning finishing operations. 2. Maintain reinforcing and waterstops in proper position during concrete placement operations. E. 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 cash 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 3048. I. To initiate all wall pours and at :my horizontal joint in walls, spread a 1-inch to 2-inch ' thick layer of cement mortar over damped concrete surface. This 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 lrce 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. I. When air temperature has fallen to or is expected to fall below 40 degrees F (4 degrees C), uniformly heat water and aggregates as necessary before mixing to obtain it concrete mixture temperature conforming to Table 3.1 of ACI 306 Report and maintain protection for minimum times as noted in Table 5.3 or ACI 306 Report. The rate of cooling should ' C5X61900 03310- 17 CONCRETE WORK RO—8/29/2005 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 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 or snow. Do not place concrete on frozen subgrade or on subgradc containing frozen materials. 3. Use only the specified non-chloride, non-corrosive accelerator in accordance with ' manufacturer's recommendations when early set times arc needed. 4. Adjust superplasticizer dosage rate as may be necessary during cold weather to produce ' concrete with satisfatctory 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. I. Cool ingredients before mixing as necessary to maintain concrete temperature at time of placement below 90 degrees F(32 degrees C). 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 mixing. 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. 3. Wet forms thoroughly before placing concrete. , 4. During dry, windy weather, erect windbreaks and/or sunshades and protect concrete surface immediately afer finishing, using fog sprays to prevent evaporation before curing is applied. 5. Use the water-reducing retarding admixture Type D, as required by placing and/or climatic conditions. 3.10 FINISH OF FORMED SURFACES A. Rough Form Finish: Use for formed concrete surfaces not exposed-to-view in the finish work ' or hidden by other construction, unless otherwise indicated. Provide concrete surface having texture imparted by form facing 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 applied directly to concrete, such as waterproofing, painting or other similar system. Provide as-cast concrete surface obtained with form facing material, arranged orderly and symmetrically 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 diameter with sand-cement paste. Grind smooth all form offsets or fin marks. Refer to Plans for form liner profile and dimensions. C. Patching: Patch holes left by form ties and surface defects less than 1-1/2 inches deep and IG sq ' 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. ' C5XG1900 03310- 18 CONCRETE WORK R0—8/29/2005 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI ` 2. Patch or repair defective areas of concrete greater than 1-1/2 inches deep or IG sq 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 of walls, horizontal offsets and unf'orimed surfaces occurring adjacent to formed surfaces, strike-off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across ' adjacent unformed surfaces, unless otherwise indicated. E. Scaler Finish; Walls: Apply polymer scaler to concrete walls exposed to weather in accordance with manufacturer's instructions. 3.11 MONOLITHIC SLAB FINISHES ' A. Float Finish: Apply float finish to monolithic slab surfaces to receive trowel finish and other finishes as hereinafter specified. ' 1. After screcding and consolidating concrete slabs, do not work surface until ready for floating. Begin floating when surface water has disnppeared 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 E1155. Slope surfaces uniformly 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. 1. 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 it section composite plane tolerance of FF30FL20 Statistical Average Value (SAV) for slab on grade and FF25 Statistical Average Value (SAV)for elevated slab,as defined by ASTM El 155, 2. Troweling of base slab fn liquid containing structures shall be light troweling to provide an impervious finish and to close tiny surface cracks that may have developed. ' C. Non-slip Broom Finish: Apply non-slip broom finish to top slab of Pump Station and Wet Well. ' I. Immediately after trowel finishing, slightly roughen concrete surface by brooming with fiber bristle broom perpendicular to main traffic route. 2. Apply light broom finish to Pump Station and Wet Well top slab after floating; be careful not to overwork concrete. D. Scaler Finish; Slabs Exposed to View: Apply penetrating scaler to concrete slabs exposed to view in accordance with manufacturer's instructions. Apply penetrating sealer to floors which arc at least 28 days old and which have been thoroughly cured and are allowed to air dry. ' C5X61900 03310- 19 CONCRETE WORK ' RO—8/29/2005 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 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. D. Start curing as soon as free water has disappeared from concrete surface after placing and r 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 following 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 adjacent 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 tape. When this method is used in combination with Method 3, the moisture-retaining sheet is placed over the absorptive cover after being ' saturated with water. 5. Apply membrane-fonning 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 for 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, dampproofing, m , embrane roaring, 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 forms in place, or by wetting the exposed concrete. Shade forms exposed to sun when air temperature exceeds 80 degrees F or keep forms cooled by continuous wetting. If forms are removed prior to full length orcuring period, ' continue curing by Method 5. 3.13 SHORES AND SUPPORTS A. Provide shores, supports and bracing for formwork that will perform the following functions: C5X61900 03310 -20 CONCRETE WORK RO—8/29/2005 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 1. Maintain forms in their required positions during concrete placement. ' 2. 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, SUPPORTS AND FORMS A. Do not remove shoring, supports or forts until the concrete structure has acquired sufficient ' strength to support its own weight and the loads imposed on it. D. Carefully remove shoring, supports, forms and bulkheads to prevent spalling concrete surfaces. Remove all form materials from the concrete structure. 3.15 REMOVAL 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 72 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 3 days after placement if, 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 RESHORING ' A. Reshore concrete elements where forms are removed prior to the specified time period. Do not permit elements to deflect or accept loads during form stripping or reshoring. Forms 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 spun and cantilevers over 4 feet 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 members to overlonds, eccentric loading, or reverse bending. Reshoring elements shall have the same load-carrying capabilities as original shoring and shall be spaced similar to original shoring. Firmly secure and brace reshoring elements to provide solid bearing and support. i C5X61900 03310-21 CONCRETE WORK RO—8/29/2005 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 3.17 RE-USE OF FORMS A. Clean and repair surfaces of forms to be re-used in work. Split, frayed, delaminated or 1 otherwise damaged form facing material will not be acceptable for exposed surfaces. Apply new form coating compound as specified for new 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 for passage of work by other 1 trades, unless otherwise shown or directed, after work of other trades is in place. Mix, place and cure concrete as herein specified, to blend with in-place construction. Provide other miscellaneous concrete tilling shown or required to complete work. B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still 1 green and steel-trowelling surfaces to a hard, dense finish with corners, intersections and terminations slightly rounded. 1 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 1 template at correct elevations, complying with certified diagrams or templates of manufacturer furnishing machines and equipment. D. Expansion Anchors: Install expansion anchors as recommended by manufacturer and with sufficient embedment to develop the yield strength of the anchors. E. Steel Pan Stairs: Provide concrete fill for steel pan stair trends and landings and associated 1 items. Screed,tamp,and finish concrete surfaces as scheduled. F. Grouting: Mix and place structural nonshrink grout in accordance with the manufacturer's 1 recommendations. Place grout beneath steel column basepintes 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. 1 Place grout in a plastic or flowable consistency to fully occupy the space between underside of bearing and lop of concrete. Strike off excess grout to conform with shape of base. 3.19 CONCRETE REPAIRS 1 A. Submit repair procedures, including materials and methods, to Engineer for approval. ' END OF SECTION 03310 ' 1 C5X61900 03310 -22 CONCRETE WORK RO—8/29/2005 1 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI i SECTION 04810-UNIT MASONRY ASSEMBLIES ' PARTI -GENERAL ' 1.1 SUMMARY A. This Section includes unit masonry assemblies consisting of the following: I. Concrete masonry units(CMUs). B. See Division 5 Section "Metal Fabrications" for furnishing steel lintels for unit masonry. 1.2 SUBMITTALS ' A. Product Data: For each type of product indicated. B. Shop Drawings: For reinforcing steel. Detail bending and placement of unit masonry reinforcing bars. Comply with ACI 315, "Details and Detailing of Concrete Reinforcement." ' C. Samples for each type and color of exposed masonry units . D. Material Certificates: For each type of product indicated. Include statements of material properties indicating compliance with requirements including compliance with standards and type designations within standards. I. For masonry units include material test reports substantiating compliance with requirements. E. Mix Designs: For each type of mortur and grout. include description of type and proportions of ingredients. ' 1.3 QUALITY ASSURANCE ' A. Engage a qualified independent testing agency to perform preconstruction testing indicated below. 1. Concrete Masonry Unit Test: For each type of unit required,per ASTM C 140. ' B. Fire-Resistance Ratings: Where indicated, provide materials and construction identical to those of assemblies with fire-resistance ratings determined per ASTM E 119 by a testing and ' inspecting agency, by equivalent concrete masonry thickness, or by other means, as acceptable to authorities having jurisdiction. C5X61900 04810- 1 UNIT MASONRY ASSEMBLIES ' RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 1.4 PROJECT CONDITIONS A. Cold-Weather Requirements: Do not use frozen materials or materials mixed or coated with ice ' or frost. Do not build on frozen substrates. Remove and replace unit masonry damaged by frost or by freezing conditions. Comply with cold-weather construction requirements contained in ' ACI 530.1/ASCE 6/fMS 602. B. Hot-Weather Requirements: Comply with hot-weather construction requirements contained in ' ACI 530.1/ASCE 6/TMS 602. PART 2 -PRODUCTS ' 2.1 CONCRETE MASONRY UNITS (CMUs) ' A. Shapes: Provide special shapes for lintels, corners,jambs, sashes, movement joints, headers, bonding,and other special conditions. ' B. Concrete Masonry Units: ASTM C 90. 1. Unit Compressive Strength: Provide units with minimum average net-area compressive , strength of 2800 psi(19.3 MPa). 2. Weight Classification: Normal weight. C. Concrete Building Brick: ASTM C 55. I. Unit Compressive Strength: Provide units with minimum average net-area compressive ' strength of 3500 psi(24.1 MPa). 2. Weight Classification: Normal weight. ' D.. Portland Cement: ASTM C 150, Type 1 or 11, except Type 111 may be used for cold-weather construction. ' E. Hydrated Lime: ASTM C 207,Type S. F. Masonry Cement: Not permitted ' G. Aggregate for Mortar: ASTM C 144. 1. For joints less than 1/4 inch (6.5 mm) thick, use aggregate graded with 100 percent ' passing the No. 16(1.18-mm)sieve. H. Aggregate for Grout: ASTM C 404. I. Cold-Weather Admixture: Nonchloride, noncorrosive, accelerating admixture complying with ASTM C 494/C 494M, Type C, and recommended by manufacturer for use in masonry mortar of composition indicated. C5X61900 04810-2 UNITMASONRY ASSEMBLIES RO—8/29/05 , GREEN MEADOW PUMP STATION CITY Of JEFFERSON, MISSOURI 1. Products: ' a. Euclid Chemical Company(The); Accelguard 80. b. Grace Construction Products, a unit of W. R. Grace&Co. -Conn.; Morset. C. Sonneborn, Div. ofChcmRcx; Trimix-NCA. d. Or approved equal. J. Water: Potable. 2.2 REINFORCEMENT ' A. Uncoated Steel Reinforcing Bars: ASTM A 615/A 615M or ASTM A 996/A 996M, Grade 60 (Grade 420). B. Masonry Joint Reinforcement: ASTM A 951; mill galvanized, carbon-steel wire for interior walls and hot-dip galvanized, carbon steel wire for exterior walls. ' 1. Wire Size for Side Rods: W I.7 or 0.148-inch (3.8-mm)diameter. 2. Wire Size for Cross Rods: W I.7 or 0.148-inch(3.8-mm)diameter. 3. Spacing of Cross Rods,Tabs,and Cross Ties: Not more than 16 incites(407 mm)o.c. 4. Single-Wythe Masonry: Either ladder or truss type with single pair of side rods. 2.3 TIES AND ANCHORS A. Materials: 1. Hot-Dip Galvanized,Carbon-Steel Wire: ASTM A 82; with ASTM A 153/A 153M, Class B-2 coating. 2. Steel Sheet, Galvanized aRer Fabrication: ASTM A 1008/A 1008M, Commercial Steel, hot-dip galvanized after fabrication to comply with ASTM A 153/A 153M. 3. Steel Plates, Shapes,and Bars: ASTM A 36/A 36M. B. Wire Ties, General: Unless otherwise indicated, size wire ties to extend at least halfway through veneer but with at least 5/8-inch (16-mm) cover on outside face. Outer ends of wires are bent 90 degrees and extend 2 inches(50 mm)parallel to face of veneer. C. Adjustable Anchors for Connecting to Structure: Provide anchors that allow vertical or horizontal adjustment but resist tension and compression forces perpendicular to plane of wall. D. Partition Top anchors: 0.097-inch- (2.5-nun-) thick metal plate with 3/8-inch- (10-mm-) diameter metal rod 6 inches (150 mm) long welded to plate and with closed-end plastic tube fitted over rod that allows rod to move in and out of tube. Fabricate from steel, hot-dip galvanized after fabrication. CSX61900 04810-3 UNIT MASONRY ASSEMBLIES RO—8129105 GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI 2,4 MISCELLANEOUS MASONRY ACCESSORIES A. Compressible Filler: Premolded filler strips complying with ASTM D 1056, Grade 2A 1; compressible up to 35 percent; formulated from neoprene . B. Preformed Control-Joint Gaskets: Made from styrene-butadiene-rubber compound, complying with ASTM D 2000, Designation M2AA-805 and designed to fit standard sash block and to maintain lateral stability in masonry wall, ' C. Bond-Breaker Strips: Asphalt-saturated, organic roofing felt complying with ASTM D226, Type 1 (No. 15 asphalt felt), 1 2,5 MASONRY CLEANERS A. Proprietary Acidic Cleaner: Manufacturer's standard-strength cleaner designed for removing mortar/grout stains from new masonry without damaging masonry. Use product approved for intended use by cleaner manufacturer and manufacturer of masonry units being cleaned. 1. Manufacturers: a. Diedrich Technologies, Inc. ' b. EaCo Chem, Inc. C. Pr o, Inc,approved d. Or approved equal, 2.6 MORTAR AND GROUT MIXES A. General: Do not use admixtures, unless otherwise indicated. 1. Do not use calcium chloride in mortar or grout. 2. Limit cementitious materials in mortar for exterior and reinforced masonry to Portland cement and lime, ' 3. Add cold-weather admixture (if used) at same rate for all mortar that will be exposed to view, regardless of weather conditions,to ensure that mortar color is consistent. B. Mortar for Unit Masonry: Comply with ASTM C 270 , Proportion Specification. 1. For reinforced masonry, 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 1,15,1 in AC1530,1/ASCE6/TMS602 for dimensions of grout spaces and pour height. 2. Provide grout with a slump of 8 to I I inches (200 to 280 mm) as measured according to ASTM C 143/C 143M. C5X61900 04810-4 UNIT MASONRY ASSEMBLIES RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI PART 3 - EXECUTION 3,1 INSTALLATION, GENERAL ' A. Use full-size units without cutting if possible, If cutting is required, cut units with motor-driven saws; provide clean, sharp, unchipped edges. Allow units to dry before laying unless wetting of ' units is specified. Install cut units with cut surfaces and, where possible,cut edges concealed. B. Select and arrange units for exposed unit masonry to produce a uniform blend of colors and textures. ' C. Comply with tolerances in ACI 530.1/ASCE 6/TMS 602 and with the following; ' I. For conspicuous vertical lines, such as external corners, door jambs, reveals, and expansion and control joints, do not vary from plumb by more than 1/8 inch in 10 feet(3 mm in 3 in), 1/4 inch in 20 feet(6 mm in 6 m), or 1/2 inch (12 mm)maximum. 2. For conspicuous horizontal lines, such ns lintels, sills, parapets, and reveals, do not vary from level by more than 1/8 inch in 10 feet(3 mm in 3 m), 114 inch in 20 feet(6 mm in 6 m),or 1/2 inch(12 mm)maximum. 3.2 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, and offsets. Avoid using less-than-lialf-size units, particularly at corners, jambs, and, where possible, at other locations. B. Bond Pattern for Exposed Masonry: Unless otherwise indicated, lay exposed masonry in ' running bond; do not use units with less than nominal 4-inch (100-mm) horizontal face dimensions at corners or jambs, ' C. Built-in Work: As construction progresses, build in items specified in this and o0her Sections, Fill in solidly with masonry around built-in items, ' D. Fill space between steel frames and masonry solidly with mortar, unless otherwise indicated. E. 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. 3.3 MORTAR BEDDING AND JOINTING A. Lay hollow concrete masonry units as follows: 1, With face shells fully bedded in mortar and with head joints of depth equal to bcd joints, 2. With webs fully bedded in mortar in all courses or piers,columns,and pilasters. C5X61900 04810- 5 UNIT MASONRY ASSEMBLIES RO—8/29/05 GREEN MEADOW PUMP STATION w CITY OF JEFFERSON, MISSOURI 3. With entire units, including areas under cells, filly bedded in mortar at starting course on footings where cells are not grouted. ' B. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than joint thickness, unless otherwise indicated. ' C. Corners: Provide interlocking masonry unit bond in each wythe and course at corners, unless otherwise indicated. ' D. Intersecting and Abutting Walls: Unless vertical expansion or control joints are shown at juncture, bond walls together as follows: ' 1. Provide individual metal ties not more than 16 inches(406 mm)o.c. 2. Provide continuity with masonry joint reinforcement by using prefabricated T-shaped ' units. 3. Provide rigid metal anchors not more than 24 inches (610 mm) o.c. If used with hollow masonry units,embed ends in mortar-filled cores. ' 3.4 MASONRY JOINT REINFORCEMENT ' A. General: Install in mortar with a minimum cover of 5/8 inch (16 nun)on exterior side of walls, 1/2 inch(13 tam)elsewhere. Lap reinforcement a minimum of 6 inches(150 mm). B. Interrupt joint reinforcement at control and expansion joints, unless otherwise indicated. C. Provide continuity at wall intersections by using prefabricated T-shaped units. D. Provide continuity at confers by using prefabricated L-shaped units. 3.5 ANCHORING MASONRY TO STRUCTURAL MEMBERS ' A. Anchor masonry to structural members where masonry abuts or faces structural members to , comply with the following: L Provide an open space not less than I inch (25 mm) in width between masonry and ' structural member, unless otherwise indicated. 2. Anchor masonry to structural members with anchors embedded in masonry joints and ' attached to structure, 3. Space anchors as indicated, but not more than 24 inches (6 10 mm) o.c. vertically and 36 inches(915 nun)o.c. horizontally. ' 3.6 REINFORCED UNIT MASONRY INSTALLATION A. Placing Reinforcement: Comply with requirements in AC1 530.1/ASCE 6fl'MS 602. C5X61900 04810 -6 UNIT MASONRY ASSEMBLIES RO—8/29/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI B. Grouting: Do not place grout until entire height of masonry to be grouted has attained enough strength to resist grout pressure. 1. Comply with requirements in ACl 530.I/ASCE 6/TMS 602 for clennouts and for grout placement, including minimum grout space and maximum pour height. 2 Limit height of vertical grout pours to not more than 60 inches(1520 mm). 3.7 FIELD QUALITY CONTROL A. Inspectors: Owner will perform inspections and prepare reports. Allow inspectors access to scaffolding and work areas,as needed to perform inspections. 1. Place grout only after inspectors have verified compliance of grout spaces and grades, sizes, and locations of reinforcement.Testing frequency in first paragraph below is from the 2002 MSJC Code and the 1997 Uniform Building Code. r3.8 CLEANING A. In-Progress Cleaning: Clean unit masonry as work progresses by dry brushing to remove mortar tins and smears before tooling joints. B. Final Cleaning: After mortar is thoroughly set and cured,clean exposed masonry as follows: 1. Test cleaning methods on sample wall panel; leave one-half of panel uncleared for comparison purposes. ' 2. Protect adjacent surfaces from contact with cleaner. 3. Wet wall surfaces with water before applying cleaners; remove cleaners promptly by rinsing surfaces thoroughly with clear water. 4. Clean concrete masonry by cleaning method indicated in NCMA TEK 8-2A applicable to type of stain on exposed surfaces. 1 3.9 MASONRY WASTE DISPOSAL A. Remove masonry waste and legally dispose of off Owner's property. rEND OF SECTION 04810 C5X61900 04810-7 UNIT MASONRY ASSEMBLIES RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 05120-STRUCTURAL STEEL ' PARTI -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including the Agreement and other Division 1 Specification Sections, apply to this Section, 1,2 WORK SUMMARY A. Extent of structural steel work is shown on Drawings. Structural steel is that work defined in American Institute of Steel Construction (RISC) "Code of Standard Practice" and as otherwise shown on Drawings. I. Finish Painting is specified in Division 9, Finishes. 2. Miscellaneous metal fabrications and metal roof decking, are specified elsewhere in division 5. 3. Installation of Anchor bolts is specified in Division 3,Section"Concrete Work." B. Delete RISC Code or Standard Practice Paragraph 3A 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 QUALITY ASSURANCE A. Codes and Standards: All ASTM Standards listed herein shall be issue date listed in the latest American Society for Testing and Materials Index, Comply with provisions of following, except as modified on Drawings or herein: 1. AISC Code of Standard Practice for Steel Buildings and Bridges ' (March 7,2000), 2. RISC-ASD Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildings, (June 1, 1989) including "Coinmcmary". 3. RCSC Specifications for Structural Joints Using ASTM A325 or A490 ' Bolts (June 23, 2000) approved by the Research Council on Structural Connections (RCSC) of the Engineering Foundation and endorsed by AISC, hereafter referred to as the "Bolling Spec". 4. AWS Dl.l American Welding Society "Structural Welding Code-Steel". 5. ASTM-AG General Requirements for Delivery of Rolled Steel Plates, Shapes, Sheet Piling and Bars for Structural Use. B. Contractor's Quality Assurance Program: Maintain a quality assurance program which complies with AISC Code of Standard Practice; use inspection methods and a level of testing C5X61900 05120- 1 STRUCTURAL STEEL RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON,MISSOURI similar in scope to that required for Owner's acceptance under Section 8, QUALITY CONTROL. ' C. 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. fr recertification of welders is required, retesting will be Contractor's responsibility. D. Reliability of Certification: When Contract Documents require professional and/or ' manufacturer's certification that design, materials, systems or equipment meet performance requirements, Owner shall be entitled to rely upon accuracy and completeness of the certified calculations, submittals,and letters. 1.4 SUBMITTALS ' A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. , B. Welding Work: Submit qualification record of procedures, tackers, welders, and welding operators prior to start orfabrication and erection. C. Product Dane 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 show compliance with specifications and specified standards. 4 D. 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. I. Shop drawings shall include, but not be limited to,the following: , a. Erection Plans, Elevations and Details, with piece marks identifying locations of fabricated members or pieces b. Member or piece fabrication details(shop tickets) ' C. Base plates and anchor bolts d. Details of cuts, connections,camber, holes and other pertinent data ' C. Size, length and type orcach weld-Use standard AWS A2.4 symbols f. Surface preparation requirements g. Paint type and manufacturer ' It. Galvanizing requirements i. 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 trades before fabrication. Show dimensions on the shop drawings and note that they have been verified. ' C5X61900 05120-2 STRUCTURAL STEEL RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 3. Do not reproduce design drawings for use its 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 for erection drawings. 4. Design of Members and Connections: Details shown arc typical; similar details apply to similar conditions, unless otherwise indicated. 5. Include details, schedules, procedures and diagrams showing consideration for the sequence or erection and bracing necessary for stability during construction. E. Shop Drawing Submittal: The Contractor shall review and approve the submittals before transmitting to the Engineer. ' 1. 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 C. Accuracy and fit f. Dimensions and location for items in the work with identification where interfercnce may occur g. Welding procedures h. Verification that shop drawings have been checked f. Verification that submittal includes all information required by the construction documents. F. Owner's Shop Drawing Review: I. The Engineer will review submitted shop drawings and apply review stamp for conformance to Contract Documents and general design features as follows: a. Material designation and description ' b. Member size and weight designation for required locations C. Plate thicknesses ' d. Bolt types,sizes, and finish e. General control dimensions f. Weld types and sizes ' g. Membercamber h. Connection details ' I. Surface 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. C5X61900 05120- 3 STRUCTURAL STEEL RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI G. Shop Drawing Changes: When corrections or changes are noted on the shop drawings during review and the Contractor believes 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 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. 1.5 STORAGE AND IiANDLING ' 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 a manner that might cause distortion or damage to ' members or supporting structures. Repair or replace damaged materials or structures as directed by the Engineer. 1.6 DELIVERY , A. Deliver materials to site at such intervals to ensure 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, scum marks, roller ' marks, rolled trade names and roughness. Remove such blemishes by grinding, or by welding and grinding, prior to cleaning, treating and application ofsurface finishes. B. Rolled Steel Shapes, Plates and Bars: ASTM A572,Grade 50. ' I. Where Steel Will be Galvanized: Provide steel with silicon content in the range 0 to .04 percent or.15 to .25 percent. C. Cold-Formed Steel Tubing: ASTM A500, Grade B. , D. Hot-Formed Steel Tubing: ASTM A501. ' E. Steel Pipe: ASTM A53,Type E or S, Grade A; or ASTM A501. Black, except where indicated to be galvanized. Pipe shall be the nominal size and weight class, or outside diameter and nominal wall thickness, as shown on the Drawings. F. Threaded Rods: Mot-rolled carbon,ASTM A36. Nuts to develop tensile strength of rod. CSX61900 05120-4 STRUCTURAL STEEL RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI G. Anchor Bolts: ASTM A307, Grade A, square headed type. Provide with ASTM A36 plate washers and ASTM A563,Grade A hex style nuts. 11. Unfinished Threaded Fasteners: ASTM A307, Grade A, hex-head type. Provide with ASTM tA563, Grade A hex style nuts. 1. I-ligh-Strength Threaded Fasteners: ASTM A325, Type I, heavy hexagon structural bolts; ASTM A563, Grade DH or ASTM A 194, Grade 21.1 hot-formed heavy hexagon nuts; and ASTM F436, hardened washers. 1. Tension indicating bolls with hex heads may be used at Contractor's option provided that ' bolts are clean, free of rust,and supplied and maintained in weathcrtight containers. 2. Direct tension indicator washers may be used at Contractor's option. ' J. Zinc Primer: Zinc printer containing 100 percent metallic zinc and which provides 85 percent minimum metallic zinc in the dried film, containing not less than 47 percent solids by volume and not less than 14 Ibs of zinc per gallon of type noted below: ' I. Valspar MZ4; Epoxy Zinc Rich. 2. Amcron 681-IS; Zinc Rich Epoxy(Amercont). 3. Porter 308;Zinc Rich Epoxy, Polya nide Cured(Zinc-Lock). 4. Tnemec 90-97; Catalyzed Epoxy Zinc Rich Primer(Tneme-Zinc). K. 'Zinc 1'or Galvanizing: ASTM B6. L. Structural Nonshrink Grout: Premixed, prepackaged, pretested, nonmetallic, non corrosive, nonstaining product containing selected silica sands, Portland cement, shrinkage compensating ' agents, plasticizing and water-reducing agents. I. 5000psi minimum compressive strength at 7 days when tested by ASTM C109. Shrinkage limited to 0.00" in plastic 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 "Mastcrllow 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 RISC Specifications and as indicated on final approved shop drawings. Provide camber in structural ' members where indicated. I. Properly mark and nwtch-murk materials for field assembly. Fabricate for delivery sequence which will expedite erection and minimize field handling of materials. ' 2. Where finishing is required, complete assembly, including welding of units, before start of finishing operations. Provide finish surfaces of members exposed in final structure C5X61900 05120-5 STRUCTURAL STEEL ' RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI free of markings, burrs, and other defects. Grind sheared or thermal cut corners to 1/16- inch radius. 3. Where structural steel is to be galvanized, comply with applicable portions of ASTM A143,ASTM A384,and ASTM A385; and with Class I, 11, or III (choose one) guidelines ' as shown in "Recommended Details for Galvanized Structures" as published by the American I-lot Dip Galvanizers Association, Inc. Provide vent holes and drains where required. ' R. Connections: Weld or bolt shop connections, as indicated. Bolt field connections, except where welded connections are indicated. I. Provide high-strength threaded fasteners for principal bolted connections, except where ' unfinished bolts are indicated. C. Fligh-Strength Bolted Construction: Install high-strength threaded fasteners in accordance with ' the"Bolting Spec". D. Welded Construction: Comply with rules of AWS DI,I Code Sections 1 through 7 and 11; , except, for sheet steel less than .18-inch thick,comply with the rules of AWS D1.3. 1. Comply with the additional rules for Statically Loaded Structures, Section 8 of AWS DI.1. ' 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. 3. Remove groove weld extension bars or run-off plates upon completion of the weld and grind the ends of the weld smooth and flush with the abutting parts. ' C. 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. Drill holes in bearing plates. F. Provide threaded nuts welded to framing,and other specialty items as indicated to receive other ' work. G. Cleaning and Surface Preparation: After inspection, remove loose rust, loose mill scale, and spatter, slag or flux deposits and clean steel in accordance with Steel Structures Painting ' Council (SSPC)as follows: 1. Provide SP-1 Solvent Cleaning followed by SP-6 Commercial Blast Cleaning, 1 2.2 SHOP PAINTING A. General: Shop paint all structural steel except as noted herein. ' I. Do not paint surfaces which are to be welded. CSXG 1900 05120-6 STRUCTURAL STEEL RO—8/29/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 2. Apply two coats of paint to surfaces which are inaccessible nftcr assembly or erection. ' Change color of second coat to distinguish it from first. 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, comers, edges and exposed surfaces. 2.3 GALVANIZING A. Galvanize steel members, fabrications, and assemblies, where indicated by the hot-dip process in accordance with ASTM A123. Galvanize bolts, nuts and washers and iron and steel hardware components in accordance with ASTM A153. Safeguard products against steel embrittlement in conformance with ASTM A143. Handle all articles to be galvanized in a manner to avoid any mechanical damage to minimize distortion. I. Plug vent holes with lead or silicone sealant after galvanizing. 2.4 SOURCE QUALITY CONTROL ' A. 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 and fabricated components in compliance with specified requirements. PART 3 -EXECUTION ' 3.1 VERIFICATION OF CONDITIONS A. Examine the areas and conditions under which structural steel work is to be installed, and make ' provisions as necessary for the proper and timely completion of work. Do not proceed with the work until unsatisfactory conditions have been corrected. Modifications of structural materials must not proceed until accepted by the Engineer. 1 3.2 ERECTION ' A. General: Comply with the AISC Specifications, Bolting Specifications and Code of Standard Practice, and as herein specified. I. Reference AISC Code of Standard Practice, Paragraph 7.11.5. Delete paragraph and ' substitute the following: 'Immediately upon completion of erection or steel and prior to placing or applying any other materials, the erector must certify that the location of structural steel meets specified tolerances f'or 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. CSX61900 05120- 7 STRUCTURAL STEEL ' RO—8/29/05 GREEN MEADOW PUMP S'T'ATION ' CITY OF JEFFERSON, MISSOURI B. Temporary Connections: When the framing system requires connections with bolts common to several members, any Banning member affected by removal of bolts for installation of additional ' members shall be temporarily supported during erection. C. Temporary Planking: Provide temporary planking and working pintforms as necessary to ' effectively complete work. 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. E. Setting Bases and Bearing Plates: Clean concrete and masonry bearing surfaces of bond- ' reducing materials and roughen to improve bond to surfaces. Clean bottom surface of base and bearing plates. 1, 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 off flush with edge of base or bearing plate prior to packing with grout. F. Grout beneath base plates is covered in Section 03310,Concrete Work. , G. Field Assembly: Set structural frames accurately to lines and elevations indicated, Align and adjust various members forming part of complete frame or structure before pernumenlly 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. ' 1. Level and plumb individual members ofstructure within specified RISC tolerances, 2. Splice members only where shown or specified. 3. Install high-strength threaded fasteners in accordance with the "Bolting Spec". Fully , pretension all bolts unless specifically noted to be "hand tight'. 4. On exposed welded construction, remove erection bolts, fill holes with plug welds and ' grind smooth at exposed surfaces. 5. Comply with AISC 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 members by burning or by use of drift pins, except 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. , 8. Handle material so that no parts will be bent, broken or otherwise damaged. H. Field Cutting: Do not use gas cutting torches in field for correcting fabrication errors in ' structural training. 1. Touch-Up Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of all rust and apply the same type primer as used in the shop by brush or spray to provide minimum dry-film thickness of 2,0 mils. END OF SECTION 05120 C5X61900 05120- 8 STRUCTURAL STEEL RO—8/29/05 ' ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MO SECTION 05300-METAL ROOF DECKING ' PARTI -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 1 A. Extent of metal roof decking is as described in this Section and shown on Drawings. ' 1.3 PERFORMANCE REQUIREMENTS A. Shcar Diaphragm Loads: Roof deck units are part of(lie lateral loud resisting system. Use ' deck configuration and fasteners, which will provide 150 pounds per linear foot diaphragm, shear strength minimum. ' B. Uplift Loading: Proportion deck units and anchorage to resist net uplift loading of 20 Ibs per sq It. 1.4 SUBMITTALS A. Product Data: Submit manufacturer's specifications and installation instructions for each ' product specified. Include manufacturer's certification to show compliance with these specifications. B. Shop Drawings: Submit detailed drawings showing layout, types, configurations, and ' structural properties of deck panels, anchorage details and patterns, conditions requiring closures, supplementary framing, openings exceeding I sq fl, special jointing and deck accessories. Show gages, protective coatings, and number, length and orientation of all ' material. Design drawings may not be used as part of shop drawings without the written permission of the Engineer who prepared the design; and then, when used, they may be used only for layout and not detail drawings. ' 1.5 QUALITY ASSURANCE ' A. Codes and Standards: Comply with provisions of the following codes and standards, except as otherwise indicated or specified. ' 1. AISI Specification for the Design of Cold-Formed Steel Structural Members 2. AWS Structural Welding Code- Sheet Steel, AWS D1.3 3. SDI Specifications and Commentary for Sloe) Roof Deck (Steel Deck 4, Institute Design Manual, Publication No, 29, 1995, Pages 30 to 311, B. Welding Qualification: Qualify welding processes and procedures and welders and welding operators in accordance with AWS "Standard Qualification Procedure". C5X61900 05300-1 METAL ROOF DECKING ' RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MO C. Welded decking in place is subject to inspection and testing in accordance with AWS DI.I. Remove work found to be defective and replace with new acceptable work. , PART 2- PRODUCTS ' 2.1 MATERIALS A. Steel for Galvanized Metal Deck Units: ASTM A653,structural quality Grade 33 ' B. Miscellaneous Steel Shapes: ASTM A36 , C. Self-Drilling Screws: SAE 1018 carbon steel self-drilling screw, with hex washer head, case hardened and 0.0005" min.thickness of cadmium plating. ' D. Powder-Actuated and Pneumatically-Driven Fasteners: Powder-actuated and pneumatically-driven pins,with shank length sufficient to penetrate supporting steel and 5/161 ' minimum head size, which have been approved by Factory Mutual and have been tested and evaluated according to procedures outlined in Steel Deck Institute Diaphragm Design Manual. E. Blind Rivets: Cadmium plated, carbon steel rivet and mandrel, size 3/16" diameter, , protruding or large bend. F. Sheet Metal Accessories: ASTM A653,commercial quality,galvanized. G. Galvanizing: ASTM A653, G90. Test weight of zinc coating by ASTM A90. H. Galvanizing Repair Paint: High zinc-dust content paint for repair of damaged galvanized ' surfaces complying with Military Specifications MIL-P-21035 (Ships). I. Joint Tape: 4" wide x 14-mil, silver-colored cloth tape, waterproofed with u polyethylene , coating. Adhesion to Steel: 60 oz/in. Tensile Strength: 45 Ibs/in. J. Epoxy Adhesive: Two-part epoxy-resin adhesive, "Scotch Weld" structural adhesive 3501 , B/A manufactured by 3M Company,or approved equal. 2.2 FABRICATION ' A. General: Fabricate deck units in lengths to span three or more supports, with telescoped or nested 2" end laps and nested side laps, and end laps staggered by at least one deck span ' length, unless otherwise indicated. Provide deck configurations complying with SDI "Specification" and as specified herein; and of gages and section modulus per foot width shown. ' B. Wide Rib Metal Deck Units: Provide 1-1/2" approximate depth; 6" approximate rib spacing; 2-1/2" maximum width of rib opening at roof surface; 1-3/4" minimum width of rib at bottom surface. Crimp ends to facilitate nesting. C5X61900 05300-2 METAL ROOF DECKING RO—8/29/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MO C. Metal Closure Strips: Fabricate metal closure strips, for cell openings between decking and ' other construction, of not less than 4" wide x 0.045" minimum (18 gage) sheet steel. Fortn to provide tight-fitting closures at open ends of cells or flutes and sides of decking. PART 3 - EXECUTION t 3.1 INSTALLATION A. General: Install deck units and accessories in accordance with manufacturer's recommendations and final shop drawings, and as specified herein. 1. Replace all sheets that have been crimped, dented or bent during shipping or erection or because of like damage from other construction operations. ' B. Place deck units on supporting steel framework and adjust to final position with ends accurately aligned and bearing on supporting members not less than 3" before being permanently fastened. Do not stretch or contract side lap interlocks. C. Place deck units in straight alignment for entire length of run of cells and with close alignment ' between cells at ends of nbutting units. Check alignment every 30 feet to prevent fanning due to tolerance in sheet width and in placement. D. Place deck units flat and square, secured to adjacent framing without excessive warp or deflection. Check flatness with a 4-foot straightedge and adjust or replace deck when there is a space of more than 1116" between the straight edge and the upper surface. G Coordinate and cooperate with structural steel erector in locating decking bundles to prevent overloading of structural members. F. Do not use deck units for storage or working platforms until permanently secured and then for no more than the load capacity ofthe deck or support framing, whichever is less. ' G. Fastening Deck Units: 1. Fasten deck units to steel with self-drilling No. 12 or larger screws; or, powder-actuated or pneumatically-driven fasteners which penetrate supporting members; or, by welding through deck to structural steel with not less than 5/8" diameter fusion welds or elongated welds of equal strength. Use a minimum of two fasteners or welds per unit at each sup- ' port, spaced not more than 12" o.c, along perimeter of building and openings and at every support and at each brace line, and at closer spacing where required for lateral and uplift force resistance. In addition, secure deck to each supporting member in ribs where side laps occur. Connect split or partial panels or filler sheets to the structure in every valley regardless ofadjacent fastener pattern. 2. Comply with SDI and manufacturer's procedure and recommendations for mechanical fastener installation. a. Install screws exercising care to assure good contact between connected parts. Do not overdrive screw causing stripped threads or damaged scrcw heads. Remove tiny screw damaged due to overdriving and replace at an adjacent location. ' C5X61900 05300-3 METAL ROOF DECKING ' RO—8/29/05 GREEN MEADOW PUMP STATION t CITY OF JEFFERSON, MO b. Do not overdrive powder-actuated or pneumatically-driven fasteners causing rebound or damage to surface coatings. ' 3. Comply with AWS requirements and procedures for manual shielded metal arc welding, appearance and quality of welds, and methods used in correcting welding work. , a. Use proper rods and power to produce sound, full-size welds without excessive burning or damage to the structural steel, ' 4. Mechanically fasten side laps of adjacent deck units between supports, at intervals not exceeding 36"o.c., using self-drilling No. 10 Tek or larger screws. ' H. Cutting and Fitting: Cut and neatly fit deck units and accessories around other work projecting through or adjacent to the decking. ' I. Repair or replace deck where non-usuble holes have been made in the deck through accident or carelessness during erection, or for any other reason, which are larger than 1/4" in diameter ' as follows: 1. 1/4" to 1/2" Diameter: Seal with joint tape. , 2. 1/2" to 1" Diameter: Seal with 26-gage minimum sheet metal fastened with epoxy adhe- sive. 3. 1" to 2" Diameter: Seal with 26-gage minimum sheet metal fastened with self-drilling screws or blind rivets. 4. 2" Diameter or Larger: Replace deck unit. J. Reinforcement at Openings: Provide additional metal reinforcement and closure pieces as ' required for strength,continuity of decking and support of other work. I. Boles less than 6" across require no reinforcement. Reinforce holes 6" to 12" across with ' 20-gage galvanized steel sheet at least 12" wider and longer than the opening and fas- tened to the steel deck at a maximum of 12" on center. Reinforce openings larger than 12" across with steel angles as shown on the Drawings. Provide fasteners at each corner 1 and spaced not more than 9" o.c.along each side. K. Closure Strips: Provide metal closure strips at open uncovered ends and edges of decking, and ' in voids between decking and other construction, Tack weld, or use self-drilling No. 10 Tek or larger screws, at 4'-0" o.c. L. Touch-Up Painting: After decking installation, wire brush, clean and paint scarred areas, ' welds and rust spots on top and bottom surfaces of decking units and supporting steel members. , 1. Touch-up galvanized surfaces with galvanizing repair paint applied in accordance with manufacturer's instructions. END OF SECTION 05300 CSX61900 05300-4 METAL ROOF DECKING ' RO—8129/05 ' ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI SECTION 05500 - METAL FABRICATIONS ' PART ) -GENERAL 1.1 SUMMARY ' A. This Section includes the following: 1. Loose steel lintels. 2. Miscellaneous steel trim. 1.2 SUBMITTALS 1 A. Shop Drawings: Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. PART 2- PRODUCTS ' 2.1 METALS A. Metal Surfaces,General: Provide materials with smooth, flat surfaces without blemishes. B. Ferrous Metals: I. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. 2.2 PAINT A. Shop Primer for Ferrous Metal: Fast-curing, lead- and chromate-free, universal modified-alkyd • ' primer complying with performance requirements in FS TT-P-664 and compatible with finish paint systems indicated. B. Galvanizing Repair Paint: SSPC-Paint 20, high-zinc-dust-content paint for regalvanizing welds in steel. ' 2.3 MISCELLANEOUS MATERIALS A. Fasteners: Type 304 or 316 stainless-steel fasteners for exterior use and zinc-plated fasteners ' with coating complying with ASTM 8633, Class Fe/Zn 5, where built into exterior walls, of type, grade,and class required by application indicated. B. Nonshrink, Nonmetallic Grout: ASTM C1107, factory-packaged, nonstaining, noncorrosive, nongaseous grout. ' CSX619000 05500- 1 METAL FABRICATIONS ' RO-8/29/05 GREEN MEADOW PUMP STATION t CITY OF JEFFERSON,MISSOURI 2.4 FABRICATION A. Connection, General; Use connections that maintain structural value ofjoincd pieces. , 1. Shcar and punch metals cleanly and accurately. Remove burrs, ' 2. Weld corners and scams continuously. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals, Obtain fusion without undercut or overlap. Remove welding Flux immediately. Finish exposed welds , smooth and blended, 3. Fabricate joints that will be exposed to wenther in a manner to exclude water, or provide weep holes. ' 4. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners where possible. Locate joints where least conspicuous, B. Loose Steel Lintels: Fabricate loose structural-steel lintels from steel angles and shapes of size ' indicated for openings and recesses in masonry walls and partitions at locations indicated. I, Galvanize loose steel lintels located in walls. ' C. Miscellaneous Steel Trim: Fabricate units with continuously welded joints and smooth exposed edges. Miter comers and use concealed splices where possible. Fabricate cutouts, fittings, and ' anchorages; coordinate assembly and installation with other work. 2.5 FINISHES A. Finish metal fabrications alter assembly. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. , Shop prime ferrous-metal items not indicated to be galvanized. 1. Hot-dip galvanize items indicated to be galvanized to comply with ASTM A 123 or ' ASTM A 153/A 153M as applicable. 2. Preparation for Shop Priming: Prepare uncoated ferrous-metal surfaces to comply with ' SSPC-SP 3, "Power Tool Cleaning." 3. Apply shop primer to comply with SSPC-PA 1, "Paint Application Specification No. I" ' for shop painting. PART 3 -EXECUTION , 3.1 INSTALLATION ' A. General: Provide anchorage devices and fasteners for securing metal fabrications to in-place construction. Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accureately in location, with edges and surfaces level, plumb,and true. I, Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. CSX619000 05500-2 METAL FABRICATIONS ' RO—8/29/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI 2. Fit exposed connections accurately together. Weld connections, unless otherwise indicated. Do not weld, cut,or abrade galvanized surfaces. ' B. Touch up surfaces and finishes after erection. ' 1. Painted Surfaces: Clean field welds, bolted connections, and abraded areas and touch up paint with the same material as used for shop painting. 2. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780. END OF SECTION 05500 ' CSX619000 05500 -3 METAL FABRICATIONS RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MO SECTION 05511 - METAL STAIRS ' PARTI -GENERAL ' 1.1 SUMMARY ' A. This Section includes steel stairs and Railings. I. Treads: Steel grating. ' 2. I-landrails and Railings: Galvanized steel for pipe handrails and railings attached to metal stairs and to walls adjacent to metal stairs. ' 1.2 PERFORMANCE REQUIREMENTS A. Structural Performance of Metal Stairs: Capable of withstanding the following structural loads without exceeding the allowable design working stress of the materials involved: 1. Treads and Platforms of Metal Stairs: Uniform load of 100 Ibf/sq. ft. or a concentrated load of 300 Ibf on an area of 4 sq. in.,whichever produces the greater stress. 2. Stair Framing: Stresses resulting from loads specified above in addition to stresses resulting from railing system loads. 3. Deflection Limit: Maximum of 0360 or 1/4 inch, whichever is less, for treads, platforms, and rimming members. ' B. Structural Performance of 1-fandrails and Railings: 1. Capable of withstanding the following structural loads without exceeding the allowable design working stress of materials involved: ' a. Top Rail of Guards; Concentrated load of 200 Ibf applied at any point and in any direction, and a uniform load of 50 Ibf/ft. applied horizontally and concurrently with uniform load of 100 Ibf/ft. applied vertically downward. Concentrated and uniform loads need not be assumed to act concurrently. b. Handrails Not Serving as Top Rails: Concentrated load of 200 Ibf applied at any point and in any direction,and a uniform load of 50 Ibf/ft. applied in any direction. ' Concentrated and uniform loads need not be assumed to act concurrently. ' 1.3 SUBMITTALS A. Product Data: For metal stairs and railings. ' B. Shop Drawings: Include plans, elevations, sections, details of installation, and attachments to other Work. I. Include structural analysis data signed and scaled by the qualified professional engineer responsible for their preparation. C5X61900 05511-1 METAL STAIRS ' RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MO IA COORDINATION A. Furnish Setting Drawings, templates, and directions for installing anchorages, including , concrete inserts. Deliver built-in anchorages, including concrete inserts, to Project site as needed to make progress and avoid delays. ' PART 2 -PRODUCTS ' 2.1 MATERIALS A. Ferrous Metals: Provide materials with smooth, flat surfaces without blemishes, 1, Steel Plates, Shapes, and Bars: ASTM A 36. ' 2. Steel Pipe: ASTM A 53,standard weight(Schedule 40), unless otherwise indicated. 3. Grating Treads: B. Shop Primer for Ferrous Metal: Fast-curing, lead- and chrornatc-free, universal modified-alkyd , primer complying with performance requirements in FS TT-P-664 and compatible with finish paint systems indicated. ' 2.2 FABRICATION A. General: Provide complete stair assemblies, including metal framing, hangers, struts, clips, brackets, bearing plates, and other components necessary to support and anchor stairs and platforms. , 1. Shear and punch metals cleanly and accurately. Remove sharp or rough areas and ease exposed edges. Form bent-metal corners to smallest radius possible without impairing , work. 2. Weld connections using materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. Obtain fusion without undercut or , overlap. Remove welding flux immediately, Finish exposed welds and surfaces smooth and blended. 3. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners where possible. Locatejoints where least conspicuous. , B. Steel-Framed Stairs: Fabricate stringers of structural-steel channels. Construct platforms of structural-steel channel headers and miscellaneous framing members. ' 1. Fabricate and join so bolts are not exposed on walking surfaces. C. Floor Grating Treads and Platforms: ' 1. Fabricate treads and platforms from welded steel grating with 1-1/4-by-3/16-inch bearing bars at 15116 inch o.c. and crossbars at 4 inches o.c., NAAMM designation: W-15-4 (I- 1/4 x 3/16) STEEL, 2. Fabricate with steel floor plate nosings, C5X61900 05511-2 METAL STAIRS RO—8/29/05 , GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MO 3. Secure treads to stringers with bolts and weld grating to platform framing. ' D. Handrails and Railings: Comply with requirements indicated for design, dimensions, details, and member sizes,but not less than that needed to withstand indicated loads. I. Configuration: Nominal 1-1/4" standard weight top and intermediate rails, 1-1/4" extra strong for posts. 2. Interconnect members by butt-welding or welding with internal connectors. 3. Form changes in direction of handrails and rails by bending or by inserting prefabricated flush-elbow fittings. 4. Form curves by bending in jigs to produce uniform curvature without buckling, twisting, cracking, or otherwise deforming exposed surfaces. 5. Close exposed ends of handrail and railing members. G. Provide wall returns at ends of wall-mounted handrails. 7. Provide wall brackets, end closures, flanges, miscellaneous fittings, and anchors for attaching to other work. For galvanized railings, provide galvanized fittings, brackets, and other components. 8. Connect railing posts to stair framing by direct welding. ' 2.3 FINISHES A. Comply with NAAMM'S "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. Finish metal stairs after assembly. I. Preparation for Shop Priming: Prepare uncoated ferrous-metal surfaces to comply with SSPC SP 3, "Power Tool Cleaning." ' 2. Apply shop primer to prepared surfaces. Comply with SSPC-PA 1, "Paint Application Specification No. I," for shop painting. PART 3 - EXECUTION 3.1 INSTALLATION A. Perform cutting, drilling, and fitting required for installing metal stairs. Set units accurately in ' location,alignment,and elevation, and free from rack. B. 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. Delete first paragraph below if no precast treads. C. Touch up surfaces and finishes alter erection. I. Painted Surfaces: Clean field welds, bolted connections, and abraded areas and touch up paint with the same material as used for shop painting. END OF SECTION 05511 C5X61900 05511-3 METAL STAIRS ' RO—8/29/05 GREEN MEADOW PUMP STATION CIFTY OF JEFFERSON, MISSOURI SECTION 06100 - ROUGH CARPENTRY ' PARTI -GENERAL 1.1 SUMMARY ' A. This Section includes the following: 1. Rooftop equipment bases and support curbs. ' 2. Wood blocking and nailers. 1.2 SUBMITTALS A. Product Data: For each type of process and factory-fabricated product. 1. Include dnla for wood-preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. B. Material Certificates: For dimension lumber specified to comply with minimum allowable unit ' stresses. Indicate species and grade selected for each use and design values approved by the American Lumber Standards Committee Board of Review. C. Research/Evaluation Reports: For the following, showing compliance with building code in effect for Project: rI. Wood-preservative-treated wood. 2. Power-driven fasteners. 3. Powder-actuated fasteners. 4. Expansion anchors. ' 1.3 QUALITY ASSURANCE ' A. Forest Certification: For the following wood products, provide materials produced from wood obtained from forests certified by an FSC-accredited certification body to comply with FSC 1.2, "Principles and Criteria": 1. Dimension lumber framing. 2. Miscellaneous lumber. 1 C5X61900 06100- 1 ROUGH CARPENTRY RO—8/29/05 GREEN MEADOW PUMP STATION , CIFTY OF JEFFERSON, MISSOURI PART2 - PRODUCTS !I! 2.1 WOOD PRODUCTS,GENERAL li A. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency ' !I is indicated, provide lumber that complies with the applicable rules of any rules-writing agency certified by the ALSC Board of Review, Provide lumber grnded by an agency certified by the ' ALSC Board of Review to inspect and grade lumber under the rules indicated. 1. Factory mark each piece of lumber with grade stamp of grading agency. ' 2. For exposed lumber indicated to receive a shitted or natural finish, mark grade stamp on end or back of each piece . 3. Provide dressed lumber, S4S, unless otherwise indicated. ' 2.2 WOOD-PRESERVATIVE-TREATED LUMBER ' A. Preservative Treatment by Pressure Process: AWPA C2,except that lumber flint 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 containing no arsenic or chromium. B. Kiln-dry lumber after treatment to a maximum moisture content of 19 percent. C. Mark lumber with treatment quality mark of an inspection agency approved by the ALSC Board ' of Review. D. Application: Treat all rough carpentry, unless otherwise indicated. ' 1. Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar , members in connection with roofing, flushing, vapor barriers, and waterproofing. 2.3 MISCELLANEOUS LUMBER , A. General: Provide miscellaneous lumber indicated and lumber for support or attachment of other construction, including the following: ' 1. Blocking. 2. Nuilers. ' 3. Rooftop equipment buses and support curbs. 4. Cants, 5. Furring. 6. Grounds. C5X61900 06100-2 ROUGH CARPENTRY RD—8/29/05 , GREEN MEADOW PUMP STATION CIPTY OP JEFFERSON, MISSOURI B. For items of dimension lumber size, provide Construction or No. 2 grade lumber with 19 percent maximum moisture content of any species. C. For concealed boards, provide lumber with 19 percent maximum moisture content and any of the following species and grades: 1. Mixed southern pine,No. 2 grade; SPIB. t 2. Eastern soflwoods,No. 2 Common grade;NeLMA. 3. Northern species, No. 2 Common grade; NLGA. 2.4 FASTENERS ' A. General: Provide fasteners of size and type indicated that comply with requirements specified. 1. Where rough carpentry is exposed to weather, in ground contact, pressure-preservative treated, or in area of high relative humidity, provide fasteners with hot-dip zinc coating complying with ASTM A 153/A 153M. 13, Power-Driven Fasteners: NES NER-272. C. Dolts: Steel bolts complying with ASTM A 307,Grade A (ASTM F 568M, Property Class 4.6); with ASTM A 563 (ASTM A 563M)hex nuts and, where indicated, flat washers. PART 3 -EXECUTION 3.1 INSTALLATION A. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit. Locate trailers, blocking, and similar supports to comply with requirements for attaching other ' construction. D. Do not splice structural members between supports, unless otherwise indicated. ' C. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative-treated lumber. ' D. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: 1. Table 2304.9.1, "Fastening Schedule," in ICC's International Building Code, C5X61900 06100-3 ROUGH CARPENTRY ' RO—8/29/05 GREEN MEADOW PUMP STATION ' CIPTY OF JEFFERSON, MISSOURI 3.2 PROTECTION A. Protect wood that has been treated with inorganic boron (SEX) from weather. If, despite ' protection, inorganic boron-treated wood becomes wet, apply EPA-registered borate treatment. Apply borate solution by spraying to comply with EPA-registered label. END OF SECTION 06100 1 . 1' CSX61900 06100-4 ROUGH CARPENTRY RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 06105 -MISCELLANEOUS CARPENTRY ' PARTI -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 1.2 SUMMARY A. This Section includes the following: I. Wood furring, grounds, nailers, and blocking. 2. Plywood mounting board for elect panel(Fire-Retardant Treated). 1 1.3 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and ' Division I Specification Sections. B. Wood treatment data as follows, including chemical treatment manufacturer's instructions for handling,storing, installing,and finishing treated materials: 1. For each type of preservative-treated wood product, include certification by treating plant stating type of preservative solution and pressure process used, net amount of preservative retained, and compliance with applicable standards. 2. For waterborne-treated products, include statement that moisture content of treated materials was reduced to levels indicated before shipment to Project site. 1.4 DELIVERY, STORAGE, AND HANDLING A. Keep materials under cover and dry. Protect from weather and contact with damp or wet surfaces. Stack limber, plywood, and other panels. Provide for air circulation within and around stacks and under temporary coverings. L For lumber and plywood pressure treated with waterborne chemicals, place spacers between ouch bundle to provide air circulation. ' PART 2- PRODUCTS ' 2.1 LUMBER,GENERAL A. Lumber Standards: Comply with DOC PS 20, "American Softwood Lumber Standard," and with applicable grading rules of inspection agencies certified by American Lumber Standards Committee's(ALSO) Board of Review. CSX61900 06105-1 MISCELLANEOUS CARPENTRY ' RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI B. Inspection Agencies: Inspection agencies, and the abbreviations used to reference them, include the following: ' I. NLGA-National Lumber Grades Authority(Canadian). 2. SPIB -Southern Pine Inspection Bureau. ' C. Grade Stamps: Provide lumber with each piece factory marked with grade stamp of inspection agency evidencing compliance with grading rule requirements and identifying grading agency, grade,species,moisture content at time of surfacing,and mill. , 1. For exposed lumber, furnish pieces with grade stamps applied to ends or back of each piece. D. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry lumber. ' I. Provide dressed lumber, S4S, unless otherwise indicated. 2. Provide dry lumber with 19 percent maximum moisture content at time of dressing for 2- ' inch nominal thickness or less,unless otherwise indicated. 2.2 WOOD-PRESERVATIVE TREATED MATERIALS ' A. General: Where lumber or plywood is indicated as preservative treated or is specified to be treated, comply with applicable requirements of AWPA C2(lumber)and AWPA C9(plywood). Mark each treated item with the Quality Mark Requirements of an inspection agency approved by ALSC's Board of Review. B. Pressure treat aboveground items will) waterborne preservatives to a minimum retention of 0.25 ' Ib/cu. R. After treatment, kiln-dry lumber and plywood to a maximum moisture content of 19 and 15 percent,respectively. Treat indicated items and the following: 1. Wood millers, 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. , 2.3 DIMENSION LUMBER A. General: Provide dimension lumber of grades indicated according to the ALSC National Grading Rule(NOR)provisions orthe inspection agency indicated. B. Framing: Provide the following grades and species: ' 1. Grade: Construction or No. 2. 2.4 MISCELLANEOUS LUMBER , A. General: Provide lumber for support or attachment or other construction, including rooftop equipment curbs and support bases, mailers, blocking, furring, grounds, stripping, and similar members. C5X61900 06105-2 MISCELLANEOUS CARPENTRY RO—8/29/05 , GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI B. Fabricate miscellaneous lumber from dimension lumber of sizes indicnted and into shapes ' shown. C. Moisture Content: 19 percent maximum for lumber items are not specified to receive wood preservative treatment. D. Grade: For dimension lumber sizes, provide No. 3 or Standard grade lumber per ALSC's NGRs I of any species. For board-size lumber: provide No. 3 Common grade per NELMA, NLGA; No.2 grade per SPIB; or Standard grade per NLGA or W WPA of any species. 2.5 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this Article for material and manufacture. 1. Where miscellaneous carpentry is exposed to weather, in ground contact, or in area of high relative humidity, provide fasteners with a hot-dip zinc coating per ASTM A 153 or of Type 304 stainless steel. B. Nails, Wire, Brads,and Staples: FS FF-N-105. ' C. Power-Driven Fasteners: CABO NER-272, D. Bolts: Steel bolts complying with ASTM A 307, Grade A (ASTM F 568, Property Class 4.6); with ASTM A 563 (ASTM A 563M)hex nuts and, where indicated, flat washer. PART 3 -EXECUTION 3.1 INSTALLATION, GENERAL A. Discard units of material with defects that impair quality of carpentry and that arc too small to use with minimum number ofjoints or optimum joint arrangement, ' B. Set carpentry to required levels and lines, with members plumb, true to line,cut, and fitted. C. Pit carpentry to other construction; scribe and cope as required for accurate fit. Correlate location or furring, nailers, blocking, grounds, and similar supports to allow attachment of other construction. ' D. Apply field treatment complying with AWPA M4 to cut surfaces or preservative-treated lumber and plywood. E. Securely attach carpentry work as indicated and according to applicable codes and recognized standards. F. Use fasteners of appropriate type and length. Predrill members when necessary to avoid splitting wood. CSX61900 06105-3 MISCELLANEOUS CARPENTRY IRO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 3.2 WOOD GROUNDS,NAILERS, BLOCKING,AND SLEEPERS A. Install where shown and where required for screeding or attaching other work. Cut and shape to r required size. Coordinate locations with other work involved, B. Attach to substrates to support applied loading. Recess bolts and nuts flush with surfaces, ' unless otherwise indicated. END OF SECTION 06105 ' C5X61900 06105-4 MISCELLANEOUS CARPENTRY RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI 16 SECTION 07531 - EPDM MEMBRANE ROOFING PARTI -GENERAL I1.1 SUMMARY ' A. This Section includes adhered membrane roaring system. ' 1.2 SUBMITTALS A. Product Data: For each product indicated. B. Shop Drawings: Include plans,elevations,sections, details,and attachments to other Work. C. Samples: For each product included in membrane roofing system. D. Researcb/evaluntion reports. ' E. Maintenance data. 1.3 QUALITY ASSURANCE A. Installer Qualifications: A qualified firm that is approved, authorized, or licensed by roofing system manufacturer to install manufacturer's product and that is eligible to receive manufacturer's warranty. ' B. Source Limitations: Obtain components for membrane roofing system from same manufacturer as roofing membrane. C. Fire-Test-Response Characteristics: Provide membrane roofing materials with the fire-lest- response characteristics indicated as determined by testing identical products per test method below by UL, FMG, or another testing and inspecting agency acceptable to authorities having jurisdiction. I. Exterior Fire-Test Exposure: Class A B C; ASTM E 108, for application and roof slopes indicated. tD. Preinstallation Conference: Conduct conference at Project site, 1.4 PROJECT CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit roaring system to be installed according to manufacturer's written instructions and warranty requirements. C5X61900 07531 - I EPDM MEMBRANE ROOFING ' RO-8129/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 1.5 WARRANTY A. Special Warranty: Manufacturer's standard form, without monetary limitation, in which manufacturer agrees to repair or replace components of membrane roofing system that fail in materials or workmanship within specified warranty period. Failure includes roof leaks. 1. Warranty Period: 10 years from date of Substantial Completion. PART 2-PRODUCTS ' 2.1 EPDM ROOFING MEMBRANE ' A. EPDM Roofing Membrane: ASTM D 4637, Type 1, nonreinforced uniform, flexible sheet ' made from EPDM,and as follows: I. Manufacturers; Subject to compliance with requirements, provide products by tite manufacturers specified. ' a. Carlisle Syn'fec Incorporated. b. Celotex Corporation. C. Firestone Building Products Company. ' d. GenFlex Roofing Systems. C. International Diamond Systems. f. Johns Manville International, Inc. g. Or approved equal. 2. Thickness: 60 mils(1.5 mm), nominal. 3, Exposed Face Color: Black . 2.2 AUXILIARY MATERIALS ' A. General: Auxiliary materials recommended by roofing system manufacturer for intended use , and compatible with membrane roofing. B. Sheet Flashing: 60-mil- (1.5-mm-) thick EPDM, partially cured or cured, according to application. ' C. Bonding Adhesive: Manufacturer's standard bonding adhesive. ' D. Seaming Material: Single-component butyl splicing adhesive and splice cleaner. E. Fasteners: Factory-coated steel fasteners and metal or plastic plates meeting corrosion- ' resistance provisions in FMG 4470, designed for fastening membrane to substrate, and acceptable to membrane roofing system manufacturer, F, Miscellaneous Accessories: Provide lap sealant, water cutoff mastic, metal termination bars, metal battens, pourable sealers, preformed cone and vent sheet (lashings, preformed inside and C5X61900 07531 -2 EPDM MEMBRANE ROOFING RO-8/29/05 1 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI ` outside corner sheet (lashings,T joint covers, in-seam sealants, termination reglets, cover strips, ' and other accessories. 2.3 ROOF INSULATION A. Polyisocyanumte Board Insulation: ASTM C 1289, Type 11, felt or glass-fiber mat facer on both major surfaces. B. Tapered Insulation: Provide factory-tapered insulation boards fabricated to slope of 114 inch per 12 inches(1:48) ' C. Provide preformed saddles, crickets, tapered edge strips, and other insulation shapes where indicated for sloping to drain. Fabricate to slopes indicated. 2.4 INSULATION ACCESSORIES A. Fasteners: Factory-coated steel fasteners and metal or plastic plates meeting corrosion- resistance provisions in FMG 4470, designed for fastening roof insulation to substrate, and ' acceptable to roofing system manufacturer. B. Roofing Asphalt: ASTM D 312,Type III or IV. I. Asphalt Primer: ASTM D 41. 2. Weight: 22 lb/sq. ft.(110 kg/sq. m). 2.5 WALKWAYS ' A. Flexible Walkways: Factory-formed, nonporous, heavy-duty, solid-rubber, slip-resisting, surface-textured walkway pads or rolls, approximately 3116 inch (5 mm)thick, and acceptable to membrane roofing system manufacturer. ' I. Locate walkways as directed by Architect to provide access to each roof mount equipment unit. PART 3 -EXECUTION ' 3.1 INSULATION INSTALLATION A. Coordinate installing membrane roofing system components so insulation is not exposed to precipitation or left exposed at the end of the workday. B. Comply with membrane roofing system manufacturer's written instructions for installing roof insulation. C. Install tapered insulation under area of roofing to conform to slopes indicated. ' CSX61900 07531 -3 EPDM MEMBRANE ROOFING ' RO-8/29/05 GREEN MEADOW PUMP STATION ' CITY Or JEFFERSON, MISSOURI D. Install one or more layers of insulation under area of roofing to achieve required thickness, t Where overall insulation thickness is 2 inches (50 min)or greater, install 2 or more layers with joints of each succeeding pryer staggered front joints of previous layer a minimum of 6 inches (150 min) in each direction. E. Mechanically Fastened Insulation: install each layer of insulation and secure to deck using , mechanical fasteners specifically designed and sized for fastening specified board-type roof insulation to deck type. ' 1. Fasten insulation to resist uplift pressure at corners, perimeter,and field oi'roor. F. Mechanically Fastened Lund Adhered Insulation: Install each layer of insulation and secure first ' layer of insulation to deck using mechanical fasteners specifically designed and sized for fastening specified board-type roof insulation to deck type. 1. Fasten first layer of insulation to resist uplift pressure at corners, perimeter, and field of roof. 2. Install subsequent layers of insulation in n solid mapping of hot rooting asphalt, applied ' within plus or minus 25 deg F(14 deg C)of equiviscous temperature. 3. Install subsequent pryers of insulation in a cold fluid-applied adhesive. ' 3.2 ADHERED ROOFING MEMBRANE INSTALLATION A. Install roofing membrane over area to receive roofing according to membrane roofing system manufacturers written instructions. Unroll roofing membrane and allow to relax before installing. B. Accurately align roofing membrane and maintain uniform side and end laps of minimum dimensions required by manufacturer. Stagger end laps. ' C. Bonding Adhesive: Apply bonding adhesive to substrate and underside of roofing membrane at rate required by manufacturer and allow to partially dry. Do not apply bonding adhesive to ' splice area of roofing membrane. D. Mechanically or adhesively fasten roofing membrane securely at terminations, penetrations, and perimeter of rooting. E. Adhesive Scam Installation: Clean both faces of spiice areas, apply splicing cement, and firmly roll side and end laps of overlapping rooting membranes according to manufacturer's written ' instructions to ensure it watertight scum installation. Apply pup sealant and seal exposed edges of roofing membrane terminations. r. Tape Seam Installation: Clean and prime both fuces of splice areas, apply splice tape, and ' firmly roll side and end laps of overlapping roofing membranes according to manufacturer's written instructions to ensure a watertight scam installation. Apply lap sealant and seal exposed edges of roofing membrane terminations. G. Repair tears, voids,and lapped scams in roofing that does not meet requirements. ' C5X61900 07531 -4 EPDM MEMBRANE ROOFING RO - 8/29/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI 3.3 BASE PLASHING INSTALLATION A. Install sheet (lashings and preformed flashing accessories and adhere to substrates according to membrane roofing system manufacturer's written instructions. B. Apply bonding adhesive to substrate and underside of sliect flashing at required rate and allow to partially dry. Do not apply bonding adhesive to scam area or flashing. ' C. Flash penetrations and ficid-formed inside and outside corners with cured or uncured sheet flashing. D. Clean splice areas, apply splicing cement, and firmly roll side and end laps of overlapping sheets to ensure n watertight scum installation. Apply lap sealant and seal exposed edges of sheet flashing terminations. ' E. Terminate and seal top ofshect tlashings and mechanically anchor to substrate. 3.4 WALKWAY INSTALLATION A. Flexible Walkways: Install walkway products in locations indicated. Adhere walkway products to substrate with compatible adhesive according to roofing system manufacturer's written instructions. 3.5 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent testing and inspecting agency to perform roof tests and inspections and to prepare lest reports. ' B. Final Roof Inspection: Arrange for roofing system manufacturer`s technical personnel to inspect roofing installation on completion and submit report to Architect. C. Repair or remove and replace components of membrane roofing system where test results or ' inspections indicate that they do not comply with specified requirements. END OF SECTION 07531 C5X61900 07531 -5 EPDM MEMBRANE ROOFING ' RO- 8129/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI ` SECTION 07620-SHEET METAL FLASHING AND TRIM PART I -GENERAL 1.1 SUMMARY ' A. This Section includes the following: 1. Manufactured copings ' 2, Formed wall flashing and trim, 3. Roof expansion joint flashing. 1.2 SUBMITTALS A. Product Data: For each product indicated. B. Shop Drawings: Show layouts, profiles, shapes, scams, dimensions, and details for fastening, ' joining,supporting, and anchoring sheet metal flashing and trim. C. Samples: For each type of sheet metal flashing and trim. 1.3 QUALITY ASSURANCE A. Sheet Metal Flashing and Trim Standard: Comply with SMACNA's "Architectural Sheet Metal Manual." Conform to dimensions and profiles shown unless more stringent requirements are. indicated. B. Mockups: Build mockups to demonstrate aesthetic effects and set quality standards for fabrication and installation. ' I. Build mockup of typical coping and expansion joint, approximately 12 inches long, including supporting construction cleats, seams,attachments and accessories. C. Preinstallation Conference: Conduct conference at Project site. ' PART2 -PRODUCTS 2.1 SHEET METALS A. Stainless-Steel Sheet: ASTM A 2401A 240M,Type 304,No. 2D finish, dead soft temper. CSX61900 07620- 1 SHEET METAL FLASHING RO-8/29/05 AND TRIM GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI 2.2 MISCELLANEOUS MATERIALS A. General: Provide materials and types of fasteners, solder, welding rods, protective coatings, , separators, sealants,and other miscellaneous items as required for complete shoot metal flashing and trim installation. ' B. Felt Underlayment: ASTM D 226, Type Ii (No.30), asphalt-saturated organic felt, nonperforated. ' 1. Slip Sheet: Rosin-sized paper, minimum 3 lb/100 sq. R.(0.16 kg/sq. m). C. Fasteners: Wood screws, annular threaded nails, self-tapping screws, self-locking rivets and bolts, and other suitable fasteners designed to withstand design loads, 1. Exposed Fasteners: I-leads matching color of sheet metal by means of plastic caps or factory-applied coating. 2. Fasteners for Flashing and Trim: Blind fasteners or self-drilling screws, gasketed, with hex washer head. 3. Blind Fasteners: I igh-strength aluminum or stainless-steel rivets. D. Sealing Tape: Pressure-sensitive, 100 percent solids, potyisobutylene compound scaling tape ' with release-paper backing. Provide permanently elastic, nonsng, nontoxic, nonstaining tape. E. Elastomeric Sealant: ASTM C 920,clastomeric silicone polymer sealant; of type,grade,class, and use classifications required to sent joints in sheet metal flashing and trim and remain Watertight. F. Butyl Sealant: ASTM C 1311, single-component, solvent-release butyl rubber sealant, , polyisobutylene plasticized, heavy bodied for hooked-type expansion joints with limited movement. G. Epoxy Scam Scaler: Two-part, noncorrosive, aluminum scam-cementing compound. FL Bituminous Coating: Cold-applied asphalt mastic, SSPC-Paint 12, compounded for 15-mil , (0.4-mm)dry film thickness per coat. I. Solder for stainless steel: ASTNI B 32, Grade Sn60, with acid flux of type recommended by stainless-steel sheet manufacturer. 2.3 FABRICATION,GENERAL , A. General: Custom fabricate shoot metal flashing and trim to comply with recommendations in , SMACNA's "Architectural Sheet Metal Manual" that apply to design, dimensions, metal, and other characteristics of item indicated, Shop fabricate items where practicable. Obtain field measurements for accurate fit before shop lubrication. B. Fabricate shoot metal flashing and trim without excessive oil canning, buckling, and tool marks and true to line and levels indicated, with exposed edges folded back to form hems. C5X61900 07620-2 SHEET METAL FLASHING RO—8/29/05 AND TRIM GREEN MEADOW PUMP S'T'ATION CITY OF JEFFERSON, MISSOURI I. Seams for Other Than Aluminum: Fabricate nonmoving seams in accessories with flat- lock scams. Tin edges to be seamed, form scans,and solder. C. Scaled Joints: Form nonexpansion but movable joints in metal to accommodate clastomcric sealant to comply with SMACNA recommendations. D. Expansion Provisions: Where lapped or bayonet-type expansion provisions in the Work cannot ' be used, form expansion joints of intermeshing hooked flanges, not less than I inch (25 mm) deep, filled with clastomcric butyl sealant concealed within joints. E. Conceal fasteners and expansion provisions where possible on exposed-to-view sheet metal ' flushing and trial, unless otherwise indicated. F. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible, noncorrosive metal,and fn thickness not less than that of metal being secured. G. Parapet Scuppers: Fabricate scuppers of dimensions required with closure flange trim to ' exterior,4-inch-(100-mm-)wide wall flanges to interior, and base extending 4 inches(100 mm) beyond cant or tapered strip into field of roof. Fasten gravel guard angles to base of scupper. L Fabricate parapet scuppers from the following material: a. Stainless Steel: 0.0187 inch (0.5 mm)thick. 2.4 LOW-SLOPE ROOF SHEET METAL FABRICATIONS A. Copings: Hickman `Permasnap",CIS "Snap—Lok"or other approved. B. Base Flashing: Fabricate from the following material: I. Stainless Steel: 0.0187 inch (0.5 mm)thick. ' C. Counterflashing and Flashing Receivers: Fabricate from the following material: 1. Stainless Steel: 0.0187 inch(0.5 mm)thick. D. Expansion joint flashing: Fabricate from the following material: I. Stainless Steel: 0.0187 inch (0.5 tam)thick. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. General: Anchor sheet metal (lashing and trim and other components of the Work securely in place, with provisions for thermal and structural movement, Use fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. I. Torch cutting of sheet metal flushing and trim is not permitted. ' CSX61900 07620-3 SHEET METAL FLASI IING RO-8/29/05 AND TRIM GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI B. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates, protect against galvanic action by painting contact surfaces with bituminous coating or by other permanent separation as recommended by fabricator or manufacturers of dissimilar metals. C. Install exposed sheet metal flashing and trim without excessive oil canning, buckling, and tool marks. D. Install sheet metal flashing and trim true to line and levels indicated. Provide uniform, neat ' seams with minimum exposure of solder, welds,and clastomeric sealant. E. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. , Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. 1. Space cleats not more than 12 inches (300 min) apart. Anchor each cleat with two fasteners. Bend tabs over fasteners. ' F. Expansion Provisions: Provide for thermal expansion of exposed Flashing and trim. Space movement joints at a maximum of 10 feet (3 in) with no joints allowed within 24 inches (600 , mm) of corner or intersection. Where lapped or bayonet-type expansion provisions cannot be used or would not be sufficiently watertight, form expansion joints of intermeshing hooked flanges, not less than I inch (25 min) deep, filled with clastomeric sealant concealed within ' joints. G. Fasteners: Use fasteners ofsizes that will penetrate substrate not less than 1-1/4 inches(32 mm) for nails and not less than 3/4 inch (19 mm) for wood screws. 1. Galvanized or Prcpaintcd, Metallic-Coated Steel: Use stainless-steel fasteners. 2. Aluminum: Use aluminum or stainless-steel fasteners. ' 3. Copper: Use copper or stainless-steel fasteners. 4. Stainless Steel: Use stainless-steel fasteners. ' H. Seal joints with clastomeric sealant as required for watertight construction. 1. Soldered Joints: Clean surfaces to be soldered, removing oils and foreign matter. Pretin edges , of sheets to be soldered to a width of 1-1/2 inches (38 mm) except where pretinned surface would show in finished Work. I. Do not solder prepainted, metallic-coated steel sheet. 3.2 ROOF FLASHING INSTALLATION , A. General: Install sheet metal roof flashing and trim to comply with performance requirements ' and SMACNA's "Architectural Shect Metal Manual." Provide concealed fasteners where possible, set units true to line, and level as indicated. Install work with laps,joints, and seams that will be permanently watertight. B. Roof Edge Flashing: Anchor to resist uplift and outward forces according to recommendations in FMG Loss Prevention Data Sheet 1-49. ' CSX61900 07620-4 SHEET METAL FLASHING RO—8/29/05 AND TRIM , GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 1. Interlock bottom edge of roof edge flashing with continuous cleats anchored to substrate ' at 24-inch (600-mm)centers. C. Copings: Anchor to resist uplift and outward forces according to recommendations in FMG ' Loss Prevention Data Sheet 1-49. L Interlock exterior bottom edge of coping with continuous cleats anchored to substrate at ' 16-inch (400-mm)centers. 2. Anchor interior leg of coping with screw fasteners and washers at 18-inch (450-mm) centers. 3. Remove existing coping corners at new addition. Fabricate now sections matching existing. Make provision for movement between existing and new coping sections. ' D. Counterflushing: Coordinate installation of counterflashing with installation of base flashing. Insert countcrflushing in reglets or receivers and fit tightly to base flashing. Secure in a waterproof manner, Extend countcrflnshing 4 inches (100 mm) over base flashing. Lap counterflushing joints a minimum of inches(100 mm)and bed with clastomeric sealant. E. Roof-Penetration Flashing: Coordinate installation of roof-penetration flashing with installation of roofing and other items penetrating roof. Install flashing as follows: 1. Turn lead flashing down inside vent piping, being careful not to block vent piping with flashing. 2. Seal with elnstomeric sealant and clump flashing to pipes penetrating roof except for Tend flashing on vent piping. END OF SECTION 07620 C5X61900 07620-5 SHEET METAL FLASHING RO—8/29/05 AND TRIM GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSSOURI SECTION 07920-JOINT SEALANTS ' PARTI -GENERAL 1.1 SUMMARY A. This Section includes joint sealants for the following applications, including those specified by reference to this Section: I. Exterior and inleriorjoints between and at perimeter of precast panels. 2. Joints at perimeter of metal door frames. 3. All other joints or spaces noted to be scaled. 1.2 PERFORMANCE REQUIREMENTS A. Provide clnstomeric joint sealants that establish and maintain watertight and airtight continuous joint seals without staining or deteriorating joint substrates. B. Provide joint sealants for interior applications that establish and maintain airtight and water- resistant continuous joint seals without staining or deteriorating joint substrates. N1.3 SUBMITTALS ' A. Product Data: For each joint-sealant product indicated. ' B. Samples: For each type and color of joint sealant required, provide Samples with joint sealants in 1/2-inch- (13-mm-) wide joints formed between two 6-inch- (150-mm-) long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. ' C. Preconstruction field test reports. D. Compatibility and adhesion test reports. E. Product certificates,test reports. 1.4 QUALITY ASSURANCE A. Preconstruction Compatibility and Adhesion Testing: Submit samples of materials that will ' contact or affect joint sealants to joint-sealant manufacturers for testing according to ASTM C 1087 to determine whether priming and other specific joint preparation techniques are required to obtain rapid, optimum adhesion ofjoint sealants to joint substrates. B. Preconstruction Field-Adhesion Testing: Before installing clnstomeric sealants, field lest their adhesion to Projectjoint substrates according to the method in ASTM C 1193 that is appropriate for the types of Project joints. ' C5X61900 07920- 1 JOINT SEALANTS RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSSOURI C. Mockups: Build mockups incorporating sealant joints, as follows, to verify selections made under sample submittals and to demonstrate nesthctic el'l'ccts and set quality standards for ' materials and execution: I. Joints in mockups of assemblies specified in other Sections that are indicated to receive ' elastomerie joint sealants,which are specified by reference to this Section. 1.5 WARRANTY ' A. Special Installer's Warranty: Installer's standard form in which Installer agrees to repair or replace clastomeric joint sealants that do not comply with performance and other requirements ' specified in this Section within specified warranty period. I. Warranty Period: Two years from date of Substantial Completion. ' B. Special Manufacturer's Warranty: Manufacturer's standard form in which clastomeric sealant manufacturer agrees to famish clastomeric joint sealants to repair or replace those that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period:Ten(10) years from date of Substantial Completion, PART 2- PRODUCTS 2.1 MANUFACTURERS ' A. Products: Subject to compliance with requirements, provide one of the products listed. 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. B. Colors of Exposed Joint Sealants: As selected by Architect from manufacturer's full range. 2.3 ELASTOMERIC JOINT SEALANTS , A. Elastomeric Sealants: Comply with ASTM C 920 and other requirements indicated for each ' liquid-applied chemically curing senlant specified, including those referencing ASTM C 920 classifications for type, grade,class, and uses related to exposure and joint substrates. B. Stain-Test-Response Characteristics: Where clastomeric sealants are specified to be nonstaining to porous substrates, provide products that have undergone testing according to ASTM C 1248 and have not stained porous joint substrates indicated f'or Project. C5X61900 07920-2 JOINT SEALANTS RO—8/29/05 , GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSSOURI C. Suitability for Immersion in Liquids. Where clastomeric sealants are indicated for Use I for ' joints that will be continuously immersed in liquids, provide products that have undergone testing according to ASTM C 1247 and qualify for the length of exposure indicated by reference to ASTM C 920 for Class 1 or 2. Liquid used for testing sealants is dcionized water, unless otherwise indicated. D. Multicomponent Nonsag Ncutml-Curing Silicone Sealant ES-1 1. Products: a. Dow Corning Corporation; 756 H.P. b. Or approved equal. 2. Type and Grade: M (multicomponent)and P (pourable). 3. Class: 50. 4. Use Related to Exposure: NT(nontraffic). 5. Uses Related to Joint Substrates: M, G, A, and, as applicable to joint substrates indicated, O. ' E. Single-Component Neutral-and Basic-Curing Silicone Sealant ES-2: I. Products: a. Dow Corning Corporation; 790. ' b. GE Silicones; SilPruf LM SCS2700. C. Tremco; Spectrem 3 d. Or approved equal. ' 2. Type and Grade: S(single component)and NS(nonsag). 3. Class: 50. 4. Use Related to Exposure: NT(nontraffic). 5. Uses Related to Joint Substrates: M, G, A, and, as applicable to joint substrates indicated, O. 6. Stain-Test-Response Characteristics: Nonstaining to porous substrates per ASTM C 1248. 7. indicated,O. ' 2.4 JOINT-SEALANT[SACKING A. General: Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. C5X61900 07920-3 JOINT SEALANTS RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSSOURI B. Cylindrical Sealant Backings: ASTM C 1330, Type C (closed-cell material with a surface skin), and of size and density to control sealant depth and otherwise contribute to producing ' optimum sealant performance: C. Elastonrcrie Tubing Sealant Backings: Neoprene, butyl, EPDM, or silicone tubing complying with ASTM D 1056, nonabsorbent to water and gas, and capable of remaining resilient at temperatures down to minus 26 degF (minus 32 deg C). Provide products with low compression set and of size and shape to provide a secondary seal, to control sealant depth, and ' to otherwise contribute to optimum sealant performance. D. Bond-Brcaker Tape: 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. , 2.5 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint-sealant manufacturer where required for adhesion of r sealant to joint substrates indicated, as determined from preconslruction joint-sealant-substrate tests and field tests. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable or staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants to joint substrates. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces , adjacent to joints. PART 3 - EXECUTION , 3.1 PREPARATION , A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants. 1. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant. a. Clean porous joint substrate surfaces by brushing, grinding, blast cleaning, mechanical abrading, or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with joint sealants. Remove loose ' particles remaining after cleaning operations above by vacuuming or blowing out joints with oil-free compressed air. 2. Remove laitance and form-release agents from concrete. C5X61900 07920-4 JOINT SEALANTS RO—8/29/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSSOURI a. Clean nonporous surfaces with chemical clenners or other means that do not stain, ' harm substrates, or leave residues capable of interfering with adhesion of joint sealants. B. Joint Priming: Prime joint substrates,where recommended in writing by joint-sealant manufacturer, based on preconstruction joint-sealant-substrate tests or prior experience. Apply primer to comply with joint-sealant manufacturer's written instructions. Confine primers to ' areas of joint-sealant bond; do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. 3.2 INSTALLATION A. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use ofjoint sealants as applicable to materials,applications,and conditions indicated. ' B, Acoustical Sealant Application Standard: Comply with recommendations in ASTM C 919 for use of joint sealants in acoustical applications as applicable to materials, applications, and conditions indicated. C. Install sealant backings of type indicated to support sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability, ' I. 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. Install bond-breaker tape behind sealants where sealant backings are not used between sealants and backs ofjoints. ' E. Install sealants using proven techniques that comply with the following and at the same time backings are installed: ' I; Place sealants so they directly contact and fully wet joint substrates. 2 Completely fill recesses in each joint configuration. ' 3, Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability, F. Tooling of Nonsug Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. C5X61900 07920-5 JOINT SEALANTS ' RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSSOURI I. Remove excess sealant from surfaces adjacent to joints. 2. Use tooling agents that are approved in writing by sealant manufacturer and that do not , discolor sealants or adjacent surfaces. 3. Provide concave joint configuration per Figure SA in ASTM C 1193, unless otherwise . indicated. G. Installation of Preformed Silicone-Sealant System: Comply with manufacturer's written ' instructions. H. Installation of Preformed Foam Sealants: Install each length of sealant immediately after , removing protective wrapping, taking care not to pull or stretch material, producing seal continuity at ends, turns, and intersections of joints. For applications at low ambient temperatures where expansion of sealant requires acceleration to produce seal, apply heat to sealant in compliance with sealant manufacturer's written instructions. L Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur. ' 3.3 JOINT-SEALANT SCHEDULE ' A. . Joint-Sealant Application ES-1 Exterior vertical and horizontal joints between and at perimeter of precast panels. B. Joint-Sealant Application ES-2 Joints at perimeter of metal door frames. END OF SECTION 07920 C5X61900 07920 -6 JOINT SEALANTS RO—8/29/05 1 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 08111 —STANDARD STEEL DOORS AND FRAMES ' PARTI -GENERAL ' 1.1 SUMMARY . ' A. This Section includes standard hollow-metal steel doors and frames. I. Removable transom with removable insulation hollow-metal panel above, ' 1.2 SUBMITTALS ' A. Product Data: Include construction details, material descriptions, core descriptions, label compliance,and finishes for each type of steel door and frame specified. B. Shop Drawings: Provide a schedule of standard steel doors and frames using same reference numbers for details and openings as those on Drawings. ' 1.3 DELIVERY,STORAGE,AND HANDLING A. Deliver doors and frames palletized, wrapped, or crated to provide protection during transit and Project-site storage. Do not use nonvented plastic. B. Deliver welded frames with two removable spreader bars across bottom of frames, tack welded '. to jambs and mullions, ' PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with requirements, provide products by one of the following: I, Ceco Door Products; an ASSA ABLOY Group Company, 2, CURRIES Company; an ASSA ABLOY Group Company, 3, Mesker Door Inc. 4, Sleelcrali;an Ingersoll-Rand Company, 5. Or approved equal. 2.2 MATERIALS A. Cold-Rolled Steel Sheet: ASTM A 1008/A 1008M, Commercial Steel (CS), Type B; suitable for exposed applications, C5X61900 08111 - 1 STANDARD STEEL DOORS RO—8/29/05 AND FRAMES GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON,MISSOURI B. Flot-Rolled Steel Sheet: ASTM A 101 I/A 101 IM, Commercial Steel (CS), Type B; free of scale, pitting, or surface defects; pickled and oiled. ' C. Metallic-Coated Steel Shect: ASTM A 6531A 653M, Commercial Steel (CS), Type B; with minimum A40(ZF l20)zinc-iron-alloy(galvannealed)coating designation. ' D. Electrolytic Zinc-Coated Steel Sheet: ASTM A 5911A 591M, Commercial Steel (CS), Class B coating; mill phosphatized. ' E. Supports and Anchors: After fabricating, galvanize units to be built into exterior walls according to ASTM A 153/A 153M, Class B. ' F. Inserts, Bolts, and Fasteners: Provide items to be built into exterior walls, hot-dip galvanized according to ASTM A 153/A 153M. G. Powder-Actuated Fasteners in Concrete: Fastener system of type suitable for application r indicated, fabricated from corrosion-resistant materials, with clips or other accessory devices for attaching standard steel door frames of type indicated. ' Fl, Bituminous Coating: Cold-applied asphalt mastic, SSPC-Paint 12, compounded for 15-mil (0.4-mm) dry film thickness per cont. Provide inert-type noncorrosive compound free of ' asbestos fibers, sulfur components, Lind other deleterious impurities. 2.3 STANDARD STEEL DOORS A. General: Provide doors of design indicated, not less than thickness indicated; fabricated with smooth surfaces, without visible joints or scams on exposed faces. Comply with ANSI A250.8. , 1. Core Construction: Manufacturer's standard polyurethane, core that produces doors complying with ANSI A250.8. ' 2. Vertical Edges for Single-Acting Doors: Beveled edge a. Beveled Edge: 1/8 inch in 2 inches(3 mm in 50 mm). 3. Top and Bottom Edges: Closed with flush or inverted 0.042-inch- (1.0-mm-) thick end , closures or channels of same material as face sheets. B. Doors: Face sheets fabricated from metallic-coated steel sheet. Provide doors complying with ' requirements indicated below by referencing ANSI A250.8 for level and model and ANSI A250.4 for physical-endurance level: , 1. Level 3 and Physical Performance Level A (Extra Heavy Duty), Model I (Full Flush). 2.4 STANDARD STEEL FRAMES ' A. General: Comply with ANSI A250.8 and with details indicated for type and profile. B. Frames: Fabricated from metallic-couted steel sheet. CSXG 1900 08111 -2 STANDARD STEEL DOORS RO-8/29/05 AND FRAMES ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI 1. Fabricate frames with initered or coped and welded face comers. 2. Frames for Level 3 Steel Doors 0.067-inch-(14 GA.) thick steel sheet. C. Supports and Anchors: Fabricated from electrolytic zinc-comcd or metallic-coaled steel sheet. D. Jamb Anchors: Masonry, stud-wall, compression, or postinstnlled expansion type; not less than 0.042 inch(14 Go)thick. E. Floor Anchors: Formed from same material as frames, not less than 0.042 inch (14 Ga)thick. ' 2.5 FABRICATION A. General: Fabricate standard steel doors and frames to be rigid and free of defects, warp, or buckle. Accurately form metal to required sizes and profiles, with minimum radius for thickness of metal. Where practical, fit and assemble units in manufacturer's plant. To ensure proper assembly at Project site, clearly identify work that cannot be permanently factory ' assembled before shipment. B. Standard Steel Doors: ' 1. Exterior Doors: Provide weep-hole openings in bottom of exterior doors to permit moisture to escape. Seal joints in top edges of doors against water penetration. C. Standard Steel Frames: Where frames are fabricated in sections due to shipping or handling limitations, provide alignment plates or angles at each joint, fabricated of same thickness metal as frames. 1. Welded Frames: Weld flush face joints continuously; grind, fill,dress,and make smooth, flush, and invisible. ' 2. Provide countersunk, Flat- or oval-head exposed screws and bolls for exposed fasteners, unless otherwise indicated. 3. .. Plaster Guards: Weld guards to frame at back of hardware mortises in frames installed in concrete or masonry. 4. Floor Anchors: Weld anchors to bottom of jambs and mullions with at least four spot ' welds per anchor. 5. Jamb Anchors: Locate anchors not more than 18 inches (457 mm) from top and bottom ' of frame. Space anchors not more than 32 inches(813 mm)o.e. 6. Door Silencers: Except on weather-stripped doors in factory installed silencers. ' D. Hardware Preparation: Factory prepare standard steel doors and frames to receive templated mortised hardware; include cutouts, reinforcement, mortising, drilling, and tapping, according to the Door Hardware Schedule and templates furnished as specified in Division 8 Section "Door Hardware." CSX61900 08111 -3 STANDARD STEEL DOORS ' RO—8/29/05 AND FRAMES GREEN MEADOW PUMP STATION ' CITY Of JEFFERSON, MISSOURI 1. Comply with applicable requirements in ANSI A250.6 and ANSI/DI-II A 115 Series specifications for door and frame preparation f'or hardware. Locate hardware as indicated ' on Shop Drawings or, if not indicated, according to ANSI A250.8. E. Stops and Moldings: Provide stops and moldings around removable transom panel where ' indicated. Form corners of stops and moldings with butted or mitered hairline joints. 1. Provide fixed stops and moldings welded on secure side of door or frame. ' 2.6 FINISHES , A. Steel Finish: Factory priming for field-painted finish. I. Shop Primer: Manufacturer's standard, fast-curing, lead- and chromate-free primer complying with ANSI A250.10 acceptance criteria. PART 3 - EXECUTION , 3.1 INSTALLATION ' A. Remove welded-in shipping spreaders installed at factory. B. Provide doors and frames of sizes, thicknesses, and designs indicated. Install standard steel doors and frames plumb, rigid, properly aligned, and securely fastened in place; comply with Drawings and manufacturer's written instructions. ' I. Set frames accurately in position; plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is complete, remove temporary braces, leaving ' surfaces smooth and undamaged. a. Apply bituminous coating to backs of frames that are filled with mortar,grout,and plaster containing antifreezing agents. ' 2. Masonry Walls: Coordinate installation of frames to allow for solidly filling space between frames and masonry with mortar as specified in Division 4 Section "Unit Masonry Assemblies," ' 3. Concrete Walls: Solidly fill space between frames and concrete with grout. Install grout in lifts and take precautions, including bracing frames, to ensure that frames are not deformed or damaged by grout forces. , C. Steel Doors: Fit hollow-metal doors accurately in frames D. Final Adjustments: Check and readjust operating hardware items immediately before final , inspection. Leave work in complete and proper operating condition. Remove and replace defective work, including standard steel doors or frames that are warped, bowed, or otherwise unacceptable. C5X61900 08111 -4 STANDARD STEEL DOORS RO-8/29/05 AND FRAMES ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI r t�r E. Prime-Coat Touchup; Immediately afIcr erection, sand smooth rusted or damaged areas of prime coat and apply touchup of compatible air-drying primer, END OF SECTION 08111 1 . 1 . C5X61900 08111 - 5 STANDARD STEEL DOORS RO-8/29/05 AND FRAMES GREEN MEADOW PUMP STATION CITY OF JEFFRSON, MISSOURI SECTION 08331 -OVERHEAD COILING DOORS PARTI -GENERAL ' 1.1 SUMMARY ' A. This Section includes the following types of manually-operated overhead coiling doors: I. Insulated service doors. ' B. See Division 5 Section "Metal Fabrications" for miscellaneous steel supports. 1.2 PERFORMANCE REQUIREMENTS A. Structural Performance: Provide overhead coiling 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 [20 Ibf/sq, ft. (960 Pa)], acting inward and outward. 2. Impact Test for Flying Debris: Comply with ASTM E 1996, tested according to ASTM E 1886, B. Operation-Cycle Requirements: Provide overhead coiling door components and operators ' capable of operating for not less than 20,000 cycles and for 10 cycles per day. ' 1.3 SUBMITTALS A. Product Data: For each type and size of overhead coiling door and accessory. B. Shop Drawings: Include plans,elevations, sections, details,and attachment to other work. C. Samples: For each exposed finish. ' 1.4 QUALITY ASSURANCE ' A. Installer Qualifications: Manufacturer's authorized representative who is trained and approved for both installation and maintenance of units required for this Project. ' PART 2- PRODUCTS 2.1 MANUFACTURERS ' A. Subject to compliance with requirements,provide products by one of the following: C5X61900 08331 - 1 OVERHEAD COILING DOORS ' RO—8/29/05 GREEN MEADOW PUMP STATION , CITY OF JEFFRSON, MISSOURI I. Cookson Company. 2. Cornell Iron Works Inc. ' 3. Overhead Door Corp. 4. Or approved equal. ' 2.2 DOOR CURTAIN MATERIALS AND CONSTRUCTION , A. Door Curtains: Interlocking slats in a continuous length for width of door of thickness and mechanical properties recommended by door manufacturer for performance, size, and type of , door. I. Steel Door Curtain Slats: Zinc-coated (galvanized), cold-rolled structural steel (SS) ' sheet; complying with ASTM A 653/A 653M, G90(Z275)coating designation. 2. Slat type: Flat profile. 3. Insulation: Manufacturer's standard rigid cellular polystyrene or polyurethane-foam-type , thermal insulation complying with maximum flame-spread and smoke-developed indexes of 75 and 450, respectively, according to ASTM E 84. Enclose insulation completely ' within metal slat faces. B. Endlocks and Windlocks: Malleable-iron casings, secured to curtain slats to comply with wind load. C. Bottom Bar: 2 angles, each not less than 1-1/2 by 1-1/2 by 1/8 inch (38 by 38 by 3 mm)thick to suit type of curtain slats. , 1. Astragal: Replaceable, adjustable, continuous, compressible gasket of Flexible vinyl, rubber,or neoprene;as a cushion bumper for interior door. D. Curtain Jamb Guides: Steel angles or channels and angles, with sufficient depth and strength to ' retain curtain,to allow curtain to operate smoothly,and to withstand loading. Slot bolt holes for ' guide adjustment. Provide removable stops on guides to prevent overtravel of curtain, and a continuous bar for holding windlocks. E. Hood: Form to act as wealherscal and entirely enclose coiled curtain and operating mechanism ' at opening head. Contour to fit end brackets. Roll and reinforce top and bottom edges for stiffness. Provide closed ends for surface-mounted hoods, and provide fascia for any portion of between jamb mounting projecting beyond wall face. Provide intermediate support brackets as , required to prevent sagging. 1. Steel Door Hoods: Minimum 0.028-inch- (0.7-mm-) thick, hot-dip galvanized steel sheet , that matches slat steel. 2. Shape: Round. F. Wealherseals: Replaceable, adjustable, continuous, compressible weather-stripping gaskets fitted to bottom and top of exterior doors, unless otherwise indicated. At door head, use 1/8- inch-(3-mm-)thick, replaceable, continuous sheet secured to inside of hood. C5X61900 08331 -2 OVERHEAD COILING DOORS RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFRSON, MISSOURI I. Jamb Seals: Replaceable, adjustable, continuous, flexible, 1/8-inch- (3-mm-) thick seals ' of flexible vinyl, rubber,or neoprene at door jambs for a weathertight installation. G. Locking Device Assembly: Lock, spring-loaded dead bolt, operating handle, cam plate, and ' adjustable locking bar to engage through slots in tracks. 1. Locking Bars: Single-jamb side operable from inside only . ' 2. Lock cylinder is specified in Division 8 Section "Door Hardware." H. Chain Lock Keeper: Suitable for padlock. 1. Counterbalancing Mechanism: Adjustable-tension, steel helical torsion spring mounted around a steel shaft and contained in a spring barrel connected to door curtain with barrel rings, Use grease-scaled bearings or self-lubricating graphite bearings for rotating members. 1. Mounting Brackets: Cast iron or cold-rolled steel plate. 2.3 FINISHES A. Factory Primer for Field Finish: Manufacturer's standard primer. ' I. Painting is specified in Division 9 Section "Painting". 2.4 INSTALLATION A. General: Install coiling doors and operating equipment complete with necessary hardware, ' jamb and head molding strips, anchors, inserts, hangers,and equipment supports ' B. Lubricate bearings and sliding parts; adjust doors to operate easily, free of warp, twist, or distortion,and with wenthertight fit around entire perimeter. 2.5 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust,operate, and maintain doors, Refer to Division I ' PART 3 -EXECUTION NOT USED END OF SECTION 08331 ' C5X61900 08331 -3 OVERHEAD COILING DOORS ' RD-8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 16 SECTION 08710- DOOR HARDWARE ' PART 1 -GENERAL ' 1.1 SUMMARY ' A. This Section includes the following: 1. Commercial door hardware. 1.2 SUBMITTALS ' A. Product Data: For each type of product indicated. B. Product certificates. C. Other Action Submittals: I. Door Hardware Sets: Prepared by or under the supervision of Architectural Hardware Consultant, detailing fabrication and assembly of door hardware, as well as procedures and diagrams. a. Format: Use same scheduling sequence and format and use same door numbers as in the Contract Documents. b. Content: Include the following information: 1) Identification number, location, hand, fire rating, and material of each door and frame. 2) Type, style, function, size, quantity, and finish of each door hardware ' item. Include description and function of each lockset and exit device. 3) Complete designations of every item required for cacti door or opening including naive and manufacturer. ' 1.3 Keying Schedule: Obtain keying schedule from Owner to match existing system. A. Installer Qualifications: An employer of workers trained and approved by lock manufacturer. I. Installer's responsibilities include supplying and installing door hardware and providing a ' qualified Architectural Hardware Consultant available during the course of the Work to consult with Contractor, Architect, and Owner about door hardware and keying. ' B. Architectural Hardware Consultant Qualifications: A person who is currently certified by DI-II as an Architectural Hardware Consultant and who is experienced in providing consulting services for door hardware installations that are comparable in material, design, and extent to that indicated for this Project. C. Source Limitations: Provide electrified door hardware from same manufacturer as mechanical door hardware, unless otherwise indicated. Manufacturers that perform electrical modifications ' C5X61900 08710- 1 DOOR HARDWARE ' RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI and that are listed by a testing and inspecting agency acceptable to authorities having jurisdiction are acceptable, , D. Keying Conference: Conduct conference at Project site to comply with requirements in Division I Section "Project Management and Coordination". Incorporate keying conference decisions into final keying schedule otter reviewing door hardware keying system. 1.4 DELIVERY, STORAGE,AND HANDLING ' A. Deliver keys to manufacturer of key control system f'or subsequent delivery to Owner. ' B. Deliver keys and permanent cores to Owner by registered snail or overnight package service. 1.5 COORDINATION , A. Templates: Distribute door hardware templates for doors, frames, and other work specified to , be factory prepared for installing door hardware. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing door hardware to comply with indicated requirements. ' 1.6 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of door hardware that fail in materials or workmanship within specified warranty period. , 1. Warranty Period: Three years from date of Substantial Completion, except as follows: a. Manual Closers: 10 years from date of Substantial Completion. , PART 2-PRODUCTS 2.1 SCHEDULED DOOR HARDWARE A. General: Provide door hardware for each door to comply with requirements in this Section and , door hardware sets indicated in Part 3 "Door hardware Sets"Article. B. Designations: Requirements for design, grade, function, finish, size, and other distinctive ' qualities of each type of door hardware are indicated in Part 3 "Door Hardware Sets" Article. Products are identified by using door hardware designations, as follows: ' 1. Named Manufacturers' Products: Manufacturer and product designation are listed for each door hardware type required for the purpose of establishing minimum requirements. Manufacturers' names are abbreviated in Part 3 "Door Hardware Sets" Article. C5X61900 08710-2 DOOR HARDWARE ' RO—8129/05 ' I GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI 2.2 LOCK CYLINDERS ' A. Standard Lock Cylinders: BHMA A156.5, Grade I B. Cylinders: Manufacturer's standard tumbler type, constructed from brass or bronze, stainless '. . steel,or nickel silver,and complying with the following: 1. Number of Pins: Seven. C. Construction Keying: Comply with the following: ' 1. . Construction Master Keys: Provide cylinders with feature that permits voiding of construction keys without cylinder removal. Provide 5 construction master keys. 2. Construction Cores: Provide construction cores that are replaceable by permanent cores. Provide 5 construction master keys. . a. Furnish permanent cores to Owner for installation. ' D. Manufacturers: 1. Arrow ' 2. Or approved equal. 2.3 KEYING A. Keying System: ' I. Existing System: Master key or grand master key locks to Owner's existing system. B. Keys: Nickel silver ' 1. Quantity: In addition to one extra key blank for each lock, provide three cylinder change keys and five master keys. ' 2.4 CLOSERS A. Accessibility Requirements: Comply with the following maximum opening-force requirements: 1. Interior,Non-Fire-Rated Hinged Doors: 5 Ibf(22.2 N)applied perpendicular to door. ' B. Size of Units: Unless otherwise indicated, comply with manufacturer's written recommendations for size of door closers depending on size of door, exposure to weather, and anticipated frequency of use. Provide factory-sized closers, adjustable to meet field conditions and requirements for opening force. 2.5 THRESHOLDS A. Standard: BHMAA156.21. ' C5X61900 08710-3 DOOR HARDWARE ' RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI B. Accessibility Requirements: Bevel raised thresholds with a slope of not more than 1:2. Provide thresholds not more than 1/2 inch (13 nun)high. ' 2.6 FABRICATION ' A. Base Metals: Produce door hardware units or base metal, fabricated by forming method indicated, using manufacturer's standard metal alloy, composition, temper, and hardness. Famish metals of a quality equal to or greater than that of specified door hardware units and BHMA At 56.18. Do not furnish manufacturer's standard materials or forming methods if different from specified standard. ' B. Fasteners: Provide screws according to commercially recognized industry standards for application intended, except aluminum fasteners are not permitted. Provide Phillips flat-head screws with finished heads to match surface of door hardware, unless otherwise indicated. I. Comply with NFPA 80 for fasteners of door hardware in fire-rated applications. C. Finishes: BHMA A156.18,as indicated indoor hardware sets. ' PART 3 -EXECUTION ' 3.1 INSTALLATION A. Steel Doors and Frames: Comply with DI-11 AI 15 Series. Drill and tnp doors and frames for surface-applied door hardware according to ANSI A250.6. , B. Mounting Heights: Mount door hardware units at heights indicated as follows unless otherwise indicated or required to comply with governing regulations. ' I. Custom Steel Doors and Frames: DI-11's "Recommended Locations for Builders' Hardware for Custom Steel Doors and Frames." C. Install each door hardware item to comply with manufacturer's written instructions. Where , cutting and fitting are required to install door hardware onto or into surfaces that are later to be painted or finished fn another way, coordinate removal, storage, and reinstallation of surface , protective trim units with finishing work specified in Division Sections. Do not install surface-mounted items until finishes have been completed on substrates involved. D. Thresholds: Set thresholds for exterior and acoustical doors fn full bed of sealant complying ' with requirements specified in Division 7 Section"Joint Sealants." E. Adjustment: Adjust and check each operating item of door hardware and each door to ensure ' proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of heating and ventilating equipment and to comply with referenced accessibility requirements. 1. Spring Hinges: Adjust to achieve positive latching when door is allowed to close freely from an open position of 30 degrees. CSX61900 08710 -4 DOOR HARDWARE RO—8129/05 ' iGREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 2. Door Closers: Unless otherwise required by authorities having jurisdiction, adjust sweep period so that, from an open position of 70 degrees,the door will take at least 3 seconds to move to a point 3 inches (75 mm) from the latch, measured to the leading edge of the door. 3.2 FIELD QUALITY CONTROL A. Independent Architectural Hardware Consultant: Owner will engage a qualified independent Architectural Hardware Consultant to perform inspections and to prepare inspection reports. 3.3 DOOR HARDWARE SETS ' Group 1 -- Single exterior door,3-0 X 7-0 I set Roton Hinge Hager 780.053 x US28, or equal. I lockset Best 93K7R15K X 626, or equal. I closer Norton 7500 SS-AL,size 5,TJ mounting, or equal. 1 floor stop Rockwood 463,or equal. ' I threshold Zero 654A,or equal. Group 2 -- Single interior door,3-0 x 7-0 ' 1 set Roton Hinge Hager 780-053 x US28,or equal. I lockset Best 93K7RI SK x 626,or equal. 1 closer Norton 7500 SS-AL, size 4,TJ mounting,or equal. I floor stop Rockwood 440 x 628,or equal. ' Group 3 -- Pair exterior doors,6-0 X 7-0 2 sets Raton Hinge Hager 780.053 x US28,or equal. I lockset Best93K7Rl5K 626,orequal. ' 1 closer Norton 7500 SS-AL, size 5,TJ mounting,or equal. 2 Surface bolts Ives 453 x 12"x F26D,or equal. ' 2 floor stop Rockwood 463, or equal. 1 threshold Zero 654A, or equal. END OF SECTION 08710 CSX61900 08710-5 DOOR HARDWARE RO—8/29/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI SECTION 09900 -PAINTING ' 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. 1.2 SUMMARY ' A. This Section includes surface preparation and field painting of the 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 schedules indicate that a surface or material is not to be painted or is to remain natural. If 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 will select from standard colors and finishes available. C. Do not paint prefinished items, concealed surfaces, finished metal surfaces, operating parts, and labels. 1. Prefinished items include the following factory-finished components: a. Finished mechanical and electrical equipment b. Light fixtures c. Distribution cabinets d. Switchgear 2. Concealed surfaces include walls or ceilings in the following generally inaccessible ' spaces: a. Furred areas b. Pipe spaces ' 3. Finished metal surfaces include the following: a. Anodized aluminum b. Stainless steel c. . Chromium plate d. Copper e, Bronze and brass 4. Operating parts include moving parts of operating equipment and the following: a. Valve and damper operators. b. Linkages. ' CSX61900 09900-1 PAINTING RO—3/6/06 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON,MISSOURI c. Sensing devices. d. Motor and fan shafts. ' S. Labels: Do not paint over Underwriters Laboratories (UL), Factory Mutual (FM), or other code-required labels or equipment name, identification, performance rating, or nomenclature plates. D. Related Sections,The Following sections contain requirements dint relate to this section: 1. Division 11 "Equipment" ' 2. Division 15 "Mechanical" 1.3 DEFINITIONS ' A. General: Standard coating terms defined in ASTM D 16 apply to this Section. ' 1. Flat refers to a lusterless or matte finish with a gloss range below 15 when measured at an 85-degree meter. ' 2. . Eggshell refers to low-sheen finish with a gloss range between 5 and 20 when measured at a 60-degree meter. 3. Satin refers to low-sheen finish with a gloss range between IS and 35 when measured at a 60-degree meter. B. "Paint" includes coating systems materials, primers, emulsions, enamels, scalers and fillers, and other applied materials whether used as prime, intermediate or finish coats. C. The abbreviation"SSPC"is the Steel Structures Painting Counsel. ' D. The abbreviation"DFT"means dry film thickness. E. The abbreviation"min"means minimum. ' 1.4 SUBMITTALS ' A. Product Data: For each paint system specified. Include block fillers and primers. 1. Material List: Provide an inclusive list of required coating materials. Indicate each ' material and cross-reference specific coating, finish system, and application. Identify each material by manufacturer's catalog number and general classification. 2. Manufacturer's Information: Provide manufacturer's technical information, including ' label analysis and instructions for handling, storing, and applying each coating material proposed for use. 3. Certification by the manufacturer that products supplied comply with local regulations ' controlling use of volatile organic compounds(VOC's). B. Samples for Initial Selection: Manufacturer's color charts showing the full range of colors available for each type of finish-coat material indicated. C5X61900 09900-2 PAINTING ' RO—3/6/06 1 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI C. Submittals shall include manuf'acturer's literature for each product giving the name, product number, generic type, descriptive information, solids by volume, recommended dry-film thickness and certified test reports showing results to equal the performance criteria of the products listed herein. In addition, a list of ten projects shall be submitted in which each product has been used and rendered satisfactory service for similar applications. 1.5 QUALITY ASSURANCE t A. Applicator Qualifications: Engage an experienced applicator that has completed painting system applications similar in material and extent to that indicated for this Project with a record of successful in-service performance. 1 B. Source Limitations: Obtain block fillers, primers, and undercoat materials for each paint and coating system from the same manufacturer as the finish coats. C. Material Quality: Provide the 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. 1.6 DELIVERY, STORAGE,AND HANDLING A. Deliver materials to the Project Site in manufacturer's original, unopened packages and containers bearing manufacturer's name and label,and the following information: I. Product name or title of material. 2. Product description (generic classification or binder type). ' 3. Manufacturer's stock number and date of manufacture. 4. Contents by volume, for pigment and vehicle constituents. t 5. Thinning instructions. G. Application instructions. ' 7. Color name and number. B. Store materials not in use in tightly covered containers in a well-ventilated area at a minimum ' ambient temperature of 45 deg F (7 deg C). Maintain containers used in storage in a clean condition, free of foreign materials and residue. 1. Protect from freezing. Keep storage area neat and orderly. Remove oily rags and waste ' daily. Take necessary measures to ensure that workers and work areas are protected from fire and health hazards resulting from handling,mixing,and application. ' 1.7 PROJECT CONDITIONS A. Apply solvent-thinned paints only when the temperature of surfaces to be painted and surrounding air temperatures are between 45 deg F and 95 deg F (7.2 deg C and 35 deg C) or within manufacturer's printed application parameters,whichever is more restrictive. C5X61900 09900-3 PAINTING RO—316/06 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI B. Do not apply paint in snow,rain, fog,nor mist; when the relative humidity exceeds 85 percent; or at temperatures less than 5 deg F(3 deg C) above the dew point; or to damp or wet surfaces. ' 1. Painting may continue during inclement weather if surfaces and areas to be painted ore enclosed and heated within temperature limits specified by manufacturer during application and drying periods. PART2-PRODUCTS ' 2.1 MANUFACTURERS A. General: Materials specified are those that have been evaluated for the specific service. ' Products of the Sherwin-Williams Company are listed to establish a standard of quality. Equivalent material manufactured by Ameron, Carbolinc, Devoe Coatings, ICI, and Tnemee, ' or approved equal may be substituted on written approval of the Engineer, based on review of submittals for compliance with the requirements of this Section. B. Products: Subject to compliance with requirements, provide one of Ilia products in the paint r schedules located at the end of Section 3. 2.2 PAINT MATERIALS,GENERAL ' A. Material Compatibility: Provide block fillers, primers, undercoats, and finish-coat materials that are compatible with one another and the substrates indicated under conditions of service and application,as demonstrated by manufacturer 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 made by the Engineer or Owner. ' PART 3 -EXECUTION ' 3.1 EXAMINATION ' A. Examine substrates, areas, and conditions, with the Applicator present, under which painting will be performed for compliance with paint application requirements. 1. Do not begin to apply paint until unsatisfactory conditions have been corrected and surfaces receiving paint are thoroughly dry. 2. Start of painting will be construed as the Applicator's acceptance of surfaces and , conditions within a particular area. B. Coordination of Work: Review other Sections in which primers are provided to ensure compatibility of the total system for various substrates. On request, furnish information on characteristics of finish materials to ensure use of compatible primers. CSXG 1900 09900-4 PAINTING RO—316106 , ' GREEN MEADOW PUMP STATION CITY OP JEFFERSON, MISSOURI 1. Notify the Engineer about anticipated problems using the materials specified over ' substrates primed by others. 3.2 PREPARATION A. General: Remove hardware and hardware accessories, plates, machined surfaces, lighting fixtures, and similar items already installed that are not to be painted, If removal is ' impractical or impossible because of the size or weight of the item, provide surface-applied protection before surface preparation and painting. 1. After completing painting operations in each space or area,reinstall items removed using ' workers skilled in the trades involved. B. Cleaning: Before applying paint or other surface treatments,clean the substrates of substances that could impair the bond of the various coatings. Remove oil and grease before cleaning. 1. Schedule cleaning and painting so dust and other contaminants from the cleaning process will not fall on wet, newly painted surfaces. C. Surface Preparation: Clean and prepare surfaces to be painted according to manufacturer's written instructions for each particular substrate condition and as specified. ' 1. Provide barrier coats over incompatible primers or remove and reprime. 2. Ferrous Metals: Clean ungalvanized ferrous-metal surfaces that have nut been shop coated; remove oil, grease, dirt, loose mill scale, and other foreign substances. Use solvent or mechanical cleaning methods that comply with the Steel Structures Painting Council's(SSPQ recommendations. ' 3. Blast steel surfaces clean as recommended by the paint system manufacturer and in accordance with requirements for scheduled Special Coatings. 4. Galvanized Surfaces: Clean galvanized surfaces with nonpetrolcum-based solvents so surface is free of oil and surface contaminants. Remove pretreatment from galvanized sheet metal fabricated from coil stock by mechanical methods. D. Materials Preparation: Mix and prepare paint materials according to manufacturer's written instructions. ' 1. Maintain containers used in mixing and applying paint in a clean condition, free of foreign materials and residue. 2. Stir material before application to produce a mixture of uniform density. Stir as required during application. Do not stir surface film into material. If necessary, remove surface film and strain material before using, 3. Use only thinners approved by paint manufacturer and only within recommended limits. ' E. Tinting: Tint each undercoat a lighter shade to facilitate identification of each coat where multiple coats of the same material are applied. Tint undercoats to match the color of the finish coat, but provide sufficient differences in shade of undercoats to distinguish each separate coat. CSX61900 09900-5 PAINTING ' RO—3/6/06 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 3.3 APPLICATION A. Special Coatings Vacuum: Suitable industrial type vacuum cleaners shall be provided and ' used to remove all residual sand and dust from all surfaces after sandblasting and prior to coating. All coated surfaces shall be cleaned before subsequent coals are applied. Particular ' attention shall be given to removal of sand and dust from welds, lids and edges of structural shapes and other crevices where sand may be trapped. B. Special Coatings Ventilation: Adequate ventilation shall be maintained by the Contractor at ' all times inside the tank during and following sandblasting and painting. Ventilation should have sufficient capacity to maintain a clean atmosphere within the tank during both , sandblasting and coating operations. In addition, ventilation shall be maintained at least 24 hours after each day's painting and during the entire period in which the coating is curing prior to being filled, this will prevent entrapment of solvent in the painted surface. Adequate ' lighting shall be provided for all blasting and coating operations inside the tank. Floodlighting shall be sufficient to light the entire working area without shadow areas. Only vapor tight lighting shall be used. C. General: Apply paint according to manufacturer's written instructions. Use applicators and ' techniques best suited for substrate and type of material being applied. All paint shall be free from cracks,blisters,crazing and other defects. ' 1. Paint colors,surface treatments,and finishes are indicated in the schedules. 2. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions detrimental to formation of a durable paint film. 3. Provide finish coats that are compatible with primers used. 4. The term "exposed surfaces" includes areas visible when permanent or built-in fixtures, ' grilles, and similar components are in place. Extend coatings in these areas, as required, to maintain the system integrity and provide desired protection. ' 5. Paint surfaces behind movable equipment the same as similar exposed surfaces. Before the final installation of equipment, paint surfaces behind permanently fixed equipment or furniture with prime coat only. 6. Paint back sides of access panels and removable or hinged covers to match exposed surfaces. 7. Sand lightly between each succeeding enamel coat. ' 8. Omit primer on metal surfaces that have been shop-primed and touch-up painted. D. Scheduling Painting: Apply first coat to surfaces that have been cleaned, pretreated, or otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration. , 1. The number of coats and the film thickness required are the same regardless of application method. Do not apply succeeding coats until the previous coat has cured as recommended by the manufacturer. If sanding is required to produce a smooth, even surface according to manufacturer's written instructions,sand between applications. C5X61900 09900-6 PAINTING RO—3/6/06 , GREEN MEADOW PUMP STATION CITY Of JEFFERSON, MISSOURI 2. If undercoats, stains, or other conditions show through final coat of paint, apply additional coats until paint film is of uniform finish, color, and appearance. Give special attention to ensure edges, comers, crevices, welds, and exposed fasteners receive a dry film thickness equivalent to that of flat surfaces. 3. Allow sufficient time between successive coats to permit proper drying. Do not recoat surfaces until paint has dried to where it feels firm, does not deform or feel sticky under moderate thumb pressure, and where application of another coat of paint does not cause the undercoat to lift or lose adhesion. E. Application Procedures: Apply paints and coatings by brush,roller, spray,or other applicators according to manufacturer's written instructions. 1. Brushes: Use brushes best suited for time type of material applied. Use brush of appropriate size for the surface or item being painted. ' 2. Rollers: Use rollers of carpet, velvet back, or high-pile sheep's wool as recommended by the manufacturer for the material and texture required. 3. Spray Equipment: Use airless spray equipment with orifice size as recommended by the manufacturer for the material and texture required. ' P. Minimum Coating Thickness: Apply paint materials no thinner than manufacturer's recommended spreading rate. Provide the total dry film thickness of the entire system as recommended by the manufacturer. G. Special Coatings Minimum Coating Thickness: Apply materials at not less than the manufacturer's recommended spreading rate. Provide a total dry-film thickness of the entire ' system as specified in Section 3.8 - PAINTING SCHEDULE. To ensure uniformity of application, the dry film thickness shall meet the specified minimum on 90% of the readings taken using a dry film thickness gauge. Readings shall be taken uniformly over any given area. No area will be acceptable where any dry thickness is more than ]0% below the ' specified minimum or more than 25%over the maximum. H. Mechanical and Electrical Work: Painting of mechanical and electrical work is limited to ' items exposed in equipment rooms and in occupied spaces. I. Mechanical items to be painted include,but are not limited to,the following: ' 1. Piping,pipe hangers,and supports. 2. Accessory items. J. Electrical items to be painted include, but are not limited to, the following: 1. Conduit and fittings. ' K. Prime Coats: Before applying finish coats, apply a prime coat of material, as recommended by the manufacturer,to material that is required to be painted or finished and that has not been prime coaled by others. Recoat primed and sealed surfaces where evidence of suction spots or unsealed areas in first coat appears, to ensure a finish coat with no bum through or other defects due to insufficient scaling. CSXG 1900 09900-7 PAINTING R0—3/6/06 1 GREEN MEADOW PUMP S'T'ATION ' CITY OF JEFFERSON,MISSOURI L. Completed Work: Match approved samples for color, texture, and coverage. Remove, refinish, or repaint work not complying with requirements. 3.4 CLEANING A. Cleanup: At the end of each workday, remove empty cans, rags, rubbish, and other discarded ' paint materials from the site. 1. After completing painting, clean glass and paint-spattered surfaces. Remove spattered , paint by washing and scraping. Be careful not to scratch or damage adjacent finished surfaces. 3.5 PROTECTION A. Protect work of other trades, whether being painted or not, against damage by painting. ' Correct damage by cleaning,repairing or replacing,and repainting,as approved by Architect. B. Provide "Wet Paint" signs to protect newly painted finishes. Remove temporary protective ' wrappings provided by others to protect their work after completing painting operations. 1. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces.Comply with procedures specified in PDCA PI. ' 3.6 ACCEPTANCE OF SPECIAL COATINGS WORK A. At all times the Owner's and/or the Owner's Representative shall have access to the work in progress. Contractor shall assist, when requested, in the inspections. Tests will be made for surface condition and profile after blasting, wet film 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 found defective and remove and replace any coatings placed using improper practices. ' B. In addition to the tests for surface profile,wct film thickness, dry film thickness and pin holes, which will be made during the progress of the work, the Owner will check the coatings after , completion of the application for compliance with these specifications. All defects shall be promptly corrected by Contractor. C. Inspector shall be kept informed by Contractor as to the progress of the work. If contractor , fails to notify inspector of progressing work and the inspector has doubts of uninspected work, the Contractor will be responsible to take whatever measures necessary including but not limited to re-blasting and/or re-painting areas in question. ' D. Key Areas of Inspector Notification by Contractor: a. Profile of sandblast ' b. Prime coat film thickness c. Finish coat film thickness E. Correct damage by cleaning,repairing or replacing,and repainting areas deemed unacceptable by the Owner and request reinspection by the Owner when completed. CSXG 1900 09900-8 PAINTING RO—3/6/06 , 1 GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI 3.7 EXTERIOR PAINT SCHEDULE MA. Provide the following paint systems for the various substrates, as indicated. 1. Ferrous Metal with Unidentified Shop or Factory Prime, Epoxy Coating(Structural Steel ' and Equipment): a. Surface Preparation: Remove dust, dirt and other deleterious materials from surfaces to be coated. Minimum SSPC-SP3 Power Tool Cleaning to remove loose rust, paint film and other ddeleterious material from surfaces to be coated. b. Coating Applications: Provide system by the following manufacturer or approved equal: Sherwin Williams 1) First Coat: Macropoxy 646 Fast Cure Epoxy, B58-600 Series (min. 4.0 mils DFT) 2) Second Coat: High Solids Acrylic Polyurethane, B56-300 Series (min 3.0 mils DFT) 2. Ferrous Metal Immersed(Structural Steel): a. Surface Preparation: SSPC-SP IO near-white blast cleaning b. Coating Application: Provide system by the following manufacturer or approved equal: Sherwin Williams 1) First coat: Dura-Plate 235 Multipurpose Epoxy, B67-235 Series (min. 5 mils DFT) ' 2) Second coat: Dura-Plate 235 Multipurpose Epoxy, B67-235 Series(min. 5 mils DFT) ' 3. Ductile Iron and Steel Pipes Exterior or Interior, Exposed or Immersed: a. Surface Preparation: SSPC-SP 1 brush-off blast cleaning b. Coaling applications: Provide the system by the following manufacturer or approved ' equal: Sherwin Williams 1) First coat: Dura-Plate 235 Multipurpose Epoxy, B67-235 Series (min. 4 mils DFT) 2)2) Second coat: Dura-Plate 235 Multipurpose Epoxy, B67-235 Series (min. 5 mils DFT) 1 3.8 INTERIOR PAINT SCHEDULE ' A. Interior Ferrous metals, Unidentified Factory primer with Epoxy Finish Coat(Structural Steel and Equipment). 1. Surface Preparation: Per following requirements: a. Remove dust,dirt and other deleterious materials from surfaces to be coated. C5X61900 09900-9 PAINTING RO—3/6/06 1 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI b. Minimum SSPC-SP3 Power Tool Cleaning to remove loose rust, paint film and other deleterious from surfaces to be coated. 2. Coating Application: Provide system by the following manufactures or approved equal: a. Sherwin Williams ' 1) First Coat: Macropoxy 646 Fast Cure Epoxy, B58-600 Series (min. 4.0 mils DFT) 2) Second Coat: Macropoxy 646 Fast Cure Epoxy, B58-600 Series(min. 3.0 mils DFT) B. Interior Galvanized and Zinc Rich Epoxy Shop Primed Metals, with Epoxy Finish Coat; (System IC3): 1. Surface]'reparation: Per following requirements: a. Galvanized Surfaces: Minimum SSPC SP1; Clean galvanized surfaces to remove ' dust,dirt and other foreign matter. Use Galaprep. b. Minimum SSPC-SP3 Power Tool Clean to remove loose rust. , 2. Coating Application: Provide system by the following manufacturers or approved equal: a. Sherwin Williams 1) Touch Up: Damaged prime coat with Zinc Clad V Organic Zinc Rich Epoxy ' Primer. (Min.3.0 mils DFT). 2) Second Coat: Macropoxy 646 Fast Cure Epoxy, B58-600 Series. (Min. 5.0 mils DI'f). C. Interior Concrete Surfaces in Wet Well/Storage Tank: 1. Surface Preparation: , a. Remove efflorescence, chalk,dust, dirt, grease, oils, and release agents. Roughen as required to remove glaze. If hardeners or sealers have been used to improve curing, ' use mechanical methods of surface preparation. 1) Use abrasive blast-cleaning methods. 2) Determine alkalinity and moisture content of surfaces by performing ' appropriate tests. If surfaces are sufficiently alkaline to cause the finish paint to blister and burn, correct this condition before application. Do not paint surfaces where moisture content exceeds that permitted in manufacturer's written ' instructions. b. In accordance with ASTM D 4259 using abrasive blast method only to achieve a medium sand paper texture. ' c. Clean per ASTM D4258 using air or vacuum methods only. d. Fill oir pockets or bug holes having diameters greater than ''/4 inch with an acceptable filler such as Sikatop 107 Polymer-Modified Repair Mortar (Sika Chemical Corporation), or equal. And remove form fins and ridges greater than 118 inch. Filler shall be compatible with the epoxy and coal tar epoxy coatings furnished. Supply written confirmation of compatibility. 2. Coating applications: Provide system by the following manufacturer or approved equal: C5X61900 09900-10 PAINTING RO—3/6106 ;. ,. GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI . .� a. Sherwin Williams 1) First Coat: Kern Cati-Coat HS 842W400, Epoxy Filler(10-20 mils DI-T) '- 2) Second and Third Coat: Iii-Mil Sher-Tar B69408/B60V40 (8-10 mils DFT each coat) D, Interior Masonry Units, Doors & Frames: I. See architectural drawing A-0I. END OF SECTION 09900 r C5X61900 09900-11 PAINTING RO—316106 GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI SECTION 10200—LOUVERS AND VENTS PART 1 -GENERAL 1.1 SUMMARY ' A. This Section includes fixed,extruded-aluminum louvers. ' 1.2 PERFORMANCE REQUIREMENTS A. Structural Performance: Provide louvers capable of withstanding the effects of gravity loads and wind loads based on a uniform pressure of 20 lbf/sq. R. (957 Pa), acting inward or outward, without permanent deformation of louver components, noise or metal fatigue caused by louver blade rattle or Futter,or permanent damage to fasteners and anchors. ' B. Seismic Performance: Provide louvers capable of withstanding the effects of earthquake motions determined according to ASCE 7, "Minimum Design Loads for Buildings and Other Structures": Section 9, "Earthquake Loads." C. Thermal Movements: Provide louvers that allow for thermal movements resulting from a temperature change (range) of 120 deg F(67 deg C), material surfaces,by preventing buckling, opening of joints, overstressing of components, failure of connections, and other detrimental effects. ' D. Air-Performance, Water-Penetration, and Wind-Driven Rain Ratings: As demonstrated by testing manufacturer's stock units according to AMCA 500-L. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Include plans, elevations,sections,details,and attachments to other Work. 1. Verify louver openings by field measurements before fabrication and indicate measurements on Shop Drawings. C. Samples: For color samples of each type of finish. PART2-PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with requirements,provide products by one of the following: 1. Louvers: C5X61900 10200- 1 LOUVERS AND VENTS RO—3/6/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON,MISSOURI a. Airolite Company(The). b. Construction Specialties, Inc. ' C. Ruskin Company; Tomkins PLC. d. Or approved equal. B. Basis-of-Dcsign Product: The design for each louver is based on the product named. Subject to r compliance with requirements, provide the named product or a comparable product by one of the other manufacturers specified. ' 2.2 MATERIALS A. Aluminum Extrusions: ASTM B 221 (ASTM B 221 M),alloy 6063-T5 or T-52. ' B. Aluminum Sheet: ASTM B 209(ASTM B 209M), alloy 3003 or 5005. ' C. Fasteners: Of same basic metal and alloy as fastened metal or 300 Series stainless steel. D. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D 1187. ' 2.3 FABRICATION,GENERAL A. Fabricate frames to fit in openings of sizes indicated, with allowances made for fabrication and installation tolerances,adjoining material tolerances,and perimeter sealant joints. B. Join frame members to each other and to louver blades with fillet welds concealed from view. C. Join frame members to each other and to louver blades with fillet welds, threaded fasteners, or , both,as standard with louver manufacturer,concealed from view. D. Horizontal,Drainable-Blade Louver: , I. Basis-of-Desilm Product: Ruskin ELF375DX 2. Frame and Blade Nominal Thickness: Not less than 0.081 inch (2.1 mm) for blades and , for frames. 3. Performance Requirements: , a. Free Area: Not less than 8.5 sq. R. (0.79 sq. m) for 48-inch-(1.2-m-)wide by 48- inch-(1.2-m-)high louver. b. Maximum Pressure Drop: 0.15 inches w.g. (0.04 kPa) 4. AMCA Seal: Mark units with AMCA Certified Ratings Seal. 2.4 LOUVER SCREENS A. General: Provide screen at interior face of each exterior louver. C5X61900 10200 -2 LOUVERS AND VENTS M RO—3/6/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI B. Louver Screen Frames: Removable, rewirable. Same kind and form of metal as indicated for louver to which screens are attached. ' C. Louver Screening—Provide one of the following: 1. Bird Screening: Aluminum, 1/2-inch- (12.7-mm-) square mesh, 0.063-inch (1.6-mm) 2. Bird Screening: Aluminum 3/4-inch by 0.051-inch expanded;flattened. 2.5 FINISHES ' A. Aluminum,Anodic Finish: Class 1,clear anodic coaling complying with AAMA 611 • 1. Color and Gloss: As selected from manufacturer's full range. PART 3 -EXECUTION 3.1 INSTALLATION rA. Locate and place louvers and vents level,plumb,and at indicated alignment with adjacent work. . B. Use concealed anchorages where possible. Provide brass or lead washers fitted to screws where required to protect metal surfaces and to make a weather light connection. C. Provide perimeter reveals and openings of uniform width for sealants and joint fillers, as indicated. D. Repair damaged finishes so no evidence remains of corrective work. Return items that cannot be refinished in the field to the factory, make required alterations, and refinish entire unit or " provide new units, END OF SECTION 10200 1 CSX61900 10200-3 LOUVERS AND VENTS RO—3/6/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 10520-FIRE-PROTECTION SPECIALTIES PARTI -GENERAL 1.1 SUMMARY ' A. This Section includes the following: 1. Four(4)portable fire extinguishers. ' 2. Mounting brackets for fire extinguishers. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. 1. Fire Extinguishers: Include rating and classification. B. . Maintenance data. 1.3 QUALITY ASSURANCE �. A. NFPA Compliance: Fabricate and label fire extinguishers to comply with NFPA 10, "Portable Fire Extinguishers." B. Fire Extinguishers: Listed and labeled for type, rating, and classification by an independent testing agency acceptable to authorities having jurisdiction. C. Fire-Rated Fire-Protection Cabinets: Listed and labeled to comply with requirements of ASTM E 814 for fire-resistance rating of walls where they are installed. 1.4 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of portable lire extinguishers that fail in materials or workmanship within specified warranty period. r1. Failures include, but are not limited to,the following: a. Failure of hydrostatic test according to NFPA 10. ' b. Faulty operation of valves or release levers. 2. Warranty Period: Six years from date of Substantial Completion. C5X61900 10520 - 1 FIRE-PROTECTION SPECIALTIES RO—3/G/0G GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI PART 2 -PRODUCTS 2.1 MANUFACTURERS ' A. In other Part 2 articles where titles below introduce lists, the following requirements apply to r product selection: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 2. Manufacturers: Subject to compliance with requirements, provide products by one of the ' manufacturers specified. 3. Basis-of-Design Product: The design for each product is based on the product named. Subject to compliance with requirements, provide either the named product or a r comparable product by one of the other manufacturers specified. 2.2 MATERIALS , A. Cold-Rolled Steel Sheet: ASTM A 1008/A 1008M,Commercial Steel (CS),Type B. 2.3 PORTABLE FIRE EXTINGUISHERS A. Manufacturers: 1. Ansul Incorporated. 2. Badger Fire Protection. 3. JL Industries, Inc. 4. Kidde Fyrnetics. 5. Larsen's Manufacturing Company. 6. Or approved equal. B. General: Provide fire extinguishers of type, size, and capacity for each mounting bracket indicated. 1. Instruction Labels: Include pictorial marking system complying with NFPA 10, . Appendix B. C. Multipurpose Dry-Chemical Type in Steel Container: UL-rated 2-A:10-B:C, 5-lb (2.3-kg) nominal capacity, with monoammonium phosphate-based dry chemical in enameled-steel container. C5X61900 10520 -2 FIRE-PROTECTION SPECIALTIES RO—3/6/06 GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI 2.4 MOUNTING BRACKETS A. Manufacturers: 1. Ansul Incorporated. ' 2. Badger Fire Protection. 3. JL Industries,Inc. 4. Larsen's Manufacturing Company. ' 5. Or approved equal. ' B. Mounting Brackets: Manufacturer's standard steel, designed to secure fire extinguisher to wall or structure,of sizes required for types and capacities of fire extinguishers indicated,with plated or baked-ennmel finish. ' 1. Color: Red. C. Identification: Lettering complying with authorities having jurisdiction for letter style, size, spacing,and location. Locate as indicated by Architect. 1. Identify bracket-mounted fire extinguishers with the words "FIRE EXTINGUISHER" in . , red letter decals applied to mounting surface. a. Orientation: Vertical. PART 3 -EXECUTION 3.1 INSTALLATION A. Furnish and install two fire extinguishers in the basement and two in the operating floor at locations as directed by the Engineer. B. Examine fire extinguishers for proper charging and tagging. Remove and replace damaged, defective,or undercharged units. C. Install fire-protection specialties in locations and at mounting heights indicated or, if not indicated, at heights acceptable to authorities having jurisdiction. D. Mounting Brackets: Fasten mounting brackets to surfaces, square and plumb, at locations ' indicated. END OF SECTION 10520 C5X61900 10520 -3 FIRE-PROTECTION SPECIALTIES RO—3/G/0G GREEN MEADOW PUMP STATION CI'T'Y OF JEFFERSON, MISSOURI SECTION 11100—WASTEWATER PUMPING EQUIPMENT 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. Work under this section includes, but is not limited to, furnishing and installing a factory built three-pump or four-pump wastewater pumping equipment and two submersible sump pumps as indicated on the project drawings, herein specified, as necessary for proper and complete performance.A new motor control center(MCC) that will provide power to all pumping station functions shall also be furnished. A programmable logic controller(PLC) and remote telemetry unit (RTU) shall be provided by the contractor in a stand alone control panel (MCP-01) per specification 13430. The PLC shall be programmed to monitor and control all pumping station ' functions. Programming provisions shall be made in the PLC to interface with a radio telemetry unit(RTU)per specification 13460 and the drawings. B. The new MCC shall be supplied by the wastewater pumping equipment manufacturer and shall meet the requirements of Specification section 16482 and the contract drawings.The wastewater pumping equipment manufacturer shall be responsible for coordinating with the contractor to achieve the programming of the control panel MCP-01 as required to properly operate the equipment supplied by the wastewater pumping equipment manufacturer in the AUTO operation mode. The pumping equipment manufacturer shall be responsible for any programming required to operate MCC equipment in the HAND position. For example, the power and motor parameters for the Soft Starters. 1.3 REFERENCES A. Publications listed below Porn part of this specification to extent referenced in the text by basic ' designation only.Consult latest edition of publication unless otherwise noted. I. American National Std. Institute(ANSI)/American Water Works Assoc. (AWWA) a. ANSI B16.1 Cast iron pipe flanges and flanged fittings. ' b. ANSIIAWWA C115/A21.51 Cost/ductile iron pipe with threaded flanges. C. ANSI 253.1 Safety Color Code for Marking Physical Hazards. d. ANSI B40.1 Gages,Pressure and Vacuum. ' C. AWWA C508 Single Swing Check Valves. 2. American Society for Testing and Materials(ASTM) a. ASTM A48 Gray Iron Castings. b. ASTM A126 Valves, Flanges,and Pipe Fittings. C. ASTM A307 Carbon Steel Bolts and Studs. d. ASTM A36 Structural Steel, C5X61900 11100- 1 WASTEWATER PUMPING RO—3/6/06 EQUIPMENT GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 3. Institute of Electrical and Electronics Engineers(IEI?E) n. ANSUIEEE Std 100 Standard Dictionary of Electrical Terms. , b. ANSUIEEE Std 112 Test Procedure for Polyphase Induction Motors. C. IEEE Std 242 Protection of industrial and Control Power Systems. 4. National Electric Code(NEC)/National Electrical Manufacturers Assoc. (NEMA) ' a. NEC National Electric Code. b. NEC 701 National Electric Code article 701. ' C. NEMA Std MG Motors and Generators. 5. Miscellaneous References ' a. Ten-State Standards Recommended Standards for Sewage Works. b. Hydraulic Institute Std for Centrifugal, Rotary and Reciprocating Pumps. C. NMTBA and JIC Std National Machine Tool Builders Association and Joint Industrial Council Standards d. ISO 9001 International Organization for Standardization. 1.4 SYSTEM DESCRIPTION A. Contractor shall furnish and install one factory built base mounted, automatic wastewater pumping equipment. ' B. Principal items of equipment shall include three or four centrifugal sewage pumps, motors, piping, valves, motor control center (MCC), master control, panel (MCP-01), and automatic liquid level control system. C. Factory built pumping equipment design, including materials of construction, pump features, ' valves and piping, and motor controls shall be in accordance with requirements listed under PART 2-PRODUCTS of this section. D. The pump station shall be capable of simplex pump operation, parallel pump operation or series 1 connected pump operation dependent upon the liquid level present in the wet well and the position of the isolation plug valve. 1.5 PERFORMANCE CRITERIA A. Pumps must be designed to handle raw, unscreened, domestic sanitary sewage. Each pump shall ' be selected to perform under following operating conditions: ' Simplex parallel series 1. Capacity, in GPM, 870 980- 1060 1800 ' 2. Total dynamic head,in feet 236 246-255 345 3. Total discharge static head 203 203 203 4. NPSHr, in feet 12 10 40 C5X61900 11100-2 WASTEWATER PUMPING RO-3/6/06 EQUIPMENC , GREEN MEADOW PUMP STATION CITY Of JEFFERSON, MISSOURI B. Site power furnished to pump station shall be 3 phase, 60 hertz, 480 Volts AC, 4 wire, maintained within industry standards. Voltage tolerance shall be plus or minus 10 percent. Control voltage shall not exceed 132 Volts AC. ' 1.6 SUBMITTALS A. Product Data I. Prior to fabrication, station manufacturer shall submit 7 copies of submittal data for review and approval. 2. Submittal shall include shop drawings, electrical ladder logic drawings, and support data as follows: Catalog cut sheets reflecting characteristics for major items of equipment, materials of construction, major dimensions, motor data, pump characteristic curves showing the design duty point capacity (GPM), head (IT), net positive suction head ' required (NPSIir), and hydraulic brake horsepower(Bill'). Electrical components used in the motor branch and liquid level control shall be fully described. ' B. Shop drawings shall provide layout of mechanical equipment and anchor bolt locations for station. Contractor piping connections and station access clearances shall be dimensioned relative to the station centerline. The electrical ladder logic drawings shall illustrate motor branch and liquid level control circuits to extent necessary to validate function and integration of circuits to form a complete working system. C. Submit factory test results. D. Operations Maintenance Manuals I. Installation shall be in accordance with written instructions provided by the pumping ' equipment manufacturer. Comprehensive instructions supplied at time of shipment shall enable personnel to properly operate and maintain all equipment supplied. Content and instructions shall assume operating personnel are familiar with pumps, motors, piping and valves,but lack experience on exact equipment supplied. 2. Documentation shall be specific to the pump station supplied and collated in functional sections. Each section shall combine to form a complete system manual covering all ' aspects of equipment supplied by the station manufacturer. Support data for any equipment supplied by others, even if mounted or included in overall station design, shall be provided by those supplying the equipment. Instructions shall include the following as ' a minimum: a. Functional description of each major component, complete with operating instructions. b. Instructions for operating pumps and pump controls in all modes of operation. C. Calibration and adjustment of equipment f'or initial start-up, replacement of level control components,or as required for routine maintenance. ' d. Support data for commercially available components not produced by the pumping equipment manufacturer, but supplied in accordance with the specifications, shall be supported by literature from the prime manufacturer and incorporated as appendices. U. Electrical schematic diagram of the pump station circuits shall be in accordance with NIv1TBA and JIC standards. Schematics shall illustrate, to the extent of authorized repair, pump motor branch, control and alarm system circuits including C5X61900 11100 -3 WASTEWATER PUMPING RO—3/6/06 EQUIPMENT 1 GREEN MEADOW PUMI' STATION CfrY Of JEFFERSON, MISSOURI interconnections. Wire numbers and legend symbols shall be shown. Schematic diagrams for individual components, not normally repairable by the station ' operator,need not be included. Details for such parts shall not be substituted for an overall system schematic. Partial schematics, block diagrams, and simplified schematics shall not be provided in lieu of an overall system diagram. ' f. Mechanical layout drawing of the pump station and components, prepared in accordance with good commercial practice, shall provide installation dimensions and location of all pumps, motors, valves and piping. , 3. Operation and maintenance instructions which rely on vendor cut-sheets and literature which include general configurations, or require operating personnel to selectively read portions of the manual shall not be acceptable. Operation and maintenance instructions ' must be specific to equipment supplied in accordance with these specifications. 1.7 QUALI'T'Y ASSURANCE , A. Upon request from the engineer, the pumping equipment manufacturer shall prove financial stability and ability to produce the station within the specified delivery schedules. Evidence of , facilities, equipment and expertise shall demonstrate the manufacturer's commitment to long- tern customer service and product support. B. All internal passages, and impeller vanes shall pass a 3" spherical solid. Smaller internal ' passages that create a maintenance nuisance or interfere with pump performance shall not be permitted. C. Factory System'rest 1. All components including the pumps, motors, valves, and piping shall tested as a , complete working system ut the manufacturer's facility. Tests shall be conducted in accordance with Hydraulic Institute Standards at the specified head, capacity, rated speed and horsepower. Factory operational test shall duplicate actual performance anticipated for the complete station. ' 2. Upon request from the engineer, the operational test may be witnessed by the engineer, and/or representatives of his choice,at the manufacturer's facility. D. The manufacturer's technical representative shall inspect the completed installation, correct or supervise the correction of any defect or malfunction, and instruct operating personnel in the proper operation and maintenance of the equipment as described in Part 3 of this section. ' 1.8 MANUFACTURER'S WARRANTY A. The pumping equipment manufacturer shall warrant all equipment to be of quality construction, free of defects in material and workmanship. A written warranty shall include specific details ' described below. I. All equipment, apparatus, and parts furnished shall be warranted for one (1) year, excepting only those items that are normally consumed in service, such as light bulbs, ails, grease, packing, gaskets, 0-rings, etc. The pump manufacturer shall be solely responsible for warranty of the pump station components provided by the manufacturer. CSX61900 11100-4 WASTEWATER PUMPING ' RO—3/6/06 EQUIPMENT ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 16 2. Components failing to perform as specified by the engineer, or as represented by the ' manufacturer, or as proven defective in service during the warranty period, shall be replaced, repaired,or satisfactorily modified by the manufacturer without cost of parts or labor to the owner. B. It is not intended that the pumping equipment manufacturer assume liability for consequential damages or contingent liabilities arising from failure of any vendor supplied product or part which fails to properly operate, however caused. Consequential damages resulting from defects in design, or delays in delivery arc also beyond the manufacturer's scope of liability. C. The warranty shall become effective when the equipment is placed in operation and accepted by the Owner. ' PART2 -PRODUCT 2.1 UNITARY RESPONSIBILITY 1 A. In order to unify responsibility for proper operation of the complete pumping equipment, it is the intent of these specifications that all'system components be furnished by a single supplier ' (unitary source).The pumping equipment must be of standard catalog design, totally warranted by the manufacturer. 2.2 MANUFACTURER ' A. The specifications and project drawings depict the 3-pump system and materials manufactured by The Gorman-Rupp Company. It is not intended, however, to eliminate other products of equal quality and performance. A 4-pump pump station skid as manufactured by Smith & Loveless, and shown on the drawings schematically, is approved as equal and can be utilized as ' part of the base bid. B. ABer execution of the contract, the contractor may offer substitutions to the specified equipment for consideration. The equipment proposed for substitution must be approved by the engineer and be superior in construction and performance to that specified in the contract, and the higher quality must be demonstrated by a list of current users of the proposed equipment in similar ' installations. C. In event the contractor obtains engineer's approval for equipment substitution, the contractor ' shall, at his own expense, make all resulting changes to the structures, piping or electrical systems as required to accommodate the proposed equipment. Revised detail drawings illustrating the substituted equipment shall be submitted to the engineer prior to acceptance. D. It will be assumed that if the cost to the contractor is less for the proposed substitution, then the contract price shall be reduced by an amount equal to the savings. E. If a substitute system is substituted for the specified system and the owner or the engineer later determines that the substitute system is not meeting the intent of the specifications, with respect to reliability, efficiency, functional capability, or other system parameters, the contractor shall ' C5X61900 11100-5 WASTEWATER PUMPING RO—3/6/06 EQUIPMENT GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI remove that part of the work that has been deemed non-compliant and replace it with the specified system at the contractors expense. This requirement shall continue in effect until one ' year after final acceptance. 2.3 UNIT BASE ' A. The unit base shall comprise a base plate, perimeter flange, and reinforcements. Base plate shall be fabricated of steel and shall incorporate openings for access to all internal cavities to permit ' complete grouting of unit base after installation. Perimeter flange and reinforcements shall be designed to prevent flexing or warping under operating conditions. Base plate and/or flange shall be drilled for hardware used to secure unit base to concrete pad as shown on the contract , drawings. Unit base shall contain provisions for filling the complete pump unit during shipping and installation. 2.4 PUMP DESIGN(GORMAN RUPP) , A. The pumping units provided under this section shall be supplied and manufactured domestically ' by the pumping equipment supplier. B. Each pumping unit shall be provided with a stainless steel nameplate, which shall contain the ' following minimum information: 1. Manufacturers name, address and telephone number 2. Model Number 3. Serial Number 4. Head,Capacity, and RPM at the rated condition ' S. Motor horsepower,rpm and frame size C. Pumping units within each type of service shall be identical in every respect with all parts being , interchangeable. D. Pump rotating assemblies shall be balanced in accordance with the requirements of ANSI 52.19, ' GG.3. E. Vibration when measured at the pump bearing housing shall not exceed the limitations set forth by the Hydraulic Institute Standards. , P. The volute shall be constructed of ductile iron. Removal of the rotating clement shall be allowed for without disturbing the suction and discharge piping. The volute shall have a ' contoured hand hole,at least 3 in diameter, which shall give access to the cut water and impeller vanes for clean out. G. The volute shall be designed with a tangential discharge nozzle. The volute shall have , registered fits with O-ring grooves at the suction and volute covers and shall be scaled with 0- rings. The casing assembly shall be hydrostatically tested to 1-1/2 times the maximum operating pressure(max. total dynamic head plus suction pressure). CSXG 1900 11100-6 WASTEWATER PUMPING , RO—3/6/06 EQUIPMENT , ' GREEN MEADOW PUMP STKI'ION CITY OF JEFFERSON, MISSOURI H. The volute cover shall be constructed of ductile iron. The cover shall have a NPT drain for seal ' water drainage. I. The suction cover shall be a separate cast piece, made of ductile iron. The cover shall bolt in a register fit to the pump case. J. The suction cover shall be provided with a replaceable stainless steel (ASTM A743-CA15)wear ring with the plane of the wear surface perpendicular to the shall. K. The impeller shall be 2 vane; single suction enclosed type impeller for solids handling service. It shall be made of ASTM A48 Class 35 Cast Iron and be hydraulically and dynamically ' balanced. L. Tile impeller shall be secured to the shaft using a standard square key and n cap screw, or contoured nut. M. The impeller shall be provided with a replaceable, stainless steel (ASTM A743-CA15) wear ring with the plane of the wear surface perpendicular to the shaft. L-sltnped wear rings will not ' be acceptable. N. The pump shaft shall be made of a high quality, alloy steel type AISI 1141, and engineered to ' transmit full driver horsepower with a liberal safety factor and minimum deflection. 0. The shaft shall be protected where it passes through the stuffing box with a stainless steel sleeve (ASTM A276 type 316) and keyed to prevent rotation on the shaft. The sleeve shall be positively scaled to prevent contamination from pumpage or cxtemal liquids. ' P. Anti-friction bearings shall be secured in an ASTM A48 Class 35 Cast Iron bearing frame. The bearing assembly shall be designed for a minimum AFBMA B10 life of 50,000 hours at the rated condition. The bearings shall be grease lubricated and provided with accessible grease ' fittings and relief fittings. Lip type seals shall be provided in the bearing housing and cover, to prevent entrance of contaminants. Q. The bearing assembly shall be engineered to adjust wear ring clearances, without pump or bearing disassembly. The bearing assembly shall be bolted in a register fit to the volute cover for accurate positioning. ' 2.5 PUMP DESIGN (SMITH & LOVELESS) ' A. PUMPS ' 1. The pumps shall be 8" vertical, non-clog type of heavy cast iron construction, especially designed for the use of mechanical seals. In order to minimize seal wear caused by linear movement of the shaft, the shaft bearing nearest the pump impeller shall be locked in place so that end play is limited to the clearance within the bearing. To minimize seal wear resulting from shaft deflection caused by the radial thrust of the pump, the shaft from the top of the impeller to the lower bearing supporting the impeller shall have a minimum diameter 3". ' CSX61900 11100 -7 WASTEWATER PUMPING RO—3/6/06 EQUIPMENT GREEN MEADOW PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI 2. The bearing nearest the impeller shall be designed firr the combined thrust and radial load. The upper bearing shall be free to move linearly with the thermal expansion of the shaft and shall ' carry only radial loads. 3. The shaft shall be solid stainless steel through the mechanical seal to eliminate corrosion and ' abrasive rust particles. Removable shaft sleeves will not be acceptable if the shaft under the sleeve does not meet the specified minimum diameter. 4. 'file pump impeller shall be of the enclosed two-port type made of close-grained cast iron and ' shall be balanced. The eye of the impeller as well as the ports shall be large enough to permit the passage of a sphere 3" in diameter in accordance with nationally recognized codes. The impeller shall be keyed with a stainless steel key and secured to the motor shaft by a stainless steel cap ' screw equipped with a Nylock or other suitable self-locking device. The impeller shall not be screwed or pinned to the motor pump shaft and shall be readily removable without the use of special tools. To prevent the buildup of stringy materials, grit and other foreign particles around ' the pump shall, all impellers less than full diameter shall be trimmed inside the impeller shrouds. The shrouds shall remain full diameter so that close minimum clearance from shrouds to volute is maintained. Both the end of the shaft and the bore of the impeller shall be tapered to permit easy ' removal of the impeller from the shaft. 5. The motor shall be attached to the pump volute by a one-piece cast iron adapter and backhead. ' The pump shall be arranged so that the rotating element can easily be removed from the volute without disconnecting the seal system or electrical wiring.The pump shall be arranged so that any foreign object may be removed from the pump or suction elbow without disassembling the motor, impeller, or backhead. Volute or suction elbow clean-outs will not be an acceptable substitute. G. The pump shaft shall be scaled against leakage by a double mechanical seal installed in a bronze seal housing constructed in two sections with registered fit. The housing shall be recessed ' into the pump backhead and securely fastened thereto with stainless steel cap screws. The inside of the seal housing shall be tapered to facilitate the replacement of the seal parts.The seal shall be a double seal with the mating surfaces lapped to a flatness tolerance of one light band. The ' rotating member shall be held in mating position with the stationary carbons by a stainless steel spring. The seal housing with assembled parts shall be so constructed as to be readily removable from the shaft as a unit and shall be provided with tapped jackscrew openings to assist in ' removing it from the backhead. 7. The seal shall be pressurized and lubricated by water taken directly from the pump backhead. ' The water shall pass through a filter to the seal housing and be introduced between the upper and lower scaling surfaces. The filter shall be of corrosion-resistant materials and shall screen out all solids larger than 50 microns. The seal system shall contain a brass valve connected near the top ' of the seal housing to permit the relief of any air trapped in the seal unit. A manually operated brass valve shall also be provided to vent the pump volute. Pumps operating at internal pressures above 115 psi shall be fitted with special hydraulically balanced mechanical seals to reduce seal face pressure for longer seal life. ' 8. The pump volute shall be of heavy, cast iron construction, free from projections that might cause clogging or interfere with flow through the pump. The volute casing for the high head second stage pumps shall be of the double-volute design, with two internal passageways, to C5X61I00 11100 - 8 WASTEWATER PUMPING ' RO—3/6/06 EQUIPMENT ' ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI ` balance internal pressures and reduce radial thrust. The lower head first stage pumps may be of the dual curve volute design. 9. The pump shall be supported by a heavy base with four legs to provide maximum rigidity and balance. The height shall be sufficient to permit the use of an increasing suction elbow, which shall be provided when the nominal pump size is smaller than the suction line. The suction and discharge openings shall be flanged, faced and drilled 125-pound American Standard. ' B. MOTORS 1. 'file pump motors shall be vertical, solid shaft, NEMA P-base, squirrel-cage induction type, ' suitable for 3 phase, 60 cycle, 460 volt electric current. They shall have Class F insulation. Insulation temperature shall, however, be limited to Class B. The motors shall have normal starting torque and low-starting current, as specified by NEMA Design B characteristics. They shall be open drip-proof design with forced air circulation by integral fan. Openings for ventilation shall be uniformly spaced around the motor frame. Leads shall be terminated in a cast connection box and shall be clearly identified. 2. The motors shall have 1.15 service factor. The service factor shall be reserved for the owner's protection. The motors shall not be overloaded beyond their nameplate rating, at the design condition, or at any head in the operating range as specified under Operating Conditions. 3, The motor-pump shall shall be centered, in relation to the motor base, within .005". The shaft run-out shall be limited to .003". 4.The motor shaft shall equal or exceed the diameter specified under"pumps", at all points from immediately below the top bearing to the top of the impeller hub, ' S. A bearing cap shall be provided to hold the bottom motor bearing in a fixed position. Bearing housings shall be provided with fittings for lubrication as well as purging old lubricant. ' 6,The motors shall be fitted with heavy lilting eyes or lugs, each capable of supporting the entire weight of the pump and motor, ' 2.6 VALVES AND PIPING A. Each pump shall be equipped with a full flow type check valve, capable of passing a 3" spherical solid, with flanged ends and be fitted with an external lever and spring. Valve clapper shall be cast iron, rubber face, and shall swing completely clear of waterway when valve is full open. The seating shall be by a resilient field replaceable ring on the valve disc contacting a bronze or stainless seat ring in the valve body. Hingc pin shall be of 18-8 stainless steel construction and shall be utilized with bronze bushings and packing type seal. Valves shall be equipped with removable cover plate to permit entry or for complete removal of internal components without removing the valve from the line. Valve shall be rated at 175 psi water working pressure, 350 psi hydrostatic test pressure. Valves other than full flow type or valves mounted in such a manner that prevents the passage of a 3" spherical solid shall not be acceptable. C5X61900 11100-9 WASTEWATER PUMPING RO—3/6/06 EQUIPMENT GREEN MEADOW PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI B. The piping shall include 2-way plug valves and 3-way plug valves (depending on the station manufacturer) to permit any pump to be isolated from the common discharge header, and to ' provide dedicated parallel or series operation. Valves shall have ports designed to pass spherical solids equal to the pumps capability. The plug valve shall be non-lubricated, tapered type. Valve shall be furnished with a drip-tight shutoff plug mounted in stainless steel hearings, ' and shall have a resilient facing bonded to the scaling surface. Valve shall be operated with a single lever actuator providing lift, turn, and reseal action. The lever shall be equipped with a locking device to hold the plug in the desired position. , C. Automatic air release valves: I. An automatic air release valve shall be furnished for each pump designed to permit the ' escape of air to the atmosphere during initial priming, after the pump has been serviced, or if the wet well is manually drawn down below the suction intakes. Upon completion of the priming cycle, the valve shall close to prevent recirculation. Valves shall provide visual indication of valve closure, and shall operate solely on discharge pressure. Valves ' which require connection to the suction line shall not be acceptable. 2. All valve parts exposed to sewage shall be constructed of cast iron, stainless steel, or similar corrosion resistant materials. Diaphragms, if used, shall be of fabric reinforced ' neoprene or similar inert material. a. A cleanout port, three inches in diameter, shall be provided for case of inspection, ' cleanout,and service. b. Valves shall be field adjustable for varying discharge heads. c. Connection of the air release valves to the station piping shall include stainless steel fittings. D. Gauge Kit 1. A gauge kit shall be supplied for each pump. Suction pressure must be monitored ' by a glycerin-filled compound gauge, and discharge pressure by a glycerin-filled pressure gauge. Gauges to be at least 4 inches in diameter, graduated in psi units. ' Rated accuracy shall be 1% of full-scale reading. Pump suction pressure gauge shall be graduated psi units; range 30" HG/0/30 PSI. Pump discharge pressure gauge to be graduated in psi units; range: 0-300 PSI. ' 2. Gauge shall be factory mounted with a phenolic case and stainless steel wetted parts. Gauge installations shall be complete with all hoses and stainless steel fittings, including shutoff valve for each gauge line at the point of connection to ' suction and discharge pipes. 3. The gauge sensors shall be a type 1220 Series pressure sensor, manufactured by Ashcroft , Stratford ,CT or equal E. Piping 1. Flanged header pipe shall be centrifugally cast, ductile iron, complying with ' ANSI/AWWA A21.51/Cl 15 and class 53 thickness. 2. Flanges shall be cast iron class 125 and Comply with ANSI B16.1. 3. Pipe and flanges shall be threaded and suitable thread sealant applied before assembling flange to pipe. CSXG1900 11100- 10 WASTEWATER PUMPING RO—3/6/06 EQUIPMENT ' GREEN MEADOW PUMP STATION CITY OP JE'FFE'RSON, MISSOURI 4. Bolt holes shall be in angular alignment within 1/2 degrees between flanges. Flanges shall be faced with a gasket finish having concentric grooves a minimum of 0.01 inch deep by approximately 0.03 inch wide, with a minimum of three grooves on any given surface spaced a maximum of 1/4 inch apart. ' F. Supports and Thrust Blocks I. Contractor must insure all pipes connected to the pump station are supported to prevent ' piping loads from being transmitted to pumps or station piping. Pump station discharge force main piping shall be anchored with thrust blocks where shown on the contract drawings. ' 2.7 DRIVE UNIT A. Pump motors shall be 125 1111 (FOR Gorman Rupp design) or 125 HP and 1501IP (for Smith & Loveless design), horizontal ODP, 1800 RPM, NEMA design B with cast iron frame with copper windings, induction type, with normal starting torque and low starting current characteristics, suitable for continuous service. The motors shall not overload at the design condition or at any head in the operating range as specified. ' 2.8 FINISH A. For the Gorman Rupp design, pumps, piping, and exposed steel framework shall be cleaned prior to painting. Exposed surfaces to be coated with one coat gray W.R. non-lift primer and one coat white acrylic alkyd W.R. enamel. Paint shall be low VOC, alkyd based, high solids, semi-gloss white enamel for optimum illumination enhancement, incorporating rust inhibitive ' additives. The finish coat shall be 1.0 to 1.2 MIL dry film thickness (minimum), resistant to oil mist exposure, solvent contact, and salt spray. The factory finish shall allow for over-coating and touch up after final installation. B. For the Smith & Loveless design, the all cast iron and structural steel surfaces shall be factory blasted with steel grit to remove rust, mill scale, weld slag, etc. All weld spatter and surface roughness shall be removed by grinding. Surface preparation shall comply with SSPC-SP6 specifications. Immediately following cleaning, a single 6-mil dry film thickness of Versapox® epoxy resin shall be factory applied. This finish coating shall be as formulated by Smith & Loveless for abrasion and corrosion resistance. ' Stainless steel, aluminum and other corrosion resistant surfaces shall not be coated. Carbon steel surfaces not otherwise protected shall be coated with a suitable non-hardening rust preventative ' compound. Finish coating shall be accomplished prior to shipment of the station from the factory and shall ' comply fully with the intent of these specifications. 2.9 ELECTRICAL CONTROL COMPONENTS A. Control System Interface with Radio System ' CSX61900 11100 - 11 WASTEWATER PUMPING RO—3/6/06 EQUIPMENT GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 1. The control system shall be equipped to monitor, alarm and transmit to the MDS radio all points as described in specification 13460"Radio Systems". ' B. Control Circuit 1. A normal duty thermal-magnetic circuit breaker shall protect all control circuits by , interrupting control power. 2. Pump mode selector switches shall permit manual start or stop of each pump individually, or permit automatic operation under control of the liquid level control , system. Manual operation shall override all shutdown systems,except the motor overload relays. Selector switches to be oil-tight design with contacts rated NEMA A300 minimum. ' 3. Control logic shall be accomplished using an Allen-Bradley PLC per specification 13455. 4. Electromechanical relays and timers shall be equipped with 120VAC coils and contacts rated Nemn A-300 minimum.Timers shall be pneumatic or synchronous motor driven. 5. Programmable controls shall operate on 120VAC power and be equipped with 120VAC inputs and hard contact outputs. Outputs shall have an inductive load rating equivalent to n size 4 contactor. Inputs shall incorporate a filter time delay and the overall controller ' noise immunity shall meet Nema standard ICS 2-230. The power supply to the programmable controller shall include an active tracking filter protection system to minimize the effects of electrical noise. Programmable controller 120 VAC power and , back up DC power shall be wired per the drawings. 6. The program logic shall be stored in battery backed random access memory, as well as on a programmable, read only memory module. The memory module shall be included to facilitate field repair or replacement of the programmable control hardware. 7. The O&M manual shall be provided with complete ladder logic program documentation including English names, rung comments, and coil/contact cross-references. , 8. The control shall be pre-programmed or wired to provide the following routines: a. Pump alternation at lead stop b. Excessive pump run time alternation(1-9999 minutes) ' c. Jump to idle pump/drive on lead failure d. Pump start delays after power restoration ' e. Flushing alarm/steady acknowledge on all alarm pilot lights f. Station trouble alarm (I l5vac and normally open dry contact) g. High and low level alarms , h. Pump high temperature shutdown i. Motor high temperature , 9. A high pump temperature protection circuit shall override the level control and shut down the pump motor(s) when required to protect the pump from excessive temperature. A thermostat shall be mounted on each pump casing and connected to a high pump ' temperature shutdown circuit. If casing temperature rises to a level sufficient to cause damage, the thermostat causes the pump shutdown circuit to interrupt power to the motor. A visible indicator located on the control panel door shall indicate motor stopped due to high pump temperature.The motor shall remain locked out until the pump has cooled and circuit has been manually reset. Automatic reset of this circuit is not acceptable. C5X61900 11100- 12 WASTEWATER PUMPING , RO—316106 EQUIPMENT , GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 10. A duplex ground fault receptacle providing 115 VAC, 60 Hz, single phase current, will ' be mounted on the side of the control enclosure. Receptacle circuit shall be protected by a 15 ampere thermal-magnetic circuit breaker. 11. The Jill station shall be equipped with a 25 KVA stepdown transformer to supply 115 ' volt, AC, single phase for the control and auxiliary equipment. The primary and secondary side of the transformer to be protected by a thermal magnetic circuit breaker, sized to meet the power requirements of the transformer. An operating mechanism shall ' penetrate the control panel door. and a padlockable operator handle shall be secured on the exterior surface. Interlocks must prevent opening the door until circuit breakers are in "OFF"position. ' 12. Wiring a. The pump station skid, as famished by the manufacturer,shall be completely wired except for power feed lines to the brunch circuit breakers, control wiring to the PLC and final connections to remote alarm devices. b. All wiring, workmanship, and schematic wiring diagrams shall comply with applicable standards and specifications of the National Electric Code(NEC), C. All user serviceable wiring shall be type MTW or THW, 600 volts, color coded as ' follows: 1) Line and Load Circuits, AC or DC power..............Black 2) AC Control Circuit Less Than Line Voltage......... ...Red ' 3) DC Control Circuit................................................Blue 4) Interlock Control Circuit from external source........ Yellow 5) Equipment Grounding Conductor...........................Green 6) Current Carrying Ground....(Neutral).....................White 7) Hot With Circuit Breaker Open..............................Orange d. Control circuit wiring inside the panel: Reference specification 13430.. ' C. Motor branch and other power conductors shall not be loaded above 60 degrees C temperature rating, on circuits of 100 amperes or less, nor above 75 degrees C on circuits over 100 amperes. Wires must be clearly numbered at each end in conformance with applicable standards. All wire connectors in the control panel shall be ring tongue type with nylon insulated shanks. All wires on the sub-plate shall.be bundled and tied. All wires extending from components mounted on door shall terminate at a terminal block mounted on the back panel, All wiring outside ' the panel shall be routed through conduit. f. Control wires connected to door mounted components must be tied and bundled in accordance with good commercial practice. Bundles shall be made flexible at the ' hinged side of the enclosure. Adequate length and flex shall allow the door to swing full open without undue stress or abrasion. Bundles shall be held on each side of hinge by mechanical fastening devices. 13. Conduit a. Factory installed conduit shall conform to following requirements: 1) All conduit and fittings to be UL listed. ' 2) Liquid tight flexible metal conduit to be constructed of smooth, flexible galvanized steel core with smooth abrasion resistant, liquid tight polyvinyl chloride cover. 3) Conduit to be supported in accordance with articles 346,347, and 350 of the National Electric Code. 4) Conduit shall be sized according to the National electric Code, 5) Rigid Aluminum conduit shall be used on all non-flexible connections. ' C5X61900 11100- 13 WASTEWATER PUMPING RO—3/6/06 EQUIPMENT t GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 14. Grounding a. Station manufacturer shall ground all electrical equipment inside the pump station , to the control panel back plate. All paint must be removed from the grounding mounting surface before making final connection. b. The contractor shall provide an earth driven ground connection to the pump station , at the main grounding lug in accordance with the National Electric Code (NEC). Refer to the contract drawings and specification 16450. 15. Equipment Marking , n. Permanent corrosion resistant name plate(s) shall be attached to the control and include following information: 1) Equipment serial number , 2) Supply voltage,phase and frequency 3) Current rating of the minimum main conductor 4) Electrical wiring diagram number 5) Motor horsepower and full load current ' 6) Motor overload heater element 7) Motor circuit breaker trip current rating 8) Name and location of equipment manufacturer , b. Control components shall be permanently marked using the same identification keys shown on the electrical diagram. Labels shall be mounted adjacent to device being identified. , C. Switches, indicators, and instruments mounted through the control panel door shall be labeled to indicate function, position, etc. Labels shall be mounted adjacent to, or above the device. 2.10 LIQUID LEVEL CONTROL , A. The manufacturer of the liquid level control system shall have a quality management system in place and shall be ISO 9001 certified. B. The level control system shall start and stop the pump motors in response to changes in wet well ' level,as set forth herein. C. The level control system shall utilize an alternator relay or PLC to select first one pump, then ' the second pump, then the third pump to run as lead pump for a pumping cycle. Alternation shall occur at the end of a pumping cycle. ' D. The system integrator per specification 13430 will coordinate with the pump manufacturer on operating set points and the monitoring of the pumps. ' E. The system shall continuously monitor the wet well level, permitting the operator to read wet well level at any time. Upon operator selection of automatic operation, the control system shall start the motor for one pump when the liquid level in the wet well rises to the 'lead pump start ' level". When the liquid is lowered to tile "lead pump stop level", the control system shall stop this pump. These actions shall constitute one pumping cycle. Should the wet well level continue to rise, the control system shall start the second pump when the liquid reaches the "lag pump start level" so that two pumps are operating in series or parallel,dependent on the position of the isolation plug valve in the interconnecting piping. At no time shall more than two pumps operate in series mode. These levels shall be adjustable as determined by the pump ' C5X61900 11100- 14 WASTEWATER PUMPING RO-3/6/06 EQUIPMENT ' ' GREEN MEADOW PUMP STATION CITY Of JEFFERSON, MISSOURI 16 manufacturer. For SCADA system description at the City of Jefferson WWTP, see specification 13460. ' F. The control system shall be equipped with adjustable pump start delay(s)preset at a fixed delay ' time of rive(5)seconds. G. Circuit design in which application of power to the lag pump motor starter is contingent upon completion of the lead pump circuit shall not be acceptable. A. The following additional options shall be located on the MCC bucket door for cacti pump: ' 1. Running time meters 2. Pump run lights 3. HOA switch 4. Start/stop buttons 5. Overload light 6, Overload rest button B. The control system shall be equipped with a simulator system capable of performing system cycle testing functions. C. Well Submersible level transmitter. 1. The level control system shall be a Submersible level transmitter per specification 13420 and supplied by the contractor. The submersible level sensor shall extend into the wet well below 6"above the finished floor level of the wet well. A stilling well shall support the submersible level sensor. Refer to the mechanical drawing for stilling well installation, D. Well Float Level System. 1. The float level control system shall act as a back-up level control to the submersible level transmitter if there is a failure of this transmitter. The floats will cycle the pumps in the same manner the submersible level transmitter as describe in paragraph 2.91). The floats shall be as specified in section 13420 and supplied by the contractor. E. Alarms Monitoring: 1. The control panel PLC will interface with a radio system. The radio system will transmit alarm and monitoring information to the City of Jefferson, MO W WTP. See specification 13460 for addition specification information. F, Sump Pump Control and Monitoring: ' 1. The PLC will control the station's two sump pumps using a 3-float level system. Each sump pump shall have a Hand-Off-Auto switch for each pump. When both pumps are in the Auto mode the station shall operate as follows: On rising level, the lead pump shall be started when the liquid level reaches float number 2. When the liquid level reaches float number 3, the lag pump shall start and operate in conjunction with the lend pump. Both pumps shall operate until the liquid level falls to float number I (lowest). Float switch ' number 1 will stop operations of the sump pumps. When the liquid level reaches float CSX61900 11100 - 15 WASTEWATER PUMPING ' RO—3/6/06 EQUIPMENT GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI number 3, the sump high-level alarm shall also be activated. An electrical alternator shall transpose the starting sequence of the lead sump pump. When a pump is switched to the , Hand mode the pump shall run until switched to the Off mode, G. UL Label Requirement: ' 1. Pump station components and controls shall conform to third party safety certification. The station shall bear a UL label listed for"Packaged Pumping System".The panel shall bear a serialized UL label listed for "Enclosed Industrial Control Panels". The pump ' station components, panel enclosure, and all components mounted on the sub-panel or control cover shall conform to UL descriptions and procedures. PART 3 - EXECUTION ' 3.1 EXAMINATION . A. Contractor shall off-load equipment at installation site using equipment of sufficient size and ' design to prevent injury or damage. Station manufacture shall provide written instruction for proper handling. Immediately after off-loading, contractor shall inspect complete pump station and appurtenances for shipping damage or missing parts. Any damage or discrepancy shall be noted in written claim with shipper prior to accepting delivery. Validate all station serial numbers and parts lists with shipping documentation. Notify the manufacturer's representative of any unacceptable conditions noted with shipper. 3.2 INSTALLATION A. Install, level, align, and lubricate pump station as indicated on project drawings. Installation , must be in accordance with written instructions supplied by the manufacturer at time of delivery, ' B. Suction pipe connections are vacuum tight. Fasteners at all pipe connections must be tight. Install pipe with supports and thrust blocks to prevent strain and vibration on pump station ' piping. Install and secure all service lines (level control, or air release valves)as required in wet well. C. Check motor and control data plates for compatibility to site voltage. Install and test the station ' ground prior to connecting line voltage to station control panel. D. Prior to applying electrical power to any motors or control equipment, check all wiring for tight t connection. Verify that protective devices (fuses and circuit breakers) conform to project design documents.Manually operate circuit breakers and switches to ensure operation without binding. Open all circuit breakers and disconnects before connecting utility power. Verify line voltage, phase sequence and ground before actual start-up. E. Alter all anchor bolts,piping and control connections are installed,completely fill the grout dam in the pump station base with non-shrink grout. C5X61900 11100- 16 WASTEWATER PUMPING RO-3/6/06 EQUIPMENT , GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 3.3 FIELD QUALI'T'Y CONTROL A. Operational Test 1. Prior to acceptance by owner, an operational test of all pumps, starters, and control ' systems shall be conducted to determine if the installed equipment meets the purpose and intent of the specifications. Tests shall demonstrate that all equipment is electrically, mechanically, structurally, and otherwise acceptable; it is safe and in optimum working condition;and conforms to the specified operating characteristics. 2. Alter construction debris and foreign material has been removed form the wet well, contractor shall supply clear water volume adequate to operate station through several ' pumping cycles. Observe and record operation of pumps, suction and discharge gage readings, ampere draw, pump controls, and liquid level controls. Check calibration of all instrumentation equipment, test manual control devices, and automatic control systems. Be alert to any undue noise, vibration or other operational problems, B. Manufacturers Start-up Services 1. Co-ordinate station start-up with manufacturer's technical representative. 'rile representative or factory service technician will inspect the completed installation. He will calibrate and adjust instrumentation, correct or supervise correction of defects or malfunctions, and instruct operating personnel in proper operation and maintenance procedures. 3.4 CLEANING A. Prior to acceptance, inspect interior and exterior of pump station for dirt, splashed material or ' damaged paint. Clean or repair accordingly. Remove from the job site all tools, surplus materials, scrap and debris. 3.5 PROTECTION A. The pump station should be placed into service immediately. If operation is delayed,drain water from pumps and piping. Open motor circuit breakers and protect station controls and interior equipment from cold and moisture. END OF SECTION 11100 CSX61900 11100 - 17 WASTEWATER PUMPING RO—3/6/06 EQUIPMENT 1 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 11120—SUBMERSIBLE SUMP PUMPS PARTI -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. Furnish and install two (2) recessed impeller submersible sump pumps and appurtenances. Floats as describe in this specification will control the pumps. 1.3 SYSTEM DESCRIPTION A. Pump Requirements: ' I. Pump Service: Wash water and grit slurry 2. Number of Pumps: 2 3. Pump Type: Submersible,recessed impeller,centrifugal pump 4: Design Operating Point: 60 gpm, 50 ft head 5. Maximum Operating Point: 90 gpm,40 R head 6. Minimum Operating Point: 40 gpm, 55 R head 7. Shutoff head, minimum 70 ft 8. Operating Speed: 3,500 rpm 9. Minimum Motor Horsepower: 3 10. Electrical Characteristics: 460 volt,3-phase,60 Hz 1.4 QUALITY ASSURANCE ' A. The equipment shall be supplied by n firm regularly engaged in the manufacture of the equipment item, whose products have been used satisfactorily in similar services for a minimum of five(5)years. ' B. See Section 01600 regarding a bond or cash deposit in lieu of the experience requirement. 1.5 SUBMITTALS A. Submit the following in accordance with Section 01300, Submittals During Construction. ' I. Manufacturer's product data 2. Certified pump curves 3. Shop Drawings 4. Wiring and control diagrams 5. Installation instructions 6. Parts lists 7. Recommended spare parts lists 8. Operation and maintenance manuals 9. Manufacturer's warranty CSX61900 11120-1 SUBMERSIBLE SUMP PUMPS RO—3/6/06 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 1.6 WARRANTY A. The manufacturer shall warrant that the work described here shall be free form defects in ' workmanship and material for a period of one (I) year from the date of acceptance. Any faulty workmanship or defective material furnished that is found within the warranty period shall be corrected without cost to the Owner. PART2-PRODUCTS ' 2.1 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: 1. KSB Model KR'1'F 40-160 2. ABS Model AS0631 S35/2D with minimum 4.541P motor (To meet the minimum shutoff head requirement, the approved pump model will provide higher operating flows.) ' 3. Approved equal. 2.2 PUMP CONSTRUC'T'ION ' A. Major pump components shall be of grey cast iron, ASTM A48, Class 35, with smooth surfaces devoid of blow holes or other irregularities. All exposed nuts or bolts shall be ASTM A276 Type 316 Ti stainless steel. All metal surfaces coming into contact with the pumpage, other than stainless steel or brass, shall be protected by a factory applied two-component epoxy finish. B. 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 the requirement of a specific torque limit. 2.3 COOLING SYSTEM A. Motors shall be sufficiently cooled by the surrounding environment or pumped media. A water ' jacket should not be required. 2.4 CABLE ENTRY SEAL A. The cable entry seal design shall preclude specific torque requirements to insure a watertight ' and submersible seal. The cable entry shall consist of a single cylindrical elastomer grommet, 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 ' from the function of sealing the cable. The assembly shall provide ease of changing the cable when necessary using the same entry seal. CSX61900 11120-2 SUBMERSIBLE SUMP PUMPS RO—3/6/06 ' GREEN MEADOW PUMP STATION CITY Or JEFFERSON, MISSOURI 2.5 MOTOR A. The pump motor shall be induction type with a squirrel cage rotor, shell type design, housed in an air filled, watertight chamber, NEMA B type. The stator windings and stator leads shall be insulated with moisture resistant Class P insulation rated for 311 017 (155"C). The stator shall be ' dipped and baked three times in Class P varnish and shall be heat-shrink fitted into the stator housing. 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"P(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. Thermal switches set to open at 260"P (125"C) shall be embedded in the stator lead coils to monitor the temperature of each phase ' winding. These thermal switches shall be used in conjunction with and supplemental to 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. B. 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 plus or minus 10%. The motor shall be designed for operation up to 104"f (40"C) ambient and with a temperature rise not to exceed 176"P (80 0C). A performance chnrt shall be provided showing curves for torque, current, power factor, input/output kW and efficiency. This chart shall also include data on starting and no-load characteristics. C. 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 any splices. The outer jacket of the cable shall be oil resistant chloroprenc. The motor and cable shall be capable of continuous submergence underwater without loss of watertight integrity to a depth of 65 feet. ' D. 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. ' 2.6 BEARINGS A. The pump shaft shall rotate on two bearings. Motor bearing shall be permanently grease lubricated. The upper bearing shall be a single row ball bearing. The lower bearing shall be a ' two row angular contact bearing to compensate for axial thrust and radial forces, or a heavy duty single row ball bearing. ' 2.7 MECHANICAL SEAL A. Each pump shall be provided with a tandem 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 shall contain one stationary and one positively driven rotating tungsten-carbide or silicon- , carbide ring. The upper, secondary seal unit shall contain one stationary ceramic seal ring and one positively driven rotating ceramic ring or lip type seal. Each seal interface shall be held in contact by its own spring system. The seals shall require neither maintenance nor adjustment nor depend on direction of rotation for sealing, ' C5X61900 11120-3 SUBMERSIBLE SUMP PUMPS RO—3/6/06 r GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 2.8 PUMP SI IAF I' A. Pump and motor shaft shall be the same unit. The pump shaft is an extension of the motor ' shaft. Couplings shall not be acceptable. The shaft shall be stainless steel. 2.9 IMPELLER ' A. The impellers shall be of gray cast iron,Class 3513,dynamically balanced,open vortex design. ' 2.10 VOLUTE A. Pump volutes shall be single-piece grey cast iron, Class 30B, non-concentric design with , smooth passages large enough to pass any solids that may enter the impeller. Wear rings shall not be required. 2.11 GUIDE RAIL ' A. Each pump shall be fitted with a guide rail system. The guide rail shall be Schedule 40 stainless steel pipe. All anchors shall be stainless steel. 2.12 CONTROL A. Sump pump controls shall be PLC controlled programmed by the System Integrator per specification 11100. For each pump motor, there shall be included: a combination overload breaker with manual reset for protection against current overloads and short-circuit protection. Overload relay to be precalibrated to match motor characteristics, and factory scaled to insure trip setting is tamper proof; across-the-line magnetic contactors; hand/off/automatic selector switch. A control circuit transformer with disconnect circuit breaker and overload protection shall be included with an automatic electric alternator providing alternating operation of pumps under normal conditions, or in cases of high level, allowing both pumps to operate simultaneously. A terminal board for connection of level sensors shall be provided. B. The following additional options shall be located on the MCC bucket door for each sup pump: 1. Running time meters 2. Pump run lights ' 3. HOA switch 4. Start I slop buttons 5. Overload light ' 6. Overload rest button 7. Adjustable time delay relay to prevent simultaneous starting of both pumps after a power outage,set at 15 seconds. ' C. Operation: See specification 1 1100 for liquid level control description. D. Liquid Level Sensors: Level sensors shall be non-floating, displacement type. Level sensors ' shall be rated for operation at milliwatt levels. C5X61900 11120.4 SUBMERSIBLE SUMP PUMPS ' RO—316106 ' ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI PART 3 -EXECUTION 3.1 EXAMINATION A. Examine areas for compliance with manufacturer's requirements for installation tolerances, pads,and other conditions necessary for proper operation. 1 B. Do not proceed until unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install equipment and appurtenances level and plumb and in accordance with the manufacturer's '. written instructions. B. Grout fillets inside the wet wells shall be installed in accordance with the pump manufacturer's recommendations. 3.3 FIELD TEST ' A. After installation of the pumping system and appurtenances is complete, the operability of the system shall be tested. This shall include automatic startup of pumps, operation of control systems,and demonstration of guide rail lift-out operation, 3.4 MANUFACTURER'S SERVICES .. A. A manufacturer's representative shall be present at the job site as many days as required for inspection,testing,and training the City personnel at no additional cost to the City. ' END OF SECTION 11200 1. • 1 C5X61900 11 120-5 SUBMERSIBLE SUMP PUMPS RO—316106 GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI SECTION 11050-FLAP GATE 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. 1.2 SUMMARY A. Furnish and install one 18-inch diameter flap gate complete with all appurtenances and as shown on the drawings. ' 1.3 QUALITY ASSURANCE. A. The equipment shall be supplied by a firm or firms regularly engaged in the manufacture of the equipment, whose products have been used satisfactorily 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 tite field. It shall not have been in ' service at any time prior to delivery except as required to test and verify proper operations and performance. B. See Section 01600 regarding a bond or cash deposit in lieu of experience requirement. 1.4 SUBMITTALS A. General: submit the following in accordance with the Conditions of Contract and Division 1 specification sections: ' 1. Manufacturer's Product Data 2. Shop Drawings 3. Installation Instructions 4. Operation and Maintenance Manuals ' S. Manufacturer's Product Warranties 1.5 WARRANTY. ' . A. The manufacturer shall warrant that the work described shall be free from defects in workmanship and material for a period of one(1)year from the date of acceptance. Any faulty workmanship or defective material furnished, found within the warranty period, shall be corrected without cost to the Owner. ' PART2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with requirements, provide products by one of the following manufacturers: I. Rodney Hunt Series FV-SPR CSX61900 11130-1 FLAP GATE ' RO—8129105 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON,MISSOURI 2. Or approved equal 2,2 GATE CONSTRUCTION N: A. The flap gate shall be single pivot type and shall be flange framed with resilient bronze seating. ' The gate shall be suitable for direct attachment to ductile iron pipe flange. The cover shall be bronze ASTM 13584 C885. The body shall be cast iron ASTM A126 Class D. The resilient shall be mounted in the body of the gate, Pivot hardware shall be Type 304 stainless steel. ' Attaching hardware shall be Type 304 stainless steel. The flap cover of the gate shall include a raised eye to tic a chain as shown on the drawings for lilting the cover with the chain from the ground . . B. Cleaning and coating shall be performed at the manufacturer's plant. Rust, mill scale, dire, and grease shall be removed by commercial blast cleaning (SSPC SP-10) method, and finish- painted. Paint shall be manufacturer's standard. PART 3 - EXECUTION 3.1 . INSTALATION ' A. Installation of the gate shall be in accordance with the manufacturer's installation instructions, 3.2 FIELD TESTS A. The gate seating shall be tested for leakage under the greatest unbalanced head of the water after . . installation. The leakage shall not be greater than 0.2 gpm per foot of seating perimeter. END OF SECTION 11050 . 1 C5X61900 11130-2 FLAP GATE ' RO—8/29/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI SECTION 11150—HYDROXYL ION FOG ODOR CONTROL SYSTEM PART1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions or Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY ' A. Furnish and install one(1)odor control system. 1.3 QUALITY ASSURANCE A. The equipment shall be supplied by a firm regularly engaged in the manufacture of the equipment item,whose products have been used satisfactorily in similar services. B. See Section O1600 regarding a bond or cash deposit in lieu of the experience requirement. 1.4 SUBMITTALS A. Submit the following in accordance with Section 01300, Submittals During Construction. I. Manufacturer's product data 2. Shop Drawings 3. Wiring and control diagrams '. 4. Installation instructions 5. Parts lists G. Recommended spare parts lists 7. Operation and maintenance manuals 8. Manufacturer's warranty 1.5 WARRANTY ' A. The manufacturer shall warrant that the work described here shall be free form defects in workmanship and material for a period of one (1) year from the date of acceptance. Any faulty workmanship or defective material furnished that is found within the warranty period shall be corrected without cost to the Owner. PART 2-PRODUCTS 2.1 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: 1. Model V800 as manufactured Vapex, Inc. 2. Approved equal. ' CSX61900 11150-1 1IYDROXYL ION FOG RO—3/6/06 ODOR CONTROL SYSTEM GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 2.2 PROCESS DESCRIPTION A. The specified equipment shall be designed to destruct odorous compounds within the wet well structure regardless of flows, temperature or level. B. The equipment shall deliver 60 CFM of air at 2 PSI, 0.80 pounds of ozone a day and G gallons per hour (gph) of water to the proprietary 3-fluid fog nozzle where the hydroxyl fog will be generated. , C. The equipment shall be built in a fashion that will allow two nozzles to be configured to the process module while maintaining individual control of the two separate air and water rotamctcrs. ' D. The hydroxyl fog's purpose shall be three fold; One, to destruct odorous compounds within the wet well space. Second, to remove any biofnlm or bacterial growth covering the wet well ' structure eliminating the typical corrosion effects associated with the low pH of the various biological processes. Third, to impart a residual oxidant to the wet well space so as to be able to absorb any unexpected events within the influent piping. E. The process shall operate whereby any excess of the hydroxyl fog will simply convert to water, condense and rain back into the waste stream. ' F. The process shall utilize the volume of the wet well space as the reaction vessel for the odor- hydroxyl fog reaction to take place. Tile process shall allow for an equilibrium concentration of . both oxidants and odorous compounds to exist in the form of a stirred mixed reactor. G. The process shall consume no external chemicals in its operation nor shall there be any waste product to dispose of and in particular there shall be no increase in total dissolved solids to any ' waste stream. H. The unit shall be capable of treating 20,000 cubic feet of wet well volume at I32S ' concentrations up to 450 ppm. 1. The unit shall consume no more than 2,000 watts at full production. Water consumption per , unit shall be no more than Ggph or 144 gallons/day. 2.3 EQUIPMENT A. The hydroxyl ion fog generation system shall consist of two (2) primary subsystems; the process module and the injection nozzle. B. The process module shall function to deliver water, compressed air and ozone to the injection nozzle where the three (3) raw components combined to form the hydroxyl fog whose motive force as the fog is released from the nozzle drives the reaction within the wet well space. ' C. The process module shall have the following attributes and capacities: 1. The ozone generator shall be of a corona discharge type capable of 0.80 pounds per day ozone production. The ozone generator shall be of a variable output design. CSX61900 11150-2 HYDROXYL ION FOG , RO—3/6/06 ODOR CONTROL SYSTEM ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI 2. The process module shall include a compressor and oxygen generation unit capable of removing 98% of the nitrogen and water vapor present in the cabinet air prior to use by the corona discharge units. 3. The air blower shall be of oil less design capable of GO SCFM at 2 PSI and shall have an expected service life of 10,000 hours. 4. The process module shall contain safety interlocks for water flow, compressor low pressure, ozone generator over-temperature, and cooling fan operation. Any out of range condition shall cause a shutdown of the affected area and shall also cause an alarm contact set to be made. 5. The process module cabinet shall be constructed of powder coated welded aluminum with sound proofing and access panel gasketing. The cabinet shall be of a rain tight ' design capable of operating with direct exposure to the elements with no degradation in performance including ambient air temperatures up to 120° F. G. Flow mcicrs shall be provided for water and air flow to the ozone generator. 1 D. The injection nozzle shall be designed and constructed so as to allow 98% absorption of the produced ozone into the atomized water flow. The efficiency of the absorption process shall be directly tied to the size of the atomized water particle, which shall be no larger than 5-micron in diameter. E. The nozzle shall be adjustable so as to allow an optimization of the air/water dispersion ratio. The adjustment shall be by means of a simple threaded barrel requiring no tools or particular skill to accomplish the adjustment with the results being clearly obvious when observing the nozzle. F. The nozzle and its related tubing shall be secured to the structure via a 4" slip fit connection allowing for removal and inspection of the nozzle without the necessity of entering the odorous ' space or disassembling the injection plumbing. Inspection shall be able to be accomplished without the use of tools or specialized skills. G. The nozzle assembly shall be supported by "Clio" hanger, angle bracket, and unistrut at the bottom; and "Clio" hanger and unistrut at the top; all supplied by the odor control unit manufacturer. ' 2.4 MATERIAL OF CONSTRUCTION Ozone System: Teflon or 304 Stainless Steel Water System: PVC,Acrylic or HDPE Air System: PVC or Aluminum Nozzle: Machined Ryton and Stainless Steel ' Cabinet: Powder Coated Aluminum Fasteners: Stainless Steel C5X61900 11150-3 HYDROXYL ION FOG RO—3/6/06 ODOR CONTROL SYSTEM GREEN MEADOW PUMP STATION CITY OP JEFFERSON, MISSOURI PART 3 -EXECUTION 4 3.1 EXAMINATION A. Examine areas for compliance with manufacturer's requirements for installation tolemnees, . pads,and other conditions necessary for proper operation. B. Do not proceed until unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install equipment and appurtenances level and plumb and in accordance with the manufacturer's written instructions. 3.3 FIELD TEST A. After installation of the system and appurtenances is complete, the operability of the system shall be tested. 3.4 MANUFACTURER'S SERVICES A. A manufacturer's representative shall be present at the job site as many days as required for inspection, testing, and training the City personnel at no additional cost to the City. ' END OF SECTION 1 I ISO C5X61900 111504 HYDROXYL ION FOG RO—3/6106 ODOR CONTROL SYSTEM GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 13100—LIGHTNING PROTECTION SYSTEM PARTI -GENERAL ' 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division I Specification Sections,apply to this Section. ' 1.2 SECTION INCLUDES 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 78 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 IG Section"Wire and Cable" 5. Division IG Section"Grounding" ' 1.4 QUALITY ASSURANCE ' A. All lightning protection work shall comply with NFPA 78, the National Electrical Code and Lightning Protection Institute Standard of Practice LPI-175 as locally amended and local codes that 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. See Section O1600 regarding bond or cash deposit in lieu of the experience requirement. 1.5 CERTIFICATION A. 'file Subcontractor/Contractor shall have the lightning protection system certified by the Lightning Protection Institute's Certified System Program as outlined in the LPI Standard of C5X61900 13100-1 LIGHTNING PROTECTION RO- 8/29/05 SYSTEM GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI Practice LPI-175. Two signed copies of all reports shall be presented to Jacobs Civil, Inc., when completed. 1.6 COORDINATION WITH OTHER TRADES ' A. The Subcontractor/Contractor shall coordinate his work with that of other trades to prevent interferences and ensure a timely execution of his work. PART 2 -PRODUCTS 2.1 GENERAL A. In general all conductors, materials and hardware used for lightning protection shall be Class 11, ' suitable for structures exceeding 75 feet in height and shall be made by Thompson Lightning Protection Inc.,or approved equal. 2.2 CONDUCTORS ' A. Conductors used for lightning protection shall be stranded copper, 28-strand minimum, rope ' lay, .375 lbs. per foot minimum, except where otherwise indicated on the contract drawings. 2.3 AIRTERMINALS A. Air terminals shall be of solid copper, nickel tipped for use with bronze bases except where otherwise specified on the drawings. Length, thickness 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, and 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 AIRTERMINALS r A. Air terminals shall be installed as shown on the drawings and in compliance with NFPA 780. ' 3.2 CONDUCTOR A. Roof conductors, cross-run conductors, down conductors and bonding conductors shall be installed as shown on the contract drawings. No bend of a conductor shall four) an included angle of less than 90 degrees nor shall have a radius of bend less than eight inches. Conductor C5X61900 13100-2 LIGHTNING PROTECTION RO - 8/29/05 SYSTEM , GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI fasteners shall be an approved type of noncorrosive metal having ample strength to support conductor and shall be spaced on not more than three-foot centers. B. Dawn conductors shall be connected to insulated grounding conductors provided by others at ' ground floor dedicated for lightning protection system. Size and type of conductors shall be as shown on the drawings, but in no case smaller than the requirements of Table 3-5, Class 11, Material Requirements in NFPA 78. '. C. Any conductor that is subject to mechanical damage or displacement shall be protected with a protective molding,pipe or other covering. If metal pipe or tubing is used around a conductor, the conductor shall be electrically connected to the pipe or tubing at both ends. 3.3 BONDING A. All HVAC equipment, stacks, and other grounded metal bodies located at or above roof level shall be bonded to the lightning protection system with approved conductors and fittings as shown on the contract drawings. Connections between dissimilar metals shall be made with approved bimetallic connectors. Every down conductor shall be bonded to the nearest structural steel column near the top and near the bottom. 3A CONNECTIONS A. Connections shall be by welding, brazing, exothermic process, high-compression, bolted or clamping. All connectors shall be suitable for the application for which used. END OF SECTION 13100 r CSX61900 13100-3 LIGHTNING PROTECTION RO-8/29/05 SYSTEM ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI SECTION 13410—BASIC CONTROL INSTRUMENTATION MATERIALS & METHODS PARTI -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contact, 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 Electrical Contractor shall calibrate all instruments in section 13420 by the manufacture's standard calibration procedures using a manufacture's �.. factory representative. B. Related Sections:The following Sections contain requirements that relate to this Section: ' • 1. Division 13, Section "Instruments". 2. Division 13,Section "Control Panels". 3. Division 13, Section"Programmable Logic Controllers". 4. Division 13, Section"Radio System". 1.3 . . REFERENCES A. Instrumentation, Systems,and Automation Society(ISA): �. 1. ISA 55.4- Instrument Loop Diagrams. ' B, National Fire Protection Association (NFPA): 1. NFPA 70 -National Electrical Code'(NEC). ' 1.4 DEFINITIONS A. SCADA system: Supervisory Control and Data Acquisition system. The SCADA system at the Jefferson City WWTP shall be modified per the P& ID's to monitor this pump station. Programming of the SCADA system shall be by the following system integrators: ' 1. Systems Manufacturing, Inc. Overland Park, KS(913)441-9510 B. It is the contractor's responsibility to coordinate with the owner for instrument and control system tie-ins to the plant SCADA system. Components that interface with the SCADA system include instrumentation and control systems for equipment throughout the Contract Documents, including,but not limited to: C5X61900 13410-1 BASIC CONTROL WSTRUMENTATION RO—8/29/05 MATERIALS &METI IODS GREEN MEADOW PUMP STATION , CITY Of JEFFERSON, MISSOURI 1. Control panels for process equipment, and systems including, programmable logic controller, level controller,and radio systems. ' 2. Rcfer to specification 13460 "Radio Systems" for monitoring points to be displayed on the Jefferson City WWTP OI. 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: Rated capacities of each unit, weights (shipping, installed, and operating), ' furnished specialties, and accessories. Product data shall also include drawings from manufacturer detailing equipment assemblies and indicating dimensions, required clearances, method of field assembly, components,and location and size of each field 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 1 V x 17" and shall conform to ISA S5.4. Upon completion of the project, submit final ' revised drawings in AutoCAD v14,or newer, format on CD-ROM. l.G QUALITY ASSURANCE A. Electrical Component Standard: Provide components that comply with NPPA 70 and that arc 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. 1.7 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-EXECUTION 2.1 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 affected by changes in supply voltage and load resistance within the unit's rating. C5X61900 13410-2 BASIC CONTROL INSTRUMENTATION ODS RO'8/29/05 MATERIALS S METH , GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI B. Ground measurement 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 an 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 lamicoid nameplates (white background/black letters) for meters, indicators, ' totalizers, controllers, recorders, and other panel-mounted devices. Mount 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. H. Identify wiring and terminals at devices, terminal blocks, and splices. Identification shall include signal tag 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. END OF SECTION 134 t0 II ' C5X61900 13410-3 BASIC CONTROL INSTRUMENTATION RO—8/29/05 MATERIALS&METHODS GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 13420- INSTRUMENTS 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. 1.2 SUMMARY A. The instrumentation and control equipment listed is for the pump station provided by the ' general contractor: I. Level Float Switches 2. Submersible Level Transmitter 3. Smoke Detector 4. Intrusion Switch B. The instrumentation and control equipment listed is for the pump station provided by pumping equipment manufacturer: 1. Gauge Kit C. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 11, Section, "Waste Water Pumping Equipment" ' 2. Division 13, Section "Basic Control Instrumentation Materials and Methods," for general installation requirements. 3. Division 13, Section "Control Panels," for instrumentation provided as part of (or packaged with)each control panel. 4. Division 13, Section"Programmable Logic Controllers," for instrument 1/0 connections. 5. Division 13, Section"Supervisory Control System," for control system description ' 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 A1051AI05M — Standard Specification for Carbon Steel Forgings for Piping Applications. 2. ASTM A 194/A 194M—Standard Specification for Carbon and Alloy Steel Nuts for Fligh- t Pressure and High-Temperature Service. 3. ASTM A351/A351M — Standard Specification for Steel Castings, Austenitic, for High Temperature Service. 4. ASTM A479/A479M — Standard Specification for Stainless Steel Burs and Shapes for Use in Boilers and Other Pressure Vessels. C5X61900 13420-1 INSTRUMENTS RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI C. International Electrolechnical Commission(IEC): L IEC 529—Classification of Degrees of Protection by Enclosures. , D. National Electric Manufacturers Association (NEMA): 1. NEMA 250—Enclosures for Electrical Equipment(1000 Volts Maximum). E. National Fire Protection Association (NFPA): I. 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 486B—Wire Connectors for Use With Aluminum. ' 3. UL 508—Industrial Control Equipment. 1.4 DEFINITIONS A. Accuracy: The combined effects of linearity, hysteresis, and repeatability errors,expressed as a percentage. ' B. BFSL: Best fit straight-line method. C. HAR14: 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 sane input parameter is applied to it consecutively, under the same conditions, 1 and in the same direction. G. Stability: Ability of an instrument to maintain its performance specifications over time. t H. Total Performance: Combined errors of accuracy, ambient temperature 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 1 Specification Sections. ' B. Product Data: 1. Include rated capacities; shipping, installed, and operating weights; furnished specialties; and Manufacturer's 2. Manufacturer's warranty. C5X61900 13420-2 INSTRUMENTS ' RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI 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 ' A. 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: Verify dimensions and clearances by field measurements, 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, I, 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), ' PART2 - PRODUCTS 2.1 GENERAL C5X61900 13420-3 INSTRUMENTS ' RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON,MISSOURI A. Provide a stainless steel identification lag 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. Tags 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 LEVEL FLOAT SWITC14ES A. Level Flout Switch: Housing shall be of polypropylene and the cable is sheathed with a special PVC compound. The plastic components are welded and screwed together. Adhesive are not ' allowed. Float switch enclosure shall meet the requirements of NEMA Type 4X (IEC IP68) for continuous submergence of up to 33 feet of water. Float switches shall have the following operating characteristics: ' 1. Liquid Temperature Range: 32°F to 140°F(0°C to 60 0C). 2. Max. applied voltage: 250 VAC/30 VDC. 3. Electrical cable size: AWG 19/3 4. Max. Amperage: 16 A @ 250 VAC ' 5. Resistive Load AC 16 A @ 250 VAC 6. Resistive Load DC 5 A © 30 VDC 7. Inductive Load 4 A @ 250 VAC 8. Max. Angular Displacement 60 degrees 9. Operating Point- Rising 37 degrees 10. Operating Point- Descending 17 degrees ' B. Flow Switch Cable Holder: The float switch cable holder shall be able to support four(4) float switches on one continuous bracket.The cable holder bracket shall be PVC coated. C. The Float switches shall be ENM-10 Liquid Level Regulator Model no. 582 88 29 with 20 feet of cable. Provide one cable holder per location. The float switches, cable holder and cable ' holder bracket shall be manufactured by Fairbanks Morse, Inc., Kansas City, KS.or equal. D. A volicable Instruments: Tag No. Cable Service ' Length LS04 40 feet Wet Well LSL 05 40 feet Wet Well LSLL 06 40 feet Wet Well LSH 07 40 feel Sum LSI-111 08 40 feet sum ' LSL I I 10 feet Sum LSH 10 10 feel Sump LSHI-109 1 10 feet Sum 2.3 GAUGE KIT (Supplied by Pumping Equipment Manufacturer) C5X61900 13420-4 INSTRUMENTS RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI A. A gauge shall be supplied for each pump. Suction pressure must be monitored by a glycerin- ' filled compound gauge, and discharge pressure by a glycerin-filled pressure gauge. Gauges to be at least 4 inches in diameter, graduated in psi units. Rated accuracy shall be 1% of full-scale reading. Pump suction pressure gauge shall be graduated psi units; range 30" HG/0/30 PSI. Pump discharge pressure gauge to be graduated in psi units; range: 0-300 PSI. B. Gauge shall be factory mounted with a phenolic case and stainless steel wetted parts. Gauge installations shall be complete with all hoses and stainless steel fittings, including shutoff valve for each gauge line at the point of connection to suction and discharge pipes. C, The gauge a sensor shall be a type 1220 Series pressure sensor, manufactured by Ashcroft , Stratford ,CT or equal D. Applicable Instruments: ' Tag No. Range Service PI 0-300 psig Pump I Discharge PI 0.300 psig Pump 2 Discharge PI 0.300 psig Pump 3 Discharge Pf 30"fig/0-30 psig Pump I Suction PI 30"It g/0-30 psig Pump 2 Suction ' PI 30"h g/0-30 psig Pump 3 Suction 2.4 SUBMERSIBLE LEVEL TRANSMITTER A. Submersible Level Transmitter: Silicon piezoresistive sensor in an all-welded AISI Type 304 stainless steel housing with protective end cap that does not require an O-ring seal. Cable shall be 922 AWG, 3-wire, Kevlar reinforced, neoprene insulated with integral atmospheric reference tube marked every foot to allow proper installation and filed calibration. Provide Teflon breather bag to isolate the reference tube and local 3 '/3" digit LED readout. Also provide one X" NPT female test fitting accessory to allow frcid-testing and calibration. Level transmitters shall have the following operating characteristics: I. Process Sensor Diameter and weight 4"/24 oz ' 2. Non-Linearity(DFSL): +/-0.1%of full scale 3. Hysteresis& repeatability: +/-0.05%of full scale 4. Long Term Stability: +/-0.20%of full scale per year 5. Response Time: +/-3 ms ' 6. Input Power 24 VDC 7. Output Signal 4-20mA DC,2-wire signal 8. Max. Resistance a 24 VDC 900011111s ' 9. Operating Temperature range: -40 F to 185 F(40C to 85C) R. Wet well level transmitter shall be Model N 516 with P/N 180402.001 manufactured by Viatran Corporation (Grand Island,N.Y); or equal. C. Ann licable Instruments: Tag No. Range Service LT 01-1 0- 50 psig Wet Well C5X61900 13420-5 INSTRUMENTS ' RO—8/29105 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 2.5 SMOKE DETECTOR A. Smoke detectors: Provide a smoke detector with the following characteristics ,. 1. Input Power: 120 VAC ' 2. Output : Fonn C Relay 3. Relay Rating 0.6 amps 4. Operating Ambient Temperature 40F to IOOF B. The smoke detector shall be Model a 7100 series manufactured by Gentex, (Zeeland, MI), or ' approved equal. C. A pplicable Instruments: Tag No. Service BSH-01 Upper Level BS14.02 Lower Level ' 2.6 INTRUSION SWITCH ' A. Intrusion switch: Provide a single pole, single throw, (SPDT) door mountable switch with the ' following characteristics: I. Contact rating: 0.5 Amp 2. Max. gap make distance 3.0" B. The Intrusion switch shall be Model a 1045 series manufactured by Sentrol, (Tualatin,OR), or approved equal. C. A pplicable Instruments: Tag No. Service ' ZS-01 Single door entry ZS-02 Singled or entry 2.7 DOOR ENTRY KEYED SWITCH A. Door entry keyed switch: Provide a single pole, double throw, (SPDT) key switch with the ' following characteristics: I. Contact rating: 0.5 Amp scaled contact block , 2. Legend above key Armed - Disarmed 3. Key position key switch contacts shall be closed in the armed position 4. Mounting key switch be mounted in Crouse-Hinds FD box B. A pplicable Instruments: Tag No. I Service ZS-03 Single door entry CSX61900 13420.6 INSTRUMENTS RO—8/29/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 2.8 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. ' PART 3 -EXECUTION 3.1 INSTALLATION A. Install each instrument in accordance with the manufacturer's recommendations, pump station manufacturers wiring diagram and the Contract Documents, B. 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 instrument to walls, stands,or brackets as required by the manufacturer or shown on the Contract Drawings. ' 3.2 CONNECTIONS 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 486B. ' 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. ' 3.4 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. C5X61900 13420-7 1NSTRUMENTS RO—8/29/05 : GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI I. 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 of advanced notice. END OF SECTION 13420 ' 1 ,t 4., !j i�.s. +s' CSX61900 13420-8 INSTRUMENTS RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI SUCTION 13430—CONTROL PANELS PART1 -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 panel . (MCP) built for this Project by the equipment suppliers and the contractor, and includes the following: .'. 1. Enclosures. 2. Wiring. 3. Terminal blocks. ' 4.. Control panel components. 5. Pilot devices. G. Panel-mounted devices. ' B. Related Sections:The following Sections contain requirements that relate to this Section: 1. Division 11, Section"Waste water Pumping Equipment" ' . 2. Division 13,Section"Instruments; for panel-mounted instrumentation. 3. Division 13,Section"Programmable Logic Controllers,"for PLCs, ' 4. Division 13, Section"Radio Systems" S. Division 16, Section"Motor Control Centers" 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. NEMA 250 -Enclosures for Electrical Equipment(1000 Volts Maximum). ' C. National Fire Protection Association(NFPA): 1. NFPA 70-National Electrical Code"(NEC). D. Underwriters Laboratories(UL): ' C5X6I900 13430-1 CONTROL PANELS RO—3/6/06 GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI 1. UL 496A -Wire Connectors and Soldering Lugs for Use With Copper Conductors. 2. UL 497A—Secondary Protectors for Communications Circuits. , 3. UL 508- Industrial Control Equipment. 4. UL 1283—Electromagnetic Interference Filters, 5. UL 1449—Transient Voltage Surge Suppressors. ' 1.4 SUBMITTALS A. Fabrication ' 1. Control panel fabrication: The control panel manufacturer for the City of Jefferson Green Meadows pump station shall be fabricated by: Indequip ' Engineering, Chesterfield, MO (636) 532-9010. All system integration of this panel shall be by Systems Manufacturing, Inc. Overland Park, KS (913)-660-0496. It shall be the responsibility of the control panel manufacturer to coordinate with the pump ' manufacturer and system integrator all panel building fabrication details including the PLC 1/0 module layout . B. Product Data ' I. 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), famished specialties,and accessories. 2. Submit nameplate-engraving schedule for each panel. C. Shop Drawings: 1. Plaits,elevations, and sections for each control panel. , 2. Location, dimensions, required clearances, name, and manufacturer's designation of items mounted in and on the control panel. ' 3. Mounting details including location of anchoring flanges and holes including data on anchor bolt sizing and load carrying capacity. 4. Entry and exit locations of external wiring, conduit, and equipment connections as well as all field connections. ' 5. Submit wiring diagrams detailing wiring for power and control systems, clearly differentiating between manufacturer-and field-installed wiring. D. 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. C5X61900 13430-2 CONTROL PANELS RO—316/06 ' ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI 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 or relevant mechanical, electrical, and instrumentation components. t PART 2 -PRODUCTS 2.1 CONTROL ENCLOSURES (MCP) A. MCP Control Panel shall be a stand alone enclosure. Refer to section 1.4 of this specification for control panel fabrication and specification 11100 for programming requirements. ' B. 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 fast operating junction box clamps are acceptable as alternates. Use of screw-type clamps is not acceptable. ' C. Provide interior mounting panel and shelves constructed of 12 gage steel with white enamel finish. ' D. Unless indicated otherwise, all door hinges shall be mounted with the hinge to the left of'the door. ' E. Provide door-mounted steel print pocket with white enamel finish. 2.2 MCP ACCESSORIES ' A. General: Master control panel shall be provided with the following accessories. 1. Allen-Bradley PLC: Sec specification 13455. 2. MDS Radio RTU: See specification 13460. 3. Electrical hardware to support the operation of the PLC and RTU per the referenced specifications. C5X61900 13430-3 CONTROL PANELS RO—3/6/06 1 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 2.3 CONDUCTORS ' A. Power Wiring: For AC and DC power and control wiring to components, use #14 AWG ' (minimum) 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 #16 AWG (minimum) stranded, shielded, twisted-pair insulated wire rated for 300 VAC and 60°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-Slcev9N' or Omni-Gripe manufactured by W.H. Brady ' Company (Milwaukee, Wis.), or equal. Sleeve labels shall be PcrmaSlccveTM manufactured by W.H. Brady Company(Milwaukee, Wis.); or equal. 2.4 TERMINAL BLOCKS ' A. General: Terminal blocks shall be DIN rail mounted. Provide spare terminals equal to ' approximately 20%of the designated number of each type of wiring connection. B. Standard Terminal Blocks: NEMA/EEMAC type for power and discrete UO, color-coded. Standard terminal blocks shall be Catalog No. 1492-CAILGY (for gray) manufactured by Allen-Bradley Company, Incorporated(Milwaukee,Wis.); or equal. C. Ground Terminal Blocks: NEMA/EEMAC type, green in color. Ground terminal blocks shall ' be Catalog No. 1492-CAILG manufactured by Allen-Bradley Company, Incorporated (Milwaukee, Wis.); or equal. ' D. Fuse Molder: 8 mm unit, gray in color unless otherwise noted, with two test sockets and blown fuse indicator(neon for AC, LED for DC)suitable for miniature(5x20 or '/."x 1%+ ") fuses sized ' for load. Fuse holders shall be Catalog Numbers 1492-H4, 1492-115, or 1492-H6 manufactured by Allen-Bradley Company, Incorporated (Milwaukee, Wis.); or equal. (Note: All PLC discrete inputs and outputs shall be fused) 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(+)shall have an LED indicating current (low and the return terminal block (-) shall have n 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-PIP (Order No. 27 75 21 0) manufactured by Phoenix Contact (Flarrisburg, Penn.); M 4/9.4AL(Part Number 305 338.14) and M 4/6.SNTA (Part Number 115 466.16) manufactured by Entrelce ' Incorporated (Irving,Tex.);or equal. F. Analog Isolators: Loop powered Ul opto-isolators, UL 508 recognized, minimum 1800 VDC isolation (input to output) with front mounted green LED indicating DC power and input signal status; maximum internal power consumption of 2.5 W. Analog isolators shall be Action UQ Q408 manufactured by Action Instruments(San Diego, Calif.)or equal. C5X61900 13430-4 CONTROL PANELS RO—3/6/06 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 2.5 PILOT DEVICES A. General: 30.5 mm NEMA 250'rype 4/4X,corrosion-resistant. 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 80011-11R2 and 8001I-1112 manufactured by Allen-Bradley Company, Incorporated (Milwaukee, Wis,); 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 800T-1133 and 800T-J44 manufactured by Allen- Bradley Company, Incorporated(Milwaukee, Wis.); or equal. ' D. Push Buttons: Normally open or normally closed (as required) momentary contact, non- illuminated with standard legend plate and (lush head, black unless color is indicated; contacts as required. Push buttons shall be Catalog Number 80011-AR2 (for black) manufactured by Allen-Bradley Company,Incorporated(Milwaukee,Wis.);or equal. E. Emergency Stop Push Buttons: Normally closed, maintained contact, non-illuminated with jumbo legend plate and red mushroom head; push-pull/twist release unit. Emergency stop push ' buttons shall be Catalog Number 80011-FRXT6A5 manufactured by Allen-Bradley Company, Incorporated(Milwaukee,Wis.);or equal. F. Pilot Lights: Push-to-test type, full voltage LED, suitable for 120 VAC operation with standard legend plate, lens color as indicated. Pilot lights shall be Catalog Number SOON-QRTHIOR(for red)manufactured by Allen-Bradley Company, Incorporated(Milwaukee,Wis.);or equal. 2.6 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 LED indicating lamp, and free wheeling diode parallel to the coil. Relays shall be ' RELECO C2-A20DX/24VDC with S2-B plug-in socket and S3-C retaining clip manufactured by Turck 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 Turck 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, 10, Device shall be UL 1449 rated for 400 VAC with an active response time of< I ns. Unit shall have a set of form C contacts for alarm conditions. Transient circuit protection shall be Model HS-P- SP-120-30A-RJ manufactured by Innovative Technology, Incorporated (Brooksville, Fla.); Catalog Number STV25K-IOS manufactured by Sofa/llevi-Duty, EGS Electrical Group (Skokie, I11.); or equal. ' C5X61900 13430-5 CONTROL PANELS RO—3/6106 GREEN MEADOW PUMP STATION CITY OI:JEFFERSON,MISSOURI D. 24 VDC Power Supplies: Switching type with LED status indicators and Form C contacts for alarm conditions. Power supplies shall be SDN Series manufactured by Sol a/llevi-Duly, EGS ' Electrical Group(Skokie, Ill.)or equal. 2.7 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 114 inch (G 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. E. Numerically code terminal strips using integral lag holders. 2.8 FABRICATION A. General Requirements: 1. Panels shall be assembled by a UL, (Underwriters Laboratories), panel builder. The final assembly shall bear a serialized UL label for "Enclosed Industrial Control Panels". An ' assembly of UL-listed or UL-recognized panel components is not equivalent nor is it acceptable for meeting this requirement. 2. Equipment Location: Locate devices, hardware, power supplies, instrumentation, ' controls, electrical equipment, and wiring so that there is ample room for servicing each item. Each component in and on enclosures shall be able to be removed without affecting other components and without moving other components. 3. . Support and restrain panel-mounted components to prevent movement. ' 4. Expansion Capability: Provide useful mounting space and power supply capacity as spare for future expansion for a minimum of one item per item type installed or 20% of quantity of each type item installed,whichever yields the most spare space. ' 5. Terminate control enclosure wiring to field instrument devices, other panels, and future connection to control and monitoring systems at labeled/numbered terminal blocks. G. Provide physical separation and electrical isolation between noise inducing electrical ' units, such as SCR drives and switching power supplies, and vulnerable panel components. B. Wiring: ' 1. Install wiring runs along horizontal or vertical routes. Angled runs are not acceptable. 2. Group or bundle parallel runs of wire using plastic troughs with replaceable snap-off covers, Label each wire trough. CSX61900 13430-6 CONTROL PANELS ' RO—316106 ' GREEN MEADOW PUMP STATION CITY OF JL"PPERSON, MISSOURI 3, Adequately support and restrain wiring to prevent sagging and movement. Allow '. adequate length and flex to allow panel door to swing to full open position with stressing or abrading conductors. Securely anchor wiring or bundles on each of the hinge. 4. Bring all external connections to terminal blocks. 5. Separate AC wiring from DC wiring a minimum of 4 inches (100 mm) using plastic wiring duct. G. 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 #8 AWG. 9. Provide analog terminal blocks and analog isolators for all 4-20 mA signals. 10. Provide a fused output terminal block for all PLC outputs. 11. 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. 12. Provide isolated copper bus bar common 0 VDC reference for each enclosure, C. PLC UO: For control panels with PLCs, in addition to I/O 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 UO points shall also be wired and appropriately programmed: L For control panels with heaters: Low temperature alarm, 2. For control panels with air conditioners: Nigh temperature alarm,air conditioner failure. ' 3. For control panels with DC power supplies: Power supply operating status, i ' PART 3 -EXECUTION 3.1 INSTALLATION 1 A. Wire all I/O 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: ' C5X61900 13430-7 CONTROL PANELS RO—3/6/06 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI Type Terminal Block and Conductor Color ' AC(line) Black AC(switched) Red AC(neutral) White ' AC source outside panel) Yellow DC(+) Blue DC -) Gray' Ground Green 3.2 MOUNTING , A. Unless precluded by field obstructions, mount enclosures so that the top of the enclosure is ' between GO and 72 inches above the operating floor. Enclosures taller than 72 inches shall be floor-mounted. B. For wall-mounted control panel enclosures, use stainless steel hardware with wall 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. t B. Electrical: Conform to applicable requirements in Division 16 Sections. ' C. Grounding: Ground equipment. 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 486B. 3.4 MASTER CONTROL PANEL(MCP)SCHEDULE , A. General: Coordination of the control panels shall be the responsibility of the electrical contractor. ' B. MCP-01 (Pump Station Control Panel) 1. This control panel is supplied by the panel manufacturer per section 1.4 of this specification. This control panel is hard-wired to pumps and control devices. Alarm and status indication information listed in Specification Section 13460.3.I.0 are transmitted C5X61900 13430-8 CONTROL PANELS RO—3/6/06 ' GREEN MEADOW PUMP STATION CITY Of JEFFERSON, MISSOURI ,..�' . by radio to and existing SCADA system at the WWTP. The panel enclosure shall be NEMA 4X, 1 2. Minimum Panel-Mounted Devices : . a. See mechanical specification I 1 100, ` b. Minimum Enclosure size-To be determined by panel manufacturer C. PLC—Allen Bradley MICRO LOGLX 1100. d. MDS radio telemetry unit ' C. Power Source 480VAC 3-phase f. 24 VDC Power Supply g. Control Power ON Pilot Light(W) h. Control Power OFF-ON Selector Switch END OF SECTION 13430 1 1 1 ' CSX61900 13430-9 CONTROL PANELS RO—3/6/06 GREEN MEADOW PUMP S'T'ATION JEFFERSON CITY, MISSOURI SECHON 13450—SUPERVISORY CONTROL SYSTEM 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. ' 1.2 SUMMARY A. This Section includes requirements for plc and radio system integration of equipment and ' instrumentation. Control requirements for pump station operation are outlined herein and shown on the P & ID's. Programming of any sort not specifically called out,as by another party shall be the responsibility of the systems integrator. The system integrator shall be Systems Manufacturing, Inc. Overland Park, KS (913)-660-0496.11e1'er to specification 1 1100 for pump tcontrol system. Refer to Section 13430 of these specification. B. The system integrator shall program the PLC and MDS radio to continuously monitor the Green ' Meadow Pump Station per the P & ID's. The MDS radio shall transmit signals to the City of Jefferson WWTP.The system integrator shall edit and add the new screens of this project to the existing SCADA system at the Waste Water Treatment Plant of Jefferson City(W WTPJC). C. Work under this Section includes: 1. Providing a complete PLC system to monitor and control the Green Meadow Pump ' Station. 2. Providing a complete MDS radio telemetry system per specification 13460. 3. Document the new additions to the existing SCADA system, MDS radio telemetry system,conduct trouble-shooting, and provide start-up assistance. ' 4. Add the Green Meadows screens to the existing W WTPJC SCADA system. S. Provide up to 8 hours of client training. ' D. Related Sections:The following Sections contain requirements that relate to this Section: I. Section 1 1100—Wastewater Pumping Equipment. 2. Section 13455—Programmable Logic Controllers ' 3. Section 13460—Radio system ' 1.3 REFERENCES A. International Electrotechnical Commission(IEC): I. IEC 529—Classification of Degrees of Protection by Enclosures. B. National Electric Manufacturers Association(NEMA): 1. NEMA 250—Enclosures for Electrical Equipment(1000 Volts Maximum). C. National Fire Protection Association(NFPA): ' C5X561900 13450-1 SUPERVISORY CONTROL SYSTEM RO—3/6/06 GREEN MEADOW PUMP STATION JEFFERSON CITY, MISSOURI ++ 1. NFPA 70—National Electric Code'(NEC). D. Underwriters Laboratories(UL): 1. UL 486A—Wire Connectors and Soldering Lugs for Use with Copper Conductors. ' 2. UL 486B—Wire Conductors for Use with Aluminum. 3. UL 508.—Industrial Control Equipment. ' 1.4 DEFINITIONS ' A. FOFO: First on, first off. FOLO:First on, last off. ' C. HOA switch: Hand-off-auto selector switch. ' D. W WTPJC-Waste Water Treatment Plant Jefferson City E., LOFO: Last on, first off. F.. LOLO: Last on, last off. G. LOR switch: Local-off-remote selector switch. H. OI(s):Operator interface(s). I. MCP: Master control panel. J. P&ID(s): Piping&instrument diagram(s). 1 , K. PLC(s):Programmable logic controller(s). L. ' RTU:Remote Telemetry Unit M. SCADA: Supervisory control and data acquisition, N. UPS(s): Uninterruptible power supply(ics), , 1.5 SUBMITTALS , A. Product Data: I. Include rated capacities; shipping, installed, and operating weights; fumished specialties; and accessories,. 2. Manufacturer's warranty. , B. Shop Drawings for Approval: C5X561900 RO—316106 13450-2 SUPERVISORY CONTROL SYSTEM GREEN MEADOW PUMP STATION JEFFERSON CITY, MISSOURI 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. ' 3. Instrumentation and UO Listing, 4. Written Control Philosophy,including all OI screens. 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 O&lvl 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. PLC ladder logic printout. ' 3. RTU logic printouts. 4. Hard copy of RTU program stored on a 1.44 MB floppy disc or a CD-ROM. 5. Loop drawings for field mounted instrumentation with terminal block locations. ' 1.6 QUALITY ASSURANCE A. Qualifications: The system integrator shall issue a detailed description of the Instrument and Control equipment and work they will perform to meet this section of the Specifications. ' B. The RTU system at the pumping stations shall be a MDS-RTU based system. This system shall include all equipment and software as needed for complete station control and integration with ' the existing SCADA system at WWTPJC. The MDS-RTU based system shall be programmed and put into service by the integrator according to paragraph 1.2.A of this specification. ' 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 components specified in this Section that are listed and labeled as defined in the NEC, Article 100. ' 1.7 PROJECT CONDITIONS A. Work on this project shall be closely coordinated with the owner. B. OI Screens shall be demonstrated to the owner prior to installation for final approval. ' C5X561900 13450-3 SUPERVISORY CONTROL SYSTEM RO—3/6/06 GREEN MEADOW PUMP STATION , JEFFERSON CITY, MISSOURI 1.3 SCHEDULING A. The programmer shall coordinate control system installation and programming with actual equipment installation. PART 2-PRODUCTS , 2.1 SO["TWARE , A. General: Software used for PLC and MDS radio control shall match the existing PLC/SCADA system software,at the City of Jefferson W WTP ' PART 3 -EXECUTION ' 3.1 INSTALLATION ' A. The description provided in this Section, together with the other applicable Sections and the Contract Drawings (specifically the P&IDs) comprise tite functional design criteria for this Project. ' B. The P&IDs represent the basic concept of the instrumentation and controls for the Green Meadows Pumping Station. The control system descriptions per specification 11100 further supplement these drawings. C. System communication will be by radio using the existing licensed frequency in accordance ' with Division 13, Section"Radio System". D. The system integrator shall develop and submit an Instrumentation and UO Listing for all , instruments, devices, and programming points. The Instrumentation and UO Listing shall include, but not be limited to the Device Tag No., Device Description, Device Calibrated Range,Device Set Points,and MDS-CPU I/O addresses. E. The system integrator shall work closely with the control panel manufacturer, pumping ' equipment manufacturer, and the electrical subcontractor. The system integrator shall be responsible for the proper operation of the controls and communication system as specified ' herein. F. All HOA switches shall include extra contacts identifying to the PLC when the switch is in ' HAND and when 11 is in AUTO mode. G. When a HOA switch is selected in the Orr position, all controls shall be disabled. This "OFR"position shall be considered in any Icad-lag or backup-operating scheme. H. When the HOA switch is selected in the HAND position (HAND mode), control shall be manually initiated by the operator at the respective equipment. I. When the ST,,I RT button is selected in the equipment shall be energized. 2. When the STOP button is selected in the equipment shall be de-energized. C5X561900 13450-4 SUPERVISORY CONTROL SYSTEM ' RO—3/6/06 ' GREEN MEADOW PUNIP STATION JEFFERSON CITY, MISSOURI I. When a IIOA switch is selected in the AUTO position (AUTO mode), energizing of the equipment shall be determined by the local PLC program logic. J. A software controller (single variable or multi-variable) shall have ST IRT/STOP (OPEN/CLOSE) function command and analog output function command, such as speed, flow, or level. 1 K. Motorized equipment with one (1) disconnect switch shall include an auxiliary contact showing that when the disconnect is open the equipment is out of service. This EQUIPMENT OUT OF ' SERVICE shall be considered in any lead-lag or backup-operating scheme. L. The City of Jefferson WWTP SCADA computer displays shall provide clear indication and precise status of equipment. M. Discrete status changes shall be logged in the City of Jefferson WWTP Office SCADA computer. Alarms shall be logged and annunciated on the SCADA computer display. Acknowledgment of the alarm shall also be logged. Status changes, alarms, and acknowledgements shall be able to be printed on the printer upon operator request. 3.2 CONTROL SYSTEM DESCRIPTIONS ' A. See specification 111000 Section 2.9, "Liquid Level Control' for the description of the operation for the waste water pumps. B. Integrator shall program the Ethernet communication between the SMC Dialog PLUS and the PLC for the pump operations parameters as listed in 13460.3.LC of these specifications. C. Integrator shall program the PLC and radio communications equipment to enable transmission of the Green Meadows Pump Station information as listed in 13460.3.1 C to be received and displayed at the W WTPJC. The pump station will not be remotely controlled from the SCADA system as part of this project. 1 D. Integrator shall program the operation of the three float duplex sump pump system to be controlled by the PLC per the description of operation in Section l 1100—"Sump Pump Control and Monitoring"of these specifications. END OF SECTION 13450 CSXS61900 13450-5 SUPERVISORY CONTROL SYSTEM RO—3/6106 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON,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, and accessories, including: 1. Programmable Logic Controllers. . 2. Accessories. 3. Software. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. . Division 11, Section "Wastewater Pumping Equipment', for pumping equipment provided by manufacturers. 2. Division 13, Section"Control Panels," for PLCs provided by equipment manufacturers. 3. Division 13, Section "Supervisory Control System," for integration of system controls with local controls and coordination of on-line programming software. 1.3 REFERENCES A. National Fire Protection Association(NFPA): 1. NPPA 70—National Electric Code"(NEC). Q. Underwriters Laboratories(UL): ' 1. UL 486A—Wire Connectors and Soldering Lugs for Use With Copper Conductors. 2. UL 486B—Wire Conductors for Use With Aluminum. 3. UL 508—Industrial Control Equipment. ' 1.4 DEFINITIONS A. PLC(s): Programmable logic controller(s). B. SACDA-Supervisory Control and Data Acquisition C5X61900 13455-1 PROGRAMMABLE LOGIC RO—3/6/06 CONTROLLERS GREEN MEADOW PUMP S'T'ATION ' CITY OF JEFFERSON, MISSOURI 1.5 SYSTEM DESCRIPTION A. The Pumping station will be controlled by a local PLC, which will start and stop three (3)or(4) pumps based on level and (2) sump pumps also based on level. The pump station PLC will communicate with the Jefferson City WW'IT via a MDS radio operating on an existing ' frequency obtained by the plant. The radio system will send information to the WWTP per the SCADA block listed on the P & IDS and information listed in specification 13460.. The programming software for the pumping station shall be RSLogix 500 from Allen Bradley. B. A minimum of 10%spare assignable input/output points for each I/O type shall be provided for each PLC location. C. Discrete input and output modules shall be 120 VAC. D. Analog input and output modules shall be isolated 4-20 ma DC. 1.6 SUBMITTALS A. Product Data: I. Submit manufacturer's product data sheets for equipment described in Part 2 of 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 ficid-installed wiring. C. Maintenance and Operation Instructions: ' 1. Submit electrical diagrams with information on repair, troubleshooting, and testing. Include operational sequence description as well as programming documentation required ' in this Section. D. Project Record Documents: ' I. Submit complete programming documentation for each PLC on 3-1/2 inch floppy disks or CD-ROM. Documentation shall include fully annotated reports and description comments. Full sequence of operation shall be contained in running comments. Descriptions and reports shall be cross-referenced. ' CSX61900 13455-2 PROGRAMMABLE LOGIC RO—3/6/06 CONTROLLERS ' ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI ` 1,7 QUALITY ASSURANCE . A. Regulatory Requirements: I. 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 components specified in this Section that are listed and labeled as defined in the NEC,Article 100. LS PROJECT CONDITIONS A. The existing plant operations shall be maintained during the installation of the new PLC operated equipment. When a shutdown of existing equipment cannot be avoided, it is the responsibility of the Contractor to coordinate this shutdown with the Owner or his .'.,, representative. 1.9 COORDINATION AND SCHEDULING 1 A. Coordinate the installation of the PLC system 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. Pump Station PLC: Micro Logix 1100 System, manufactured by Allen-Bradley Company, Incorporated (Milwaukee,Wis.). 2.2 ACCESSORIES A. Micro Logix 1100 processor shall have RS232C and Ethernet capabilities. Refer to the contract drawing for devices that communicate to the Micro Logix 1100 processor using these protocols. B. Analog Input Modules: Catalog No. 1762-IF4 manufactured by Allen-Bradley Company, Incorporated(Milwaukee,Wis.). C. Analog Output Modules: Catalog No. 1762-0174 manufactured by Allen-Bradley Company, Incorporated(Milwaukee,Wis.). C5X61900 13455-3 PROGRAMMABLE LOGIC RO—3/6/06 CONTROLLERS 1 GREEN MEADOW PUMP S'T'ATION ' CITY OF JEFFERSON, MISSOURI D. Discrete Input Modules: Catalog No. 1762-iA8 manufactured by Allen-Bradley Company, Incorporated (Milwaukee,Wis.). ' E. Discrete Output Modules: Catalog No. 1762-OA8 manufactured by Allen-Bradley Company, Incorporated(Milwaukee, Wis.). ' F. Digital Contact Relay Output Modules: Catalog No, 1762-OX61 manufactured by Allen- Bradley Company,Incorporated(Milwaukee,Wis.). ' 2,3 SOFTWARE A. The PLC programming software shall be the latest version of Allen Bradley RS Logix 500. B. The programming software shall include a P & ID template to allow the user to enter loop-tuning parameters, (i.e.,proportional, rate,and derivative), in a process control loop. ' PART 3 -EXECUTION ' 3.1 INSTALLATION A. PLC shall be installed in a stand alone control panel per specification Division 13, Section 1 "Control Panels B. Wire all UO module points to terminal blocks, including spares. Use spade lugs to connect conductors to the PLCs. Spade lugs shall be Part Number 53120-1 (#22-16 AWG) or Part Number 53123-1 (#16-14 AWG) manufactured by AMP Incorporated (Harrisburg, Penn.) or ' equal. C. For PLC control enclosure wiring and labeling requirements, sec Division 13, Section "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 ground using a green ground wire and grounding bracket. , Branch ground conductors to n 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 486B, C5X61900 134554 PROGRAMMABLE LOGIC RO-316106 CONTROLLERS , GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI ,•� .. 3.3 PLC SCHEDULE Location Type Provided By Micro Lo6ix Control Panel Manufacturer per specifica- MCP-01 1100 tion 13430 END OF SECTION 13455 1 , CSX61900 13455-5 PROGRAMMABLE LOGIC RO—3/6106 CONTROLLERS GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 13460—RADIO SYSTEM PARTI -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 I. This Section includes radio systems requirements. ,. 1.3 REFERENCES A. National Fire Protection Association(NFI'A): 1. NFPA 70—National Electric Code (NEC). ' B. Underwriters Laboratories(UL): I. UL 508—Industrial Control Equipment. 1.4 DEFINITIONS A. RTU(s): Radio Telemetry Unit(s). 1.5 SYSTEM DESCRIPTION . ' A. The Green Meadow pump station will communicate to the Jefferson City WWTP via a new local RTU at the pump station. The RTU shall be installed in the master control panel (MCP- ' O1).and shall utilize a licensed dedicated radio frequency. The system integrator shall use the following existing frequency for transmission and receiving data at the pump station: ( RX 952.00625 MHz,TX 928.00625 MHz). B. A radio path analysis shall be performed by the system integrator listed in specification 13450 or his subcontractor. The radio path analysis shall address tree foliage and other potential transmission interferences to determine the antenna height, antenna orientation and antenna ' signal strength. See section 3.1. The antenna height shall be estimated at 30 feet for this contract with actual required height to be confirmed by the radio path analysis. ' C. The BTU's antenna shall be mounted on a supporting structure, (i.e., steel mask), with a minimum height of ten (10) feet if supported to the roolline of a building structure or a minimum of forty (40) feet if mounted on a wood pole. Taller heights may be needed if the results of the radio path analysis determine it is necessary. CSX61900 13460-1 RADIO SYSTEM RO—3/6/06 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 1.6 SUBMITTALS A. Product Data: 1. Submit manufacturer's product data sheets for equipment described in Part 2 of this Section. B. Shop Drawings: 1. Submit component dimensional drawings. 2. Submit wiring diagrams for power and communications. ' C. Maintenance and Operation Instructions: I. Submit electrical diagrams with information on repair, troubleshooting, and testing. ' Include operational sequence description as well as programming documentation required in this Section. D. Radio Path Analysis 1. Programmer shall submit a radio path analysis report and conclusions for each antenna location,as described in Part 3.1,Paragraph B of this Specification. 1.7 . QUALITY ASSURANCE A. Regulatory Requirements: I. Electrical Component Standard: Provide components that comply with NFPA 70 and that arc UL listed. 2. Listing and Labeling: Provide electrically operated components specified in this Section , that arc listed and labeled as defined in the NEC,Article 100, 1.8 WARRANTY ' A. Equipment Warranty: Manufacturer's standard form in which manufacturer agrees to repair or ' replace components that fail in materials or workmanship for a period of one year after Project acceptance. B. Process Warranty: Programmer shall be responsible for the complete functionality of the radio ' system for a period of one year from the date of Project acceptance. The responsibilities during this time period include verifying the line of sight during all seasons, including times when leaves are present on trees located between sites. CSX61900 13460-2 RADIO SYSTEM RO—3/6/06 , GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI PART 2-PRODUCTS 2.1 RADIO TELEMETRY UNIT A. General• RTU located at Green Meadow Pump Station shall be able to communicate independently with an RTU located at Jefferson City WWTP. The system integrator programming the RTU shall be responsible for: 1. Programming and commissioning each RTU 2. Antenna and Antenna mask 3. Antenna heights and line of sight issues. 4. Programming the received signals at the Jefferson City WWTP RTU to the existing SCADA screens. Refer to section 13450. 5. Updating the existing SCADA screens at the Jefferson City WWTP RTU to show the Green Meadows Pump Station per the SCADA portion of the P& ID's. Refer to section 13450. B. Each WrU shall consist of ' 1. MDS 9310B Radio 2. Radio diagnostics ' C. The RTU shall be capable of the following functions; 1. The RTU transmission frequency shall be determined by the existing plant frequency. 2. The carrier power for the transmission signal shall be between I and 5 watts, with an accuracy of t1.5 dB. The duty cycle shall be continuous with 50-ohm output impendence. 3. The RTU shall have an input power range from 12 to 24 Vdc,typical at 4 W. 4. The RTU shall be enclosed in NEN1A 4 stainless steel housing, operating in an environment range of-30°C to +60°C, and 95% humidity at 40°C. 5. The RTU shall interface with RS-232/RS485 serial port at 9600 baud, 8 bits, no parity ' and i stop bit.Tile RS232 port shall be of a 9-pin DB9 female connector type. 6. The data transmission shall be on "change of state" of inputs as well as integrity update transmissions. The period for update transmissions is configurable. Data transmitted as ' bit stream data frame using a synchronous protocol with 16 bit CRC error checking. The radio transmission rate shall be 19,200 baud. 7. The RTU shall have automatic acknowledgement of error free transmission with up to 5 retries before communication failure is set. Communication failure status may be ' configured as a digital output. Resetting of outputs on communication failure is configurable. D. Low-Loss Coaxial Cable: The radio transceiver shall be connected to the antenna via a low-loss coaxial cable, Catalog No. LDF6-50 manufactured by Andrew(Orland Park, IL), or equal. The cable shall be 1.1/4" foam dielectric, Ileliax© cable with 50-olim impedance. The cable shall have 0.876 dB/100f1 attenuation at a frequency of 960 MFIz. E. Antenna: The RTU shall utilize antenna types as appropriate for the site in which the antenna is located. The antenna shall have an N Male connector, for connecting with the hleliax®coaxial cable, and shall be capable of being mounted on a 1.5" to 2.4" diameter mast. The two types of antennas that may be applied in this design are omni-direelional antennas and yogi antennas. C5X61900 13460-3 RADIO SYSTEM R0—316106 GREEN MEADOW PUMP S'T'ATION , CITY OF JEFFERSON, MISSOURI I. Yagi antennas are antennas that transmit or receive data in a single direction. Yagi antennas shall transmit and receive data in the existing dedicated frequency bandwidth ' used by the plant. Yagi antennas shall be manufuctured by Decibel Products, (Dallas, TX), an Allen Telecom Company or equal. The antenna shall have a minimum gain of 9 dBd, with a front to back ratio of 15 dB. The antenna shall be rated for the power of the ' data transmission. 2. Omni-directional antennas are antennas that transmit data from a single location to a multitude of locations and receive data at a single location from a multitude of locations. ' Omni-directional antennas shall transmit and receive data in the existing dedicated frequency bandwidth used by the plant. Omni antennas shall be manufactured by Decibel Products, (Dallas, TX), an Allen Telecom Company or equal. Tile antenna shall have a gain of 9 Md. The antenna shall be rated for the power of the data transmission. , Antenna shall be installed at the Green Meadow Pump Station F. Surge Arrestor: Radio transceiver shall utilize a surge arrestor in series between the coaxial ' cable from the antenna and the coaxial cable to the radio transceiver. The surge arrestor shall be located inside of the control panel, with the ground lead from the surge arrestor connected directly to ground via a suitable ground conductor. The surge arrestor shall be the Arrestor ' Plus®T-Scries,Catalog No. APT-N manufactured by Andrew(New Zealand), or equal. G. Antenna Tower: The system integrator shall determine antcnna tower, height and location. ' Ground antenna tower per manufacturer's recommendation. The top and bottom sections of the antenna tower shall be manufactured by Rohn, model 25 series or equal. PART 3 -EXECUTION 3.1 INSTALLATION ' A. install radio communications system as shown on drawings and according to manufacturers' ' instructions,and coordinate the installation of equipment with other work. B. It shall be the responsibility of the system integrator to provide radio path analysis and verify , antenna-mounting heights in order to ensure signal strength and integrity of the radio system. The radio path analysis shall be completed prior to the construction and installation of any supporting structure that may be required to mount the antennas. The system integrator shall provide to the Owner a complete record of the findings for antenna mounting heights and exact ' locations of antennas based on the radio path analysis. All supporting structures must adhere to Section 1.5, Paragraph C of this specification. C. The system integrator shall program the Jefferson City W WTP plant 01 to accept the following signals and display them on this 01. I. PLC Fault Alarm ' 2. PLC Low Battery Warning 3. PLC Seconds(Heartbeat&Communications Alarm) 4. P1, P2, P3,or P4—Pumps Not Running Alarm 5. P 1,P2,P3,or P4 Amperes 6. P1,P2, P3,or P4 High Ampere Set Alarm 7. P1, P2, P3,or P4 Hour(re-settable) CSX61900 13460.4 RADIO SYSTEM RO—3/6/06 GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI 8. PI, P2, P3,or P4 Low Ampere Set Alami ' 9. P1, P2, P3,or P4 Total Ilours 10. PI, P2, P3,or 114 HOA in Auto It. PI, P2, P3,or 114I-lour Reset ' 12. P I,P2, P3,or P4 Running 13. P1, 1'2, P3,or P4 SMC Fault 14. Wet Well High Level Set Alarm 15. Wet Well Level 16. Wet Well Low Level Set Alarm 17. Wet Well Float High Level Overrode Transducer Alarm 18. Wet Well Float Lag Level Overrode Transducer Alarm ' 19. Wet Well Float Lead Level Overrode Transducer Alarm 20. Wet Well Float Stop Level Overrode Transducer Alarm 21. Wet Well Float Low Level Overrode Transducer Alarm 22. Wet Well Transducer High Level Set Point 23. Wet Well Transducer Lag Level Set Point 24. Wet Well Transducer Lead Level Set Point ,. 25. Wet Well Transducer Stop Level Set Point 26. Wet Well Transducer Low Level Set Point 27. HMI Acknowledge(Plant) 28. HMI Reset(Plant) ' 29. Alarm Acknowledges 30. Alarm Reset 31. Authorized Entry 32. Entrance Intrusion Alarm 33. Odor System Filter Total Hours 34. Odor System Fault Alarm 35. Entrance Intrusion Alarm 36. Phase Monitor MCC Power/Phase Loss Alarm 37. MCP-01 Power Loss Alarm(I20vae) 39. Sump Pump High Level 39. Sump Pump Stop Level 40. Sump Pump No.5 In Auto 41. Sump Pump No. 6 In Auto 42. Sump High Level 43. Pl, P2,P3,or P4 HOA in Auto ' 44. P1,P2, P3,or P4 hour Reset 45. P1, P2, P3,or P4 Running 46. P 1, P2, P3,or P4 SMC Fault 47. TVSS-I Failure ' END OF SECTION 13460 ' C5X61900 13460-5 RADIO SYSTEM RO—3/6/06 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 14100- HOISTS AND MONORAILS ' 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. 1.2 SUMMARY ' A. This section specifies a 2-ton capacity electric,double-reeved, wire rope trolley hoist and monorail. B. Related Sections 1. Section 05120 "Structural Steel" ' 2. Section 09900 "Painting" 1.3 QUALITY ASSURANCE A. The equipment shall be supplied by a Finn regularly engaged in the manufacture of the equipment item, whose products have been used satisfactorily in similar services for a . minimum of five (5) years. See Section 01600 regarding bond or cash deposit in lieu of N experience requirement. ' 1.4 DELIVERY, STORAGE AND HANDLING A. Comply with manufacturer's recommendations. ' 1.5 WARRANTY A. 'fhe manufacturer shall warrant that the work described shall be free from defects in ' workmanshipand material fora period of one(1)year from the date of acceptance.Any faulty workmanship or defective material furnished, found within the warranty period, shall be corrected without cost to the Owner. PART 2- PRODUCTS ' 2.1 MANUFACTURERS A. Trolley hoists shall be BEW2-53RT22D2 with motorized trolley as manufactured by Yale ' Hoists,or approved equal. 2.2 DESIGN REQUIREMENTS Capacity,ton 2 Hoist speed, fpm 22 maximum Trolley speed, rpm 32 maximum CSX61900 14100-1 HOISTS AND MONORAILS ' RO-8/26/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI Lift, feet 53 minimum Power voltage 460 volts, 3 phase, 60 Hertz Control voltage Control power transformer 2.3 EQUIPMENT AND MATERIALS ' A. Trolley hoist shall be stainless steel wire rope type,double reeved,with safctyhook,motorand load breaks; motorized 4-wheel trolley with automatic breaking system;NEMA 311 control enclosures and pendent type control with momentary contact pushbuttons;all factory assembled. ' Power to trolley hoist from the collector rings shall be supplied by cable reels, B. Hoist Monorail: This shall be manufacturer's standard beam configuration with butted and carefully aligned jointsto insure smooth passage of wheels over each joint, PART 3 -EXECUTION 3.1 INSPECTION A. Examine all equipment at the site to determine that it is in conformance with 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. Supply all anchor bolts, nuts and washers, and install equipment in accordance with the '. manufacturer's instruction. END OF SECTION 14100 ' 1. C5X61900 14100-2 HOISTS AND MONORAILS '. RO-8/26/05 1,. GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI SECTION 14200—JIB CRANE ' PART1 -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 specifies hoist and jib crane materials and installation. ' B. Related Sections 1. Section 05500 "Metal Fabrications" ' 2. Section 09900 "Painting" 1.3 QUALITY ASSURANCE ' A. The equipment shall be supplied by a firm regularly engaged in the manufacture of the equipment item, whose products have been used satisfactorily in similar services for a minimum of five(5)years. See Section 01600 regarding bond or cash deposit in lieu of the experience requirement. ' 1.4 DELIVERY,STORAGE AND HANDLING A. Comply with munufacturces recommendations. ' 1.5 WARRANTY A. The mdnufacturer shall warrant that the work described shall be free from defects in ' workmanshipand material for a period of one(])year from the date of acceptance.Any faulty workmanship or defective material furnished, found within the warranty period, shall be corrected without cost to the Owner. ' PART 2- PRODUCTS ' 2.1 MANUFACTURERS A. Jib crane shall be Yale Model 351-H with 2-ton capacity geared trolley model 82507500, or ' approved equal. 2.2 DESIGN REQUIREMENTS A. Jib Crane Capacity,ton 2 Boom Radius, feet 14 C5X61900 14200-1 JIB CRANE ' RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI Overall height, feet 12 The boom radius and overall height shall belimitedto the design requirements shown abovebecnuse ' of the site-specific clearance requirements. B. Hoist ' Type Geared Trolley Hoist , Capacity,ton 2 Lift, feet 8 2.3 MATERIALS AND EQUIPMENT ' A. Jib Crane; Jib Crane shall be designed to the latest AISC specifications using high strength ' grade 5 bolts in all stress connections. The roller cage shall be sel&Iigning and shall endure firm and even pressure against the pipe. The top bearing shall be a heavy duty thrust bearing to handle the axial loud. The boom shall rotate full 36(?. The boom, head assembly, mast, and ' base shall be designed for minimum deflection to eliminate excessive load bounce. PART3 -EXECUTION 3.1 INSPECTION ' A. Examine all equipment at the site to determine that it is in conformance with the contract documentsand approved shop drawings,and that it is new,in good condition and capable ofthe required performance. B. Examine the installation site, as applicable to determine its suitability and conformance to ' specifications for the equipment installaton. 3.2 INSTALLATION ' A. Supply all anchor bolts, nuts and washers, and install equipment in accordance with the ' manufacturer's instruction. END OF SECTION 14200 C5X61900 14200-2 JIB CRANE RO—8/29/05 1 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 15050- BASIC MECHANICAL MATERIALS AND METHODS ' PART1 -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. Piping materials and installation instructions common to most piping systems. 2. Mechanical sleeve seals. 3. Sleeves. ' A. Equipment installation requirements common to equipment sections. 5. Painting and finishing. 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,crawlspaces, and tunnels. B. Exposed, Interior Installations: Exposed to view indoors. Examples include finished occupied ' spaces and mechanical equipment rooms. C. Exposed, Exterior Installations: Exposed to view outdoors or subject to outdoor ambient ' temperatures and weather conditions, Examples include rooftop locations, 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. F. The following are industry abbreviations for plastic materials: I. PVC: Polyvinyl chloride plastic. G. The following are industry abbreviations for rubber materials: I. CR: Chlorosulfonated polyethylene synthetic rubber. 2. EPDM: Ethylene propylene diene terpolymer rubber. C5X61900 15050-1 BASIC MECHANICAL MATERIALS ' RO—8/29/05 AND METHODS GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 1.4 SUBMITTALS A. Product Data: For the following: , 1. Mechanical sleeve seals. 1.5 DELIVERY, STORAGE, AND HANDLING ' A. Deliver pipes and tubes with factory-applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe end damage and to prevent entrance of dirt, debris, and moisture. B. Store plastic pipes protected from direct sunlight. Support to prevent sagging and bending. ' 1.6 COORDINATION A. Coordinate mechanical equipment installation with other building components. ' B. Arrange for pipe spaces, chases, slots, and openings in building structure during progress of ' construction,to allow for mechanical installations. C. Coordinate installation of required supporting devices and set sleeves in poured-in-place concrete and other structural components as they arc constructed, ' D. Sequence, coordinate, and integrate installations of mechanical materials and equipment for efficient flow of the Work. Coordinate installation of large equipment requiring positioning before closing in building. E. Coordinate connection of mechanical systems with exterior underground and overhead utilities , and services. Comply with requirements of governing regulations, franchised service companies,and controlling agencies. F. Coordinate installation of identifying devices after completing covering and painting, if devices , are applied to surfaces. PART 2 - PRODUCTS ' 2.1 PIPE,TUBE,AND FITTINGS ' A. Refer to individual Division IS piping Sections for pipe, tube, and fitting materials and joining methods, 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. C5X61900 15050-2 BASIC MECHANICAL MATERIALS ' RO—8/29/05 AND METHODS ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI I. ASME 816.21, nonmetallic, flat, asbestos-free, 1/8-inch maximum thickness unless thickness or specific material is indicated. a. Full-Pace Type: For flat-face,Class 125, cast-iron and cast-bronze flanges. b. Narrow-Face Type: For raised-race, Class 250,cast-iron and steel flanges. 2. AWWA CI 10, rubber, tint face, US inch thick, unless otherwise indicated; and full-face or ring type, unless otherwise indicated. C. Flange Bolts and Nuts: ASME B18.2.1,carbon steel,unless otherwise indicated. I D. Plastic, Pipe-Flange Gasket, Bolts, and Nuts: Type and material recommended by piping system manufacturer, unless otherwise indicated. E. Solvent Cements for Joining Plastic Piping: I. PVC Piping: ASTM D 2564. include primer according to ASTM F 656, 2.3 MECHANICAL SLEEVE SEALS A. Description: Modular scaling clement unit, designed for field assembly, to fill annular space between pipe and sleeve. i1. Scaling 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 sealing element. 3. Connecting Bolls and Nuts: Stainless steel of length required to secure pressure plates to scaling elements. Include one for each scaling element. ' 2.4 SLEEVES A. Cast Iron: Cast or fabricated "wall pipe" equivalent to ductile-iron pressure pipe, with plain ends and integral waterstop,unless otherwise indicated. PART 3 - EXECUTION 3.1 PIPING SYSTEMS -COMMON REQUIREMENTS ' A. Install piping according to the following requirements and Division 15 Sections specifying piping systems. IB. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. Indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, pump sizing, and other design considerations. 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 wrens. C5X61900 15050-3 BASIC MECHANICAL MATERIALS RO—8/29/05 AND METHODS GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON,MISSOURI 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 coiling panel removal. ' R Install piping to permit valve servicing. G. Install piping at indicated slopes. ' H. Install piping free of sags and beads. ' 1. Install fittings for changes in direction and branch connections. J. Install piping to allow application of insulation. ' K. Select system components with pressure rating equal to or greater than system operating pressure. ' L. Install sleeves for pipes passing through concrete and masonry walls, gypsum-board partitions, and concrete floor and roof slabs. ' I. Cut sleeves to length for mounting flush with both surfaces. a. Exception: Extend sleeves installed in floors of mechanical equipment areas or other wet areas 4 inches above finished floor level. Extend cast-iron sleeve fittings below floor slab as required to secure clumping ring if ring is specified. 2. Install sleeves in new walls and slabs as new walls and slabs are constructed. , 3. Install sleeves that are large enough to provide 1/4-inch annular clear space between sleeve and pipe or pipe insulation. Use the following sleeve materials: ' a. Steel Pipe Sleeves: For pipes smaller than NPS 6. b. Steel Sheet Sleeves: For pipes NPS 6 and larger, penetrating gypsum-board ' partitions. 4. Except for 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. M. Aboveground, Exterior-Wnll Pipe Penetrations: Seal penetrations using sleeves and mechanical ' sleeve seats. Select sleeve size to allow for I-inch annular clear space between pipe and sleeve for installing mechanical sleeve seals. , 1. Install steel pipe for sleeves smaller than 6 inches in diameter. 2. Install cast-iron "wall pipes" for sleeves 6 inches and larger in diameter. 3. Mechanical Sleeve Seal Installation: Select type and number of scaling 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 C5X61900 15050-4 BASIC MEC14ANICAL MATERIALS , RO-8/29/05 AND METHODS ' GREEN MEADOW PUMP STATION CITY OP JEFFERSON, MISSOURI bolts against pressure plates that cause scaling elements to expand and make watertight seal. N. Underground, Exterior-Wall Pipe Penetrations: Use wall castings unless noted otherwise. if Drawings allow use of sleeves, install cast-iron "wall pipes" for sleeves. 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 scaling 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. O. Verify Final equipment locations for roughing-in. P. Refer to equipment specifications in other Sections of these Specifications for roughing-in requirements. 3.2 . PIPING JOINT CONSTRUCTION A. Join pipe and fittings according to the following requirements and Division 15 Sections specifying piping systems. B. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe. C. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before assembly. D. Flanged Joints: Select appropriate gasket material, size, type, and thickness for service application. Install gasket concentrically positioned. Use suitable lubricants on bolt threads. E. Plastic Piping Solvcm-Cement Joints: Clean and dry joining surfaces. Join pipe and fittings according to the following: 1. Comply with ASTM F 402 for safe-handling practice of cleaners, primers, and solvent cements. 2. PVC Pressure Piping: Join schedule number ASTM D 1785, PVC pipe and PVC socket fittings according to ASTM D 2672. Join other-than-schedule-number PVC pipe and socket fittings according to ASTM D 2855. I3. PVC Nonpressure Piping: Join according to ASTM D 2855. F. Plastic Pressure Piping Gasketed Joints: Join according to ASTM D 3139. G. Plastic Nonpressure Piping Gasketed Joints: Join according to ASTM D 3212. 3.3 PIPING CONNECTIONS A. Make connections according to the following, unless otherwise indicated: CSX61900 15050-5 BASIC MECHANICAL MATERIALS RO—8/29/05 AND METHODS GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI I. Install unions, in piping NPS 2 and smaller, adjacent to each valve and at final connection to each piece of equipment. ' 2. Install flanges, in piping NPS 2-1/2 and larger, adjacent to flanged valves and at final connection to each piece of equipment. 3.4 EQUIPMENT INSTALLATION-COMMON REQUIREMENTS , A. Install equipment to allow maximum possible headroom unless specific mounting heights are ' not indicated. B. Install equipment level and plumb, parallel and perpendicular to other building systems and , components in exposed interior spaces, unless otherwise indicated. C. Install mechanical equipment to facilitate service, maintenance, and repair or replacement of components. Connect equipment for ease of disconnecting, with minimum interference to other ' installations. Extend grease fittings to accessible locations. D. Install equipment to allow right of way for piping installed at required slope. 3.5 PAINTING ' A. Painting of mechanical systems, equipment, and components is specified in Division 9 Section "Painting." , B. Damage and Touchup: Repair marred and damaged factory-painted finishes with materials and procedures to match original factory finish. END OF SECTION 15050 1 C5X61900 15050-6 BASIC MCCHANICAL MATERIALS RO-8/29/05 AND METHODS , GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 15060- HANGERS AND SUPPORTS ' 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. 112 SUMMARY A. This Section includes hangers and supports for mechanical system piping and equipment ' B. Related Sections include the following: ' I. Division 5 Section "Metal Fabrications" for materials for attaching hangers and supports to building structure. 2. Division 15 Section "Ductwork and Accessories" for duct hangers and supports, ' 1.3 DEFINITIONS A. MSS: Manufacturers Standardization Society for the Valve and Fittings Industry, D. Terminology: As defined in MSS SP-90, "Guidelines on Terminology for Pipe Hangers and ' Supports." 1.4 SUBMITTALS A. Product Data: For each type of pipe hunger and support. ' B. Shop Drawings: Signed and scaled by a qualified professional engineer for multiple piping supports and trapeze hungers. Include design calculations and indicate size and characteristics of components and fabrication details. ' C. Welding Certificates: Copies of certificates for 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 of Shop Drawings and calculations for each multiple pipe support and trapeze by a qualified professional engineer. I. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing C5X61900 15060-1 HANGERS AND SUPPORTS ' RO—8129105 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI engineering services of the kind indicated. Engineering services are defined as those performed for installations of hangers and supports that nre similar to those indicated for ' this Project in material,design,and extent. 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, B-Line Systems,Inc, 2. Grinnell Corp. 3. GS Metals Corp. , 4. Michigan Hanger Co„ Inc, S. National Pipe Hanger Corp. 2,2 MANUFACTURED UNITS , A. Pipe Hangers, Supports, and Components: MSS SP-58, factory-fabricated 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 Systems: MFMA-2, luclory-fabricated components for field assembly. 1. Stainless steel or galvanized steel, except use nonmetallic coating where attachments are ' in direct contact with copper tubing. C. Thermal-Hangcr Shield Inserts: 100-psi minimum compressive-strength insulation, encased in ' sheet metal shield. 1. Material for Cold Piping: ASTM C 552, Type I cellular glass or water-repellent-treated, ASTM C 533,Type I calcium silicate with vapor barrier, 2. Material for I•lot 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 ol'pipe. 4. For Clevis or Band Hanger; Insert and shield cover lower 180 degrees of pipe. 5, Insert Length: Extend 2 inches beyond sheet metal shield for piping operating below ' ambient air temperature. 2,3 MISCELLANEOUS MATERIALS ' A. Mechunical-Anchor Fasteners: Stainless steel insert-type attachments with puil-out and shear capacities appropriate for supported loads and building materials where used. B, Structural Steel: ASTM A 36/A 36M, steel plates, shapes,and bars, black and galvanized. C5X61900 15060-2 MANGERS AND SUPPORTS RO—8/29/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI C. Bolts: ASTM F 593, alloy Group I, hex-head; except use bolts conforming to ASTM A 307, ' Grade B when connections arc 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 B, factory-mixed and -packaged, nonshrink and nonmetallic, dry, hydraulic-cement grout. 1. Characteristics: Post burdening 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. Horizontal-Piping Hangers and Supports: Unless otherwise indicated and except as specified in piping system Specification Sections, install the following types: ' 1. Adjustable Steel Clovis Hangers (MSS Type 1): For suspension of noninsulated or insulated stationary pipes, NPS 1/2 to NPS 30. 2. Carbon- or Alloy-Steel, Double-Bolt 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. 3. Steel Pipe Clamps (MSS Type 4): For suspension of cold and hot pipes, NPS 1/2 to NI'S 24, if little or no insulation is required, ' 4, Pipe Hangers (MSS Type 5): For suspension of pipes, NPS 1/2 to NPS 4, to allow off- center closure for hanger installation before pipe erection. 5, Adjustable Swivel Split- or Solid-Ring Hangers (MSS Type 6): For suspension of ' noninsulated stationary pipes,NPS 3/4 to NPS 8, 6. Adjustable Steel Band Hangers(MSS Type 7): For suspension of noninsulated stationary pipes,NPS 1/2 to NPS 8. ' 7. Adjustable Band Hangers (MSS Type 9): For suspension of noninsulated stationary pipes,NPS 1/2 to NPS 8, 8. Adjustable Swivel-Ring Band Hangers (MSS Type 10): For suspension of noninsulated stationary pipes,NPS 1/2 to NPS 2, ' 9. Split Pipe-Ring with or without Turnbuckle-Adjustment Hangers (MSS Type 11): For suspension of noninsulated stationary pipes,NPS 3/8 to NPS 8. 10. Extension Hinged or Two-Bolt Split Pipe Clamps (MSS Type 12): For suspension of noninsuluted stationary pipes,NPS 3/8 to NPS 3. 11. U-Bolts(MSS Type 24): For support of heavy pipe,NPS 1/2 to NPS 30. ' C5X61900 15060-3 MANGERS AND SUPPORTS ' RO—8/29/05 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI 12. Clips (MSS Type 26): For support of insulated pipes not subject to expansion or contraction. ' 13. Pipe Saddle Supports (MSS Type 36): For support of pipes, NI'S 4 to NPS 36, with steel pipe base stanchion support and cast-iron floor flange. 14. 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. 15. 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. 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 (NiSS Type 8): For support of pipe risers, NPS 3/4 to NPS 20. ' 2, Carbon- or Alloy-Steel Riser Clamps (MSS Type 42): For support of pipe risers, NPS 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 system ' Specification Sections, install the following types: I. Steel Turnbuckles(MSS Type 13): For adjustment up to 6 inches for heavy loads. , 2. Swivel Turnbuckles(MSS Type 15): For use with MSS Type 11,split pipe rings. 3. Malleable-Iron Sockets (MSS Type 16): For attaching hanger rods to various types of building attachments. E. Building Attachments: Unless otherwise indicated and except as specified in piping system Specification Sections, install the following types: ' I. Steel or Malleable Concrete Inserts (MSS Type 18): For upper attachment to suspend pipe hangers from concrete ceiling. ' 2. Top-Beam C-Clamps (MSS Type 19): For use under roof installations with bar joist construction to attach to lop flange of structural shape. 3. Side-Benm 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-Bean) Clamps(MSS Type 25): For top of beams if hanger rod is required tangent to ' flange edge, 8. Side-Benin Clamps(MSS Type 27): For bottom of steel 1-beams. 9. Steel-Ream 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 (- beams for heavy loads, with link extensions, 11. Malleable Benin 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 f'or indicated loads: C5X61900 15060-4 1IANGERS AND SUPPORTS RD—8/29/05 , GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 16 a. Light(MSS Type 31): 750 lb. b. Medium (MSS Type 32): 1500 lb. C. Heavy(MSS Type 33): 3000 lb, 13. Side-Beans Brackets(MSS Type 34): For sides of steel or wooden beams. 14. Plate 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 specified in piping system Specification Sections, install the following types: ' 1. Steel Pipe-Covering Protection Saddles (MSS Type 39): To fill interior voids with insulation that matches adjoining insulation. 2. Protection Shields (MSS Type 40): Of length recommended by manufacturer to 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-trentcd calcium silicate or cellular-glass pipe insulation, same thickness as adjoining insulation with vapor barrier and encased in 360-degree sheet metal shield. ' 3.2 HANGER AND SUPPORT INSTALLATION A. Pipe Hanger and Support Installation: Comply with MSS SP-69 and MSS SP-89. Install hangers, supports, chimps, and attachments as required to properly support piping from building structure. B. Channel Support System Installation: Arrange for grouping of parallel ruts of piping and support together on field-assembled channel systems. L 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 wilbin 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 forms and install reinforcing bars through openings at top of inserts. E. Install mechanical-anchor rasteners in concrete after concrete is placed and completely cured. Install lusteners according to manufacturer's written instructions. ' C5X61900 15060-5 MANGERS AND SUPPORTS ' RO—8/29/05 GREEN MEADOW PUMP STA'T'ION ' CITY OF JEFFERSON, MISSOURI F. Install hangers and supports complete with necessary inserts, bolts, rods, nuts, washers, and other accessories. ' G. Load Distribution: Install hangers and supports so that piping live and dead loads and stresses from movement will not be transmitted to connected equipment. ' H. Pipe Slopes: Install hangers and supports to provide indicated pipe slopes and so maximum pipe deflections allowed by ASME 831.9, "Building Services Piping," is not exceeded. , 1. Insulated Piping: Comply with the following: I. Attach clamps and spacers to piping. , a. Piping Operating above Ambient Air Temperature: Clamp may project through insulation. b. Piping Operating below Ambient Air Temperature: Use thermal-hanger shield ' insert with clamp sized to match OD of insert. C. Do not exceed pipe stress limits according to ASME 831.9. 2. Install MSS SP-58, Type 39 protection saddles, it' 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,Type 40 protective shields on cold piping with vapor barrier. Shields shall span are of 180 degrees. a. Option: Thermal-hunger shield inserts may be used. Include steel weight- distribution plate for pipe NPS 4 and larger if pipe is installed on rollers. 4. Shield Dimensions far Pipe: Not less than the following: 1 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 NI'S 6: 18 inches long and 0.06 inch thick. d. NPS 8 to NI'S 14: 24 inches long and 0.075 inch thick. e. NPS 16 to NI'S 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 from structure above or to support equipment above floor. , B. Grouting: Place grout under supports for equipment and make smooth bearing surface. C5X61900 15060.6 HANGERS AND SUPPORTS ' RO—8/29/05 , GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 3.4 METAL FABRICATION ' A. Cut, drill, and fit miscellaneous metal fabrications for heavy-duty steel trapezes and equipment supports. B. Fit exposed connections together to form hairline joints. Field-weld connections that cannot be shop-welded because of shipping size limitations. C. Field Welding: Comply with AWS D1.1 procedures for shielded metal arc welding,appearance and quality of welds,and methods used in correcting welding work, and with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. ' 4. Finish welds at exposed connections so no roughness shows alter finishing and contours of welded surfaces match adjacent contours. ' 3.5 ADJUSTING A. Hunger 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 1 � C5X61900 15060-7 HANGERS AND SUPPORTS RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 15075 -MECHANICAL IDENTIFICATION PARTI -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 mechanical identification materials and their installation: ' 1. Equipment nameplates, 2. Equipment markers, ' 3, Access panel and door markers. 4, Valve tags, S. Warning tags. 1.3 SUBMITTALS A. Product Data: For cacti type of product indicated, B, Samples: For color, letter style, and graphic representation required for cacti identification material and device. ' C. Proposed equipment and valve identification nomenclature, 1.4 QUALITY ASSURANCE A. ASME Compliance: Comply with ASMEA13.1, "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. C. Install identifying devices before installing acoustical ceilings and similar concealment. PART 2-PRODUCTS 2.1 EQUIPMENT IDENTIFICATION DEVICE'S C5X61900 15075-1 MECHANICAL IDENTIFICATION ' RO-8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI A. Equipment Nameplates: Metal, with data engraved or stamped, for permanent attachment on equipment. I. Data: a. Manufacturer, product name, model number, and serial number. , b. Capacity,operating and power characteristics,and essential data. C. Labels of tested compliances. 2. Location: Accessible and visible. , 3. Fasteners: As required to mount on equipment. ' B. Engraved Plastic-Laminate Signs: ASTM D 709,Type 1, cellulose, paper-base, phenolic-resin- laminate engraving stock; Grade ES-2, black surface, black phenolic core, with white melamine subcore, unless otherwise indicated. ' 1. Fabricate in sizes required for message. 2. Engraved with engraver's standard letter style, of sizes and with wording to match ' equipment identification. 3. Punch 1'or mechanical fastening. 4. Thickness: 1/16 inch (1.6 imn), for units up to 20 sq. in. (130 sq. em) or 8 inches (200 ' mm) long; 1/8 inch (3.2 nun) for larger units. S. Fasteners: Self-tapping stainless-steel screws or contact-type permanent adhesive. 6. Terminology: Match schedules as closely as possible. 7. 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. ' 8. Size: 2-1/2 by 4 inches for control devices, dampers, and valves; 4-1/2 by 6 inches for equipment. ' 9. Yellow: Heating cquipmcnt and components. 10. Blue: Ventilation equipment and components. 11. Lettering and Graphics: Coordinate names, abbreviations, and other designations used in ' mechanical identification, with corresponding designations indicated. Use numbers, lettering, and wording indicated f'or proper identification and operation/maintenance of mechanical systems and equipment. 12. Multiple Systems: If' multiple systems of same generic name are indicated, provide ' identification that indicates individual system number and service such as "Boiler No. 3," "Air Supply No. I I I," or"Standpipe P 12." C. Access Panel and Door Markers: 1116-inch- thick, engraved laminated plastic, with abbreviated ' terms and numbers corresponding to identification. Provide 1/8-inch center hole for attachment. I. Fasteners: Self-tapping,stainless steel screws or contact-type, permanent adhesive, CSX61900 15075-2 MECFIANICAL IDENTIFICATION RO- 8/29/05 1 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI D. Plastic Duct Markers: Manufacturer's standard color-coded, laminated plastic. Comply with the following color code: 1. Blue: Outside air. 2. Nomenclature: Include the following: a. Direction of airflow. b. Duct service, C. Duct origin. d. Duct destination. C. Design cubic feet per meter(liters per second). ' E. Stencils: Standard stencils, prepared for required applications with letter sizes complying with recommendations of ASME A 13.1 for piping and similar applications, but not less than 1-1/4- , inch- (30-mm-) high letters for ductwork and not less than 3/4-inch- (19-mm-) high letters for access door signs and similar operational instructions, 1. Material: Fiberboard or Brass. 2. Stencil Paint: Standard exterior-type stenciling enamel; black, unless otherwise indicated;either brushing grade or pressurized spray-enn form and grade. ' 3. Identification Paint: Standard identification enamel of colors indicated or, if not otherwise indicated for piping systems,comply with ASME A13.1 for colors. 2.2 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 the equipment number or size, and type of equipment. The next one 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 beaded chain. 2.3 WARNING TAGS A. Warning Tags: Preprinted or partially preprinted, accident-prevention tags; of plasticized card stock with mntte finish suitable for writing. 1. Size: Approximately 4 by 7 inches 2, Fasteners: Reinforced grommet and wire or string. 3, Nomenclature: Large-size primary caption such as DANGER, CAUTION, or DO NOT ' OPERATE. 4. Color: Yellow background with black lettering. PART 3 -EXECUTION 3.1 APPLICATIONS,GENERAL C5X61900 15075-3 MECHANICAL IDENTIFICATION RO-8/29/OS GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI A. Products specified are for applications referenced in other Division 15 Sections. If more than single-type material, device, or label is specified for listed applications, selection is Installer's option. 3.2 EQUIPMENT IDENTIFICATION ' A. Install and permanently fasten equipment nameplates on cacti major item of 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 of equipment: I. Heaters ' 2. Fans,blowers,and dampers 3. All equipment specified in Division I 1 and 14 ' B. Install equipment markers with permanent adhesive on or near each major item of mechanical equipment. 1. Letter Size: Minimum 1/4 inch for name of units if viewing distance is less than 24 inches, 1/2 inch for viewing distances up to 72 inches,and proportionately larger lettering for greater viewing distances. Include secondary lettering two-thirds to three-fourths the , size of principal lettering. 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 panels. 3.3 VALVE-TAG INSTALLATION , A. Install tags on valves and control devices in piping systems,except check valves; valves within factory-fabricated equipment units; plumbing fixture supply stops; shutoff valves; faucets; , convenience and lawn-watering hose connections; and HVAC terminal devices and similar roughing-in connections of cnd-use fixtures and units. List tagged valves in a valve schedule. 3.4 WARNING-TAG INSTALLATION ' A. Write required message on, and attach warning tugs to, equipment and other items where ' required. 3.5 ADJUSTING ' A. Relocate mechanical identification materials and devices that have become visually blocked by other work. C5X61900 15075-4 MEC14ANICAL IDENTIFICATION RO-8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 3.6 CLEANING A,,. Clean faces of mechanical identification devices, END OF SECTION 15075 :1 C5X61900 15075-5 MECHANICAL IDENTIFICATION RO-8129105 1 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 15220-PROCESS WATER AND WASTE PIPING 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. 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. Section 15050"Basis Mechanical Materials and Methods" 2. Section 15221 "Ductile Iron Process Piping" 3. Section 15222"Carbon Steel Process Piping" 4. Section 15223 "PVC Process Piping" 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 ANSUASME B31.1 - "Power Piping", hereinafler referred to as the "Code". 1 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 furnisbed as if called for in detail. B. Piping Nomenclature: I. The Drawings show the various piping systems by means of process flow and instrumentation diagrams (flow diagrams) and detailed piping drawings. The process flow and instrumentation diagrams show schematics of the piping systems. The detailed piping drawings show the arrangement and physical layout of the piping. C5X61900 15220-1 PROCESS WATER ' R0—8/29/05 AND WASTE PIPING GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI 2. The pipelines shown on the process flow and instrumentation diagrams are identified by a pipeline designation system. This 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 I Specification Sections: I. Manufacturer's certified statements of compliance inspection/testing of all pipe and fittings as required by referenced standards. 2. Piping system pressure test report. 1.6 QUALITY ASSURANCE ' A. Welding Qualifications: Perform all welding of piping systems with qualified welders and/or welding operators. Qualify welders and/or welding operators in accordance with Code Paragraph 127.5. B. Weld Records: Maintain qunlification weld records in accordance with Code Paragraph 127.6. ' Keep the records current at all times. 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 (lie 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. C5X61900 15220-2 PROCESS WATER RO—8/29/05 AND WASTE PIPING ' GREEN MEADOW pUMp STATION CITY Op JEFFERSON, MISSOURI 2.3 INSTRUMENTATION PROVISIONS rA. 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 EXAMINATION 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. 3.2 GENERAL INSTALLATION REQUIREMENTS 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 fabricate 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 replacement shall be installed for easy removal without cutting or damaging the pipe. ' D. Clearance: Maintain adequnte 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%: inches and larger. When connecting stainless steel to copper, use flanged joints for all sizes. Use bolt insulation ' kits for dissimilar flanges in all liquid services. F. Equipment Connections: Piping connections to equipment and other components shall be made so they do not cause damage to the equipment or component during connection and operation. G. Movement: Fabricate and install piping to provide for and control the movement due to thermal expansion and/or contraction and install anchors and guides as specified or as 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 pipe lengths, locations and/or ' CSX61900 15220-3 PROCESS WATER ' RO—8/29/05 AND WASTE PIPING GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI configurations shall require 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 and horizontal centerlines, unless otherwise shown on the Drawings. ' B. 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 and across until the joint is uniformly light. Torque wrenches shall be used where required to uniformly torque bolts as necessary. C. Flange bolts or stud-bolt length shall comply with ANSI B 16.5. ' D. Flange bolts and stud bolts shall be lubricated with oil and graphite at time of installation. , 3.4 THREADED 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 excess pipe joint compound from tightened 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: ' I. 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. C5X61900 15220-4 PROCESS WATER RO—8/29/05 AND WASTE PIPING ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 3. Alignment:Align work accurately in jigs or fixtures. C. Connections: Make all branch connections using suitable fittings and additional reinforcements as described in ANSI/ASME 831.1 Paragraph 127.4.8. Factory-made welding outlet fittings are recommended for this branch connection service. Fishmouth pipe connections at branches, laterals, lees,or crosses will not be permitted without written approval of the Engineer. ' 3.6 GROOVED PIPING SYSTEMS A. Grooved pipe connections shall be used at valves on pump suction and discharge. B. Contractor shall be responsible for installing grooved ends on ductile iron pipe as required by manufacturer. C. Gaskets shall be Nitrile rubber. 3.7 BURIED 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, or at any time when, in the opinion of the Engineer, there is the danger of formation of ice or frost upon the foundation. 3.8 FIELD QUALITY CONTROL A. Inspection: The 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 Boroscope, radiography, or visually as selected by the Engineer. B. Testing: Test all piping systems in the presence of the Engineer. The Contractor shall famish ' 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. Test piping systems and/or portions of piping systems to be insulated and/or concealed before the insulation is applied or before concealment. Perform tests on buried piping before the piping is covered by backfill, except where piping systems require the backfill to be in place to develop thrust restraint. 2 Install %-inch nominal size vent and drain valves in hydrostatically-tested piping systerns, 1 inch and larger. Install line size vent and drain valves in hydrostatically tested carbon steel piping systems,% 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. Cup till drain or vent valves not removed from the piping systems after testing. 3. Flush all lines prior to testing hydrostatically. C5X61900 15220-5 PROCESS WATER RO-8/29/05 AND WASTE PIPING GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI 4. Isolate or remove equipment, piping equipment mid/or instruments, which will not safely withstand the test pressures. Provide spool pieces for any piping equipment or instrumentation items removed for testing. S. Turn all valves to the"Open" position before applying test pressure. G. Apply test pressure in steps to equalize strain. Check piping system joints with a soup solution during final step of pneumatic test. 7. Maintain pressure for a minimum 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 a satisfactory test is witnessed by the Engineer. 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 and clear of dirt, chips, shavings or other foreign material. , II. The Contractor shall prepare a report based on the satisfactory 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 n marked-up set of Piping and Instrumentation Diagrams 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 thejob. 12. Use test media and pressures specified below. Any deviations must be approved in writing by the Engineer. a. Ductile iron process piping shall be tested to 280 psi which includes working ' pressure and surge allowance. 3.9 PROTECTION AND CLEANING ' A. The Contractor shall clean all pipe, tubing, and fittings. Just 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 tuck-welded joints expected to be left 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. 1 END OF SECTION 15220 CSX61900 15220-6 PROCESS WATER RO-8/29/05 AND WASTE PIPING GREEN MEADOW PUNIP STATION CITY OF JEFFERSON, MISSOURI ` SECTION 15221 -DUCTILE IRON PROCESS PIPING 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 specific piping requirements related to Ductile Iron process piping systems. ' B. Related Sections include the following: '. 1. Section 15220"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 the 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 Their Appurtenances". B. 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 expense of, the Contractor. PART 2 - PRODUCTS ' 2.1 PIPING SYSTEMS Interior Exterior Tyne Joint Lininu Coating DI Mechanical Cement Bituminous D2 Push-on Cement Bituminous D3 Flanged Cement Primer C5X61900 15221-1 DUCTILE IRON PROCESS PIPING RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI Use Types DI or D2 for potable water and process piping systems installed underground, Use Type D3 with cement lining for ductile iron piping systems installed above grade or within r structures,on water, wastewater or sludge service. 2.2 MATERIALS A. Pipe: ' I, Push-On Joint: AWWA CIS 1, pressure Class 350 or thickness class 53 with restrained joints. , 2, Mechanical Joint: AWWA C151, pressure Class 350 or thickness class 53 with restrained joints. , 3. Flanged: AWWA CI 10,Class I50. B. Interior Lining: I, Cement Lining&Bituminous Seal Coat: AWWA C104. 2. Coal Tar Epoxy: u. Surface Preparation: SSPC-SP 10 b. Coating: 16 to 20 mils dry film thickness Carboline Bitumastic 300M,or equal. , C. Exterior Coating: I. Bituminous Coating: AWWA C151. 2, Primer: Epoxy. D. Polyethylene Encasement for Buried Service: AWWA C105. E. Fittings: AWWA CI 10,Class 150. F. Welded Outlets: Shop fabricated for ductile iron pipe, welded in accordance with ANSI/AWS , D11.2. G. Joints: , I. Push-On: AWWA CI 11,vulcanized SBR gasket, a, Restrained Joints: Pipe manufacturer's standard boltless restrained joint; American Flex-Ring or Lok-Ring, or U. S. pipe TR-Flex,or equal. 2. Mechanical: a. Gasket: AWWA CI 11, vulcanized SBR. , b, FollowerGhmd: AWWACIII, C. Nuts& Bolts: AWWA CI 11. d, Restrained Joints: AWWA CIS 1. C5X61900 15221-2 DUCTILE IRON PROCESS PIPING RO—8129/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI 3. Flnnged; a. Flanges: AWWA C110. b. Gasket for wastewater service: 1/8-inch thick, full face; rubber with a minimum working pressure rating of 350 psi. American Cast Iron Pipe Toruscal® gaskets, U.S. Pipe Flangc-Tyte® gaskets or approved equal. Bolts: ASTM A 307, Grade B for interior location; ASTM F593,Alloy Group 1 for exterior application. C. Nuts: ASTM A 563, Grade D 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 Section 15220. 3.2 INSTALLATION OF BURIED PIPING ' A. Installation of ductile iron pipelines shall conform to the applicable sections of AWWA C600, "Installation of Ductile Iron Water Mains and Their Appurtenances". IPB. 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 Restraint: Thrust restraint in buried pressure lines shall be accomplished with restrained/tied joints, B. Plastic warning tape shall be installed above buried force main prior to backfill. The tape shall be fastened to pipe. The tape shall have statement,"Sanitary Sewer", printed on it. END OF SECTION 15221 C5X61900 15221-3 DUCTILE IRON PROCESS PIPING RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 15222-CARBON STEEL PROCESS PIPING PARTI -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions or the Contact, including General and Supplementary Conditions and Division I 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. Relate Sections include the following: I. Section 15520"Process Water and Waste Piping" PART 2-PRODUCTS 2.1 PIPING SYSTEMS ' Type Schedule Other F 40 F2 80 GI 40 Galvanized G2 80 Galvanized Use Type FI/F2 as indicated on the Drawings. ' Use Type G I/G2 where galvanized piping is indicated on the Drawings. 2.2 MATERIALS A. Pipe: I. Size VV thru 2%': ASTM A 53,Type F,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 G'thru 10": AWWA C200, Schedule 40/80 as indicated above. 4. Size 12"thru 42": AWWA C200,0.375" wall. ' S.. Size 48"thru GG": AWWA C200, 0.500" wall. B. Fittings: I. Size VV thru 2V2": ASTM A 197, 150 lb, malleable iron, banded, threaded ends. 2. Size 3" thru 5": ASTM A 234,Grade WPB. CSX61900 15222-1 CARBON STEEL PROCESS PIPING. RO—8/29105 1 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 3. Size 6" thru 66": AWWA C208, 5-picce elbows for bends greater than 45 degrees, 3- piece for bends up to and including 45 degrees. ' C. Branches (%" thru 2%:"): ASTM A 105, standard weight, forged steel, welding outlet fittings with threaded ends. , D. Unions ('/." thru 2 V2'): ASTM A 197, 300-lb, malleable iron, bronze-iron seats, ground joint, threaded ends. , E. Flanges: 1. Size 1/4"thru 3": ASTM A 105, 150-lb, raised face(or faced to match equipment). 2. Size 4"thru 66": AWWA C207,Class D. F. Gaskets: 1/16"thick, compressed non-asbestos synthetic fiber with nitrite binder G. Bolts: ASTM A 307, Grade B, length per ANSI B 16.5 14. Nuts: ASTM A 563, Grade D. , 1. Threaded Pipe Joint Compound: Teflon thread tape J. 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: ASTM A 53 (for Piping Specification G l only). PART 3 -EXECUTION , 3.1 INSTALLATION , A. Threaded Joints: Cont'orm to requirements of Section 15220. B. Welded Joints: Conform to requirements of Section 15220. Prepare, clean, align, and space ' girth butt-weld ends per ANSI/ASME 831.1 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-far Protective Coatings and Linings t'or 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 enamel, '/32-inch to 3/33-inch thick, and wrap with felt and heavy kraft paper. Pipe shall be shop- coated and tell with a 6-inch cutback at [lie ends tar welding. Protect joints same as pipe except that glass mat and kraft paper may be omitted. All primer,coating, seal coat,etc., shall be fully plasticized coal-tar enamel and all materials and methods shall comply with AWWA C203. END OF SECTION 15222 C5X61900 15222-2 CARBON STEEL PROCESS PIPING RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI SECTION 15223 - PVC PROCESS PIPING PARTI -GENERAL ' 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specificntion Sections, apply to this Section. 1.2 SUMMARY A. This Section includes specific piping requirements related to Polyvinyl Chloride(PVC) process ' piping systems identified as Material PI on the Drawings. B. Related Sections include the following: I. Section 15220"Process Water and Waste Piping" 1.3 DELIVERY, STORAGE,AND 14ANDLING . A. All plastic piping materials shnll be protected from exposure to direct sunlight during storage and installation. . B. Store solvent cements in a cool shelter. Discard solvent cement that has exceeded its shelf life. PART 2 -PRODUCTS 2.1 MATERIALS ' A. Pipe: ASTM D 1785, PVC 1120, Schedule 80. B. Fittings: ASTM D 2467, PVC 12454-B. C. Unions: ASTM D 2467, PVC 12454-B. D. Flanges: ASTM D 2467, PVC 12454-8,Class 150, flat face. E. Solvent Cement: ASTM D 2564. F. Gaskets: "Viton" Fluorinated elnstomer, full face. G. Bolts: ASTM F 593,Alloy Group 1. ff. Nuts: ASTM P 594,Alloy Group 1. �. C5X61900 15223-1 PVC PROCESS PIPING ' RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI 1. Washers: ASTM F 844, AISI Type 304 stainless steel. PART 3 - EXECUTION 3.1 INSTALLATION ' A. Follow manufacturer's written instructions for cutting, preparing,cleaning, priming, and joining. '. . Do not solvent weld at temperatures below 40°F,or above 90°F, unless manufacturer's specific instructions for cold/hot weather solvent welding are followed. B. Joints and Fittings: I. PVC pipe and fittings 4 inches and larger shall be joined using solvent welded hanged ; joints;and 3 inches and smaller shall be joined using solvent welded socket type joints. 2. Use flanged joints instead of adapters to connect PVC 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 for thermal expansion, being careful not to disturb undried joints. END OF SECTION 15223 r . i i C5X61900 15223-2 PVC PROCESS PIPING RO—8/29/05 ' . GREEN MEADOW 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 I 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. 1.3 SYSTEM DESCRIPTION MA. Piping Equipment Nomenclature: I. The Drawings show the various pieces or 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 1 Specification Sections: ' I. Valves, Backflow Preventers, and Yard Hydrants: Manufacturer's Product Data, Operating& Maintenance Instructions, Parts Lists, and Manufacturer's Product Warranties. 2. Piping Components (compression couplings, expansion joints, flexible connectors, hose couplings): Manufacturer's Product Data, Manufacturer's Product Warranties. ' 1.5 DELIVERY, STORAGE,AND HANDLING A. Plug or cap all open ends of piping equipment and valves. Remove protective covers immediately prior to installation. 1.6 WARRANTY A. Manufacturer written warranty agreeing to repair or replace equipment that fails in materials or workmanship within one year from the date of acceptance. ' CSX61900 15229-1 PROCESS PIPING EQUIPMENT RO- 8/29/05 AND VALVES GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI PART 2 -PRODUCTS 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: , 1. Piping Equipment and Valves: See individual piping equipment and valve specifications. 2. Chain Wheels and Guides: DeZurik, Inc., Clow, Inc., Pratt, Inc, or approved equal. 3. Hand Wheels: DeZurik, Inc.,Clow, Inc., Pratt, Inc,or approved equal. 2.3 MATERIALS A. Castings: All castings, whether of bronze, iron or steel, shall be sound and smooth, 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 manufacturer 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: , I. Iron Castings: ASTM A 126, Class "B" 2. Steel Castings: ASTM A 216 3. Bronze Castings: ASTM B 61 ' 4. Steins, Bolts and Nuts: ASTM B 21, Alloy C 46400-1-1O2 5. Stein Nut and Yoke Nut: ASTM B 584, Alloy C 86700 6. Stuffing Box Gland: ASTM B 62 , 7. Bushings: ASTM B 62 2.4 VALVE OPERATORS A. General: All valve operators shall conform to the specific requirements for each type of valve ' and type of operator as specified in this Section. Valve operators in general shall be designed to provide sufficient torque to open and close ench valve at 125 percent of the rated working pressure for 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. C5X61900 15229-2 PROCESS PIPING EQUIPMENT RO- 8129105 AND VALVES ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 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 adjustable rims, or "Babbitt" wheels will not be acceptable. Chain guides shall be brass-bushed. Chain wheels and guides shall be galvanized. ' I. The word "OPEN" and an arrow arc to be cast on the rim of the chain wheel to indicate the direction the wheel is to be turned to open the valve. 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 arc 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 be turned to open the valve. 2.5 FACTORY FINISHES A. The interior and exterior of till 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 CI 10, 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." ' 2.6 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 3.1 EXAMINATION A. The Contractor, in preparing his piping shop drawings, must be especially careful to allow ample clearance for valve installation, operation and arrangement. 3,2 INSTALLATION C5X61900 15229-3 PROCESS PIPING EQUIPMENT RO- 8/29/05 AND VALVES GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 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: ' 1. Plug: Install in horizontal position wherever possible. 2. Check: Install in the horizontal position with the direction of flow. C. Chain Actuators: Install chain wheels and guides for all manual valves located on 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 I foot from equipment. Where chains hang in normally traveled areas, provide "tic-backs" so that chains can be hung out of the line of traffic. D. 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. E. Outlet Piping: Route outlet piping from backllow preventers, air release and vacuum relief ' valves, and pressure safety valves to a floor drain, if available, otherwise route to floor. F. 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 EQUIPMENT SPECIFICATIONS CC Compression Coupling: Cylinder type with two steel follower flanges, one steel or 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 ' FLC Flexible Expansion Joint Coupling for use on water and wastewater lines: flexible rubber spool- type expansion joints with filled-arch neoprene tube, body shall consist of fabric and rubber compounds reinforced with steel wire; integrally-molded rubber flanges with galva- nized steel retaining rings; exterior touted with paint recommended by manufacturer. Provide control rods. Red ValveJ-I or equal VC1 Check Valve: swing check; ductile iron body meeting requirements of ANSI 1316.42/AWWA Cl 15/A21.15, disc, and bolted cover; bronze seat; adjustable lever and weight; extended , stainless steel hinge shaft with stuffing box and packing; Class 150 flanged ends with pressure rating of 250 psi. Check valve components and flanges shall be capable of hydrostatic test of 300 psi. Size: 3-inch to 24 inch. GA Industries or equal VI-II I-lose Valve: complete assembly consisting of globe valve as specified above, atmospheric vacuum breaker, and hose nipple, Unit shall operate without any spillage. Unit shall be rated 150 psi working pressure, Size: I-inch. Zurn or equal C5X61900 15229-4 PROCESS PIPING EQUIPMENT RO- 8/29/05 AND VALVES ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI VP 1 Plug Valve: eccentric plug, bolted bonnet, drip-tight shutoff in either direction,cast steel body, ' stainless steel or bronze bearings, welded-in nickel sent, 80 percent minimum port area, ni- trite-butadiene packing and resilient plug facing, Class ISO Flanged ends, mechanical dial po- sition indicator, 280 psig non-shock working pressure in either direction, standard paint appli- cation, Worm gear actuator on 8-inch diameter valves and larger manual valves and all motor operated valves. Valve body, internal components, and flanges shall be capable of hydrostatic test of280 psi. Install with seat downstream. Size: 2-inch to 36-inch. DcZurik, Inc, or equal PRV Pressure Regulating Valve: 2" ' WH Wall Hydrant: non-freeze exposed-head yard hydrant; equipped with cast aluminum 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 in valve housing. Worm stem shall be drilled and tapped for had wheel operator. Hand wheel shall be included with the hydrant. Size: I-inch inlet and hose connection. Wade, model W-8610 or equal BFP Backilow Preventee 2" reduced pressure zone bnckflow preventer with detector,epoxy coated body, two quarter turn, full port, resilient seated ball valve shutoffs with epoxy coating, dual ' captured spring check assemblies, epoxy coated strainer, pressure relief valve, and water me- ter. Accessories include air gap for drain line, Watts Regulator 909-AG-F or equal Watts Regulator 909RPDA or equal END OF SECTION 15229 1 C5X61900 15229-5 PROCESS PIPING EQUIPMENT 1 RO- 8129105 AND VALVES GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 15230—COMBINATION SEWAGE AIR VALVES 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. 1.2 SUMMARY ' A. This section specifies combination sewage air release and vacuum valves for wastewaterforcc main application. B. Related Sections 1. Section 15229 "Process Piping Equipment and Valve 1.3 QUALITY ASSURANCE ' A. The equipment shall be supplied by a firm regularly engaged in the manufacture of the equipment item, whose products have been used satisfactorily in similar services for a minimum of five(5)years. See Section 01600 regarding bond or cash deposit in lieu of the experience requirement. 1.4 DELIVERY, STORAGE AND HANDLING A. Comply with manufacturer's recommendations. 1.5 WARRANTY A. The manufacturer shall warrant that the work described shall be free from defects in ' workmanshipand material fora period of one(I)year from the date of acceptance.Any faulty workmanship or defective material furnished, found within the warranty period, shall be corrected without cost to the Owner rPART2 -PRODUCTS 2.1 MANUFACTURERS A. Combination sewageafrand vacuum valvesshall be A.R.I,model D-020,size 3:,orapproved ' equal. 2.2 EQUIPMENT AND MATERIALS A. The autornaticsowage air release component of the valve shall be designed to operate under pressure to allow entrapped air to escape from a sewage force main line, sewage pump,or wastewater system.The automatic sewage combination air release valve shall have a conical C5X61900 15230-1 COMBINATION SEWAGE AIR VALVES RO-8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI shape,designed to provide complete separation ofthe liquid from the sca7aand creating a huge air gap at the top of the valve. ' E. The conical shaped body shall provide wider passage between the bottwalls, to prevent clogging and jamming of the float. Outward slanting ' prevent excess accumulationof grease and grimcoil valve walls.Afterthe air in the pipeline escapes out through the air release valve,the valve shall shut off,while leaving a large air pocket in the valve body,until more air accumulates in it and the opening cycle shall repeat autoinntically. D. The sewage combination air release valve shall have a special spring-loaded loose linkage , between the stem and the upper float,to ensure that vertical and oscillating movement and vibrations of the lower float will not unseal the automatic valve(small)orifice. Valve body and all internals shall be S.A.E. 316 stainless steel.The lower body of the valve shall be ' funnel-shaped to prevent blockage of the lower float against the body of the valve.All valves shall be three-inch flanged inlet and include ball valveson inlet.Each combinatiomair valve shall be complete with blow-off valves to permit back-flushing without dismantling valve. The air release nozzle from the top of the valve shall be provided with a coupling for piping ' the air release nozzle to the wet well as shown on the Drawings such that no air release will occur inside the dry well of tle pump station. D. The valve shall be suitable for 230 psi working pressure. , G Materials Body and Cover 316 Stainless Steel Internal linkage 316 Stainless Steel Float 316 Stainless Steel PART 3 -EXECUTION , 3.1 INSPECTION A. Examine all equipment at the site to determine that it is in conformance with the contract ' documentsand approved shop drawings,and that it is new,in good condition and capable of the required performance. R. Examine the installation site, as applicable to determine its suitability and conformance to specifications for the equipment installation. 3.2 INSTALLATION , A. Combination sewage air release and vacuum valves shall be installed in accordance with the , numufacturcesinstruction. An isolation valve below the air valve and a 1-1/2"ball valve at the body drain outlet shallbc provided tit each air valve. END OF SECTION 15230 C5 61900 15230-2 COMBINATION SEWAGE AIR VALVES RO- 8/29/05 ' GREEN MEADOW PUMP STATION CITY Of JEFFERSON,MISSOURI ` SECTION 16010 -BASIC ELECTRICAL REQUIREMENTS ' PARTI -GENERAL r1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Agreement for Construction Subcontractor Services, including Exhibit "A" and Division 1 ' Specification Sections, apply to this Section. 1.2 SUMMARY A. Provide all labor, supervision, tools, equipment, materials,services,and miscellaneous expenses necessary to complete the contract as outlined in this specification and in accordance with all ' contract documents,drawings, specifications and standards. B. Contractor shall furnish the services of all trades or unions necessary to complete all items of ' work as outlined in this specification and shown on the construction drawings. C. It is this Contractor's responsibility to furnish all field and office engineering services required to complete this contract. This shall include preparation of necessary construction documents; such as record conduit plan drawings, cable schedules,etc,as required. D. In preparation of this proposal, Contractor shall consult with the Owner concerning his requirements and the availability of water and power during the performance of this Contract. E. The Contractor shall provide temporary sanitary facilities as required to comply with ' regulations and health codes. F. The Contractor shall provide all Compressed air required to complete this work. No plant air is available at the job site for this work. G. Contractor shall furnish and maintain temporary facilities that he may require, such as field offices, employee change rooms and employee lunchrooms. 1.3 RELATED SECTIONS Series rA. The following specification sections describe related work; 1. Division 11, Section "Waste Water Pumping Equipment.' 2. Division 16, Section "Motor Control Centers" 3. Division 16,Section"Electrical Testing and htstallation Checkout" 1.4 REFERENCES A. The following industry standards and codes shall apply as applicable: C5X61900 16010-1 BASIC ELECTRICAL RO—3/6/06 REQUIREMENTS GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI 1. ANSI— American National Standards Institute 2, BOCA—Building Occupancy Code Association 1996 , 3. FM— Factory Mutual 4. IEEE— Institute of Electrical and Electronic Engineers 5. ISA— Instrument Society of America 6. NEC— National Electrical Code [1990] 7. NECA— Standards for Installation 8. NESC— National Electrical Safety Code(ANSYIEEE C2) 9. NEMA— National Electrical Manufacturer's Association 10. NFC— National Fire Codes ' 11. NFPA— National Fire Protection Association 12. OSHA— Occupational Safety and health Administration 13. UL— Underwriters'Laboratories, Inc. ' �i r C5X61900 16010-2 BASIC ELECTRICAL RO—3/6106 REQUIREMENTS GREEN MEADOW PUMP S'T'ATION CITY OF JEFFERSON, MISSOURI ` 1.5 PRODUCT SUBSTITUTIONS ' A. The Contractor may suggest substitutions covering each of the following subjects: I. Alternative materials to improve quality, schedule or pricing 2. Exceptions to the specifications covering materials, manner of application, or other ' details 3. Product substitutions shall be approved in accordance with the Instructions to Bidders. B. Submit a written description of proposed changes or modifications to the Owner for review in accordance with Division 1. C. 'file information shall include catalog data sheets as a minimum and shop drawings, samples and other supportive information as necessary for Jacobs Civil Inc, to evaluate tine proposed materials. D. Jacobs Civil Inc, will review alternative material recommendations and will be the sole judge in determining whether the proposed material, accessory, or item meets the stated criteria for service and conditions imposed. Any additional engineering costs required to accommodate proposed substitutions shall be charged to the Contractor. E. Do not proceed with proposed changes or modifications until authorized to do so by the Owner ' in writing. The cost of work performed on proposed changes or modifications without the Owner's written approval will be at the Contractor's expense, as well as any cost for correcting such unauthorized work. IPF. It is Contractor's responsibility to thoroughly review the contract documents and perform all work and conform to all articles outlined therein. G. Installation and testing of, or the assistance in installation and testing of, 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. 1.6 DEFINITIONS A. Furnish: The tern "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." 1.7 SYSTEM DESCRIPTION A. Work shall be done in accordance with area classification requirements, National Electrical Code(2005)and all Federal,State,and local codes, whichever govern. C5X61900 16010-3 BASIC ELECTRICAL RO—3/6/06 REQUIREMENTS GREEN MEADOW PUMP STATION CITY OP JEFFERSON, MISSOURI B. Tine work of this contract will include, but not limited to installing a new MCC to new process equipment as well as providing and installing instrumentation and building service equipment as ' shown on the drawings. All work shall adhere to the manufacturer's installation instruction and be in compliance with local, stale and federal regulations and industry standards listed in specification 16010 paragrnph 1.4. The electrical contractor shall use related specification listed , in paragraph 1.3 for reference and clarifications.The scope of work is as follows: 1. The electrical contractor shall provide and install all grounding called out on the ' electrical drawings. 2. The electrical contractor shall provide and install an Ameren approved transformer find to receive a 500 KVA transformer per the drawings. 3. The electrical contractor shall provide and install a 800 Amp Manual 'Transfer Switch ' (MTS)as shown on drawings E-02, E-03 and 605. 4. The electrical contractor shall route 2 sets (3-1/C—500 KCMIL and #1/O GND) from the 500 KVA Transformer to the Manual Transfer Switch as shown on drawing E-05. ' 5. The electrical contractor shall install a MCC as shown on the electrical drawings. The electrical contractor shall route 2 sets(3-1/C-500 KCMIL and#1/0 GND) from the MTS to the MCCC and perform all work shown on the electrical drawings.This work includes 480 VAC power and control wiring to three 125 fill pumps (or to 2-1251ip and 2-1501-1p pumps), power and control wiring to and from MCP 01. The electrical contractor shall install float level switches, furnish and install submersible level transmitter, smoke ' detectors, and intrusion switches. The electrical contractor shall install all conduits, wiring and all electrical termination called out on the contract and manufacturers drawings for making the aforementioned electrical equipment functional system per the specifications. 6. The electrical contractor shall receive and install MCP-01 Control Panel. This work includes all power and control wiring to and from this panel in coordination with the systems integrator.See Sections 13430 and 13450. ' 7. Tine electrical contractor shall install and route all power and control wiring to heating and ventilation equipment per the drawings. All terminations shall be made per the manufacturer's drawings. ' 8. The electrical contractor shalt provide and install other electrical equipment as shown on the drawings such as but not limited to local disconnects, control stations, inside and outside lighting, inside and outside receptacles. 9. Furnish all material, labor and testing equipment necessary to check out and test power distribution, control, and instrumentation systems. This shall include check-out/start-up of systems and/or equipment as directed by Jacobs Civil Inc. Test all systems in ' accordance to specification 16030. C. Drawings, specification, and standards arc complementary to one another, meaning that which , is called for on one is meant to be called for on all. Where conflicts exist between the specifications, standards and/or drawings, the Contractor shall refer to Jacobs Civil Inc, to clarify and rectify tine conflict before any material is purchased or electrical work commences. D. Code requirements shall be considered a minimum standard. Where materials shown on the ' drawings or indicated in the specifications exceed code requirements, the drawings and specifications shall govern, E. Electrical material and equipment installed shall be approved for the purpose, listed and labeled in compliance with the National Electrical Code. ' C5X61900 16010-4 BASIC ELECTRICAL RO-3/6/06 REQUIREMENTS ' ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 1 F. Drawings indicate diagrammatically the desired arrangement and the approximate location of all equipment, control cabinets, operator control stations, sensors, fixtures, outlets, etc., and shall be followed as closely as possible unless specifically indicated otherwise. However, as it is not within the scope of these drawings to show all necessary offsets and obstructions or ' structural conditions, it shall be the responsibility of the contractor to install his work in such a manner as to conform to the structure, avoid obstructions, preserve headroom and keep the passageway clear. Work that is indicated, but not completely detailed on the drawings, shall be installed as directed by the Owner. G. Contractor shall furnish and install complete electrical systems for this project. If, having examined all documents pertaining to this Contract, the Contractor has any questions ' concerning the nature or extent of work being performed by others, it is his responsibility to obtain clarifications of the item or items in question from the Owner. Once the Contract is awarded, claims of ignorance of the above conditions will not be allowed. 1 1.8 SUBMITTALS ' A. Submittals shall be in compliance with Division 1. B. Before any material is delivered to the job site, Subcontractor shall submit to the Owner a ' complete list of all materials proposed to be furnished and installed under this Section listing manufacturer's name and catalog number. C. The Contractor shall submit all required shop drawings, work drawings, and all other specified documents for approval to Jacobs Civil Inc. D. It is the Contractor's responsibility to notify and receive written approval from the Owner for ' substitutions deviation from contract documents. E. Submit signed test reports as required per specifications. ' F. Upon completion of the job, the Contractor shall furnish the Owner with two (2) complete sets of marked-up record drawings indicating conditions at the time of completion of the contract. ' Drawings on which no changes have occurred shall be so marked and also submitted. Two (2) extra sets of drawings will be provided to the Contractor for this purpose. G. All drawings, installation and start-up instructions, operating instructions, parts lists, and spare parts for material and equipment furnished and/or installed by the Contractor shall be turned over to the Owner. H. Submit Certificates of Inspection and approval from all authorities having jurisdiction. ' 1.9 QUALITY ASSURANCE A. It shall be the Contractor's responsibility to visit the construction site to establish and/or confirm existing field dimensions and become familiar with site conditions and locations of loading and storage areas prior to bid submittal. ' C5X61900 16010-5 BASIC ELECTRICAL RO—3/6/06 REQUIREMENTS GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI B. Contractor shall coordinate his work with the other trades and with the Owner to prevent conflict wilh other Contractors and insure there is no conflict with required operation of the ' plant facilities. C. The Owner shall have the right at all reasonable times to inspect and test the work and shall for , this purpose have access to the work whenever it is in preparation or in progress. The Contractor shall provide necessary labor and proper facilities for such access, inspection and testing, and shall provide full information concerning any materials entering into the work. ' D. Contractor shall protect all existing pavement, buildings, equipment and materials against damage due to his installation work. This includes,but is not limited to,such items as abrasions to roadways an parking lots, structural steel concrete slabs, walls, roofs, piping, equipment, ' vessels,etc. Any damage inflicted by this Contractor will be repaired at his expense. E. Contractor shall obtain and pay for all permits required by the City, County or State, and after ' completion of the work, shall furnish the Owner with a certificate of final inspection, before receiving the final payment. F. After completion of all work, tite Contractor shall have the installation inspected by the local ' electrical inspection authority. Any rework necessary to obtain approval shall be performed at the Contractor's expense. ' G. Prior to formal acceptance by the Owner, any items rejected because of installation negligence, i.e.,non-compliance with construction drawings, specifications, codes,etc., shall be corrected at no additional expense to Jacobs Civil Inc.or the Owner. 1.10 DELIVERY,STORAGE AND HANDLING ' A. Tlie Contractor shall receive, unload, store, and provide necessary weather protection for all materials, equipment, and tools that lie furnishes and installs. These items shall be stored in an area designated by the Owner. , B. The Contractor shall receive, unload, store, and provide necessary weather protection for all material and equipment furnished by others but installed by this Contractor unless otherwise ' noted. Before accepting any materials on the job site,the Contractor shall inspect the materials. Any materials which are found to be damaged, defective or unsuitable for the intended service shall not be accepted. ' C. Handling of materials shall be done in accordance with the manufacturer's recommendation and in a manner that will not damage or reduce the serviceability of the material ' D, The Contractor shall provide all hoisting, scaffolding and/or shoring, required for the complete installation of all systems included in this Specification. 1.11 WARRANTY ' A. Warranty of work to be performed under this Section shall be in accordance with the Agreement for Construction Contractor Services, including all exhibits and attachments to the agreement. C5X61900 16010.6 BASIC ELECTRICAL ' RO-3/6/06 REQUIREMENTS GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI B. Include reference to special warranty periods(5 yr., 10 yr., etc.) and provisions for maintenance ' related to equipment furnished. PART 2-PRODUCTS ' 2.1 MATERIAL.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 be 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. C. Equipment and devices of a similar nature shall be of the same manufacture. ' D. The Manual Transfer Switch (MTS) shall be u service entrance rated fusible, non-automatic power transfer switch with the true double-throw contacts, rated 800 amp, 480 volt, 3-phase, and 60 hertz. The switch shall have selective load disconnect to operate at an adjustable 0 to 20 second time delay prior to transfer and reset 0 to 20 seconds after transfer, high/low nominal voltage setting, switch position indicating signal lights,and an auxiliary contact which is closed when switch is connected to normal source and one contact which closes when switch in on ' emergency power. Switch shall be ASCO model number 1103NUS3800NIC or pre-approved equal.(ref.Mark Manzonelli 314-434-6934) ' 2.2 RACEWAYS A. Except as noted differently on the drawings install conduit as described below: ' B. Acceptable Manufacturers: 1. Allied Tube&Conduit 2. Carlon 3. O-7JGedney 4. Or Equal ' C. Raceways—Interior and Above Grade 1. Conduit: aluminum conduit shall be manufactured of 6063 alloy in temper designation T- ' 1, adhering to U.L. 6, "Standard for Rigid Metal Conduit' and manufactured to ANSI C80.5. 2. Fittings: aluminum conduit fittings shall be manufactured of 6005 alloy. EMT and elbows shall be listed by U.L./ANSI 797 "Standard for Electrical Metallic Tubing". Aluminum set-screw couplings are listed by U.L. 514B "Standard for Fittings for Cable and Conduit'. 3. Anti—seize compound shall be applied to all aluminum fittings. CSX61900 16010.7 BASIC ELECTRICAL RO—3/6/06 REQUIREMENTS GREEN MEADOW PUMP S'T'ATION , CITY OF JEFFERSON, MISSOURI D. Raceways—Below Grade ' 1. Conduit and Fittings: PVC conduit and fittings shall be Schedule 80, (unless called out differently on the drawings) rated for 90°C conductors, U.L. listed or approved equal. , Material shall comply with NEMA Specification TC-2 and'T'C-3 and U.L. Standards 651 and 5146. 2.3 WIRE AND CABLE ' A. Branch Circuits: 600 volt, 90 deg. C, NEC Type 'PFIIIN or THWN-2 insulation for #6 AWG , and smaller and 90 deg. C, Type XIII-IW or XIIIIW-2 insulation for #4 AWG and larger, copper conductor, in raceway. B. Motor Circuits (08 AWG and Smaller): 600 volt 90 deg. C, NEC Type TI-11-IN or TFIWN-2 ' insulation,copper conductor, in raceway. C. Motor Circuits (#6 AWG and Larger): 600 volt 90 deg. C, NEC Type XH14W or XI-IIIW-2 ' insulation,copper conductor, in raceway. D. Control Circuits: ' I. Greater than 50 volts to ground, multiple single conductor circuits — 600 volt, Type TFIHN/ IJWN insulation,stranded 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. E. Medium Voltage cables shall be 15 Kv 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 of ICEA Standard 5-68-516, UL Publication 1072 and AEIC 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 deg. C maximum short circuit temperature. F. Medium Voltage cable shall be Okoguard-Okoscal type MV-105, as manufactured by the ' Okonite Company(Kansas City, MO); or approved equal. 2.4 GROUNDING ' A. References:the following industrial standards and codes apply ' I. ANSI/IEEE C2 -National Electrical Safety Code. 2. ANSIIIEEE 81 - Guide for Measuring Earth Resistivity, Ground Impedance and Earth Surface Potential of a Ground System. B. Materials: 1. Ground Rods: Copper-encased steel,3/4 inch diameter, minimum length 10 feet. C5X61900 16010-8 BASIC ELECTRICAL RO-3/6/06 REQUIREMEN'T'S ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 2. Ground Wire: Copper, bare for underground installations and equipment grounds not routed with current carrying conductors. Copper wire with green colored, 600-volt insulation for all other installations. C. Installation: I. Provide a separate, insulated equipment-grounding conductor in each feeder or branch circuit. Terminate each end on a grounding lug,bus, or bushing. 2. Connect grounding electrode conductors to the metal water piping in the Building using a suitable ground clamp. 3. Use minimum 8 AWG bare copper conductor for communications service grounding conductor. Leave 6 feet slack conductor at SCADA terminal board. ' 4. Test grounding system per "TESTING" section of PART 3 of these Basic Electrical Requirements. Measure ground resistance from system ground connection point in ATS to convenient ground reference point using suitable ground testing equipment. Ground System resistance shall not exceed 5 ohms. 2.5 PAD MOUNTED TRANSFORMER A. Install one 500 KVA Thrcc-Phase Dead Front Pad-Mountcd Distribution Transformer with 4160 volt, 3 phase, 3 wire, primary and 480Y/240 volt 3 phase, 4 wire, secondary. The ' transformer shall be provided by the local utility company B. REFERENCES 1. C57.12.00 — IEEE Standard General Requirements for Liquid-Immersed Distribution, Power and Regulating Transformers. 2. C57.12.26— Pad-Mounted, Compartmental-Type, Self-Cooled, Three-Phase Distribution ' Transformers For Use with Separable Insulated high-Voltage Connectors. 3. C57.12.28—Pad-Mountcd Equipment-Enclosure Integrity. 4. C57.12.90 — IEEE Standard Test Code for Liquid-Immersed Distribution, Power, and ' Regulating Transformers and IEEE Guide for Short-Circuit Testing of Distribution and Power Transformers. 2.6 SUPPORTING DEVICES A. Material: Cold-formed steel or galvanized steel with corrosion-resistant coating acceptable to authorities having jurisdiction. B. Metal Item for Use Outdoors or in Damp Locations: I lot-dip galvanized steel. ' C. Slotted-Steel Channel Supports: Flange edges turned toward web, and 9/16-inch-diamter slotted holes at a maximum of 2 inches o.c., in webs. D. Slotted-Steel Channel Supports: 1. Channel Thickness: Selected to suit structural loading. 2. Fittings and Accessories: Products of the same manufacturer as channel supports. E. Raceway and Cable Supports: Manufactured clevis hangers, riser clamps, straps, threaded C- clamps with retainers, ceiling trapeze hangers, wall brackets, and spring-steel clamps or click- type hangers. C5X61900 16010-9 BASIC ELECTRICAL RO—3/6/06 REQUIREMENTS GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON,MISSOURI F. Pipe Sleeves: ASTM A 53,Type E, Grade A, Schedule 40,galvanized steel,plain ends. G. Expansion Anchors: Carbon-steel wedge or sleeve type. ' ft. Toggle Bolls: All-steel springhead type. ' 1. Power-Driven'rinreadcd Studs: Fleat-treated steel. 2.7 TOUCHUP PAINT A. For Equipment: Equipment manufacturer's paint selected to match installed equipment finish. ' B. Galvanized Surfaces: Zinc-rich paint recommended by item manufacturer. PART 3 -EXECUTION ' 3.1 GENERAL ' A. Work shall be done by skilled craftsmen regularly engaged in the appropriate trade. B. Materials and equipment furnished shall conform to the standards specified and shall be new 1 and free from defects. No materials and equipment, whether furnished by the Contractor or others, shall be installed or used if tine items are physically damaged or functionally defective. 3.2 RACEWAY INSTALLATION—CONDUIT A. The minimum size for all types of conduit shall be'/:'. B. Install aluminum conduit within office/pump building unless otherwise called out on the ' drawings. Where exposed, conduit shall be painted with a color matching tine existing room in accordance with Division 9, Section"Painting". C. Install non-metallic (PVC) conduit, schedule 80, within floor slabs, under slabs on grade, , underground outside buildings and highly corrosive areas such as wet wells.. Provide rigid aluminum conduit and fittings up to one (1) foot below grade on all conduits entering floor or ground. ' D. Install aluminum conduit and fittings, minimum size of ",above floor inside process buildings and above grade outside,unless noted otherwise. Use stainless steel fastening/anclnoring devices , for outdoor locations and fiberglass fastening/anchoring devices for indoor locations. E. Install liquid-tight flexible conduit for motor connections and for other electrical equipment ' connections where subject to movement and vibration. F. All final connections to instrumentation devices shall be installed in liquid-tight flexible metallic conduit. G. All electrical raceways shall have a grounding conductor. C5X61900 16010-10 BASIC ELECTRICAL RO—3/6/06 REQUIREMENTS ' ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI I.I. Anti seize compound shall be applied to all aluminum fittings and threaded connections. I. Raceways in parallel runs shall have the same radius bends regardless of raceway sizes. 3.3 WIRE AND CABLE CONNECTIONS A. Feeder circuit wiring shall be continuous from substation secondary distribution section to the ' equipment,such as motor control centers, motors, power panels, etc., from starter, feeder switch to the equipment.No splices shall be permitted at any intermediate point of the run. B. Provide cable terminators for shielded, medium voltage copper cable using solder-less compression type tin-plated copper lugs with skirted molded rubber or porcelain terminations. Terminators shall be capable of normal continuous operation at rated cable voltage, current and temperature. 'terminator kit shall include ground strap, cable insulating materials, cable ' preparation material (solvents, rags, and abrasive materials), lugs, and field instructions. Terminator kits shall be Electrical Products Division of 3M, Inc, or equal installed in accordance with the manufacturer's instructions. C. Control cables and wiring between control panels, air outlet boxes, motor control centers and instruments shall be continuous from terminals on one to terminals on the other or as shown on ' the construction drawings. D. Compression crimp-type lugs and compression-crimp splice connectors shall be used for all wire,regardless of size unless noted otherwise. Approved installation tools shall be used. E. For connections between motor leads and feeder cable in motor terminal box, at lighting fixtures, and equipment/devices with factory supplied "leads", the following connectors shall be permitted: I. Cable Size 14 through 8 AWG: "Scotchlok" or equal electrical spring connector. 2. Cable Size G AWG and larger: Burndy "servit", Type KSU or equal, split-bolt type connector. F. Composition or porcelain "wire nuts" arc not acceptable for connecting any wire, regardless of ' size. G. Screw type terminal blocks shall be installed in all terminal boxes unless specifically noted ' otherwise on the construction drawings. H. All connections of lighting(120V, 277V) circuits shall be made in boxes or fittings specifically approved for such purposes. Where splices are made in conduit fittings, the fitting shall be a ' minimum of one size larger than the largest conduit entering the fitting. 3.4 SUPPORTING DEVICE INSTALLATION A. Damp Locations and Outdoors: Hot-dip galvanized materials or nonmetallic, U-channel system components. B. Dry,Non-corrosive Locations: Steel materials. C5X61900 16010-11 BASIC ELECTRICAL RO—3 16/06 REQUIREMENTS GREEN MEADOW PUMP STATION ' CITY Of JEFFERSON, MISSOURI C. Corrosive Locations: Stainless steel or nonmetallic, U-channel system components. D. Selection of Supports: Comply with manufacturers written instructions. ' E. Strength of Supports: Adequate to carry present and future loads, times a safety factor of at least ' four, minimum of 200-1b design load. F. Install support devices to securely and permanently fasten and support electrical components. ' G. Install individual and multiple raceway hangers and riser clamps to support raceways. Provide U-bolts, clamps, attachments, and other hardware necessary for hanger assemblies and for securing hanger rods and conduits. ' Fl. Support parallel runs of horizontal raceways together on trapeze-or bracket-type hangers. 1. Size supports for multiple raceway installations so capacity can be increased by a 25 percent ' minimum in the future. J. Support individual horizontal raceways with separate, malleable-iron pipe hangers or clamps. ' K. Install 3/8-inch-diameter or larger threaded steel hanger rods, unless otherwise indicated. L. Spring-steel fasteners specifically designed for supporting single conduits or tubing may be 1 . used instead of malleable-iron hangers for 1 1/2—inch and smaller raceways serving lighting and receptacle branch circuits above suspended ceilings and for fastening raceways to slotted channel and angle supports. M. Arrange supports in vertical runs so the weight of raceways and enclosed conductors is carried ' entirely by raceway supports,with no weight load on raceway terminals. M Simultaneously install vertical conductor supports with conductors. ' O. Install metal channel racks for mounting cabinets, panelboards, disconnect switches, control enclosures, pull and junction boxes, transformers, and other devices unless components are mounted directly to structural elements of adequate strength. ' P. Install sleeves for cable and raceway penetrations of concrete slabs and walls unless core-drilled holes are used. Install sleeves for cable and raceway penetrations of masonry and fire-rated ' gypsum walls and of all other fire-rated floor and all assemblies. Install sleeves during erection of concrete and masonry walls. Q. Securely fasten electrical items and their supports to the building structure, unless otherwise , indicated. Perform fastening according to the following unless other fastening methods are indicated: ' 1. Wood: Fasten with wood screws or screw-type nails. 2. Masonry: Toggle baits on hollow masonry units and expansion balls on solid masonry units. 3. New Concrete: Concrete inserts with machine screws and bolts. 4. Steel: Welded threaded studs or spring-tension clamps on steel. a. Field Welding: Comply with AWS DI.1. C5X61900 16010-12 BASIC ELECTRICAL RO—3/6/06 REQUIREMENTS ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 5. Welding to steel structure may be used only for threaded studs, not for conduits, pipe straps, or other items. 6. Light Steel: Sheet-metal screws. 7. Fasteners: Select so the load applied to each fastener does not exceed 25 percent of its proof-test load. 3.5 CONCRE'T'E BASES A. Construct concrete bases of dimensions indicated on the Drawings. Follow supported equipment manufacturer's anchorage recommendations and setting templates for anchor-bolt and tic locations, unless otherwise indicated. Use 3000-psi, 28-day compressive-strength concrete and reinforcement as specified in Division 3, Section "Concrete Work". 3.6 CUTTING AND PATCHING A. Cut, channel, chase, and drill floors, walls, partitions, ceilings, and other surfaces required in order to permit electrical installations, Perform cutting by skilled mechanics of trades involved. B. Repair and refinish disturbed finish materials and other surfaces to match adjacent undisturbed surfaces. Install new fireproofing where existing firestopping has been disturbed. Repair and ' refinish materials and other surfaces by skilled mechanics of trades involved. 3.7 FIELD QUALITY CONTROL A. Inspect installed components for damage and faulty work, including the following: I. Raceways. 2. Building wire and connectors. 3. Supporting devices for electrical components. 4. Electrical identification. 5. Concrete bases. 6. Cutting and patching for electrical constriction, 7. Touchup painting. ' 3.8 REFINISHING AND TOUCFIUP PAINTING ' A. Refinish and touch up paint: I. Clean damaged and disturbed areas and apply primer, intermediated, and finish coats to suit the degree of damage at each location, ' 2. Follow paint manufacturer's written instructions for surface preparation and for timing and application of successive coats. 3. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. 4. Repair damage to PVC or paint finishes with matching touchup coating recommended by manufacturer. 3.9 CLEANING AND PROTECTION C5X61900 16010.13 BASIC ELECTRICAL RO—3/6/06 REQUIREMENTS GRL-EN MEADOW PUMP STA'T'ION ' CITY Or JEFFERSON, MISSOURI A. On completion of installation, including outlets, fittings, and devices, inspect exposed finish. Remove burrs,dirt,paint spots,and construction debris. ' B, Protect equipment and installations and maintain conditions to ensure that coatings, finishes, and cabinets arc without damage or deterioration at time of Substantial Completion, Touch up ' or repair all damage to bring to factory condition. 3.10. TESTING ' A. All testing and testing equipment shall comply with the latest applicable requirements of the institutions listed in PART I of this specification. '. B. All testing and system function tests shall be scheduled by Contractor, cleared through the t" Owner, and perforned by Contractor in the presence of the Owner, unless waived in writing. C. All testing equipment shall be furnished by the Contractor ibr tests that are to be performed by him. D. Sole responsibility for testing rests with the Contractor. Testing may be accomplished by the , Contractor or by an independent testing firm, or a combination thereof. Contractor shall, with the approval of the Owner, obtain the services of the manufacturer of the electrical equipment who shall inspect the equipment furnished and approve the installation prior to testing and energiwtion. END OF SECTION 16010 1 C5X61900 16010-14 BASIC ELECTRICAL RO—3/6/06 REQUIREMENTS GREEN MEADOW 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 ofContract, including General and Supplementary Conditions and Division 1 Specification Sections,apply to 0iis Section. ' 1.2 SECTION INCLUDES A. Testing and start-up of the electrical installation. ' D. Insulation resistance tests. C. High potential testing. D. Transformer tests. . ' E. Medium voltage switchgear test. F. Switchboard and panelboard testing. G. Grounding system test. H. Medium and low voltage cable test. 1. Motor and motor starter tests. J. System function tests. ' 1.3 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"Grounding". 4r Division 16, Section"Motor Control Center". t5. Division 16, Section"Medium Voltage Motor Controllers". 1.4 REFERENCES ' A. NEC-National Electrical Code 13. . ICEA - Insulated Cable Engineers Association C. NEMA-National Electrical Manufacturers Association C5X61900 16030-1 ELECTRICAL TESTING AND ' RD-8/29/05 INSTALLATION CHECK-OUT GREEN MEADOW PUMP S'T'ATION ' CITY OF JEFFERSON, MISSOURI D. IEEE- Institute of Electrical and Electronic Engineers E. Manufacturer's Instructions and Maintenance Manuals for each Particular Apparatus 1 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 or 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 tests. 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 any corrective work shall be 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 the Owner deems necessary for making a complete and thorough test of equipment operation. B. 'file 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 tinder this contract before their final completion and written acceptance by the Owner, shall not be construed as an evidence orthe acceptance of same by the Owner. C5X61900 16030-2 ELECTRICAL TESTING AND RO-11/29/05 INSTALLATION CHECK-OU'r ' ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 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. PART 3 -EXECUTION ' 3.1 GENERAL A. Conduct tests in the presence of the Owner, except when advised that his presence will not 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 tests 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(Mcgger) 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. ' 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, ICEA, IEEE,and the manufacturces recommendations. 2. Prior to any high potential test, a Mcgger test shall be made on the equipment. In the event that the Megger 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 Mcgger test shall be made. In the event that this test value is less than 0.85 of the previous Mcgger test value, the possibility exists that the high potential test has damaged the insulation; the Owner shall be advised if this should occur. Q. Records of all high potential tests, identified as to circuit, shall be submitted to the Owner. ' C5X61900 16030-3 ELECTRICAL TESTING AND RO—8/29/05 INSTALLATION CHECK-OUT GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 5. the Owner shall 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. Power transformers shipped to the site shall be given the following Megger tests and values recorded: I. High voltage winding to ground with low voltage winding grounded. ' 2. Low voltage winding to ground with high voltage grounded. 3. High voltage winding to low voltage winding with neither grounded. B. Distribution transformers and their associated equipment shall be checked as follows: ' I. Proper tap setting. 2. Phase relation. ' 3. Tightness of phase and ground connections. 4. Neutral to ground link connection. 5. Electrical operation of cooling fan circuit, including automatic operation by the temperature device, high temperature alarm contacts and temperature indicator. ' 6. Cooling fan rotation, blade condition and vibration. 7. Noise level. C. General-purpose transformers shall be checked for proper tap setting, phase relation, no-load and full-load voltage at the transformer or process bus. 3.4 MEDIUM VOLTAGE SWITCHGEAR A. Inspect arcing blades for proper quick break operation. ' B. Inspect main and arcing blades for proper alignment. C. Inspect operating mechanism for proper operation and lubrication. ' D. Check all bus and cable connections for tightness. Torque to prescribed foot-pound level. ' E. Perform insulation resistance test and all tests specified in the equipment vendor's instructions. 3.5 SWITCHBOARD AND PANELBOARDS ' A. MEDIUM voltage and 480V switchboards and panelboards shall be Megger tested. B. Switchboards and panelboards shall be checked for the following: 1 1. Bus and cable connections 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 tr nsl'orners. S. Ratio of current and potential transformers. ' C5X61900 16030.4 ELECTRICAL TESTING AND RO—8/29/05 INSTALLATION CHECK-OUT ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 6. Wiring and operation of all control switches. 3.6 PROTECTIVE OVERCURRENT RELAYS ' A. Inspect relay cover for broken glass and clean. Inspect for dust, iron filings, rust or other foreign objects. Inspect operation and contacts. Check time and instantaneous targets. Tighten all connectors. ' B. Electrical Checks: 1. Zero pickup dial to be checked. ' 2. Minimum pickup current to be established. 3. Timing points to be at 200%and 300%. 4. Instantaneous pickup points to be found and operator target to be checked. ' 5. Seal in pickup points to be found. 6. Insulation resistance to ground to be measured at 1200 volts D.C. 7. Pickup points to be checked against coordination curves supplied by the Switchgear Supplier. 3.7 SWITCHBOARD AND SWITCI-IGEAR INSTRUMENTS A. Ammeter Tests: 1. Check connections from current transformer. 2. Check ammeter scale with current transformer ratio. 3. Set pointer on Zero scale with no load. 4. Apply secondary current and check for accuracy. ' B. Voltmeter Tests 1. Check voltmeter with potential transformer ratio. Set pointer on zero scale. 2. Check voltmeter reading with test voltmeter when energized. ' C. Current(CT)and Potential(PT)Transformers I. Physically check polarity mark orientation on all CTs and PT's with three-line diagrams ' and manufacturers drawings. 2. Where CTs are used for relaying,the following tests shall be performed: a. Electrically check for correct polarity markings. b. High current ratio test by injection of primary currents. ' C. Current readings shall be taken at relays, meters and instrument test blocks to verify CT ratio with connected burden. 3. Electrically check all PT polarity markings. ' D. Ground Fault System 1. All tests shall be completed before the initial energization of the service equipment. ' 2. The relay pick-up current shall be determined within the limits of the device tolerance by primary injection of current at the C.T. and effecting a main protective device trip operation. 3. The relay timing shall be tested by injecting 150% and 300% of pick-up current into the C.T. and electrically monitoring the trip time with a cycle or digital counter. The total trip time minimum the breaker or switch reaction time equals the relay time. This relay ' time shall be compared to the manufacturer's published time. C5X61900 16030-5 ELECTRICAL TESTING AND RO—8/29/05 INSTALLATION CHECK-OUT GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 4. The system's neutral insulation resistance shall be tested to insure no shunt ground paths. The neutral-ground disconnect link shall be removed, neutral meggered clear and link replaced. 5. Operate the monitor(test panel) to insure proper indication and test operation sequence. 6. Affix calibration labels to all equipment tested. Labels shall indicate date test, engineer, ' firm name and relay trip date as calibrated(trip time and relay setting in amperes). 3.8 GROUNDING SYSTEMS ' A. Tests shall include measurement of ground resistance at the following equipment and structures: I. All primary switchgear. , 2. All power transformer frames and neutral grounds. 3. All secondary switchboards of unit substations. 4. Other miscellaneous grounds selected at random in a manner to be representative of the ' entire installation. 5. Ground system ground rods. 6. Isolated instrumentation system. ' B. Ground tests shall be made on system ground rods using the 113 PROBE - FALL OF POTENTIAL" method. All other ground tests may be measured to system ground by use of ground reference method. ' C. Prior to full test by the test agency, the Contractor shall certify that the equipment has been correctly installed. D. Maximum acceptable resistance value shall be no more than 5 ohms to ground. 3.9 CABLE ' A. Medium Voltage Insulation Cable , 1. Feeders for medium voltage, 3 phase, motors shall be given a Kenotron (Hi-Pot) test before being energized. The feeders shall be tested by obtaining the manufacturer's recommended D.C. Proof Test Voltage for the particular cable size and insulation type , and thickness, and impressing voltage, in 2000-3000 volt equal increments, up to the D.C. Proof Test Voltage value. The test voltage shall be maintained for I minute at cacti increment and for 5 minutes at the final increments. Leakage current readings shall be ' taken at the end of each increment and at each 2 minute period of the final increment. The voltage shall be impressed from each phase to the grounded conduit with the other phases grounded to the grounded conduit. Voltage changes, either increasing or decreasing, shall be accomplished at a very slow rate so as to minimize induced voltage ' in adjacent circuits. 2. Readings shall be taken with all motor wiring connected, with all power fuses removed and with all starter contacts mechanically held closed. Readings shall be taken between ' each phase wire and ground. B. I. Insulation Cable I. Feeders for 480,3 phase motors: C5X61900 16030-6 ELECTRICAL TESTING AND ' RO—8/29/05 INSTALLATION CHECK-OUT ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI a. Insulation resistance of all 480V, 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. 2. 480V feeders: 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. Readings 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. 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. 3.10 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 tightness. 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 tested in accordance with the manufacturer's recommendations. D. Mechanically and electrically check all disconnecting devices. E. Install fuses and 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. ' 3. Fuse size and type. 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. H. Check motors for proper rotation after insulation tests and lubrication check but before coupling motor to the load. ' 3.11 SYSTEM FUNCTION TESTS A. Electrical control equipment, interlock and sequential control systems,and instrument circuiting prcwired by manufacturer or assembled and wired in field, shall be checked for correct and tight connections and shall be given a complete functional test as directed by the Owner. Functional C5X61900 16030-7 ELECTRICAL TESTING AND RO—8/29/05 INSTALLATION CHECK-OUT GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI tests shall include checking intended modes and sequences of operation of all switches, relays, contactors, circuit breakers, indicating lights, meters, solenoid VOWS, etc., 10 prove proper functioning of the equipment and system. END OF SECTION 16030 r i C5X61900 16030-8 ELECTRICAL TESTING AND RO'-8/29/05 INSTALLATION CHECK-OUT 1'r' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 16110—RACEWAYS 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. 112 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: I. 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 C80,5—Rigid aluminum conduit. 3. ANSI/NEMA FB-I —Fittings and supports for conduit and cable assemblies, 4. NEMA RN-1 —PVC-conted 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 munufacturces data for raceways. rPART 2-PRODUCTS ' 2,1 GENERAL' A. Provide raceways of types and sizes as indicated including bushings, couplings,offsets, elbows, expansion joints, adapters,and other components as needed for complete system. C5X61900 16110-1 RACEWAYS ' RO—8129105 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI B. Where types and sizes are not indicated, provide raceways as required to fulfill requirements and comply with die National Electrical Code. 2.2 INTERIOR AND ABOVE GRADE A. Acceptable Manufacturers: ' 1. Allied Tube&Conduit 2. Or Equal B. Conduit: aluminum conduit shall be manufactured of 6063 alloy in temper designation T-1, adhering to U.L. 6,"Standard for Rigid Metal Conduit"and manufactured to ANSI C80.5. , C. Fittings: aluminum conduit fittings shall be manufactured of 6005 alloy. EMT and elbows shall be listed by U.L./ANSI 797 "Standard for Electrical Metallic Tubing". Aluminum set-screw �. couplings are listed by U.L. 514B "Standard for Fittings for Cable and Conduit". 2.3 BELOW GRADE ' A. Acceptable Manufacturers: 1. Carlon , 2. Or Equal B. Conduit and Fittings: PVC conduit and fittings shall be Schedule 80, rated for 90°C conductors, U.L. listed or approved equal. Material shall comply with NEMA Specification TC-2 and TC-3 and U.L. Standards 651 and 514b. PART 3-EXECUTION ' 3.1 INSTALLATION ' A. Install aluminum conduit within office/laboratory building. B. Install non-metallic (PVC) conduit, schedule 80, within floor slabs, under slabs on grade, and ' underground outside buildings. Provide rigid aluminum conduit and fittings up to one (1) foot below grade on all conduits entering floor or ground. ' C. Install aluminum conduit and fittings, minimum size of 1/+", above floor inside process buildings and above grade outside, unless noted otherwise. Use stainless steel fastening/anchoring devices for outdoor locations and fiberglass fastening/anchoring devices for indoor locations. D. Install liquid-tight flexible metallic conduit f'or 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 non- metallic conduit. F. The minimum size for all types of conduit shall be 1/;'. C5X61900 16110-2 RACEWAYS RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI G. All raceways shall be spaced ''/a" minimum off all concrete surfaces including concrete block masonry. 3.2 INTERIOR CONDUIT ' A. Install exposed runs of conduit, and conduit located above lay-in ceilings, parallel or perpendicular to walls. Install horizontal raceway runs above, and 6 inches away from, water and chemical piping. 3.3 EXTERIOR CONDUIT wA. Coat underfloor and underground metal raceways with bitumastic-type protective coating prior to placing concrete or backfill. 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 bank 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 6 inches below finished grade. Underground warning tape shall be six-inches wide by 0.0035-inch thickness polyethylene film having high acid-and alkali-resistant properties. Tape 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 INSTALLATIONS 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. ' B. Install top of duct bank minimum 30 inches below finished grade sloping toward manholes with minimum grade of inches per 100 feet. ' C. Conduit joints in concrete encased duct banks shall be staggered a minimum 6 inches in horizontal and vertical planes. D. 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. ' E. Provide minimum 3-inch concrete cover at bottom, top,and sides ofduct bank. F. Provide two No.4 steel reini'oreing bars in top of bank under paved areas. G. Only fittings listed as concrete-tight by Underwriters' Laboratories, Inc., shall be used in concrete. C5X61900 16110-3 RACEWAYS RO—8129/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI Fl. Concrete poured with the duct bank section shall be forced into any conduit entry hole(s) to form a monolithic connection with structure. Entries into buildings shall be made watertight ' using an epoxy coating recommended for basement waterproofing. 1. 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 spare conduit shall be plugged using an approved expandable, removable plug, upon acceptance of each conduit section. ' J. Pull cords shall be provided in empty spare conduits. Pull cords shall be 1/8-inch polyethylene rope, three strand minimum. 3.5 FITTINGS A. Install expansion fittings where conduits pass through building expansion joint's 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 sealing 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. D. Use UL listed fittings and sealing material installed in accordance with NEC Article 500 for explosive atmospheres. 3.7 PULL WIRES ' A. Provide pull wires in, and insulating bushings on, all conduits in which wiring is to be installed by others. ' 3.8 CLEANING A. Afier 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. END OF SECTION 16110 ' C5 X61900 16110-4 RACEWAYS RO—8/29/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 16120—WIRES AND CABLES 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. 1.2 SUMMARY A. This Section includes building wires and cables and nssociated splices, connectors, and terminations for wiring systems rated 600 V and less. 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"Wiring Devices." 4. Division 16, Section "Grounding." 5. Division 16, Section`Electrical Identification:' ' 1.4 REFERENCES A. American Society for Testing and Materials(ASTM): I. ASTM B3 -Specification for Soft or Annealed Copper Wire. B. National Electrical Manufacturers Association(NEMA): 1. NEMA ICS 4 -Terminal Blocks for Industrial Users. 2. NEMA WC 3 (ICEA S-19-1981) - Rubber-insulated Wire and Cable for the Transmission and Distribution of Electrical Energy. ' 3. NEMA WC 5 (ICEA 5-61-402) - Thermoplastic-Insulated Wire and Cnble for the Transmission and Distribution of Electrical Energy, 4. NEMA WC 7 (ICEA 5-66-524) - Cross-Linked-Thermosetting-Polyethylene-Insulated Wire and Cable for 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. 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. C5X61900 16120-1 WIRES AND CABLES RO—8/29/05 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON,MISSOURI 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 the 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. ' 13. Provide products specified in this Section that are listed and labeled as defined in NEC Article r 100. 13 SEQUENCING AND SCHEDULING A. Coordination: Coordinate layout and installation of cable with other installations. 1. 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. ' PART2- PRODUCTS ' 2.1 MANUFACTURERS , A. Wire and Cable: 98% 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 D. B. Manufacturers: Subject to compliance with requirements, provide products by one of the , following: I. American Insulated Wire Corporation,a Leviton Company(Pawtucket, R.1.). 2. Belden Wire&Cable Company(Richmond, Ind.). 3. Carol Cable(Highland Heights, Ky.). 4, Dearborn Wire and Cable Incorporated(Wheeling, 111.). 5. Guardian Products Division,General Cable Company(Greenwich,Conn.). C5X61900 16120-2 WIRES AND CABLES RO—8/29/05 , GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI ` 6. Pirelli Cable Corporation(Greenwood, S.C.). 7. Rome Cable Corporation(Route,N.Y.). 8. Southwire Compnny(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 5, ' D. Cross-Linked Polyethylene Insulation: Conform to NEMA WC 7. E, Ethylene Propylene Rubber Insulation:Conform to NEMA WC S. F. Metal Clad: Conform to UL 1569. ' G. Solid conductor for#10 AWG and smaller; stranded conductor for larger than #10 AWG. H. The Factory color code insulation for feeders and branch circuit conductors 46 AWG and smaller shall be according to the following table. Conductors#4 AWG and larger shall be taped coded consistent with the following table: Voltage 120/208 120/240 277/480 Phase A Black Black Brown Phase B Red Red Orange ' Phase C Blue Yellow Neutral White White Gray Ground Green Green Green 2.3 CONNECTORS AND SPLICES ' A. Connectors (#10 AWG and Smaller): UL-listed solderless pressure connectors for pigtail splicing. Connectors shall employ square-wire spring inside thermoplastic shell with built-in contoured wings. Connectors shall be Wing-Nut" manufactured by Ideal Industries, Incorporated (Sycamore, 111.); P-CONN"" manufactured by Electrical Group, Panduit Corporation (Tinley Park, 111.); W-Cap T"i manufactured by Buchanan Construction Products, ' Incorporated (Hackettstown, N.J.); Freesprine manufactured by Electrical Components Division, Thomas & Betts (Memphis, Tenn.); or equal. Splices not permitted on feeder and motor wiring unless approved by the client or his representative. CSX61900 16120-3 WIRES AND CABLES RO—8129105 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON,MISSOURI Wire Range/ Ideal I'anduit Buchanan Thomas& ' Service Betts 2-918 AWG (min) 451mYellow Model PI Yellow WI I-Ii-Y ' 3-#12 AWG max 2414 AWG (min) 4527D Red Model P2 Red W2 l li-R , 5412 AWG (max) 3412 AWG (min) 454a'Blue Model 114 Blue-Grey W4 Hi-B ' 146&248 AWG(max) Grounding Greeniev -- Green-WTM Hi-GRa' ' Wet Locations Twister" DB B-Cap° -- P/us"I" I I Twist& Seal ' B. Connectors for straight splicing signal and control wires 1110 AWG and smaller shall be UL- ' Iistcd solderless compression typo. Compression connectors shall be Type SN INSULINO" manufactured by U.S. Electrical Division, Durndy Corporation(Manchester, N.FI.); 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 size. Two way splices shall be long barrel, non-insulated indenture type such as Type YS ' 1-IYLINKTM manufactured by U.S. Electrical Division, Durndy Corporation (Manchester,N.H.); Series CSL manufactured by COMEC Electrical, Incorporated (Hamilton, Ohio); Blackburno Type CU manufactured by Electrical Components Division,Thomas&Betts(Memphis,Tenn.); ' Type CTL manufactured by ILSCO(Cincinnati, Ohio); or equal. D. Terminal Connectors (#10 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 ' VINYLUGT"' manufactured by U.S. Electrical Division, Durndy Corporation (Manchester, N.1 1.); Sta-Kon' manufactured by Electrical Components Division, Thomas & Belts(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 size. Terminal post connectors Shull be long barrel,one-hole(for up to 113/0 AWG)or two-or four-hole(for#410 AWG and httget)mount indenture type such as Types YA, YA-TC, YA-2N, YA-2TC, YA-4N, and YAB-4N HYLUGTM manufactured by U.S. Electrical , Division, Burndy Corporation (Manchester, N.H.); Series CCB and CCBL manufactured by COMEC Electrical, Incorporated (Hamilton, Ohio); Blackburn Type CTL and LCN manufactured by Electrical Components Division, Thomas& Betts (Memphis, Tenn.); Types CRA-L, CRB-L, CRA-L2, CRD-L2, laid CRC-L2 manufactured by ILSCO (Cincinnati, Ohio); or equal. C5X61900 16120-4 WIRES AND CABLES ' RO—8/29/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 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 will) no solvent to attack wire insulation, plastic ' tape, or conduits. Lubricant shall be Yellow 77*, Aqua-Gel CWTM, or Wire-Lubco manufactured by Ideal Industries, Incorporated (Sycamore, lit.); WireSlice manufactured by Electrical Components Division,Thomas&Betts(Memphis,Tenn.); or equal. ' H. Cable Supports: Type S with pOZi-grip Wedging Plug manufactured by O-Z/Gcdney Company,a Unit of General Signal (Terryville,Conn.); or equal. ' 1. Cable Tags: Cable tags for coding of individual conductors shall be printed plastic tape manufactured by Electrical Group, Panduit Corporation (Tinley Park, III.); 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 laving a high dielectric strength and a resistance to sun, water, oil, acids, and corrosive chemicals. Tape shall be Super 88 Scotch T11 Vinyl Electrical Tape manufactured by 3M Electrical Products Division (Austin, Tex.);or equal. K. Putty: Electrical insulation putty shall be rubber-based elastic putty in tape form. Putty shall be ScotchrIT?,i 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 deg. C wet or dry rating, NEC Type XI-I1iW or X1114W-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 TIIFIN or THWN-2 insulation for 96 AWG and smaller and 90 deg. C, Type XHIiW or XIiI-IW-2 insulation for 04 AWG and larger, copper conductor, in raceway. ' CSX61900 16120-5 WIRES AND CABLES RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY Of JEFFERSON, MISSOURI C. Motor Circuits (#8 AWG and Smaller): 600 volt 90 deg, C, NEC Type THHN or TIIWN-2 insulation,copper conductor, in raceway. ' D. Motor Circuits (#6 AWG and Larger): 600 volt 90 deg. C, NEC Type XI-IHW or XHI-IW-2 insulation, copper conductor, in raceway. ' E. Control Circuits: 1. Greater than 50 volts to ground, multiple single conductor circuits — 600 volt, Type ' THHN/TH WN insulation, stranded 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, 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 ' Standard of Installation. D. Pull conductors into raceway simultaneously where more than one is being installed in same raceway. 1, Use pulling compound or lubricant where necessary; compound 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. Splices and tapes are not permitted unless approved by the client or his representative. When the client has approved splices or tapes, 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 mm)of slack conductor at each outlet. r H, Connect outlets and components to wiring and to ground as indicated and instructed by ' manufacturer. Tighten connectors and terminals, including screws and bolts, according to equipment manufacturer's published torque-tightening values f'or equipment connectors. Where manufacturer's torque requirements are not indicated, tighten connectors and terminals according to tightening torques specified in UL 486A. C5X61900 16120.6 WIRES AND CABLES ' RO—8/29/05 1 GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI 1. The drawings indicate the minimum number of wires for connecting the devices and equipment In addition to the number of single conductor control wires specified in u conduit as shown on the drawings include a#12 green ground wire per NEC and 20% additional spares (a minimum of one additional wire) in each control conduit run. 3.4 FIELD QUALITY CONTROL A. Testing: Upon installation of wires and cables and before electrical circuitry fins been energized, I demonstrate product capability and compliance with requirements. Provide engineer with list of insulation test results in mcgoltms for phase-to-phase and phase to ground of each conductor using 1000 volt do meg-ohm meter. Apply meg-ohm meter for no less than 30 seconds for each test. B. Procedures: Perform each visual and mechanical inspection and electrical test stated in NETA Standard ATS, Section 7.3,I. 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. END OF SECTION 16120 1 I 1 I 1 1 ' C5X61900 16120-7 WIRES AND CABLES RO—8129/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI SECTION 16130- ELECTRICAL BOXES AND FITTINGS 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. ' 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 wcathertight boxes. ' 1,3 RELATED SECTIONS A. Tim following Division 16 specification sections describe related work: I. Division 16, Section"Basic Electrical Requirements," ' 2. Division 16,Section"Rnceways" 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. NEMA 250—enclosures for electrical equipment(1000 volts maximum), ' D. UL Standard#6 and#5148. E. NEMA RN 1 F. Construction of all junction and pull boxes shall be approved for use in the area classification in ' which they are located, 1.5 SUBMITTALS ' A. Submit manufacturer's data on all electrical boxes and fittings. ' CSX61900 16130-1 ELECTRICAL BOXES RO—8/29105 AND FITTINGS GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI PART2 -PRODUCTS 2,I DEVICE AND OUTLET BOXES A. Provide aluminum device and outlet boxes of sizes as required, installed 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 that are compatible with boxes being , used, 2.2 JUNCTION AND PULL BOXES ' A. Provide aluminum junction and pull boxes of sizes as required. 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. 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 WEATHERTIG14T 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 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 left for future use. C5X61900 16130-2 ELECTRICAL BOXES ' RO—8/29/05 AND FITTINGS , ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 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 aluminum conduit boxes and fittings shall be per manufacturer's instructions for clamping,cutting, bending,threading, and assembly. END OF SECTION 16130 1- ' C5X61900 16130-3 ELECTRICAL BOXES ' RO—8/29/05 AND FITTINGS GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 16140- WIRING DEVICES PART1 -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 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: ' 1. 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 A. NEMA WD I —General Purpose Wiring Devices B. NEMA WD 2—Semiconductor Dimmers for Incandescent Lamps C. NEMA WD 5—Specific-purpose Wiring Devices 1.5 DESCRIPTION OF WORK A. The extent of wiring device work is indicated on drawings. 1.6 SUBMITTALS A. Submit manufacturer's data on wiring devices. ' PART 2-PRODUCTS 2.1 MANUFACTURERS A. Receptacles, Switches,and Wallplates: ' C5X 61900 16140.1 WIRING DEVICE'S ' RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 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 wall plates. C. A grounding conductor shall ground yokes on receptacles and switches. ' 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. ' B. Duplex receptacles shall be rated 20 amperes, 125 volts, NEMA 5-20R, unless indicated otherwise. , 2.4 MISCELLANEOUS RECEPTACLES A. All other receptacles shall be of same quality as general duly 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 Hz, with solid-state ground-fault sensing, 5 milliamperes trip ' level,NEMA 5-20R. 2.6 SWITCHES ' 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, C5X 61900 16140-2 WIRING DEVICES ' RO—8129/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 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 jumper from grounding terminal on each receptacle to grounding terminal on device box. 3.4 TESTING A. Test each wiring device for proper operation and proper polarity., Make corrections as ' necessary. END OF SECTION 16140 1 : 1 ' 65X 61900 16140-3 WIRING DEVICES R0—8129105 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 16160-PANELBOARDS ' PARTI -GENERAL ' 1.1 RELATED DOCUMENTS ' A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. This section provides the technical requirements for the design, manufacture, and installation of the following: I. Distribution pnnelboards. 2. Lighting and appliance branch circuit panelboards. ' 1.3 RELATED 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." II. Division 16, Section"Lighting." 1.4 REFERENCES A. NEMA AB I - Molded Case Circuit Breakers. B. NEMA KS I - Enclosed Switches. C. NEMA PB I - Panelboards. D. NEMA PB 1.1 - Instructions for Safe Installation, Operation and Maintenance of Panelboards ' Rated 600 Volts or Less. E. NEMA PB 1.2 -Application Guide for Ground-fault Protective Devices for Equipment. 1.5 SUBMITTALS ' A. Submit manufacturer's data on panelboards with all electrical characteristics clearly identified. C5X61900 16160-1 PANELBOARDS ' RO—8129/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON,MISSOURI B. Submit a dimensioned layout of the space containing the panelboard 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 MANUFACTURERS- PANELBOARDS A. . Square D B. Siemens C. General Electric ' D. Or Equal 2.2 DISTRIBUTION PANELBOARDS A. Panelboards:NEMA PB 1; circuit breaker type. B. Enclosure: NEMA PB I; Type 1 Cabinet size: 6.5 inches deep; 26 inches wide. 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. F. Each circuit breaker located within distribution panelboard shall have a red visual trip indicator ' visible through a clear window. G. Molded Case Circuit Breakers; NEMA AB I; 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. H. Molded Case Circuit Breakers with Current Limiters: NEMA AB 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 I; provide circuit breakers with integral thermal and instantaneous magnetic trip in each pole, coordinated with automatically C5X61900 16160-2 PANELBOARDS RO—8/29/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI resetting current limiting elements in each pole. Interrupting rating 100,000 symmetrical ' amperes, let-through current and energy level less than permitted for sane size Class RK-5 fuse. J. Knockouts on distribution pnnelboards shall not be the pre perforated type. 23 BRANCH CIRCUIT PANELBOARDS ' A. Lighting and Appliance Branch Circuit Panelboards:NEMA PB 1;circuit breaker type. B. Enclosure:NEMA PB l;Type I or Type 3R rated for the area 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. Panelboard shall have a metal slot circuit directory holder with a heavy card,adhesive directories are not acceptable. E. Provide panclboards with copper bus, ratings as scheduled on Drawings. Provide copper ground bus in all panclboards. ' F. 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 brunch circuit panelboard shall have a red visual trip visible through a clear window. ' PART 3 -EXECUTION 3.1 INSTALLATION A. Install panclboards plumb and flush with wall finishes, in conformance with NEMA PB 1.1. ' 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. CSX61900 16160-3 PANELBOARDS ' RO—8/29/05 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON,MISSOURI B. Prior to energization of panelbonrds, 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 1' 1r y C5X61900 16160-4 PANELBOARDS RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 16170—MOTOR AND CIRCUIT DISCONNECTS PARTI -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions .:' and Division I Specification Sections,apply to this Section. 1.2 SECTION INCLUDES A. Disconnect switches: 1. Equipment disconnects 2. Motor circuit disconnects 3. Appliance disconnects ':- B. Fuses, ' 13 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"Wire and Cable". 1.4 REFERENCES 1 A. ANSI/UL 198C-High-Intensity Capacity Fuses; Current Limiting Types. ' B. ANSI/UL I98C-Class R Fuses. . ' C. NEMA KS I - Enclosed Switches, 1,5 SUBMITTALS A. Submit product data in accordance with Division 13. B. Include outline drawings with dimensions, and equipment ratings for voltage, capacity, ' horsepower,and short circuit, i I I C5X61900 16170-1 MOTOR AND CIRCUIT ' RO-8/29/05 DISCONNECTS GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI PART 2 -PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS -DISCONNECT SWITCHES A. Square°D" r B. Westinghouse C. Cutler-Hammer ' D. Or equal ' 2.2 DISCONNECT SWITCHES ' A. Fusible Switch Assemblies: NEMA KS I; quick-make, quick-break, load interrupter enclosed knife switch with externally operable handle interlocked to prevent opening front cover with switch in ON position. Handle lockable in OFF position. Fuse Clips: designed to accommodate ' Class R fuses. B. Nonfusible Switch Assemblies: NEMA KS I; Type HD; quick-make, quick-break, load ' interrupter enclosed knife switch with externally operable handle interlocked to prevent opening front cover with switch in ON position, Handle lockable in OFF position. C. Enclosures:NEIv1A KS 1;as indicated on Drawings. D. Terminals: All line and load tenninafs to be for copper and aluminum wire. Provide two (2) , equipment grounding lugs, factory installed. Provide neutral kits where required. 2.3 FUSES (600 Volts and Less) ' A. All fuses for the distribution system shall be of the same manufacturer to ensure selective ' coordination and shall be made by Bussmann Manufacturing Division, Cooper Industries, or equal. Fuses shall have a U,L. listed 300,000-ampere interrupting rating. B. Equipment shall not be shipped to the project with the fuses installed, ' C. Type of fuses to be used shall comply with the following, unless otherwise noted on the plans: I. 0 to 600 ampere: use Bussmann LOW PEAK YELLOW, U,L, Class RK-I, dual-clement, ' time delay fuses, a. Type LPN-RK(amp)SP for 250 volts. b. Type LPS-RK(amp)SP for 600 volts. ' 2. O to 600 ampere, Class J fuses: use Bussmann LOW PEAK YELLOW, Class J, dual- element,time delay fuses. a. Type LPJ(amp)SP. 3. 601 to 6000 ampere: use Bussmann LOW PEAK YELLOW, U.L. Class L, time delay fuses, with pure silver links. a. Type KRP-C(amp)SP. CSX61900 16170-2 MOTOR AND CIRCUIT RO—8/29/05 DISCONNECTS GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI - D. Furnish a complete set of spare fuses to the Owner for each size and type used on the project. ' . The set shall consist of three (3) fuses of each rating over 60 amperes and a box of ten (10) fuses of each rating of 60 amperes and less. Furnish a Bussmann Spare Fuse Cabinet (SFC) to be located near each switchboard. ' - PART 3 - EXECUTION INSTALLATION 1 .. A. Install disconnect switches where indicated on Drawings. B. Install fuses in fusible disconnect switches, C. Provide grounding connections sufficiently tight to assure n permanent and effective ground, END OF SECTION 16170 , 1 1 CSX61900 16170-3 MOTOR AND CIRCUIT ' RO-8/29/05 DISCONNECTS GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 16190 - SUPPORTING DEVICES PARTI -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 SECTION INCLUDES ' 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". 5. Division 16, Section"Wires and Cables". ' 1.4 QUALITY ASSURANCE ' A. Support systems shall be adequate for weight of equipment and conduit, including wiring, which they carry. ' B. Supports in sanitary process, filling and packaging areas shall be stainless steel plates, angles and rods. PART 2-PRODUCTS ' 2.1 MATERIAL-FABRICATED SUPPORTS A. Structural Shapes: channel,tube,and angle; galvanized or painted steel,stainless steel. ' B. Strut System: U-Channel, minimum 12 gage, solid, galvanized steel as manufactured by Unistrut or equal. C. Pipe: Schedule 40 stainless steel. ' D. Plate: Stainless steel. C5X61900 16190-1 SUPPORTING DEVICES RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 2.2 MATERIAL-CLAMPS AND HANGERS A. Beam Clamps: Malleable iron. Formed or stamped steel beam clamps are not allowed. ' B. One Hole Clamp with Clamp Back: Malleable iron,aluminum. , C. Individual Conduit I-iangert With boll,stainless steel or aluminum. D. Hanger Rod: Stainless steel; threaded on ends only. ' E. Fittings for Strut System: Galvanized steel end caps, conduit clamps, conduit hangers, U-bolls. F. Hardware: Corrosion resistant. Plastic or fiber expansion inserts are not allowed. ' PART 3 -EXECUTION ' 3.1 INSTALLATION , A. Conduits shall not be installed tight against any building wails, steel columns, floor or ceilings. Conduits shall be supported to such surfaces with clamp backs allowing at least a 1/4 inch air ' space, except where channel or strut type supports arc used. B. 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 shall be spaced not more than as required by NEC. C. 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 of interference. D. Use one-hole clamp with clamp back malleable iron for individual conduit support. ' E. Stainless steel or aluminum type conduit hangers with bolts shall be used to support horizontal and vertical conduits in dry areas,and in wet areas. ' F. Fabricate supports for grouped conduit runs, control cabinets, transformer racks, electrical equipment racks, cable racks from galvanized steel strut system complete with compatible ' assembling hardware. G. Fabricated supports shall be rigidly welded or bolted to present u neat appearance. Use hexagon ' head bolts with spring lockwashers under nuts. 1.1. Beam clumps for supporting conduit trapeze, conduits, lighting fixtures, electric tracks, equipment and etc. shall be malleable iron type complete with set screw and tapped hole in base and buck for bolt or hanger rod. C5X61900 16190-2 SUPPORTING DEVICES RO—8/29/05 ' GREEN MEADOW PUMP STATION CITY Of JEFFERSON,MISSOURI I. Minimum size hanger rod for supporting equipment, conduit runs,junction and pullboxes shall be 3/8 inch diameter. Hanger rods shall be sized for supporting required fonds. J. Wood backing shall not be used for mounting tiny equipment. Steel framework or strut type channels shall be used for equipment mounting. K. Above suspended ceilings equipment, conduit runs and outlet boxes shall be rigidly secured by means of proper size machine screws with spring washers. L. On concrete, brick, etc. - equipment, conduit runs and outlet boxes shall be rigidly secured by means of proper sized machine screws or bolts and expansion anchors. ' M. In hollow masonry, tile, plaster or gypsum board, use toggle type bolts to secure equipment, conduit runs and outlet boxes in place. ' N. On building steel - Equipment, conduit runs, outlet boxes and support hanger shall be fastened by means of approved clamp type supports which slinil provide a rigid and vibration-proof support. O. Junction or pullboxes, where mounted on concrete, brick, etc., shall be rigidly fastened by ' means of proper sized machine bolts and approved type expansion 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. P. Do not use powder-actuated or ramset anchors. ' Q. 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 or supporting brackets may be allowed upon prior approval from the Owner. R. in wet locations install free-standing electrical equipment on concrete pads. ' S. Install surface-mounted cabinets and patielboards with minimum of four anchors. Provide stainless steel channel supports to stand cabinet one inch off wall. ' T. In sanitary process and filling areas, where possible, conduits shall be supported on pipe racks that are furnished by other trades. Provide stainless steel hangers and conduit supports where conduits extend beyond the pipe racks. U. Use stainless steel plates, angles and rods for conduit supports and brackets for pushbutton stations, control cabinets, limit switches, and other in or off line sensors and instruments,where ' located on walls, on packaging lines or on process equipment in sanitary process, filling and packaging areas. V. No strut U-channel or strap hangers with holes shall be used in sanitary process, filling and patckuging wrens. C5X61900 16190-3 SUPPORTING DEVICES RO—8/29/05 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI W. Do not fasten supports to piping, ductwork, mechanical equipment, process equipment, ;`.; machines or conduit. END OF SECTION 16190 ti r. v rs � 11', l4, C5X61900 16190-4 SUPPORTING DEVICES _? RO—8129/05 r rx GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 16195 -ELECTRICAL IDENTIFICATION ' PART ] -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Nameplates and legend plates. B. Wire and cable markers. ' C. Danger signs. D. Identification markers. ' E. Underground conduit/cable warning. 1 F. Motor tags. G. Instrument tags. 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 "Wire and Cable". 5. Division 16, Section"Paneiboards". '. 6. Division 16, Section"Medium Voltage Motor Controllers". 7. Division 16, Section"Dry Type Transformers", 8. Division 16, Section "Motor Control Centers". ' PART 2-PRODUCTS ' 2.1 MATERIALS A. Nameplates: Engraved three-layer laminated plastic, black letters on a white background, beveled edges, 1/16 inch thick minimum. ' C5X61900 16195-1 ELECTRICAL ' RO—8/29/05 IDENTIFICATION GREEN MEADOW PUMP STATION ' CITY Of JEFFERSON, MISSOURI B. Wire and Cable Markers: Cloth markers, nrnnufacturces standard vinyl-cloth self-adhesive cable/conductor markers of wrap-around type; either pre-numbered plastic coaled type, or write- ' on type with clear plastic self-adhesive cover flap; numbered to show circuit identification. 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 size 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 SWITCH. 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 I 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 MANUFACTURERS A. Brady, W.H. Co. B. Ideal Industries, Inc. C. Panduit Corp. , D. Thomas and Betts PART 3 -EXECUTION , 3.1 INSTALLATION t A. Coordinate names, abbreviations and other designations 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 A 13,1 pertaining to minimum sizes for letter and numbers. B. Degrease and clean surfaces to receive nameplates. C. Install nameplates parallel to equipment lines. C5X61900 16195-2 ELECTRICAL RO-8/29/05 IDENTIFICATION , GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI D. Secure nameplates to equipment fronts using corrosion resistant screws and adhesive. In areas specified as process, tilling or packaging use stainless steel screws and adhesive. E. Secure nameplate to inside face ofrecessed panelboard doors in finished locations. F. Embossed tape will not be permitted f'or tiny application. G. Install electrical identification products as indicated, in accordance with manulbcturces written ' instructions,and requirements of NEC. H. Coordinate identification installation with surface finishing work. Where identification is to be applied to surfaces that 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 pnnelboard gutters, pill 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. 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: l inch. Provide text matching terminology and numbering of the contract documents and shop drawings. Provide signs for each unit ol'the following categories of electrical work. 1. Electrical substations. 2. Major electrical switchgear. ' 3. Switchboards, panclboards,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. Push button stations. 10. Disconnect switches ' D. Push button, selector switch, pilot light and etc., on push button stations furnished and installed by Contractor, shall be equipped with it legend plate engraved with device function (i.e., "Start", "Stop", "Motor Running"). Munufacturer's standard oversized legend plates shall be used. Letter size on legend plates shall not be smaller than 1/8 inch. CSXG 1900 16195-3 ELECTRICAL RO-8/29/05 IDENTIFICATION GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 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. 3. Bus duct plus-in devices. 4. Fluorescent and high intensity discharge lighting fixtures, ' 5, Exhaust,supply fans. 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. Electrical substations, 2. Major electrical switchgear. 3. Switchboards, panelboards, electrical cabinets and enclosures. ' 4. Access panel/doors to electrical facilities. 5. Motor control centers and motor controls. 6. Power transfer equipment. 7. Transformers. 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, ' 3.6 MOTOR TAGS A. Provide tags for motors. Attach with seven strand stainless steel wire to the conduit or cable ' fitting entering motor box, END OF SECTION 16195 , C5X61900 16195-4 ELECTRICAL RO—8/29/05 IDENTIFICATION ' JGREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 16289 -TRANSIENT VOLTAGE SUPPRESSION PARTI -GENERAL 11) 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 voltage surge suppressors for low-voltage power, control, and communication equipment, ' B. Related Sections include the following: 1. Division 13, Section "Control Panels". 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; furnished specialties; and accessories. B. Product Certificates: Signed by manufacturers of transient voltage suppression devices, certifying that products furnished are listed by UL in accordance with the following testing and labeling requirements: 1. UL 1283 certification. ' 2. UL 1449 listing and classification. C, Maintenance Datu: For transient voltage suppression devices maintenance data shall be ' furnished in maintenance manuals as specified in Division 1. D. Warranties: Special warranties as specified in this Section. 1.4 QUALITY ASSURANCE A. Source Limitations: Obtain suppression devices and accessories through one source from a single manufacturer. C5X61900 16289-1 TRANSIENT VOLTAGE ' RO-8/29/05 SUPPRESSION GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI B. Product Options: Drawings indicate size, dimensional requirements, and electrical performance of suppressors and are based on the specific system indicated. Other manufacturers' products ' complying with requirements cony be considered. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by u testing agency acceptable to authorities having jurisdiction, and marked for intended use. D. IEEE Compliance: Comply with IEEE C62.41, "IEEE Guide for Surge Voltages in Low ' Voltage AC Power Circuits," and test devices according to IEEE C62.45, "IEEE Guide for Surge Suppressor Testing." , E. NEMA Compliance: Comply with NEMA LS 1, "Low Voltage Surge 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 energize or connect service entrance equipment, panelboards, or , data terminals to their sources until the surge protective devices are installed and connected. B. Service Conditions: Rate surge protective devices for continuous operation under the following conditions, unless otherwise indicated: 1. Maximum Continuous Operating Voltage: Not less than 115 percent of nominal system operating voltage. 2. Operating Temperature: 0 to 120 deg F. 3. Humidity: 0 to 85 percent, non-condensing. 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 wider 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. M Special Warranty: Written warranty, executed and signed by ninnulacturer agreeing to replace ' any surge suppressors that fail within twenty(20)years from date or 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. C5X61900 16289-2 TRANSIENT VOLTAGE RO-8/29/05 SUPPRESSION t iGREEN MEADOW PUMP STATION CITY Of JEFFERSON, MISSOURI PART2- PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: ' 1. Manufacturers of a Broad Line of Suppressors: a. Innovative Technology, Inc. b. Levilon Manufacturing Co. Inc. C. Or equal. 1 2.2 MOTOR CONTROL CENTER SUPPRESSORS ' A. Surge Protection Device Description: Panel mounting type surge suppressors with the following features and accessories: I. Indicator lights for power and protection status. 2. One set of dry contacts rated at 4A, 120VAC, for remote monitoring of protection status. 3. Arrangement with wire connections to phase buses, and ground bus. 4. NEMA I enclosure. B. Peak Single-Impulse Surge Current rating: 160 kA per phase. C. Protection modes and UL 1449 clamping voltage for 3 phase 480V circuits plus equipment ground, for 6000V, 3000A impulse wave (IEEE C62.41) testing, shall not be more than as follows: ' 1. Line to Line: 800V for 480V. 2. Line to Ground: 700V for 480V. D. Connection means: TVSS 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: 1. One set of dry contacts rated al 4A, 120VAC, for remote monitoring of protection status. 2. Arrangement with wire connections to phase buses, neutral bus,and ground bus. 3. Red and green LED indicator lights for power and protection status. B. Peak Single-Impulse Surge Current Rating: 48kA 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 6000V, 3000A impulse wave (IEEE C62.41) testing at 90 degree phase angle,shall not be greater than as follows: I. Line to Neutral: 350V for 208Y/120. 2. Line to Ground: 380V f'or 208Y/120, 3. Neutral to Ground: 520V for 208Y/120. C5X61900 16289-3 TRANSIENT VOLTAGE ' RO-8/29/05 SUPPRESSION GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 4. Line to Line: 600V for 208Y/120. 2.4 PLUG-IN SURGE SUPPRESSORS A. Description: Non-modular, plug-in suppressors with at least four 15A, 120VAC,NEMA WD 6, , Configuration 15-15R receptacles, suitable to plug into a NEMA WD 6, Configuration 15-1 SR receptacle; with the following features and accessories: ' I. 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 RJI I/12C telephone line protector, suitable for modem connection. Maximum clamping voltage 220 pink on pins No. 3 and 4. B. Peak Single-Impulse Surge Current Rating: 45kA per phase. ' C. Protection modes and UL 1449 clamping voltage shall be as follows: I. Line to Neutral: 330V. 2. Line to Ground: 330V. 3. Neutral to Ground: 330V. 2.5 CONTROL AND DATA TERMINALS , A. All copper control conductors for Programmable Logic Controller data circuits,4-20ma current loops, and other signal or data 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. 1 2.6 ENCLOSURES ' A. NEMA 250, with type matching the enclosure of panel or device being protected unless otherwise indicated. ' PART 3 - EXECUTION 1 3.1 INSTALLATION OF SURGE PROTECTIVE DEVICES A. Install devices at service entrance with in 18 inches on load side, with ground lead bonded to ' service entrance ground. B. 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 multi-pole, circuit breaker as a dedicated disconnect for the suppressor, unless otherwise indicated. C5X61900 16289-4 TRANSIENT VOLTAGE ' RO-8/29/05 SUPPRESSION ' GREEN MEADOW PUMP STA'T'ION CITY OF JEFFERSON, MISSOURI 3.2 CONNECTIONS A. 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 486E. 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 r C5X61900 16289-5 TRANSIENT VOLTAGE RO—8/29/05 SUPPRESSION 1 . GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 16300—MEDIUM VOLTAGE CABLE MPARTI -GENERAL �. 1.1 SUMMARY A. Section Includes: Cables, terminators and splices for medium voltage (5 kV and 15 kV) power distribution of electrical systems. B. Related Sections include the following: 1. Division 16, Section"Electrical Identification". 2. Division 16, Section"Medium Voltage Motor Controllers". 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 tinder PART 2 of this Section. 1.3 SUBMITTALS A. Product Data: Provide manufacturer's catalog cuts and data information for the following listed material. Distributor's catalog information is not acceptable. I. 5 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: I. Manufacturer's certificate of compliance for each type of cable specified. 2. Field installation acceptance test reports, 1 B. Job Site File: Obtain and keep the following in the Contractor's construction office at the job site: I. Field installation acceptance test reports C. Cable 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(ICEA). ' C5X61900 16300-1 MEDIUM VOLTAGE CABLE RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI D. Cable shall be new, and conform to grade, quality and standards specified. Equipment or materials of same type shall be product of same manufacturer throughout. 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 sliall be performed by qualified cable splicing technicians instructed by cable manufacturers in use of cables specified herein. 1.5 DELIVERY, STORAGE AND HANDLING , A. Provide cables on nonreturnable wood reels that protect cables from damage. B. Comply with manufacturer'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, fumes, 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, PART2 -PRODUCTS 2.1 5 kV CABLE(MV-90) A. Manufacturers ' 1. Okonite Co. 2. Pirelli Cable Corp. 3. Cablec Corp. 4. Or equal ' B. 5 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 of ICEA Standard S-68-516, UL Publication 1072 and AEIC 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 deg. C maximum short circuit temperature. C. 5 kV medium voltage cable shall be Okoguard-Okoscal type MV-105, as manufactured by the Okonite Company(Kansas City, MO); or approved equal. CSX61900 16300-2 MEDIUM VOLTAGE CABLE RO—8/29/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 2.2 TERMINA'rORS AND SPLICES A. Splices for Medium Voltage Cables 1. Manufacturers ' a. Electrical Products Division of 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 of 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, Inc. b. Adalet-PLM C. Raychem, Inc. ' d. Or equal. 2. Provide cable terminators for shielded, median voltage copper cable using solderless compression type tin-plated copper lugs with skirted molded rubber or porcelain terminations. Terminators 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 shall include ground strap, cable insulating materials, cable preparation material(solvents,rags,abrasive materials), lugs,and field instructions. 2.3 CABLE ARC AND FIREPROOFING TAPE A. Fireproofing Tape: Standard grade, flexible, quelpyre, PVC, are tape, 3 inches wide, International Protective Coatings, Inc., Type AFT 30, #M Electrical Products, Type 77 Scotch, ' or Plymouth Rubber Co., Inc. 53 Plyare,or equal. PART 3 -EXECUTION 3.1 INSTALLATION A. Cable shall be trained into duct in manner that will prevent its dragging on edge of duct mouth. This will minimize pullingstrain and jacket damage. ' B. Pull cables slowly and steadily. Do no stop once pull is started unless absolutely necessary, Do not pull faster than 50 feet per minute. C. During pulling, keep sidewall pressures below manufacturer's specified maximum. D. Check maximum allowable pulling tension. CSX61900 16300-3 MEDIUM VOLTAGE CABLE RO—9129105 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI E. Avoid duct/cable ratio,which may cause jamming. F. Cables shall not be subjected to bending radius of less than that recommended by manufacturer. , G. If basket grips arc 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 damaged. Fl. Use pulling compound liberally. Compound shall be compatible with cable being pulled. ' 1. Protect end seals of cable from moisture contamination prior to final connections. ' J. Terminations and splices are to be made following manufacturer's recommended installation procedures. K. For direct burial, do not lay one cable on top of another and allow cable slack for earth ' movement due to freezing, drying or settlement. L. Exposed cable in manholes and vaults shall be covered with overwrapping of cable fireproofing type. Provide overlapping in accordance with manufacturer's instructions. Extend fireproofing I inch into ducts. ' 3.2 FIELD QUALITY CONTROL A. Obtain services of independent electrical testing organization to perform installation acceptance testing on medium voltage cable as specified herein. Testing organization 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 Testing of Medium Voltage Cable , I. General a. Shield continuity test shall be performed. b. Test 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. ' The Owner's Representative must witness test. d. Copies of test report shall be sent to the Owner and the Engineer. Refer to Article, SUBMITTALS in this Section. 2. Tests ' a. Test cable alter pulling, prior to splicing and terminating. Refer to testing procedure specified herein. b. 'rest cable after splicing. This shall be done without removing any terminations at ' existing buildings. Hi-pot testing shall be performed at 12.5 W. 3. Testing Procedure a. New 5 kV and 15 kV cables shall be step voltage tested following installation at maximum voltage of 55 kV DC after terminations, splices and stress cones are prepared. Test shall be run as follows: C5X61900 16300-4 MEDIUM VOLTAGE CABLE ' RO—8/29/05 rGREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI 1) Apply voltage I I equal consecutive steps. Hold 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 be taken and recorded of end of each period for each voltage step. On completion of step voltage test when 55 kV is attained, time resistance lest 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, Tests shall be identified as to feeder number, phase, location, length of cable, temperature, humidity and date. END OF SECTION 16300 r r 1 1 , 1 r r C5X61900 16300-5 MEDIUM VOLTAGE CABLE ' RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 16450 -GROUNDING PARTI -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. This Section includes solid grounding of electrical systems and equipment. It includes basic requirements for grounding for protection of life, equipment, circuits, and systems. Grounding requirements specified in 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: I. 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 "Panelboards". 6, Division 16, Section"Motor and Circuit Disconnects", 7. Division 16, Section "Medium Voltage Motor Controllers". 8. Division 16, Section "Individual Motor Controls and Auxiliaries". 9. Division 16, Section "Motor Control Centers". 10, Division 16, Section "Lighting". 1.4 REFERENCES A. American National Standards Institute(ANSI): I. ANSI C2-National Electric Safety Code(NESC) ' B. American Society for Testing and Materials(ASTM): I. ASTM B3 -Specification for Soft or Annealed Copper Wire 2. ASTM BS - Specification for Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard,or Soft 3. ASTM B33 - Specification for Tinned Soft or Annealed Copper Wire for Electrical Purposes C. Institute of Electrical and Electronic Engineers(IEEE): I. IEEE 81 - Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System. CSX61900 16450-1 GROUNDING ' RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI D. National Fire Protection Association(NAPA): 1. NFPA 70-National Electric Codc(r) (NEC) ' 2. NFPA 780-Lightning Protection Code E. Underwriters Laboratories(UL): I. UL 96-Lightning Protection Components 2. UL 467-Grounding and Bonding Equipment 3. UL 486A-Wire Connectors and Soldering Lugs for Use with Copper Conductors ' 1.5 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract: I. Submit product data for ground rods,connectors and connection materials,and grounding fillings. ' 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 specified in this Section that are listed and labeled as defined in NEC Article 100. B. Components and installation shall comply with NEC, PART2- PRODUCTS , 2.1 GROUNDING AND BONDING PRODUCTS ' 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 Table 8, except as otherwise indicated, for conductor properties, including stranding. ' B. Equipment Grounding Conductor: Green insulated for H8 A WG and smaller. For /t6 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. C5X61900 16450-2 GROUNDING ' RO—8/29/05 , . GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 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. C. Bonding Strap Conductor/Connectors: Soft copper, 0.05 inch (1.3 mm) 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: High-conductivity-pluted 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); ThennOweld(r), a Division of Continental Industries, Incorporated(Tulsa,Okla.); or equal. 2.5 GROUNDING ELECTRODES 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; minimum 1/4 inch (8mm)thick,24 inch by 24 inch(600mm by ' 600mm) in size. PART 3 - EXECUTION 3.1 APPLICATION A. Equipment Grounding Conductor Application: Comply with NEC Article 250 for sizes and quantities of equipment grounding conductors, except where larger sizes or more conductors are indicated. I. Install separate insulated equipment grounding conductors with circuit conductors for feeders and branch circuits in addition to those location where required by NEC. ' CSX61900 16450-3 GROUNDING ' RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI 2. Busway Circuits: Install separate insulated equipment ground conductor from the ground bus in the switchgear, 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 Communications: For telephone, alarm, and communication systems, provide a #4 ' AWG minimum 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. F. Connections to Lightning Protection System: Bond grounding conductors or grounding conductor conduits to lightning protection down conductors or grounding conductors in compliance with NFPA 780. ' G. Common Ground Bonding With Lightning Protection System: Bond electric power system ground directly to lightning protection system grounding conductor at closest point to electric service grounding electrode. Use bonding conductor sired 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 cacti other and at least the same ' distance from any other grounding electrode. Interconnect ground rods with bare conductors buried at least 24 inches (600mm) below grade. Connect bare-cable grounding conductors to ground rods by means of exothermic welds except us otherwise indicated. Make these ' connections without damaging the copper coating or exposing the steel. Use 3/4-inch by 10-ft. (20num by 3m) ground rods except as otherwise indicated. Drive rods until tops are 6 inches (15(mm)below finished floor or final grade except as otherwise indicated. 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, frmnes 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. C5X61900 16450-4 GROUNDING RO—8/29/05 ' GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI E. Ufer Ground: Fabricate with 410 bare copper conductor laid in excavation around foundation or ' footings. Install so conductor is within 2 inches (50nun) of the bottom of the concrete. Bond conductor to reinforcing steel at four(4) locutions, minimum. ' F. Furnish and install ground rod lest wells for the purpose of testing the grounding system in accordance with Division 16, Section"Electrical Testing and Installation Check-Out". ' 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 jumpers and mcchanicnl clamps. ' 5. Cont and seal connections involving dissimilar metals with inert material such as epoxy paint to prevent future penetration of moisture to contact surfaces. B. Exothermic Welded Connections: Use for connections to structural steel and for underground 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 equipment 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 will) grounding bushings and bare grounding conductors. D. Tighten grounding and bonding connectors and terminals, including screws and bolts, in accordance with manufacturer's published torque tightening values for connectors and bolts. Where manufacturer's torque requirements are not indicated,tighten connections to comply with torque tightening values specified in UL 486A. E. Compression-Type Connections: Use hydraulic compression tools to provide the correct 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 make ' a visible indication 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 the insulation and cable. C5X61900 16450.5 GROUNDING ' RO—8/29/05 GREEN MEADOW PUMP STATION , CITY OF 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 OF SECTION 16450 1 III .1 , CSX61900 16450-6 GROUNDING RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI ` SECTION 16461 - DRY TYPE TRANSFORMERS ' PART 1 -GENERAL 1.1 RELATED DOCUMENTS ;( A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division I Specification Sections,apply to this Section. 1.2 SECTION INCLUDES . A. Dry type two winding transformers. B. . Dry type buck and boost transformers. C. Dry type isolation transformers. 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". 1.4 REFERENCES A. ANSI/NEMA-ST 1 - Specialty Transformers. B. " ANSI/NEMA ST 20-Dry Type Transformers for General Applications. 1 1.5 SUBMITTALS A. Submit manufacturer's product data. Outline dimensions and equipment ratings in accordance with Division 1. 1.6 DELIVERY, STORAGE, AND HANDLING A. Store and protect products in accordance 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. C5X61900 16461-1 DRY TYPE TRANSFORMERS ' RO—8/29/05 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON,MISSOURI 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. ' PART2 - PRODUCTS , 2.1 ACCEPTABLE MANUFACTURERS - DRY TYPE TRANSFORMERS A. Square"D" ' B. General Electric C. Westinghouse Electric D. Or equal ' 2.2 DRY TYPE TWO WINDING TRANSFORMERS A., Dry Type Transformers: ANSI/EMA ST 20; factory-assembled, air-cooled dry type transformers;ratings as shown on the Drawings. 1 B. Insulation system and average winding temperature rise for rated kVA as follows: Rating Class Rise(degree C) " 1 - 15 185 80 16- 500 220 115 C. Case temperature shall not exceed 40 degrees C rise above ambient of its warmest point. D. Winding Taps, Transformers Less than 15kVA: Two 2.5 percent below rated voltage, full capacity taps on primary winding. E, Winding Taps,Transformers 15kVA and Larger: ANSIMEMA ST 20. F. Sound Levels: ANSIMEMA ST 20. G. Sound Levels; Maximum sound levels are as follows; , KVA Rating Sound Level 1 -5 30 db , 6-25 40 db 26- 150 42 db 151 -225 43 db 226-300 47 db , 301 -500 51 db li. Basic Impulse Level: IOkV f'or transformers less than 300kVA, 30kV for transformers 300kVA and larger. C5X61900 16461-2 DRY TYPE TRANSFORMERS RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI I. Ground core and coil assembly to enclosure by means of a visible flexible copper grounding strap. J. Mounting: Transformer 75kVA and less shall be suitable for wall, floor, or trapeze mounting; transformers larger than 75kVA shall be suitable for floor or trapeze mounting, K. Coil Conductors: Continuous windings with terminations brazed or welded, ' L. Enclosure: ANSYNEMA ST 20;Type 1, Provide lifting eyes or brackets. M. Isolate core and coil from enclosure using vibration-absorbing mounts, N. Nameplate: Include transformer connection data and overload capacity based on rated allowable temperature rise, 2.3 DRY TYPE BUCK AND BOOST TRANSFORMERS ' A. Dry Type Buck and Boost Transformers: ANSYNEMA ST I; factory-assembled,dry type two winding buck and boost transformers; ratings as shown on Drawings. ' B. Insulation system and average winding temperature rise for rated kVA as follows: kVA Insulation Temperature Rating Class Rise(degree C) .25-2 185 80 3 - 7.5 220 115 ' C. Mounting: Wall, D. Coil Conductors:Continuous windings. E. . Enclosure: ANSYNEMA ST 1;Type 1, F. Insulate core and coil from enclosure using vibration-absorbing mounts, G, Nameplate: Include transformer connection data. ' 2,4 DRY TYPE ISOLATION TRANSFORMERS ' A. Dry Type Isolation Transformers: ANSI/NEMA ST 20; factory-assembled, air-cooled dry type shielded isolation transformers;ratings as shown on the Drawings, B. Insulation system and average winding temperatures rise for rated kVA as follows: kVA Insulation Temperature Rating Class Rise(degree C) 1 -9 185 115 10-500 220 I50 C5X61900 16461-3 DRY TYPE TRANSFORMERS ' RO—8129105 GREEN MEADOW PUMP STATION ' CITY OF JEFFERSON, MISSOURI C. Case temperature shall not exceed 40 degrees C rise above ambient at its wannest point. D. Winding Taps, Transformers Less than 15kVA: Two 5 percent below rated voltage, full ' capacity taps on primary winding. E. Winding Taps, Transformers 15kVA and Larger: Two 5 percent below rated voltage, full ' capacity taps on primary winding. K Sound Levels: ANSI/NEMA ST 20. Maximum sound levels are as follows: kVA Sound Rating Level 1 -5 30 db 6-25 40 db 26- 150 42 db 151 -225 43 db 1 226-300 47 db 301 -500 51 db ' G. Basic Impulse Level: 10 KV for transformers less than 300 KVA, 30 KV for transformers 300 KVA and larger. ' H. Ground core and coil assembly to enclosure by means of a visible flexible copper grounding strap. 1. Provide electrostatic winding shield with separate insulated grounding connection. J. Mounting: Transformers 75kVA and less shall be suitable for wall, floor, or trapeze mounting; transformers larger than 75kVA shall be suitable for floor or trapeze mounting. ' K. Coil Conductors: Continuous windings with terminations brazed or welded. L. Enclosure: ANSI/NEMA ST 20; Type I; Provide lifting eyes or brackets. M. Isolate core and coil from enclosure using vibration-absorbing mounts. . N. Nameplate: Include transformer connection data. ' PART 3 -EXECUTION 3.1 . INSTALLATION A. Coordinate transformer work with the electrical raceway and cable for proper interface. ' B. Comply with the project, manufacturer's instructions and NEC, ANSI, IEEE applicable requirements C. Set transformer plumb and level. C5X61900 16461-4 DRY TYPE TRANSFORMERS RO—8/29/05 1 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI D. Use flexible liquidtight metal conduit, 2 feet minimum length, for connections to transformer case. Make conduit connections to side panel of enclosure. E. Mount transformers on vibration isolating pads to isolate transformer noise from the building structure, ' F. Provide seismic restraints. O. Check for damage;tight connections, electrical continuity and test insulation prior to energizing transformer. ' H. Measure primary and secondary voltages and make appropriate tap adjustments. END OF SECTION 16461 ' C5X61900 16461-5 DRY TYPE TRANSFORMERS .. RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF- JEFFERSON,MISSOURI 00 SECTION 16482—MOTOR CONTROL CENTERS ' PART1 -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. 1.21 SECTION INCLUDES A. The contractor's work addressed in this section is the installation of the Motor Control Center ' described in this specification and on the drawings. The contractor shall be responsible for coordinating with the Waste Water Equipment manufacturer the timely delivery, acceptance, inspection, storage, installation, cleaning, and testing of the MCC equipment. ' B. - Motor Control Center: 480 VAC motor control centers (MCC) as shown on the Drawings and specified herein including furnishing and arranging for a factory-authorized service ' representative to demonstrate and train Owner's maintenance personnel shall be supplied by Wastewater Pumping Equipment manufacturer under specification section 11100. 1.3 RELATED SECTIONS A. The following specification sections describe related work: ' 1. Division 11, Section "Waste Water Pumping Station" 2. Division 13, Section "Control Panels." 3. Division 13, Section "Instruments." 4, Division 16, Section"Basic Electrical Requirements." 5, Division 16,Section "Raceways." G, Division 16,Section"Wires and Cables." 7. Division 16, Section"Grounding." ' 8. 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, 2. IEEE 519—Harmonic Voltage Distortion B, National Electrical Manufacturers Association(NEMA): I. NEMA 200-Enclosures for Electrical Equipment(1000 Volts Maximum). C5X61900 I6482-1 MOTOR CONTROL CENTERS RO—3/6/06 GREEN MEADOW PUMP STA'T'ION CITY OF JEFFERSON,MISSOURI 2. NEMA AB I -Molded Case Circuit Breakers. 3. NEMA ICS 2 - Industrial Control Devices, Controllers and Assemblies. , 4. NEMA ICS 2.3 - Instructions for the Handling, Installation, Opera(ion,and Maintenance of Motor Control Centers. 5. NEMA ICS 6 - Enclosures for Industrial Control and Systems. C. National Fire Protection Association(NFPA): I. NFPA 70 - National Electric Code®(NEC). ' D. Underwriters Laboratories(UL): 1. UL 198C-fligh-Interrupting-Capacity Fuses, Current-Limiting Types. 2. UL 198E- Class R Fuses, 3. UL 845 -Motor Control Centers. 4. UL 486A -Wire Connectors and Soldering Lugs for Use With Copper Conductors. 5. UL 56L6—Variable Frequency Drive E. CE Listing ' 1. CE EN500881-1 —General Emissions Standard 1. ` 1.5 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division I specification Sections. B. Product data for each product and component specified. ' 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 ampacitics. 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 dingram of each type of controller unit indicated. F. Maintenance data for MCCs, for inclusion in Operating and Maintenance Manuals specified in Division I and in Division 16, Section "Basic Electrical Requirements." , 1.6 'QUALITY ASSURANCE 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 C5X61900 16482-2 MOTOR CONTROL CENTERS R0—316/06 1 GREEN MEADOW PUMP STATION ` CITY OF JEppERSON, MISSOURI the types and models indicated. .MCCs of other manufacturers having equal performance _V. characteristics and complying with indicated maximum dimensions may be considered. C. Motor control centers shall comply with NE Standards Publications No. ICS-2-322, UL Publication UL-845,and the National Electrical Code, tb , 1 " C5X61900 16482-3 MOTOR CONTROL CENTERS RO-3/6/06 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 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 with NEMA ICS 2.3. Use factory-installed I!fling provisions. , 1.8 EXTRA MATERIALS A. Sparc Fuses: Furnish three (3) spares of each type and rating of fuse and fusible devices ' required. B. Sparc 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. PART 2 -PRODUCTS ' 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by the following: 1. CenterlincTM Bulletin 2100, manufactured by Allen-Bradley Company, Incorporated (Milwaukee,Wis.). 2.2 MANUFACTURER'S FIELD SERVICE , A. Provide services of manufacturer'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. C5X61900 16482.4 MOTOR CONTROL CENTERS RO—3/6/06 ' GREEN MEADOW PUMP STATION CITY OF JGFFIsRSON, MISSOURI 2.3 MOTOR CONTROL CENTERS A. Wiring Classification: NEMA ICS 2 Class I,Type B. B, Standards ' I. The motor control center shall be constructed to meet or exceed the requirements within NEMA ICS2-322, UL 19813, UL845, CSA, and IEC 439-1 for motor control centers, The motor control centers shall be designed, manufactured, and tested in facilities registered ' to 1509001 quality standards. 2. The motor control center enclosure shall be NEMA Type I, cabinet type, deadfront, and freestanding construction with Bottom Plates. Any gaskeling shall be closed cell neoprene material. C. Construction ' I. General: In addition to MCC requirements listed in specification 11100 the MCC shall also meet the following criteria. 2, Vertical Sections a. Vertical sections shall have internal base mounting angles at the bottom and external litling angles at the top running continuous within cacti shipping block. Lifting eyelets at the top are not acceptable. b. 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. C. Vertical edges of sections exposed to view shall be so fabricated and bolted that thejoints will not puss a 1.6-millimeter(1/16 inch) gage. d. Each structure shall be designed for addition of future sections required. ' Individual compartments shall be isolated from adjacent compartments. e. All equipment contained in the motor control center shall be accessible from the front of the vertical sections. ' f. To minimize the chance of fault propagation to adjacent sections, each vertical section shall have side sheets extending the full height and depth of the section. 3. 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. a. 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. Ir a permanent wireway wall cannot be provided, the bars shall be included in each vertical wireway. e. All control wire shall be UUCSA approved. ' f. Standard control wire shall be #14AWG minimum, stranded, copper, gray, dual- rated type XLPG(3173) 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. C5X61900 16482-5 MOTOR CONTROL CENTERS RO—3/6/06 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 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. L Provide each section with horizontal wiring compartments at top and bottom having removable covers. ' j. Line and load lugs sized to accommodate the size, type, and the MCC manufacturer shall furnish number of conductors shown on the Drawings. 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 Center"MCC" , 1. The motor control center shall be service entrance rated for a 480 Volts, 3-phase, 60 Ilcrtz, 3-wire system with an available fault current bracing or 42 kA. Each 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 800 Amp horizontal bus bar for the MCC, with the size and quantity of incoming cables shown on the drawings. b. Main breaker shall be equipped with ground fault protection. The motor control ' center shall be 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 or 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. The bus shall be isolated from the user via a red non-metallic ' molded cover. d. The vertical bus shall be copper with the same plating as the horizontal bus, and shall accommodate plug-in loads totaling up to 600A. ' C. The vertical bus shall be connected to the horizontal bus with two (2) bolts, and each 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 30-ampere circuit breaker 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 dry 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. C5X61900 16482-6 MOTOR CONTROL CENTERS ' RO—316/06 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 16 4. Ground Bus Bars a. The horizontal ground bus bar shall be tin-plated copper and located in the bottom horizontal wireway the full width of the MCC. The size of the horizontal ground bus shall be %:' x 2" (6.4x 50.8 mm). ' b. A full clamp-type solderless copper or copper alloy lug for No. 410 AWG stranded copper cable shall be provided at each end of the bus for connection to the station grounding system. ' C. A grounding stab shall 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 V? (13 mm)diameter rod. 6. Individual Units a. Unit Mounting 1) After 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 alignment 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. ' S) 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 wireway. 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 MCCs with Type B wiring shall be equipped with pull-apart terminal strips or drawout terminal boards for external control connections. 8) Overcurrent Protective Devices: Provide types of devices with features, ratings, and circuit assignments indicated. Individual feeder tap units ' through 225 A rating shall be installed on drawout mountings 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 rails 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. 1 C5X61900 16482-7 MOTOR CONTROL CENTERS RO—316106 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI b. Disconnecting Means 1) The operator handle ofall 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 removable unit shall have provision for padlocking in a position in , which it is disconnected from the vertical bus although not removed from the stationary structure. C. FVNR Motor Starters(when applicable) ' 1) NEMA-rated, drawout, combination, magnetic type with disconnect device, starter, control power transformer and solid-slate type overload relays with ratings and sizes as shown on the Drawings. Starters shall be full-size rated. , Half-size ratings and IEC-rated starter units are not acceptable. 2) Control power transformers shall have a VA rating at least twice the sealed VA of the starter, and shall include dual primary fuses with one secondary leg fused and the other leg grounded. , 3) Interposing relays shall be provided for all size 3 and larger starters. 4) Disconnect Devices: Provide Thermal magnetic circuit breaker with disconnecting and short circuit protection. ' 5) Each starter shall have a red Push-to-Test pilot light and a Hand-Off-Auto selector switch with position indicator contact for both Hand and Auto position, and Start — Stop pushbuttons installed in the door of starter unit. ' These devices shall be heavy duty, oiltight rated NEMA 12. Pilot lights shall be cluster LED type. In the Auto position the starter will be controlled through hard ware connections to the MCP-01 PLC. d. Feeder Units I) Feeder units shall be rated for 50kA (rms symmetrical). Circuit breakers shall provide overload and instantaneous short circuit protection. Daawout , stab 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 size and rating. , C. MCC-mounted Transformers 1) Transformers shown on the Drawings as being mounted inside of the MCC enclosure shall be frame-mounted in the bottom of the corresponding ' vertical section. 2) Transformers shall be sized as shown on the Drawings, and include circuit breaker primary protection sized as shown on Drawings. Each transformer , secondary conductor shall be fused. 3) Transformer shall be rated for 480V primary, 120/240V secondary(3 phase, 4 wire)operation,with NEMA type I enclosure. ' 4) Transformer unit with circuit breaker shall be catalog number 2197-TKBFI- 35 as manufactured by Allen-Bradley,or approved equal. f. Solid State Motor Starters: 1) The motor control center shall include the Allen-Bradley Bulletin 150 SMC ' Flex, solid-state controller units similar to model ISOF20INBD capable of motor soft start control. 2) The motor control circuit shall be connected to the bus bar with a circuit breaker sized for the horsepower of the motor (125 - 150 hp). Fuses shall also be provided to protect SMC. C5X61900 16482-8 MOTOR CONTROL CENTERS ' RO—316106 GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI 3) The soft starter shall have the following features: a) Rated operating voltage: 480 V, 3 phase, 60 41z b) Rated operating current: 180 A(125 to 150 HP) c) Repetitive Peak Inverse Voltage:480— 1400 V ' d) Selectable Soft Start Pump Control: 0 to 30 seconds e) Selectable Soft Stop Pump Control: 0 to 120 seconds 1) Selectable Initial Torque Values:0—90% full Load Torque g) DV/DT Protection: RC Snubber Network h) Transient Voltage Protection: Metal Oxide Varistors (220 joules @ 480 V), Similar to Model no. 150F84L I) Fault Current Interrupting Rating: 42 kA RMS ' j) Resistance to Vibration: 2.5 G for 60 minutes 30 G for l 1 minutes 4) The soft starter will be sized to match the horsepower rating of the motor, which it controls. ' S) The "Soft Start" and "Soft Slop" Pump Control option shall allow user to program the start and stop times that best fit the application. 6) Soft Start motor controller shall have an "Energy Saver" option which moni- tors the motor lead, phasing back the voltage output to the motor when the motor is lightly loaded or unloaded for an extended period of time, 7) The soft starter shall have a red Pusli-to-Test pilot light, Start-Stop pushbut- ' ton, a Hand-Off-Auto selector switch with position indicator contact f'or both Hand and Auto Position, and Soft Stop pushbutton installed in the door of starter unit, devices,shall be heavy duty, oil tight rated NEMA 12. In the Auto mode, the starter will be controlled by the MCP-01 PLC. The soft start controller shall be monitored via Ethernet communication. 8) The soft starter shall contain a three-pole electronic thermal Class 10 over- load relay sized for the full load current of the motor. 9) The soft starter shall have fast acting fuses for SCR protection over the full load amperage of the motor. 10) Soft Starter shall include isolation contactor. ' 11) Soft Starter shall include an Ethernet Card similar to Model no. 20-COMM- E. g. Transient Voltage Surge Suppression 1) The TVSS system shall have unlimited nominal current handling when installed in parallel configuration. 2) The system voltage shall be as shown on the one line diagram E-03. ' 3) The TVSS system shall be a two-stage device capable of suppressing 160,000 amperes, ' 4) The TVSS maximum response time shall not exceed one nanosecond. 5) The TVSS system indicating lights (i,e, power on and fault) shall be clearly displayed on the face of the MCC compartments door it is mounted in, ' 6) The system shall operate over a frequency range of 45 to 450 Hz. 7) The TVSS shall contain a noise filtering system capable of managing noise levels produced by electro-magnetic interference and radio frequency interference. The system's filtering mode shall provide sine wave tracking +/-20%. C5X61900 16482-9 MOTOR CONTROL CENTERS RO—316106 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 8) The TVSS system's UL1499 clamping voltage rating for 6000V, 3000A impulse wave (per IEEE 062.41) testing, shall not be greater than 800 volts ' line-to-line and line-to-ground. 9) TVSS system shall be designed for operation in the following conditions. a) Operating temperature: 40 degrees C to 60 degrees C ' b) Relative humidity: 0-95% c) Audible noise: maximum 35 db @ 3 feet h. Phase Sequence Relay ' 1) The control panel shall be equipped to monitor the incoming power and shut down the pump motors when required to protect the motors from damage caused by phase reversal, phase loss, low voltage and voltage unbalance. An ' integral time delay shall be provided to minimize nuisance trips. In the Auto mode of operation the motors shall automatically restart when power conditions return to normal. ' L MCC-mounted Panel-board 1) Panel-boards shown on the Drawings as being mounted inside of the MCC enclosure shall be frame-mounted in the corresponding vertical section. , 2) Panel-board shall be rated for a 120/240V, IOkAIC system, be supplied with 125A main lugs only, and supplied with 20 circuit breakers inside of a NEMA Type I housing. Breakers sizes shall be rated per the drawings. 3) Panel-board bus shall be aluminum with tin plating. , 4) Bolt on branch breakers for use with branch circuits in the lighting panel shall be sized as shown on the Drawings and be rated for IOWC. 5) Frame-mounted panel-board shall be catalog number 2193LE-AKL318- OOWT as manufactured by Allen-Bradley,or approved equal. E. Six digit elapsed time meter(non-reset type) shall be connected to each motor starter to indicate ' total running time of each pump in "hours" and "tenths of hours". An integral pilot light shall be wired in parallel to indicate that the motor is energized and should be running. The HIM furnished as part of the soft start motor controller will satisfy the elapsed time meter ' requirement. P. 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. G. 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-chrome sealer. 3. For uniform paint coat,apply paint using elcetro-deposition process. 4. Paint color shall be ANSI#49 medium light gray. C5X61900 16482-10 MOTOR CONTROL CENTERS RO—3/6!06 1 GREEN MEADOW PUMP STATION CITY Of JEFFERSON, MISSOURI 16 11. Source Quality Control ' I. Cheek 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. ' 2.4 INSTALLATION ' A. General: Install MCCs in accordance with NEMA ICS 2.3 and with the manufacturer's written installation instructions. R. The Motor Control Center shall be installed on a concrete housekeeping pad poured as part of the floor or anchored to the floor to meet local seismic requirements. C. 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 mounting surface. 2.5 CONCRETE BASES A. General: Where a membrane-waterproofed floor or pressure slab is indicated under the MCC location, or elsewhere as indicated, provide a concrete foundation pad. Install 4-inch (100-mm) high sills on the pad as specified above. B. Form concrete equipment bases using framing lumber with form release compounds. Locate as indicated and construct 4 inches (100 mm) larger in both directions than supported unit. Chamfer top edges and comers. C. Install reinforcing bars, and place anchor bolts and sleeves using manufacturer's installation template. ' D. Place concrete and allow curing before installation of equipment. ' E. Remove temporary lifting eyes, channels, brackets, and temporary blocking of moving parts from MCC units and components. ' 2.6 IDENTIFICATION A. Identify field-installed wiring and components and provide warning signs. ' B. Operating Instructions: Frame printed operating instructions for MCCs, including control sequences, and emergency procedures. Fabricate frame of metal and cover instructions with clear plexiglass cover. Mount on front of MCCs. C5X61900 16482-11 MOTOR CONTROL CENTERS RO—3/6/06 t GREEN MEADOW PUMP S'T'ATION CITY OF JEFFERSON,MISSOURI 2.7 CONNECTIONS ' A. Tighten MCC bus joint bolts and electrical connector and terminal bolts in accordance with manufacturer's installation instructions and torque-tightening values. Where manufacturer's torque values are not stated, use those specified in UL 486A. 2.8 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. , E. Field Quality Control: 1. Prior to energization of 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. 2. Check all equipment grounds for continuity. ,. 3. Remove all blocking material used for shipment. 4. Check motor overload relays for proper current range, in accordance with motor nameplate full load amperes.Adjust relays for manual reset. , 5. Check motor starter and control relay coils for proper operating voltage. 6. Check all auxiliary contacts for correct arrangement(N.O.or N.C.) 7. Test each pole of starter for freedom 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. 1 2,9 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. ' 2.10 DEMONSTRATION , A. Training: Arrange and pay for the services of factory-authorized service representatives to demonstrate MCCs and train Owner's maintenance personnel. C5X61900 16482-12 MOTOR CONTROL CENTERS RO—3/6/06 GREEN MEADOW PUMP STATION CITY OF JEFFE RSON,MISSOURI 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 C5X61900 16482-13 MOTOR CONTROL CENTERS RO—316/06 1. GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI SECTION 16500—LIGHTING PARTI -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division I Specification Sections,apply to this Section. ' 1.2 SECTION INCLUDES A. Fluorescent Fixtures B. Incandescent Fixtures C. High Intensity Discharge(HID) Fixtures I. Metal Flalide D. Emergency Battery Backup Units 1.3 RELATED SECTIONS A. The following specification sections describe in detail work required: 1. Division 16, Section"Basic Electrical Requirements". 2. Division 16, Section"Electrical Testing and Installation Check-Out". 3. Division 16, Section"Raceways". ' 1.4 REFERENCES A. NFPA 70,National Electric Code B. NFPA 101, Life Safety Code ' C. UL,Underwriter's Laboratory D. NECA,National Electrical Contractor's Association ' E. CBM,Certified Ballast Manufacturer's Association F. NEMA, National Electrical Manufacturer's Association 1.5 SYSTEM DESCRIPTION A. Famish and install lighting fixtures and accessories shown on the drawings and as described in this Section. This includes: C5X61900 16500-1 LIGHTING RO—8/29/05 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI 1. Interior and exterior building lighting 2. Emergency lighting ' 3. Site lighting B. Furnish and install all required lamps. 1.6 SUBMITTALS A. Submit manufacturer's product data for each fixture type installed. Present fixture and accessory , data in a booklet format arranged by fixture type. Include manufacturer's installation and maintenance recommendations. , 1.7 QUALITY ASSURANCE , A. Manufacturer's shall be regularly engaged in manufacture of fixtures of size, types, and ratings required, having similar products in satisfactory use for not less than five years. B. Fixture and accessories shall be UL approved and labeled. C. Fluorescent ballasts shall include the CBM label. ' D. Installer firms shall have a minimum of three years of successful installation experience on projects using similar fixtures. . PART 2- PRODUCTS ,. 2.1 GENERAL A, Provide lighting fixtures, of sizes, types and ratings indicated; complete with, but not limited to, housings, lamps, lamp holders, reflectors, ballasts, starters and wiring. Fixtures shall have concealed hinges and catches, with metal parts grounded as common units, and so constructed , as to dampen ballast generated noise. B. Provide electrical wiring within fixture suitable for connecting to branch circuit wiring as follows: 1. NEC Type AF for 120-volt, minimum No. 14 AWG 2. NEC Type SF-2 for 277/480-volt, minimum No. 18 AWG ,. C. Provide low-energy fluorescent lump ballasts, capable of operating lamp type indicated; with high-power factor, rapid-start, and low-noise features;Type 1; Class P; sound-rated A. D. Provide HID lamp ballasts, or ratings, types and makes as recommended by lamp manufacturer, which properly mates and matches lamps to electrical supply by providing appropriate voltages and impedances for which lamps are designed. Ballasts are to operate lamp within the lamp's power trapezoid requirements. C5X61900 16500-2 LIGHTING RO—8/29/05 ' . GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI E. Lamps 1. Fluorescent lamps and incandescent medium base bulbs of the types and wattages indicated on Drawings. 2. Clear/phosphor contcd metal halide lamps in wattages indicated on Drawings. ' F. Interior Lighting Fixture Types: Fixture types required are indicated in the Lighting Fixture Schedule on the Drawings. Fixtures must comply with minimum requirements as stated therein. Review architectural drawings to verify ceiling types, modules, suspension systems appropriate ' to installation. ' 2.2 EMERGENCY LIGHT SET,GENERAL PURPOSE A. Self-contained, surface wall mounted, with two lump heads having the following features: ' I. Housing: a. Corrosion resistant fiberglass enclosure. b. LED indicator light for battery status, and push-to-test switch for lamps. C. Integral lamp heads shall be mounted on housing with 180-degree, 2-way, locking swivel joints for aiming. Lamps shall be Par 36; low brightness for reduced blare. 2. Battery: Sealed, maintenance-free, lead-calcium type,with 8-year warranty. 3. Charger: Fully automatic, solid-state type, current limited, temperature compensated and reverse polarity protected. 4. Operation: Relay turns lamps on automatically when loss of power or brownout occurs. Lamps operate for duration or outage, up to 1.5 hours. Lamps automatically disconnect from battery when voltage approaches deep-discharge value. When normal voltage is restored, battery is automatically recharged within the limits specified in U.L.924. ' 2.3 EXIT SIGN A. Red LED powered with precision regulated charger. Charger provides 2 watt input push-lo-test switch; LED AC/charge indicator; premium grade scaled and maintenance-free 2.4 NiCD battery. PART 3 - EXECUTION 3.1 EXAMINATION ' A. Examine areas and conditions under which lighting fixtures are to be installed, and substrate for supporting lighting fixtures. Notify Jacobs Civil Inc. in writing of conditions detrimental to proper completion of the work. Do not proceed with work until unsatisfactory conditions have been corrected in manner acceptable to Subcontractor. 3.2 INSTALLATION OF INTERIOR LIGI-ITING FIXTURES A. Install interior lighting fixtures at locutions and heights as indicated on Drawings, in accordance with fixture manufacturer's written instructions, applicable requirements of NEC, NECA's C5X61900 16500-3 LIGHTING RO—8/29/05 GREEN MEADOW PUMP STATION , CITY OF JEFFERSON, MISSOURI "Standard of Installation", NEMA standards, and with recognized industry practices to ensure that lighting fixtures fulfill requirements. ' B. Provide fixtures and/or fixture outlet boxes with hangers to properly support fixture weight. Submit design of hangers, method of fastening, other than indicated or specified herein, for ' review by Jacobs Civil Inc. C. Install flush-mounted fixtures properly to eliminate light leakage between fixture frame and finished surface. D. Provide plaster frames for recessed fixtures installed in other than suspended grid type ' acoustical ceiling systems. Brace frames temporarily to prevent distortion during handling. E. Fasten fixtures securely to indicated structural supports; and ensure that pendant fixtures are plumb and level. Provide individually mounted pendant fixtures longer than 2' with twin stem ' hangers. Provide stem hanger with ball aligners and provisions fbr minimum I" vertical adjustment. Mount continuous rows of fixtures with an additional stein hanger so that the number of hangers is one greater than the number of fixtures in a row. F. Tighten connectors and terminals, including screws and bolts, in accordance with equipment manufacturer's published torque tightening values f'or equipment connectors. Where , manufacturer's torque requirements are not indicated, tighten connectors and terminals to comply with tightening torques specified in UL standards 486A and B, and the National Electrical Code with torque wrench. G. Support surface-mounted fixtures greater than 2' in length at a point in addition to the outlet box fixture stud. 3.3 INSTALLATION OF SITE LIGHTING A. Install site lighting units and products as indicated, in accordance with manufacturer's written ' instructions, applicable requirements of NEC, NESC and NEW standards, and with recognized industry practices to ensure thin area lighting equipment fulfill requirements. ' B. Utilize belt slings or rope (not chain or cable) to protect finishes when raising and setting finished poles and standards. C. Where poles and standards are indicated to be embedded in soil, set to depth required for adequate structural support, but not less than minimum 5`-6" below finish grade. D. Set poles and standards plumb. Support adequately during backfilling,or when anchoring them ' to the foundations. E. Provide sufficient space encompassing hand access and cable entrance holes for installation of ' underground cabling where indicated. F. Fasten electrical lighting fixtures and brackets securely to indicated structural supports, including poles/standards;and ensure that installed fixtures are plumb and level. C5X61900 16500-4 LIGHTING RO—8/29/05 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI G. Tighten connectors and terminals, including screws and bolts, in accordance with equipment M manufacturer's published torque tightening values for equipment connectors. Where manufacturer's torque requirements are not indicated, tighten connectors and terminals to comply with tightening torques specified in UL Standards 486A and B. ' . 3.4 GROUNDING A. Provide equipment grounding connections for all lighting equipment. Tighten connections to comply with tightening torques specified in UL 486A to assure permanent and effective grounds, 3.5 DEMONSTRATION �:. A. Upon completion of the lighting systems, and after lighting circuitry Inns been energized with normal power source, test lighting system to demonstrate capability and compliance with r requirements. Where possible, correct malfunctioning units at the site, then retest to demonstrate compliance; otherwise, remove and replace with new units and proceed with retesting, END OF SECTION 16500 1 r r C5X61900 16500-5 LIGHTING RO-8/29/05 1 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI 1 r APPENDIX A ' TECHNICAL STREET SPECIFICATIONS BY THE CITY OF JEFFERSON, MISSOURI r 1 1 � 1 �1 1 �r C5X61900 APPENDIX A RO-8129105 r • TECHNICAL STREET SPECIFICATIONS TABLE OF CONTENTS Section Pace 1.0 Clearing, Grubbing and Removal 1 2.0 Earthwork 2 3.0 Cleanup 11 ' 4.0 Pipe Sewer Construction 12 . 5.0 Drainage Structures 18 . ' 6.0 Concrete 25 7.0 Asphaltic Concrete 33 8.0 Portland Cement Concrete Pavement 37 9.0 Lawn Repair and Seeding 40 10.0 Reinforced Concrete Double Box Culverts and Retaining Walls 42 11.0 Crushed Stone Driveways 44 12.0 Rip Rap 45 13.0 Rock Excavation 45 14.0 Sanitary Sewer Adjustments 46 15.0 Underdmin 48 16.01 Pavement Marking 49 17.0 Omitted 52 A 18.0 Traffic Signals 52 ' 19.0 Omitted 59 20.0 Fencing 59 21.0, Certificates of Compliance 60 22.0 Schedule of Work 62 23.0 Maintenance of Traffic and Access 63 24.0 Temporary Surfacing 64 25.0 Dust Control 64 26.0 Property Corners and Monumentation 64 27.0 Cleanup 64 28.0 Traffic Signs, Stop Signs, and Street Signs 65 ' 29.0 Downspout Drains 65 30.0 Subsidiary Items 65 OCTOBER 2000 TECHNICAL STREET SPECIFICATIONS TS-l. CLEARING, GRUBBING AND REMOVAI, TS-1.1 Clearing and Grubbing TS-1.1.1 Scone: This work shall consist of clearing, grubbing, removing, and disposing of vegetation within the construction limits. TS-1.1.2 Construction Requirements: The Engineer will establish the construction limits and will designate all trees, shrubs, vegetation within the construction limits shall be ' removed and properly disposed of. Stumps and roots in cut area shall be grubbed to a depth of not less than twelve(12) inches below the finished earth grade, Grubbing of Osage orange or locust hedge shall include removal of roots. In embankment areas,undisturbed stumps and roots extending not more than six (6) inches above the ground line may remain,provided they are a minimum of three(3)feet below the finished earth grade or the slope of the embankment. Except in areas to be excavated, stump holes shall be backfilled with suitable material and compacted to the approximate density of the adjacent area. When burning is permissible under controlling air pollution regulations,all burning of products of clearing and grubbing shall be done under the care of a competent watchman at such times and in such manner that neither vegetation on adjacent property nor that designated to remain on the right-of-way will be jeopardized. The ' burial of stumps and debris will not be permitted on the right-of-way. Products of clearing grubbing may be removed from the right-of-way and disposed of out of sight from the roadway provided an acceptable written agreement with the property owner on whose property the products are placed is submitted by the contractor. The contractor shall scalp all areas where excavation or embankment is to be made, except that mowed,burned over sod need not be removed where the embankment to be constructed is 4 feet or more in height. Scalping shall include the removal of material such as sod, grass, residue of agricultural corps, sawdust, and decayed vegetable matter from the surlacc of(lie ground without removing more earth than is necessary. The products of scalping shall be disposed of away from the site of the work unless permission is granted by the Engineer to allow such disposal on the right-of-way. All such disposal shall be at the contractor's sole expense. ' TS-1.1.3 Measurement and Payment: No measurement will be made of clearing and grubbing. Payment for clearing and grubbing will be at the lump sum price bid. 1 TS-1.2 REMOVALS TS-1.2.1 Scone: This work shall consist of removing all drainage structures, pavements, , surfacing, and base courses of all types,curb, curb and gutter, sidewalks and house walks,steps,retaining walls, foundation walls,catch basins,manholes,drainage and sewer pipes,water and gas main pipes, other objects or structures and other existing improvements which conflict with the work and are not designated to remain in place. No listing of items to be removed will be made. TS-1.2.2 Construction Requirements: Old pavements, abandoned sewers or pipe lines, or other obstructions to the construction of the roadway or within the limits of the right- of-way and not designated or permitted to remain,shall be removed or disposed of by the Contractor away from the site of the work. In removing pavement, curb, curb and gutter, gutters, sidewalk, and other similar improvements,and where a portion of such improvements are to be left in place,they shall be removed to an existing joint or to a joint sawed to a minimum depth of one inch with a true line and vertical face. Sufficient removal shall be made to provide for proper grade and connections in the new work regardless of any limits which may be indicated on the plans. All sewers,drainage pipes and floor drains which have been or are to be abandoned ' shall be permanently sealed at the ends with bulkheads constructed of concrete or brick masonry,having a minimum thickness of 8 inches. The use of salvaged brick will be permitted for constructing bulkheads provided the brick arc clean and sound. No direct payment will be made for blocking abandoned sewers, drainage pipes, or , floor drains. Broken concrete, paving material, bricks or rubble may be placed in roadway embankment provided they are well spread, completely surrounded by dirt and are not located within twelve incites of the finished subgrade,shoulder or ground surface. TS-1.2.3 Measurement:The work provided hercin will not be measured f'or payment,but will , be considered a lump sum unit. This shall include the removal of all items,whether in view or hidden underneath the surface of the ground,regardless of whether shown on the plans or encountered during construction. TS-1.2.4 Payment: The accepted removal of improvements will be paid for at the contract lump sum bid price. TS-2 EARTHWORK: TS-2.1 Scone: This work shall include all labor,material,equipment and services necessary to complete all earthwork as shown on the plans and specified hercin including roadway excavation, embankment, subgrade preparation and finish grading. 2 TS-2.2 Earthwork for Roadw_ay: TS-2.2.1 The term, Roadway, as used in this Section, is defined as including roadways, ' roadway intersections, sidewalks, shoulders,cut and fill slopes,driveways,parking areas and all other areas of earthwork except excavation and backfill for pipe trenches and structures. TS-2.2.2 Missouri Highway Specifications Section 203 shall govern all earthwork for roadway except that the provisions for measurement and payment therein shall not apply and ' except as modified in the form of additions, deletions and substitutions in this Article. Where any part of said Section of the Missouri Highway Specifications is so modified, the unaltered provisions shall remain in effect. TS-2.2.3 Compaction shall conform to Missouri Highway Specifications Section 203.3. The first paragraph of Section 203.3.1 shall be changed to read as follows:Compaction to at least 90 percent of maximum density,as detennined by standard Compaction Test, will be required in the following areas: ' TS-2.2.4 Disposal: Unsuitable excavated material shall not be used in the embankments and shall not be disposed of on right-of-way. Disposal shall be the sole responsibility and ' at the sole expense of the contractor. Unsuitable and excess excavated material may be disposed of on private property adjacent to the right-of-way, provided written permission of the property owner is obtained and provided the surface is properly finished and drained. In such cases,seeding,sodding,and other pay quantities shall not be increased thereby. TS-2.2.5 Ditch Cleanout: Special care shall be taken to clean out all debris and organic matter from existing roadway ditches to be filled. The ditches shall be carefully backfilled in accordance with the requirements herein, using trench rollers or hand-operated power compactors as may be needed to assure proper compaction throughout. TS-2.2.6 Undergradina in Rock Cut: In rock cut areas excavation shall be carried to twelve ' (12) inches below subgrade to a minimum distance of two (2) feet behind back of curb. 13ackfilling of undcrgraded cut areas shall be with a drainable material with top ' surface choked with fines for proper subgrade preparation. Whenever possible,this material shall be from project excavation. Where authorized an open-graded drainable crushed limestone shall be brought in. Undrained pockets shall not be left in the surface of the rock. TS-2.2.7 Sub-tirade Stabilization: Pockets ol'unsuitablc earth may be encountered in cut areas where it will be impracticable to replace with suitable materials from excavation on the work site. In such cases, where authorized by the Engineer,the contractor shall furnish and place crushed stone base as required to provide a stable sub-grade. Crushed stone base in accordance with requirements of Article TS-11. Where necessary, a portion of the stone base shall be mixed with existing earth to provide 3 subgradc stability,and that portion of the stone base material shall be delivered to the project in as dry as possible condition. TS-2.2.8 Additional Base Thickness: Where, in the opinion of the Engineer, conditions arc such that it is impracticable to obtain sub-grade satisfactory for the design pavement thickness, the contractor may be directed to finish the sub-grade at lower than specified elevation and increase the thickness of asphaltic concrete base. TS-2.2.9 The provisions of paragraphs TS-2.2.7 and 8 shall not be construed to relieve the ' contractor of his responsibility for any necessary aeration and compaction of suitable earth at sub-grade level. ' TS-2.2.10 Protection of Sub-Grade: The contractor shall protect the subgradc by not allowing delivery vehicles of excess weight thereon and by varying the path of delivery ' vehicles so as to not cause excessive rutting. Heaving or rutting damage to sub-grade caused by delivery vehicles during asphalt paving operations shall be immediately repaired and brought back to specified elevation prior to placing asphaltic concrete , base or Portland cement concrete pavement. TS-2.2.11 Topsoil: The top four(4) inches of backfill behind curbs shall be top soil, free from ' rocks,gravel,and any undesirable materials and shall be material suitable to establish a seed bed. This material may be either top soil available within the limits of the project or it may be top soil furnished by the contractor. No direct payment will be made for such topsoil, but shall be included in the lump sum price for grading and excavation. ' TS-2.2.12 Area Drainaac: All earth areas within and adjacent to the grading limits as shown on the Plans shall be graded to drain as directed by the Engineer, at one (1) percent , minimum slope wherever possible. Special care shall be taken to avoid leaving low areas or water pockets. No direct payment will be made for such grading except that measurement for payment of Proposal items will be made. TS-2.2.13 Sub-Grade Tolerance: Except as otherwise specified in paragraph TS-2.2.7,the sub- grade for all paving and surfacing shall be within the tolerance range of minus one- ' half(2) inch to plus one-quarter(3) inch with respect to specified elevation. TS-2.2.14 Borrow Material: 1. If borrow material is required,the contractor shall supply this material from a borrow area off the site. 'file borrow area shall be obtained by the contractor at his sole expense. Borrow materials shall be approved by the Engineer before they are transported to the site of the Project. 2. Materials shall be similar to soils found on the Project. Soils showing high swell potentials will not be approved. 4 , 3. The Engineer's Earthwork Calculations arc shown on the plans for the convenience of the Bidder. ' TS-2.2.15 Excess Material:All suitable excess material from excavation become the property of the City of Jefferson and will be stockpiled on site at the direction of the Engineer, TS-2.3 Trenching, Embedment and Backfill for Pine: TS-2.3.1 Trench Excavation and Sheeting: ' 1. Excavate in open cut except where boring,jacking or tunneling is specified. Trench walls shall be vertical in streets or improved areas unless otherwise authorized by the Engineer. Provide bracing, sheeting and cribbing where necessary to prevent caving. 2. All sheeting shall be pulled immediately prior to backfilling around the sheeting. However,the Engineer may direct all or a portion of the sheeting to be left in place in order to protect the pipe against shock load of caving banks, or to protect adjacent street or property, or to prevent material that ' cannot be compacted to specified density from caving into the trench, 3. Where sheeting is left in place, do not brace against pipe, but support in a manner which will not apply concentrated loads or horizontal thrusts on the pipe. Cross braces above the pipe may be removed after backfill to top of pipe has been completed. 1 4. Trench walls may be sloped in unimproved areas if required to prevent caving and if adjacent property or trees to be left in place are not thereby subjected to ' additional cutting of roots. 5, See Pipe Embedment Details on Plans for minimum and maximum trench widths. If maximum is exceeded,and strength requirements control,Engineer may direct contractor to install special bedding or heavier class or gage of ' pipe at contractor's expense. TS-2.3.2 Ground Water and Surface Water: r1. Pipe trenches shall be kept free from water during excavation, fine grading, pipe laying and jointing,and pipe embedment operations. Where the trench bottom is mucky or otherwise unstable because ofthe presence of ground water, and in all cases where the static ground water elevation is above the bottom of any trench bell hole excavation, such ground water shall be lowered by means of pumps or other acceptable means to the extent necessary to keep the trench free from water,pipe sub-grade stable and firm under foot, at all times when work within the trench is in progress, ' 5 2. The contractor may use additional granular fill material, in accordance with the requirements of subparagraph TS-2.3.3 (b), in connection with drainage control, at his own expense. ' 3. Each excavation shall be kept dry until the backfill is completed to the extent , that no damage from hydrostatic pressures, flotation, or other causes will result. 4. Surface water shall be diverted, and otherwise prevented from entering ' excavations and trenches to the greatest extent practicable without damage to adjacent property from dikes, ditches, or impounded water. ' TS-2.3.3 Pipe Foundation. Granular Fill and Trench Bottom Stabilization: 1. All pipe shall be bedded as shown in the APipe Embedment Details@ on the Plans. 2. Granular rill shall be clean river gravel or reasonably sound crushed 1 limestone, free of cementitious,shaly,or flat and flaky particles in an amount which would cause the material to cake or pack or otherwise form an , unyielding support for the pipe. Gradation shall be such that at least ninety- five(95)percent passes a three-quarter(3/4)inch square mesh sieve and not over five(5) percent passes a number four(4)square mesh sieve. 3. Stabilization: If the trench bottom at base of the required pipe embedment ' material is unstable,the contractor shall excavate to an additional depth and backfill with crushed stone as directed by the Engineer. The size of stone used shall be as required for effective stabilization. Where large stone is ' used,the upper portion shall be choked with smaller stone and no stone larger than one (1) inch size will be allowed within (3) inches of the pipe wall. Stabilization material ordered by the Engineer will be paid for in accordance ' with the stipulations of Articles TS-2.5 and TS-2.6. However,payment will not be made for stabilization material or extra granular fill used for contractor' s convenience in controlling drainage or as may be required to ' stabilize trench bottoms made unstable through contractor' s disturbance thereof or excessive tramping thereon. 4. Pipe shall not be placed over frozen trench sub-grade. . 5. Placement of Granular Fill: ' (1) Place granular fill in lifts not exceeding six (6) inches and bring up evenly on both sides of pipe. Do not dump over side of trench in any manner that will bring earth into the granular fill area or displace the pipe. Compact, vibrate, or slice with a shovel, in such manner that ' 6 ' granular till will take its final compaction and provide uniform and solid bearing under and around the pipe and its haunches. (2) Screed granular fill as shown on the Plans under elliptical or arch pipe. 1 (3) For a length of two (2) pipe diameters (effective diameter equals average of span and rise for elliptical or arch pipe) on the upstream ends of culverts, omit granular fill. Use selected clay screeded and compacted to not less than ninety (90) percent of Standard Density. TS-2.3.4 Bell Holes: Dig bell holes where pipe has bell joints. No part of any bell shall be in contact with the trench bottom or sides or granular fill when the pipe is jointed. TS-2.3.5 Backfill to Top of Pipe: 1. See Pipe Embedment Details on Plans. This section covers the backfill from top of granular fill to top of pipe. 2. Backfill as soon as possible to minimize the possibility of damage to joints an inconvenience to the public. 3. Material to be selected earth or granular fill material, free from sod, sticks, roots, or rocks over one (1) inch size, to be unfrozen, and to be of proper ' moisture content for specified compaction. Suitable material from the project excavation shall be brought in from elsewhere on the work where required. ' 4. Place alongside pipe in loose layers of six (6) inch maximum thickness, thoroughly compacting each layer. Take special care to place and compact material around the pipe so as to leave no voids and to provide uniform lateral support for the pipe. Bring materials up uniformly on both sides of pipe, taking special care with corrugated metal pipe. 5. The material shall be compacted to the same density as required for backfill above top of pipe. ' TS-2.3.6 Backfill Above Top of Pipe: ' 1. General: Backfill from top of pipe to original surface or to sub-grade where pavement is to be placed is covered by this section. 2. Materials: (1) Material for backfill above top of pipe shall be the same as for 7 backfill below top of pipe as specified in subparagraph TS-2.3.5 (c), except that small sticks and roots less than one-half (2) inch in diameter, interspersed hard lumps and clods will be allowed insofar ' as they do not interfere with specified compaction. More suitable material shall be brought from elsewhere on the project if necessary ' and the unsuitable material disposed of. If the specified compaction cannot be obtained with earth excavated from the trench, the contractor shall use granular fill or similar approved material at his ' own expense. (2) Rock larger than one (1) inch shall not be placed within three (3) ' inches of pipe. Rock larger than eight(8) inches shall not be placed within two (2) feet of the top of pipe. No rock larger than two (2) inches may be placed in the upper six(6)inches under pavement sub- ' grade. No rock may be placed in the upper twelve (12) inches of trenches through grass parkways or earth areas. (3) Large stones may be placed in the remainder of the backfill only if well separated and so arranged that no interference with the specified backfill will result. ' 3. Methods; (1) Method of backfill used shall not impose excessive concentrated or unbalanced loads, shock, or impact on, or cause displacement of the ' pipe. The backfill shall be slowly rolled down a slope at the end of the trench and shall not be pushed over the side of the trench. (2) Consolidated material weighing more than one hundred(100)pounds , shall not be permitted to fall more than three (3) feet into the trench unless cushioned by at least three(3) feet of backfill over top of pipe. , (3) Compaction: 1. Backf ill under pavement shall be defined as being under all areas ' to be paved or surfaced for vehicular access, except those to be surfaced with crushed stone. The limiting line for such backfill shall extend from sub-grade at twelve(12)inches beyond edge of pavement or back of curb, downward on a slope not steeper than one (1) to one (1). In areas so defined, backfill shall be not less ' than ninety-five (95) percent of Standard Density. 2. Baekfill in Other Areas: In areas not defined in Item 1 above, backfill shall be not less than ninety (90) percent of Standard Density. 8 ' 1 3. The engineer may cause field density tests to be made whenever deemed necessary. The specified density will be the minimum ' allowed and the attainment thereof will be entirely the contractor's responsibility, Obvious voids will not be permitted. ' 4. Thickness of backfill layers will be determined by the coordination of test results with field peribrmance and equipment used. The contractor will be expected to maintain established procedures except where unusual conditions arise. TS-2,3.7 Installation of Pipe in Embankment: 1. If embankment is made prior to placing pipe excavate trench,place pipe and backfill, in accordance with the Specifications herein. 2. If embankment is made after placing pipe compact embankment to top of pipe on both sides of pipe for a distance of at least five (5) pipe diameters each side of Pipe. ' TS-2.3.8 Protection of Pipe from Heavy Equipment: Provide temporary fill to at least two(2) feet over top of pipe extending at least live (5) pipe diameters each side, or greater protection, as required to protect pipe from heavy equipment. Damage to the pipe resulting from excessive equipment loads shall be satisfactorily repaired by the Contractor at his sole expense. TS-2.3.9 Excavation Ahead for Location of Obstructions: I. Except where otherwise directed, excavate at least one hundred fifty (150) ' feet ahead of pipe laying in order to uncover any possible obstructions in the way of laying the Pipe. If such obstructions arc encountered notify the Engineer immediately so that a needed change may be considered and ' effected, ' 2. Changes from Plans may be made only on the direction of the Engineer. Such changes may include changes in line,grade,pipe size or type,additional or less mitering, manholes, etc. Such changes may involve unanticipated ' moving of underground utility lines, 3. Refer to Article GP-7 regarding protection and moving of utilities and other ' obstructions. 4. The contractor will be paid for the actual amount of Proposal Items authorized(within the pay limits established)and performed by him. I-fe will not be paid for unused materials left over or for delays arising from encountering obstructions. 9 TS-2.3.10 Maximum length of trenching allowed ahead of Pipe laying shall be one city block or four hundred (400) feel, whichever is shorter. TS-2.4 Excavation and Backfll for Structures: ' TS-2.4.1 The term, Structures, as used in this Article, means inlets, manholes and all other ' structures, not including pipe. TS-2.4.2 Missouri Highway Specifications Section 206 shall govern excavation and backfill ' for structures except that the provisions for measurement and payment therein shall not apply and except as modified in the form of additions,deletions and substitutions ' in this Article. Where any part of Missouri Highway Specifications Section 206 is so modified, the unaltered provisions shall remain in effect. TS-2.4.3 Delete the following from Missouri Highway Specifications Section 206. ' 1. Subsections 206.2, 206.4.7, 206.4.8, 206.4.9, 206.4.10 and 206.4.11. 2. All sections on Measurement and/or Payment. ' TS-2.4.4 Crushed stone, as specified in paragraph TS-2.3.3 (c), shall be installed where required by the stipulations of the Missouri Highway Specifications Article 206.3. ' This requirement shall apply to all structures as defined in paragraph TS-2.4.1. Stabilization material ordered by the Engineer will be paid for in accordance with the stipulations of Articles TS-2.5 and TS-2.6. However,payment will not be made for stabilization material used for contractor's convenience in controlling drainage, in fine grading, or as may be required to stabilize structure bottoms made unstable ' through contractor's disturbance thereof or excessive tramping thereon. TS-2.4.5 Backtill for structures shall be in accordance with the applicable requirements of ' Section TS-2.3.6. TS-2.5 Method of Measurement: ' TS-2.5.1 Excavation and Compacted Embankment: 1. The excavation and compacted embankment item shall be bid on a lump sum , basis. The work shall be performed in accordance with specifications and in conformance with the lines, grades, thicknesses and typical cross sections , shown on the plans. 2. No measurement for payment will be made for any of the following: , (1) Excavation for structures,or pipes payment will be included in cost of bid item for each. (2) No measurement of borrow excavation will be made. All costs of K 10 , supplying borrow material to the Project site shall be included in the bid price for excavntion and compacted embankment. ' (3) Computations:The Engineer's earthwork computations are available for inspection. The volume of excavated and compacted ' embankment as shown thereon, and as listed in the plans, from existing cross sections by average end area method and will be the basis for final payment, except as follows: ' 1. An authorized change in grade,slope,or typical section is made. ' TS-2.6 Basis of Payment: ' TS-2.6.1 Excavation and Compacted Embankment,will be paid for at the contract unit price bid based on a lump sum cost. ' TS-2.6.2 Crushed stone for sub-grade and trench bottom stabilization,as well as open-graded drainable crushed stone for backfilling of undergraded rock cuts, measured as provided will be paid for at the contract unit price bid per ton. ' TS-3 CLEANUP The contractor shall remove from the owner's property and from all public and private property, at his own expense, all temporary structures, rubbish, excess excavation and waste material resulting from his operations. All material found to be ' unsatisfactory for backfill shall be removed at the contractor's expense. All existing sod areas shall be hand raked to remove earth deposited on or in them ' during construction. All ditches shall be graded and properly sloped. Excess excavated material shall be removed from ditches. ' Shoulders where sodding, seeding or surfacing is not required shall be bladed and shaped. ' The project area shall be kept at till times as neat and clean us possible. Debris from construction operations shall be removed from the site as soon as construction is completed in a given area. Dirt piles shall be removed and the area finish graded as ' soon as possible alter construction of a given section of the project is completed. In no instance shall dirt piles or debris be allowed to remain on lawn areas long enough to damage growing sod. .w ] 1 TS-4 PIPE SEWER CONSTRUCTION TS-4.1 General: This work shall include the construction of all pipe sewers whether storm , sewers or sanitary sewers. The material required for each section of sewer shall be as shown on the plans. Trenching shall be in accordance with Part TS-2 of these ' specifications. TS-4.2 Reinforced Concrete Pine Storm Sewers: ' TS-4.2.1 General: This section covers the materials and construction of reinforced concrete pipe storm sewers. Other types of pipe and all appurtenant structure are covered in ' other sections of these specifications. TS-4.2.2 Material: All reinforced concrete pipe shall conform to the requirements of ASTM C- , 76-62T, Class 111, Wall B. Pipe joints shall be tongue and groove or bell and spigot type. Pipe for use on the project shall appear neat and well made. It shall be free of cracks, broken places,and obvious manufacturing defects. All pipe shall be stamped on the inside with its class before delivery to the job site. , TS-4.2.3 Pine Lavine: Pipe shall be carefully handled by sling or other means to protect it from damage. Particular care shall be taken to avoid any free fall or shock to the pipe. Pipe shall be carefully placed on the prepared bedding material and jointed as ' specified below. Pipe shall be laid true to both line and grade and shall produce a straight line between structures except where otherthan straight alignment is required ' or allowed by the plans. Where curves are required they may be accomplished by the following methods: ' 1. If the curve is slight or if the radius of the curve is very long,curving may be accomplished by deflecting each pipe joint in the curved section equally to ' forma smooth uniform curve. In no case shall any pipe joint be deflected to the extent that the maximum opening of the joint exceeds one half the joint depth (one half the depth of the socket). ' 2. Short radius bends shall be accomplished through the use of factory made mitered pipe sections. These sections shall be fabricated specifically for a ' given curve and, when properly assembled, shall produce a uniform curve (consisting of a series of short chords) of the specified radius. Pipe shall be placed in accordance with the manufacturer's recommendations and the details given on the plans. l 12 ' All pipe laying shall begin at the lowest point on the sewer proceed to the higher parts, TS-4.2.4 Jointing: Pipe jointing shall be as specified in Section 726.3 of Missouri Standard Specifications for Highway Construction, except as follows: 1 1, Cement or tar joints other than diaper joints will not be permitted, 2. Pipe joint surfaces shall be clean prior to jointing. ' 3. Care shall be taken not to allow bedding Material or other deleterious matter to enter the joint during pipe laying or jointing. ' TS-4.2.5 Backfill: Following jointing sufficient bedding material shall be placed and compacted along the sides of the pipe to hold it securely in place during the backfill operation. See plans for bedding details. Next, the trench to 12 incites above the top of the pipe shall be backfilled with layers of carefully compacted select backfill material. This material shall be placed and ' compacted simultaneously on both sides of the pipe, Backfill above this joint shall be as specified TS-2. TS-4.2.6 Pipe Anchors: Wherever storm sewer does not outlet into a paved channel or other structure, pipe anchors will be required to connect all pipe joints in the 20 feet of storm sewer preceding the outlet. This 20 feet shall include the length of the end section. ' TS-4.3 Corrugated Metal Pile and Pipe Arch Storm Sewers TS-4.3.1 Scope:This specification covers corrugated metal pipe,pipe arch,and fittings which ' shall be furnished and installed complete with connecting bands and other necessary appurtenances for sewers and culverts, Wherever applicable,the term,pipe shall also ' include pipe arch. TS-4,3.2 Uses: Where CMP is called for or allowed on the plans corrugated steel pipe as specified herein may be used. TS-4.33 Materials: TS-4.3.3.1 Corrugated Metal Pipe and Pipe Arch shall be in accordance with AASI-1O Designation M36 for riveted pipe and pipe arch. Helically constructed corrugated steel pipe which meets all other criteria of this section may be used provided the corrugations of the ends of the joints of pipe are made annular for tighter jointing, 13 Unless otherwise specified or shown on plans, gages shall be as follows: Round Pine ' 6" through 24" diameter- 16 ga. , 30" through 36" diameter- 14 ga. 42" through 54" diameter- 12 ga. 60" through 72" diameter- 10 ga. ' Pipe Arch 18" x 11" through 25" x 16" - 16 ga. ' 29" x 18" through 36" x 22" - 14 ga. 43" x 27" through 65" x 40" - 12 ga. 72" x 44" - 10 ga. , 79" x 49" - 10 ga. TS-4.3.4 Alignment and Grade: Corrugated metal pipe shall be aligned and graded in ' accordance with the requirements for reinforced concrete pipe. Where plans show grade change between structures or slight alignment change to , clear obstructions,deflect pipe and joints over a distance as required,after joints have been coupled and only to the extent that joints will not be over-stressed. TS-43.5 Lavine Pine: Pipe shall be protected from lateral displacement by means of pipe embedment material installed as provided in the trench backfill specification. No ' pipe shall be laid in water and no pipe shall be laid in unsuitable weather or trench conditions. When jointed in the trench,the pipe shall form a true and smooth line. Pipe shall not , be trimmed except for closure, and pipe not making a good fit shall be removed. Unless otherwise approved by the Engineer, the laying of pipe shall begin at the ' lowest point and the pipe shall be installed so that the outside laps of circumferential joints point upstream and with longitudinal laps on the sides. ' TS-4.3.6 Coupling Pine:'ine: Pipe ends shall be butted as closely as the corrugations will permit, then jointed with a firmly bolted coupling band. Draw coupling bands tight. Merely ' tightening bolts will not be adequate. Lubricate contact surfaces of coated pipe and bands with fuel oil or similar solvent. Tap the bands with heavy wooden or rubber mallet. Use chain clinching device or special clamping device if required for tight ' connection on larger pipe. Field coat coupling bolts,nuts and rods with bituminous material after installation, TS-4.3.7 Installing End Sections Prepare moist clayey soil bearing shaped to end section and 14 ' place thereon. Join end section to pipe with coupling band. The toe plate shall be set in a trench and backfilled with compacted moist clayey soil or driven to the required ' elevation. TS-4.4 Measurement and payment TS-4.4.1 CMP and RCP Pine: Pipe will be measured per linear root of completed pipe in place. ' Payment will be made at the unit price bid per linear foot for the completed pipe in place. Payment shall include all costs of furnishing, and installing pipe including trenching, bnckfilling of pipe. TS-4.4.2 CMP and RCP End Sections: End section will be measured as one unit each ' complete in place. Payment will be made at the unit price bid for each complete end section in place. Payment shall include all costs for furnishing and installing end section including trenching, backfilling. TS-4.5 Plastic Gravity Sewer Pipe TS-4.5.1 General: This specification designates general requirements for polyvinyl chloride (PVC) Plastic Gravity Sewer Pipe with integral wall bell and spigot joints for the conveyance of domestic sewage. ' TS-4.5.2 Materials: Pipe and fittings shall meet and/or exceed all of the requirements of ASTM Specifications D3034. ' All pipe shall be suitable for use as a gravity sewer conduit. Provisions must be made for contraction and expansion at each joint with a rubber ring. The bell shall consist of an integral wall section stiffened with two PVC retainer rings which ' securely lock the solid cross section rubber ring into position. Standard lengths shall be 20 feet and 12.5 feet `d 1 inch. ' Rubber gaskets shall comply with the physical requirements ofASTM-131869,C361, and C443. Lubricant shall have no deteriorating effects on the gasket or the pipe ' materials. TS-4.5.3 Fittings: All fittings and accessories shall be as manufactured and furnished by the ' pipe supplier or approved equal and have bell and/or spigot configurations identical to that of the pipe. TS-4.5.4 Physical and Chemical Requirements:The pipe shall be designed to pass all test at 73 degrees F (V 3 degrees F). 15 1 TS-4.5.5 Pine Stiffness: Minimum pipe stiffness(F/y)at 5%deflection shall be 46 for sizes 6 inch through 12 inch when tested in accordance with ASTM Designation D2412. Minimum pipe stiffness for 4 inch shall be 51. External Loading Properties of Plastic 1 Pipe by Parallel-Plate Loading. 1 TS-4.5.6 Flattening: There shall be no evidence of splitting, cracking or breaking when the pipe is tested as follows: 1 Flatten specimen of pipe, six inches long between parallel plates in a suitable press until the distance between the plates is forty percent of the outside diameter of the pipe. The rate of loading shall be uniform and such that the compression is 1 completed within two to five minutes. TS-4.5.7 Drop Impnct Test: Pipe (6" long section) shall be subjected to impact from a free 1 falling tup(20 lb.Tup A) in accordance with ASTM method D2444. No shattering or splitting (denting is not a failure) shall be evident when the following energy is impacted: 1 Nominal size 4" 6" 8" 10" 12" Ft. - Lbs. 150 210 210 220 220 1 TS-4.5.8 Acetone Immersion Test: After 20 minutes immersion in a scaled container of anhydrous(99.5%pure)acetone a 1" long sample ring shall show no visible spalling or cracking (swelling or softening is not a failure) when tested in accordance with ASTM 2152, TS-4.5.9 Sizes. Dimensions. and Tolerances 1 Nom, Outside Diameter Min. Wall 1 Size Avcm c Tolerance Thickness SDR 4 4.215 40.009 0.125 33.5 1 6 6.275 `40.011 0.180 35 8 8.400 40.012 0.240 35 10 10.500 40.020 0.300 35 1 12 12.500 40.024 0.360 35 TS-4.5.10 Alignment and Grade: Pipe which is a part of the gravity sewer line shall be aligned ' and constructed to grades as shown on the Plans. TS-4.5.11 Connections to Manholes:Special manhole CPLGS fittings shall be used to connect 1 PVC pipe into manhole walls. TS-4.6 ABS Pine: TS-4.6.1 Scone: This Specification covers ABS composite pipe and fittings which shall be 16 ' furnished and installed complete with all jointing materials and other necessary appurtenances for sewers. TS-4.6.2 Materials: A B S Composite Pipe shall be made from virgin Acrylonitrile Butadiene- Styren material. This material shall be Type 1, Grade 1, Type 1, Grade 11,Type IV, Grade 1, and shall conform to ASTM Specifications 1788-62-T. ABS Composite Pipe shall consist of two concentric thermo-plastic tubes intrically braced across the annulus with resultant angular space filled to provide continuous support between ' inner and outer tubes. The component between the ABS shall be of Portland Cement Pearl-lite concrete other inert biller exhibiting the same degree ofperformance which essentially fills the truss annulus to form a composite pipe to meet the requirements ' of this Specification. Size, physical requirements, the dimensions, the method of lest, the length, the testing procedures and marking procedures for this pipe shall conform with ASTM Specification D-2680-68T. ' Couplings shall be of solid wall sleeve type for chemical weld to the truss pipe. ' TS-4.6.3 Handling: Pipe, fittings and accessories shall be handled in a manner that will insure their installation in the work in a sound undamaged condition. Pipe shall not be dropped, bumped or drug along the ground. Pipe shall not be filled by hooks. TS-4.6.4 Cleanine: The interior of all pipe and fittings shall be thoroughly cleaned of all foreign matter before being installed and shall be kept clean until the work has been accepted.All joint contact surfaces shall be kept clean until the jointing is completed. Every precaution shall be taken to prevent foreign material from entering the pipe ' during installation. No debris,tools,clothing or other materials shall be placed in the pipe. ' Whenever pipe laying is stopped, the upper end of the pipe shall be closed with an endboard closely fitting the end of the pipe and having a number of small holes drilled near the center,to prevent the trench from filling with water and to keep sand and earth out of the pipe. ' TS-4.6.5 Lavine Pine: Pipe shall be protected from lateral displacement by means of Class B pipe embedment material installed as provided in the trench backfill specification. No pipe shall be laid in water and no pipe shall be laid in unsuitable weather or ' trench conditions. When jointed in the trench,the pipe shall form a true and smooth line. Pipe shall not be trimmed except for closure, and pipe not making a good fit shall be removed. 17 Unless otherwise approved by the Engineer, the laying of pipe shall begin at the lowest point and the pipe shall be installed so that the outside laps of circumferential joints point upstream and with longitudinal laps on the sides. , TS-4.6.6 Counline Pine: The couplings shall be chemically welded to the pipe with one end, ' factory applied. The coupling and pipe end to be chemically welded in the trench shall be thoroughly cleaned after it is in the trench and primer and cement shall be applied to both the coupling and the end of the pipe. This shall be done in ' accordance with the manufacturer's specifications. The pipe shall be thoroughly shoved into the coupling and then turned within the coupling one quarter turn to insure complete contact between cement, pipe and coupling. ' TS-4.6.7 Manhole Construction: Connection at manhole walls shall be made by AOo ring type couplings set in the wall and having a manhole water stop assembly between the coupling and the manhole wall. Between the pipe and the coupling shall be an AO® seal. TS-4.6.8 Measurement and Payment: TS-4.6.7.1 ABS And Plastic Gravity Sewer Pipe: Pipe will be measured per linear foot of , completed pipe in place. Payment will be made at the unit price bid per linear foot for the completed pipe in place. Payment shall include all costs of furnishing and installing pipe including trenching and backfilling of pipe. ' TS-5 DRAINAGE STRUCTURES TS-5.1 Scone of Work: The work shall consist of furnishing all labor, materials, and , equipment necessary to perform all operations in connection with the construction of junction boxes, inlets and catch basins required for the project in accordance with the ' specifications and drawings, items not specifically mentioned, but necessary for completion of the work shall be considered as incidental to other items in the contract. ' TS-5.2 Materials: 1. Concrete shall be Class AB® Portland Cement Concrete in ' accordance with the requirements of Section TS-6 of these specifications. ' 2. Reinforcing steel shall consist of deformed bars of grade 40 steel conforming to the requirements of ASTM designation A615 or of wire fabric conforming to ASTM designation Al 85. 18 ' 3. Expansion Joint Fillers shall be of a non-extruding type conforming to ASTM designation D 1751 and cut to the dimensions shown on the plans. TS-5.3 Earthwork:This section shall cover all necessary excavation and backfill required for construction of the various structures. All applicable portions of Section TS-2 shall apply to this work. Particular care shall be taken to protect existing underground utilities and surface improvements. Excavations for structures in improved areas shall be held to tine smallest practical ' dimensions. No increase in payment for street or lawn repair will be made to allow for areas disturbed by such excavations. Structures shall be founded on undisturbed subsoil, if subsoil is not firm,over-excavate and replace with granular fill as required. ' Section TS-2:2 shall apply for subgradc stabilization under structures. Backfili requirements for each drainage structure will be the same as that of the pipe to which it is connected. irmore than one pipe is connected to tine structure, tine higher backfill requirement shall apply. ' Backfill under curb transitions shall be to 95%of Standard Maximum Density. All excavations shall be kept drained until tine structure is constructed and backfilled. . TS-5.4 Construction Methods: ' TS-5.4.1 Forms: Forms shall be of wood, plywood, or any other suitable material, designed, constructed, braced and maintained so that the finished concrete will be true to line and elevation and will conform to the required dimensions. They shall be designed to ' withstand the pressure of tine concrete,the effect of vibration as tine concrete is placed and all other loads incidental to the construction operations without distortion or displacement. They shall be mortar tight. Oiling both inside and outside surfaces ' will be required to prevent warping, shrinkage, or swelling. ' Forms shall be constructed and designed so that their removal can be effected without injury to the concrete and so that portions where surface finishing is required may be removed without disturbing forms that are to remain. Dirt,chips,sawdust,nails and ' other foreign matter shall be removed before any concrete is deposited therein. Tie rods,belts and anchorages within the forms shall be constructed so as to permit their removal to a depth of at least 12 inches from the face without injury to the concrete. In case wire ties were used,upon removal of the forms,all projecting wire shall be cut buck at least 2 inch from face of all surfaces that will be exposed to view after the completion of the work and flush with the face of all concrete surfaces that will not be exposed to view. All fittings for metal ties shall be of such design that, upon their removal, the cavities which are left will be of the smallest practical size. 19 TS-5.4.2 inlet and Outlet Pipe:Pipe or the placed in the concrete for inlet or outlet connections shall extend through the concrete walls beyond the outside surfaces of the walls a sufficient distance to allow for connections. The pipe or the shall be placed through the forms and poured in place. The ends of the pipe shall be flush with the inside wall of the structure. TS-5.4.3 Reinforcement: ' I. Placement. Reinforcing bars shall be accurately placed as shown on the plans and shall be firmly and securely held in position in accordance with Concrete Reinforcing Steel Institute ARecommended Practice for Placing Reinforcing Bars, and by using concrete or metal chairs, spacers, metal hangers,supporting wires and other approved devices of sufficient strength to ' resist crushing under full load. Metal chairs, which extend to the surface of the concrete(except where shown on the plans)and wooden supports, shall not be used. , Placing bars in layers of fresh concrete as the work progresses and adjusting bars during the placing of concrete will not be permitted. Before placing in ' the forms,all reinforcing steel shall be cleaned thoroughly of mortar,oil,dirt, loose mill scale, loose or thick rust,and coatings of any character that would destroy or reduce the bond. No concrete shall be deposited until the placing . of the reinforcing steel has been inspected and approved. 2. Splicing. Splices of bars shall be made only where shown on the plans or as ' approved by the Engineer. Where bars are spliced, they shall be lapped at least 30 diameters, unless otherwise shown on the plans. , Splicing shall be accomplished by placing the bars in contact with each other and wiring them together. ' Welding of reinforcing steel or cutting with a cutting torch will not be permitted unless specifically authorized by the Engineer. , 3. Bending Reinforcement. Bends and hooks in bars shall be made in the manner prescribed in the AManual of Standard Practice@ of the American ' Concrete Institute. Bars shall not be bent or straightened in a manner which will injure the ' material. Bars with kinks or unspecified bends shall not be used. 4. Welded Wire Fabric. Welded wire fabric shall be spliced not less than two meshes. It shall be lifted carefully into its specified position after the concrete is placed but still plastic. 20 , TS-5.4.4 Concrete Placement: Concrete construction shall be in accordance with Section TS-7. Concrete shall be conveyed,deposited, and consolidated by any method which will preclude the segregation or loss of ingredients. Chutes used in conveying concrete shall be sloped to permit concrete of the 1 consistency required to flow without segregation. Where necessary to prevent segregation,chutes shall be provided with baffle boards or a reversed section at the outlet. Where a sequence for placing concrete is shown on the plans, no deviation will be permitted unless approved in writing by the Engineer. Where concrete is to be deposited against hardened concrete at horizontal construction joints, placing operations shall begin by conveying a grout mixture through the placing system and equipment, and depositing the mixture on the joint. The grout mixture shall consist of a modification of the concrete specified to reduce the quantity ofcoarse aggregate in the mix larger than pea-gravel size to one-half the quantity specified. ' To avoid segregation, concrete shall be deposited as near to its final position as is practicable. The use of vibrators for extensive shifting of the mass of concrete will not be permitted. Concrete that has partially hardened or is contaminated by foreign ' materials shall not be deposited in the structure. Concrete shall be placed in horizontal layers insofar as practical. Placing shall start at the low point and proceed upgrade unless otherwise permitted by the Engineer. Concrete shall be placed in a continuous operation between construction joints and shall be terminated with square ends and level tops unless otherwise shown on the ' plans. Concrete shall not be permitted to fall more than six feet without the use of pipes or tremies. Pipes or tremics shall be at least six inches in diameter, or the equivalent cross sectional area for rectangular sections. Concrete shall not be placed in horizontal members or sections until the concrete in the supporting vertical members ' or sections has been consolidated and a 2-hour period has elapsed to permit shrinkage to occur. ' Concrete shall be thoroughly vibrated in a manner that will encase the reinforcement and inserts, fill the forms,and produce a surface or even texture free of rock pockets and excessive voids. Structural concrete, except slope paving steeper than one (1) inch per foot,such as ' spillway aprons and channel lining, and concrete placed under water, shall be consolidated by means of high frequency internal vibrators or a type,size and number approved by the Engineer. The location, manner and duration of the application of the vibrators shall be such as to secure maximum consolidation of the concrete without separation of the mortar and course aggregate,and without causing water or cement paste to flush to the surface. Internal vibrators shall not be held against the 21 forms or reint'orcing steel. The number of vibrators employed shall be sufficient to consolidate the concrete , within 15 minutes after it has been deposited in the forms. At least two vibrators in good operating condition shall be available at the site of the structure in which more than 25 cubic yards of concrete is to be placed. TS-5.4.5 Joints: The work shall be so prosecuted that construction joints will occur at ' designated places shown on the plans unless otherwise authorized by the Engineer. The Contractor shall construct, in one continuous concrete placing operation, all work comprised between such joints. Joints shall be kept moist until adjacent ' concrete is placed. All construction joints having a keyed,stepped,or roughened surface shall be cleaned ' prior to placement of the adjacent concrete as directed by the Engineer. Expansion and contraction joints in concrete structures shall be formed where shown ' on the plans. No reinforcement shall be extended through the joints, except where specifically noted or detailed on the plans. No direct payment will be made for furnishing and placing asphaltic paint, pre- molded asphaltic filler,or other types of joint separators. The cost therefore shall be included in the price bid for the item of work of which they are a part. TS-5.4.6 Cold Weather Requirements: Whenever the temperature of the surrounding air is ' below 40EF,or when the possibility exists that the temperature will fall below 40EF, within the 24-hour period after concrete operations,concrete placed in the forms shall have a temperature of between 80EF and 100EF. All concrete shall be maintained at a temperature of not less than 50EF for at least 72 hours or for as much time as is necessary to insure proper curing of the concrete. The housing, covering, or other protection used in connection with curing shall remain in place and intact at least 24 , hours after the artificial heating is discontinued. No dependence shall be placed on salt or other chemicals for the prevention of freezing. Contractor will be held responsible for any damage to concrete as a result of cold weather operations. ' TS-5.4.7 Finish: Inlet tops shall have light broom finish, Curb transitions shall have broom finish. Contraction joints shall be cut where shown. Cut each 12 inches deep and finish with joint tool. TS-5.4.8 Inverts: Inverts shall be carefully constructed to maintain the proper velocities , through the structure,and in no case shall the invert sections through the structure be greater than that of the outgoing pipe. The shape of the invert shall conform exactly to the lower half of the pipe it connects. Use hnlf circle template to check invert shape and size while building. Grade on the invert shall be such that no water pockets are formed. Side branches shall be connected with as large radius of curve as 22 , 1 practicable. ' Inverts shall be constructed of concrete conforming to the requirements of Section TS-6. Concrete filling between the sewer invert and walls of structure shall be flush with the top edges of the invert and shall slope up from the invert at the rule of three (3) inches per foot. Inverts shall be troweled smooth and clean. Where water problems require, use quick setting cement to aid in construction of smooth inverts. TS-5.4.9 Steps: When shown on the plans, shall be solidly grouted in place with full mortar encasement. ' TS-5.5 Precast Concrete Inlets: 1. Precast concrete inlets shall be constructed in all respects in accordance with the Plans and Specifications except as provided in the following items of this subparagraph. ' 2. All applicable requirements of ASTM C-478 shall apply to the manufacture of precast concrete inlets. 3. The manufacturer of precast concrete inlets shall submit detailed drawings and specifications for the construction of the basic precast units and appurtenances to the Engineer and Owner for prior approval. A shop drawing ' for each inlet showing dimensions, elevations and openings, shall be submitted to the Engineer and Owner for approval prior to manufacturing of the units. ' 4. Whcre dividing walls are used or where multiple precast units are used,the total net length of opening shall equal the length of inlet specified on the ' project plans. Intermediate wall openings shall be large enough so as not to cause hydraulic head loss. Location and number of manhole openings, as ' well as openings in walls shall be as required to promote easy access to all parts of the inlet, subject to the Engineer,s approval. ' 5. The walls of the entire structure shall be set in place on concrete blocks prior to pouring concrete base slab. Tile base slab shall be reinforced in accordance with the project plans,and the bottom of the base slab shall be at ' least the distance below bottom of precast walls that is shown on the project plans. The entire base slab shall be poured monolithic and shall be brought up to a level of at least six (6) inches above bottom or precast walls. 6. Mastic pipe joint compound shall be used in horizontal joints and where walls of multiple sections join, in order to form a reasonable watertight 23 structure. 7. Where lop slabs of multiple sections join, the joint shall be scaled with , General Electric single component silicone,gray color,strictly in accordance with the manufacturer's recommendations. ' 8. Top slabs cast separately from inlet walls shall be anchored against lateral movement with respect to walls by a steel dowel in each corner extending , from the walls through holes in the slabs. The top slabs shall be set accurately to line, grade and slope and grouted securely in place. TS-5.6 Precast Concrete Manholes. TS-5.6.1 Materials: Precast Concrete Manhole Rings, ASTM Designation C-478, except as ' indicated below: 1. Shell Thickness: ' Inside Diameter Shell of Manhole Thickness 41 . 011 511 5' - 0" 6" V -011 71t 2. Precast Flat Tops. Designed to withstand 1-1-20 wheel load plus 30%impact, ' AASHTO "Standard Specification for Highway Bridges". 3. Conical Tons. Eccentric cone preferred. ' 4. Manhole Steps, When shown on plans, shall be solidly cast in place or set with expanding grout. ' 5. Shipment to job not allowed until units have cured sufficiently to prevent ' damage in handling. 6. Approval. Submit all details to Engineer and Owner for approval prior to ' manufacturer, TS-5.6.2 Setting Precast Rings: Rings may be set either on a previously poured,properly cured ' base slab or may be blocked in place with solid concrete blocks while the base slab is poured around the first ring, Rings shall be set with the bells up. Butter both bell and spigot ends with pre-mixed sewer joint mastic compound,as approved by the Engineer,and set the next section 24 ' in place. Wipe joint smooth on the inside and fill all joints inside and out. Watertight joints will be required. ' Where precast manholes are constructed in existing or proposed streets,3 courses of brick shall be placed between the precast cone and the casting. TS-6 CONCRETE: ' TS-6.1 General: TS-6.1.1 Description of Work Included: All concrete required on the project except precast material. ' TS-6.1.2 Ouality Control: TS-6.1.2.1 Supervision: 1. Provide full time superintendent on the project who is qualified and experienced in concrete construction. Superintendent shall direct all work in ' connection with concrete construction. 2. Finishers shall be journeymen concrete finishers experienced in concrete finish work. TS-6,1.2.2 Submittals: Contractor shall submit name and location of transit mix company for ' approval along with complete data on gradation and durability of aggregate, mix, additives and cement. TS-6.1.3 Product Handling: TS-6.1.3.1 Transit Mix: Concrete shall be handled and preserved in its Abatchedo proportion during transportation. Mixing time shall not exceed 45 minutes and excess water shall not be added. Concrete improperly cared for or mixed in the truck longer than ' 45 minutes shall be disposed of away from the project. TS-6.1.3.2 Defective Concrete: Damaged or defective concrete shall be repaired or removed and replaced immediately as directed by the Engineer. TS-6.2 Materials: ' TS-6.2.1 General: 1. All concrete used in the project shall be furnished by a reputable permanent concrete plant using transit mix trucks. The plant shall be located within a reasonable distance from the project so travel time is 30 minutes or less. 25 1 Supplier shall have adequate bins that weigh material by approved scale system. The supplier shall have an adequate number of modern trucks to insure delivery of concrete as required ibr placing schedule. Supplier shall be ' subject to approval of the Engineer. 2. The contractor shall use whatever means necessary to insure concrete delivered to the project is properly batched with approved kinds and quantities of materials. 3. A copy of the delivery ticket for each load of concrete shall be provided the , inspector as each truck is unloaded. Delivery ticket shall include the following information: (1) Name of concrete company (2) Serial number of ticket (3) Date ' (4) Number of truck 1 (5) Name and location of job (6) Identification of concrete mix delivered . (7) Volume of concrete in truck ,. (8) Time concrete was loaded ' (9) Amount of water added at plant TS-6.2,2 Cement: All cement shall be Type I Portland Cement conforming to ASTM C-150. ' All concrete for curb and gutter and concrete pavement shall contain not less than 6.5 sacks cement per cubic yard. All other concrete shall contain not less than 5.8 sacks cement per cubic yard, TS-6,2,3 Fine Aggregate: Fine aggregate shall consist of natural sand conforming to ASTM C- 33. Sand shall be well graded,washed,clean sand from the Missouri River Class I or ' equal and shall conform to the following sieve analysis: 26 , Sieve Size Percent Passive 3/8 inch 100 ' No. 4 95-100 No. 20 40-75 No. 50 5-30 No. 100 0-10 The sand shall not have more than 35%retained between any two consecutive sieve ' sizes. Fineness modulus shall not be less than 2.5 nor more than 3.1. The amount of deleterious substances in fine aggregate, each determined on independent samples complying with the grading requirements of Division 3, shall ' not exceed the following limits: Table 1. Limits for Deleterious Substances in Fine Aggregate for Concrete: . Maximum percent by Item Weieht of Total Snm�le Clay Lumps 0.25 Material ' Finer than No.200 Sieve 2.00 Coal & Lignite 0.25 Sticks, Leaves& Other Deleterious Material 0.25 wFine aggregate shall be free of injurious amounts of organic impurities. Except as herein provided, aggregates subjected to ASTM test No. C40-56T for organic ' impurities and producing a color darker than the standard shall be rejected. Fine aggregate shall be tee of material that could react harmfully with alkalies in the cement. If such materials are present in injurious amounts,the tine aggregate shall be rejected, or shall be used with cement containing less than 0.6 percent alkali calculated as sodium oxide or with the addition of a material that has been shown to ' inhibit undue expansion due to the alkali-aggregate reaction. ' Except as provided above, line aggregate subjected to five cycles of the soundness test(ASTN C88-59T),shall show a loss,weighted in accordance with the grading of a sample complying with the limitations set forth above,not greater than 10%when sodium sulfate is used or 15% when magnesium is used. TS-6.2.4 Course Ac grl cente:Course aggregate shall be crushed limestone produced from the ' Callaway formation or equal having an estimated history of sound material and shall be approved by the Engineer. Furnish soundness test results for approval of source. Coarse aggregate source shall not contain chert deposits. I 27 Gradation Sieve Size Percent Passine 112 inch 100 linch 95-100 2 inch 25-60 No. 4 0-8 ' No. 10 0-3 Satisfactory experience record shown for durability,other wise pass soundness test ASTM C88-5 cycles using magnesium sulfate without splitting or losing more than I s% weight, ' Contractor shall arrange and pay for testing if adequate history is not available. TS-6.2.5 Water: Water for mixing and curing concrete shall be clean,and free from injurious , amounts of sewage,oil,acid,alkali,salt or organic matter. Only potable water shall be used. TS-6.2.6 Concrete Mix: All concrete for the project shall conform to the design mix listed in the table below. The concrete mix shall include air entrainment not to exceed 7 percent air: ' .. Maximum aggregate size 1 inch Maximum water 250 lb/cy W/C weight ratio (max,) 0,450 Cement -6.5 sacks per cubic yard for curb&gutter and pavement -5.8 sacks per cubic yard for all others The contractor shall furnish laboratory design mix for the approved materials. ' Water reducing and air entraining agents shall be subject to Engineer's approval. TS-6.3 Construction Requirements, 1 TS-6.3,1 Preparation: TS-63.1.1 General: , 1, Clean all forms and correct all find grade damage. , 2. Wet down all subgrades, 3. Verify all needed equipment for placing concrete is on hand: Vibrators, crane or pump, tremies, flumes, finishing equipment. 29 16 4. All keyways are to be in place. 5. Dry up excavation if any water is present. 6. I-lave cold weather equipment on hand if applicable. 1 7. Notify Engineer at least 24 hours in advance of placing concrete. ' TS-6.3.2 Placing Concrete: TS-6.3.2.1 General: ' 1. All concrete shall be placed in n manner and with adequate equipment which shall be subject to the Engineer's approval. Equipment for placing concrete shall include flumes,trcmics,cranes or concrete pumps for placing concrete: hand tool and finishing equipment for manipulation as needed. ' 2. Concrete shall be placed in a logical sequence that will permit efficient operation, but shall provide structural continuity and strength required. ' Placing sequence shall be subject to general approval by the Engineer. 3. Plumes shall not be used at slopes flatter than 45 degrees. Concrete pumping equipment shall be designed for the purpose and shall be subject to approval by the Engineer. 4. Subgrade shall have been fine graded and moistened prior to placing concrete. Forms and keyways shall be carefully cleaned prior to placing concrete. Concrete shall be placed in locations not to exceed 12 feet apart. Placing shall be a continuous operation using a heavy duty vibrator. 5. Tremies required for depth greater than 6 foot. 6. In case of pending inclement weather, prepare temporary covers to protect ' freshly placed and finished surfaces from surface damage. Protect for 12 hours. ' 7. Embedded screeds may be used unless otherwise called for. Screeds shall be accurately set and held in place by solid steel rods with mechanical clamps for attaching screed. Wood screed supports shall not be used. Screeds must be removed and voids filled while concrete is plastic. 8. Reduce coarse aggregate in first lift above cold construction joint. 9. Keep working face of concrete "alive"and plastic. 29 10. Avoid other vibrating. 11. Do not transport concrete in form with vibrator. ' 12. . Place concrete uniformly at spacing not to exceed 10 feet. TS-6.3.2.2 Slump: Hold slump as low as possible to allow proper placement of concrete. ' Maximum slump for curb,curb and gutter,and concrete pavement shall be 3 inches. ' All other concrete shall have a 4 inch maximum slump. TS-6.3.2.3 Cold Weather Requirements: 1. Do not place concrete on ice or frozen subgradc. 2. Do not place concrete at temperature below 20°F unless covered and heated. 3. When temperature is or is forecast below 40°F, the following are required; (1) Heat water to 150EF maximum (2) Heat aggregate to frost free temperature. (3) Temperature of concrete regulated to the following schedule: Air Temperature Concrete Temperature 30 to 40 70 to 80 , 20 to 30 Soto 100 (4) Cover, protect, and heat to 70E F air temperatures when heated ' concrete is required. (5) Preserve and maintain moist curing conditions when heating. (G) Admixtures for cold weather purposes are not approved. TS-6.3.2.4 Hot Weather; 1. Concrete exposed to direct weather shall not be placed at temperatures above 100E F. 2. Cover,protect and cool work as required to maintain concrete below I OOE F. TS-6.33 Finishing Concrete; 30 TS-6.3.3.1 General: 1. All slabs, walks and decks shall be sloped uniformly to drain to finish grade, and must drain completely. ' 2. finish shall be of specified texture and uniform in color and appearance. Approval of finish is required on first concrete placed. ' 3. All voids in slabs and horizontal surfaces are to be filled during finishing operation. Voids informs surfaces are to be repaired immediately at the time forms are removed. 4. Avoid over-finishing, late finishing, re-watering, and other techniques that may cause Acrazingo. 5. Provide adequate manpower and equipment for finishing prior to placing concrete. 6. Initiate curing process as soon as surface strength will permit. ' TS-6.3.3.2 formed Surfaces Exposed to View: 1. Remove forms as soon as curing and strength development permits. 2. Remove the cones where applicable and fill with sand cement grout. 3. Break off all Afins®; grind as required for uniform appearance. 4. Grind all form AofT set®where concrete will be visible after construction is complete. ' 5. Chisel all loose material in Ahoncycomb® areas until only solid concrete exists. Pill void with grout. Cure 5 days. TS-6.3.3.3 Pavement: All concrete shall be finished monolithically. No Atopping® or Aplasleringm. ' Sidewalks and curb and gutter shall receive a light broom finish. See Section TS-8 for finish of Concrete street pavement. TS-6.3.3.4 Construction Joints: All keyed and other construction joints shall be constructed as shown on the plans. Keyway required unless otherwise shown. TS-6.4 Curine; 31 TS-6.4.1 General: 1. All concrete is to be cured a minimum of 5 days after placing and finishing or 5 days after repairing. 2. Protect all concrete surfaces from damage during and after curing period. TS-6.4.2 Formed Surfaces: ' 1. Forms are adequate if left in place 5 days. 2. Cover top with 6 mil Polyethylene sheet r 3. if forms are removed to Astone® finish or repair concrete, cover with polyethylene sheets. Anchor in place. TS-6.4.3 Walks. Curb and Gutter. and Pavement: 1. Spray liquid membrane (ASTM - AStandard Specifications for Liquid Membrane-Forming Compounds for Curing Concrete®,Designation C-309, , current edition). 2. Follow manufacturer's directions for sprayed liquid membrane. . 3. Protect surface from damage. TS-6.5 Defective Work: TS-6.5.1 General: 1. Defective concrete work shall be removed and replaced immediately. 2. Work built outside tolerances shall be considered defective. 3. Concrete of inadequate strength or having surface conditions indicating poor ' durability such as crazing, severe Amap cracking®, crumbling, or other evidence shall be considered defective. 4. Engineer shall be notified immediately when such conditions become apparent. ' TS-6.5.2 Repairing: 1. Repairing of minor faults such as small AlloneycomM areas and voids may be patched, Repairs shall be made as described in TS-6.3.3.2 above. 32 ' 2. Cure patched areas 5 days. ' TS-6.6 Joints; I. Joints shall be constructed as shown on the plans. Unless shown on the ' plans, joints shall not be constructed unless approved by the Engineer. Where water stop is specified in joint, water stop shall be securely fixed in place to prevent voids or Afoldover® of water stop. Vibrate around water stop to insure watertight seal with no voids. 2. All construction joints shall be made with canted 2x4 at least 22 inches from wall face. All construction joint contact surfaces shall be finished with wood float finish. 3. All horizontal construction joints shall incorporate 2x4 in keyway. Finish surface of joints with wood float. 4. Contraction joints shall be sawed to a depth equal to one-quarter of the thickness of the concrete. Unless otherwise indicated on the plans, ' contraction joints shall be spaced at a maximum distance of 12 feet each way for concrete pavement. Contraction joints shall be at approximately 10 toot intervals. Joints in curb and gutter shall lineup with sawed joints in concrete pavement. TS-7 ASPHALTIC CONCRETE TS-7.1 General:This work shall consist of the construction of asphaltic concrete base,and surface course as shown on the plans and specified herein. TS-7.2 Standard Specification: All work of this section shall be in accordance with the referenced portions of AMissouri Standard Specifications for Highway Construction® 1986 Edition published by the Missouri State Highway and Transportation Commission, except as modified here. ' TS-7.3 Asphaltic Concrete Base: ' TS-7.3.1 Subgrade shall be prepared as specified in Section TS-2. TS-7.3.2 Material: Materials shall conform to Standard Specifications Section 301.2. 33 TS-7.3.3 Mixture:The mix shall conform to the requirements of Section 301.3 Asphalt cement content shall be in the range of 3 to 6 percent. Marshall Properties , Stability 1200 Min. Plow 8 to 6 ' TS-7.3.3.1 Section 301.3.2 shall be changed to read as follows: Prior to preparing any of the mixture on the project, the Contractor shall obtain, in the presence of the Engineer, ' representative samples of asphaltic cement and mineral aggregates for tests. The samples of material shall be of the size designated by the Engineer and shall be submitted to an approved laboratory for testing. The Contractor shall also submit for ' the Engineer, s approval, a job-mix formula for each mixture to be supplied for the project. No mixture will be accepted for use until the job-mix formula for the project is approved by the Engineer. The job-mix formula shall be within the master range specified for the particular type of asphaltic concrete,and shall include the type and sources of all materials,the gradations of the aggregates,the relative quantity of each ingredient, and shall state a definite percentage for each sieve fraction of aggregate ' and for asphaltic cement. No job-mix formula will be approved which does not permit,within the limits of the master range,the full tolerances specified for asphalt cement and for material passing the No. 200 sieve. The job-mix formula approved for each mixture shall be in effect until modified in writing by the Engineer. When satisfactory results or other conditions make it necessary, or should a source of material be changed, a new job-mix formula may be required. The Engineer may make adjustments in the job-mix formula in order that the mixture meets established criteria of the Marshall mix design. The maximum time a job-mix will be used will , be two (2)construction seasons. TS-7.3.3.2 Omit Section 301.3.6, 301.3.7, 301.3.7.1, and 301.4. ' TS-7.3.3.3 Commercial Mixture: A commercial mix may be used if approved by the Engineer. To request approval of a commercial mix,the Contractor shall submit to the Engineer , the proposed mix proportions,sources of materials,Marshall properties,and a list of projects on which it has been used. TS-7.3.4 Construction Requirements: , TS-7.3.4.1 Weather Limitations: Bituminous mixtures shall not be placed: (1)when either the ' air temperature or the temperature of the surface on which the mixture is to be placed is below 40EF.(except that base courses 3 inches or more in thickness may be placed when the air temperature is 35E F.); (2)on any wet or frozen surface;or (3) when , weather conditions prevent the proper handling or finishing of the mixture. Mixture shall not be placed during inclement weather. 34 , TS-7.3.4.2 Asphalt Plant: The asphalt plant or plants shall meet the requirements or Standard Specifications Section 301.6. Plant calibration shall be the sole responsibility of the Contractor. TS-7.3.4.3 Preparation of the Mixture: Preparation of the mixture shall be in accordance with applicable portions of Standard Specifications Section 404.6.2.1 through 404.6.3. Transportation of the mixture shall conform to Standard Specifications Section 301.8. An adequate number of trucks to provide constant supply of mix to the laying machine shall be used. The location of the plant shall be close enough to the project that excessive cooling does not occur. The provisions of Standard Specifications 301.9 and 404.6.3 shall be met. TS-7.3.4.4 Spreading the Mixture: Asphaltic mixtures shall be spread in accordance with Standard Specifications Section 301.9 and 301.9.1. Allowance shall be made for the slope of the outside edge so that the finished top dimensions match those shown on the plans. The curb and gutter shall be used as a grade reference for the automatic screed control. TS-7.3.4.5 Compaction: Rolling shall begin as soon as practicable alter the spreading. The Contractor shall submit to the Engineer the rolling system he proposes to use or the compaction of the mixture. Rollers shall be in good condition,capable of operation without backlash. Steel wheel rollers shall be equipped with scrapers. All rollers shall have a functioning water system for moistening each roller or wheel. Base ' course shall be compacted to 95% of laboratory density. Surface course shall be compacted to 98%of laboratory density. TS-7.4 Asphaltic Concrete: This work shall consist of asphaltic concrete surface course. TS-7.4.1 Materials: Material shall conform to the applicable sections of Standard Specifications for Highway Construction, Sections 401, 403, and TS-7.3.3.1 for Grade AC®, Grade ADS and Type AC@ except as modified hereto. ' TS-7.4.2.1 Gradation Max Desired Max Desired ' Gradation Limit Gradation Limit Gradation Passing Grade C Grade C Grade D Grade D :0 sieve 100 100 100 100 2" 80-100 88 95-100 100 No. 4 40-65 52 60-90 70 No. 10 30-55 40 35-65 45 No. 40 8-25 18 10-30 20 No. 200 4-12 8 4-12 8 35 1 TS-7.4.2.1 Gradation NOTE:The gradations of the aggregates will be determined from samples taken from ' the hot bins. AType Ce r Pass 3/4-inch sieve 100 ... Pass 3/4-inch sieve, retained on 2 -inch sieve 0 3 ' Pass 2-inch sieve, retained 3/8-inch sieve 0 25 Pass 3/8-inch sieve, retained on No. 4 sieve 20 45 Pass No. 4 sieve, retained on No. 10 sieve 7 20 Pass No. 10 sieve, retained on No. 40 sieve 7 20 Pass No. 40 sieve, retained on No. 80 sieve 5 20 Pass No. 80 sieve, retained on No. 200 sieve 3 18 Pass No. 200 sieve 4 10 Asphalt Cement 3.5 7 TS-7.4.2.2 Aggregate for Asphaltic Concrete: Shall conform to the applicable sections of the Standard Specifications for Highway construction with the additional requirement that supplier shall crush and stockpile 50%of the needed approved aggregates prior ' to placement of any asphaltic base or pavement. TS-7.4.3 Construction Requirements:Construction requirements shall be specified in TS-7.3.4 as amended herein. TS-7.4.3.1 Weather Limitations: Weather limitations shall be as specified in TS-7.3.4.1 except ' that no asphaltic concrete shall be placed when the temperature of the air or the surface on which the asphalt will be placed is less than 40E P. ' TS-7.4.3.2 Spreading: Spreading of the mixture shall be in accordance with Sections TS-7.3.4.4 except that automatic screed control shall not be used on the surface source unless ' directed by the Engineer. TS-7.4.3.3 Commercial Mixture: A commercial mixture may be approved for this work in ' accordance with TS-7.3.3.2. TS-7.5 Tack Coat: A Tack Coat will be required over all existing pavement to be overlaid ' and between each lift of the new asphaltic concrete pavement unless the preceding lift has been protected from all dirt and traffic since its placement. Tack Coat will be placed after cleaning and preparing of the surface is complete. ' Application rate will generally be 0.10 to 0.15 gallon per square yard as directed by the Engineer. Tack coat material shall be RC-70, SS-I or SS-I 11 unless otherwise approved by the Engineer. 36 ' 1 There will be no direct payment for tack coat. This work will be considered subsidiary to the asphaltic concrete pavement or base. TS-7.6 Measurement and Payment: Measurement will be made for the various type of pavement as per the itemized bid form. Where existing pavement is being overlaid, payment will be for Base Leveling Course per ton and for Surface Course per square yard as shown on plans. Where all new pavement is to be constructed,payment will be made per square yard of full-depth base and surface course per typical section. Payment will include all costs of cleaning existing pavement or previously laid lifts ' and all costs of tack coat. TS-8 PORTLAND CEMENT CONCRETE PAVEMENT: ' TS-8.1 Portland Cement Concrete: The work shall conform to the referenced portions of AMissouri Standard Specifications@ as modified herein, TS-8.1.1 Materials:Materials shall conform to Section 501.2 of the AStandard Specifications® as modified herein. Tinting material as specified in Section 1056 will not be used, 501.2.2 Mix Design. ' Delete Section 501.2.2.1 and Section 501,2,2,2. 501.2.2.3 Use Class A sand only. Mix shall contain not less than 6.5 sacks of cement per cubic yard. 501,2,4 Consistency. Delete slump table and paragraph 501.2.4.1. Hold slump as low as possible to allow proper placement of concrete, Maximum ' slump for pavement, curb, or curb and gutter shall be 3". All concrete shall be air entrained in accordance with Section 501.7 including paragraphs 501.7.1 through 501.7,3. Air content shall be between 4%and 7%. ' All concrete for curb and gutter and concrete pavement shall contain not less than 6.5 sacks cement per cubic yard. Actual mix design shall be prepared and submitted by the Contractor to the Engineer for his approval. Submittal shall include source and properties of all aggregate, source of cement, proportions used, slump, air content and results of breaks of 5 test cylinders. Cylinders shall be broken as follows: 37 2 at 7 days 3 at 28 days Prior to starting project, contractor shall obtain in the presence of the Engineer, ' representative samples of cement,fine and course aggregates for test. The samples of ' material shall be of the size designated by the Engineer and shall be submitted to an approved laboratory for testing. The Contractor shall submit for the Engineer,s approval each Job-Mix formula. The maximum time a Job-Mix will be used will be ' 2 construction seasons. Minimum compressive strength, based on ASTM designation C-39, C-31, and C- ' 192, 2800 psi at 7 days and 4000 psi at 28 days laboratory cured, 13% less for job cured cylinders. Concrete may be either central mixed and delivered in approved trucks or may be , truck mixed. Total elapsed time from time of combination of water and cement until all of that ' batch is placed shall not exceed one hour. The use of calcium chloride will not be permitted. Other admixtures may be used , only if approved by the Engineer. TS-8.2 Portland Cement Concrete Pavement: This work shall conform to AStandard Specifications® Section 502 and substitute the following: TS-8.2.1 Materials: Delete the last sentence of Section 502.2 and substitute the following: , Contractor will conform to the requirements of the preceding section of these ' specifications. Delete Sections 502.3.1, 502.3.2, and 502.3.2.1. Delete Sections 502.3.4, 502.3.5, 502.3.6, and 502.33. Delete Section 502.3.9 through 502.3.13.2. Section 502.3.16 shall be changed to read as follows: ' Auxiliary Equipment shall be available at all times as follows: I. Two or more 10-foot straight edges of an approved type. Blades shall be replaced when edges become wavy or warped. 2. immediately following the machine floating and while the concrete is still ' plastic,the contractor shall test the pavement surface for trueness by means of a 10-Coot straightedge in contact with the concrete surface parallel to the pavement centerline,and drawing the straightedge lightly across the surface. Advance along the pavement shall be in successive stages of the more than 38 ' 1 one-half the length of the straightedge. All variations shall be eliminated by filling depressions with freshly mixed concrete or striking ofTprojections,and the areas so corrected shall be consolidated and refinished by means of a long-handled float. ' 3. Sufficient burlap, waterproof paper, or plastic film for the protection of the pavement in case of rain or breakdown of curing equipment. 4. Joint Seal shall conform to Section 1057 of the 1986 Missouri Standard Specifications for Highway Construction. ' Hand placement and finishing as specified in Section 502.10.9 will be permitted. TS-8.2.2 Constriction Requirements: Delivery tickets shall be provided the inspector in accordance with Section TS-6.2.1 of this specification. Delete Section 502.5.3. ' Section 502.6 - Conditioning of Subgrade. References to other sections shall be references to those Sections as amended by these Specifications. Delete Section 502.7 and paragraph 502.7.1. Delete Section 502.9 and paragraphs 502.9.1 and 502.9.2. Delete Section 502.10.7- Station Numbers. Section 502.109 I-land Finishing will be permitted on the project. 502.16 Slip Form Construction. This type of construction will be allowed on this project. The provisions of Section 502.16 and the succeeding paragraphs as amended herein shall apply. References to other sections of the Missouri Highway ' Specifications shall refer to those sections as modified by these specifications. 502.16.1 Subgrade and Base. Delete all references to aggregate base. Pavement shall be placed on earth subgrade and the paver and check template shall also operate on the subgrade. Delete Section 502.17 and paragraphs 502.17.1 through 502.17.5. Cores will not be drilled on this project unless required by the Engineer. This will only be done if doubt as to the actual thickness exists. Normally edge thickness will be used as a rough check on constructed thickness. 39 1 Pavement thickness will be considered to be design thickness. TS-8,2.3 Measurement and Payment shall be in accordance with Sections 502,18 and 502.19 ' of the Standard Specifications as amended by the following: If cores are taken and the thickness found to be deficient the provisions of 502.19,1 through 502.19.3 shall apply with the exception of Type AA® curb and gutter (see typical section for end details and thickness)which shall be measured on the basis of linear feet constructed. Payment shall be continuous through residential drive approaches and shall include ' the hooking up of existing house drains that now extend to the street. TS-9 LAWN REPAIR AND SEEDING: , TS-9,1 General:All areas disturbed by the construction shall be seeded or sodded except for paved areas. See plans for areas to be sodded. ' TS-9.2 Bluegrass Sodding: Sod shall be planted in accordance with the following requirements, , Sod shall be of the best quality and when placed, shall be live fresh growing grass with sufficient soil adhering to the roots. Sod shall be procured from areas where the , soil is fertile and contains a high percentage of loamy topsoil and from areas that are predominately bluegrass and that have been grazed or mowed sufficiently to form a dense turf. Source of soil shall be approved by the Engineer before cutting and harvesting. The sod shall be transplanted within 24 hours from the time it is harvested unless it is ' stacked at its destination in a manner satisfactory to the Engineer. All sod in stacks shall be kept moist and protected from exposure to the sun and from freezing. In no , event shall more than one week elapse between the time of cutting and planting of the sod. Before placing or depositing sod on areas to be sodded, all shaping and dressing of ' the areas shall have been completed to the satisfaction of the Engineer. Top soil as specified in shaping an dressing, commercial fertilizer, grade 12-24-24, shall be , applied uniformly at a rate of not less than 350 pounds per acre and harrowed lightly. Sodding shall follow immediately. After planting, the sod shall be watered and mowed as required until completion and acceptance of the entire work. No sodding ' shall be done during the period from June I to September 1, unless the planting season is extended by the engineer. TS-9.3 Seeding:After shaping,placing 4"of topsoil,and dressing of areas to be seeded have been approved by the Engineer, a commercial fertilizer, grade 12-24-24, shall be applied at a rate of not less than 350 pounds per acre. The area shall be prepared to receive the seed mixture by using a disc spiker or other suitable implement. Seed shall then be spread at the specified rate by drill, by hand seeder, by brillion seeder, 40 , or by other approved seeders. Seeding shall not be done during windy weather, or when the ground is frozen, muddy, or otherwise in a non-tillable condition. ' An established grass cover shall be provided on all areas requiring seeding. Irrigation, mulching, mowing, and any other operation necessary to provide an ' acceptable grass cover shall be provided by the contractor at no additional cost to the Owner. Seed shall be applied at the rate of 300 pounds per acre. The seed shall be composed of a mixture of 60%ADerby@ Rye grass,20%creeping fescue,and 20%Bluegrass. ' Bluegrass may be either Ram I, Touchdown, or Glade. Seeded areas shall be mulched with straw at a rate of 1.5 tons per acre. ' The contractor may at his option and at no additional cost to the Owner,provide sod as specified herein in lieu of seeding in any or all areas required to be seeded. ' Protection and Repair: The seeded area shall be free of traffic. If at any time before acceptance becomes Bullied or otherwise damaged,or the seeding has been damaged or destroyed, the affected portion shall be repaired to reestablish the specified condition prior to the acceptance of the work. TS-9.4 Submittals: TS-9.4.1 The contractor shall furnish certifications in triplicate from the supplier or manufacturer of seeds, sods, fertilizers and all other materials furnished in accordance with the requirements of this Section. The certifications shall state that each material supplied is in accordance with these Specifications and with specifically named state laws and regulations. The certifications shall have attached inspection or test reports of governing state agencies applicable to the lot or lots of material supplied. ' TS-9.5 Method of Measurement: TS-9.5.1 Definition of Grading Limi : The term Agrading limit@ as used in this Article, shall mean any of the following: ' I. The location of a line determined by the interspection of the cut or fill slopes shown on the Plans with the existing surface,plus allowance for rounding at such intersection as shown on the Plans. During the course of the work the ' Engineer may direct that the grading limit be elsewhere than as determined by the foregoing, and, in such case, the grading limit will be at the location as directed by the Engineer. 2. For structures placed in excavations and for pipes in trenches, five (5) feet outside a vertical plane through the outermost surfaces of the neat lines of 41 1 such structures or of the pipes. TS-9.5.2 Seedina: Measurement will be made of the area seeded(horizontal measurement)to , the nearest 1/10 acre. Measurement will not be made beyond a line 5 feet outside the grading limit. ' TS-9.5.3 Sodding:Measurement will be made of the areas sodded (slope measurement)to the nearest square yard. Measurement will not be made beyond a line 2 feet outside the , grading limit. TS-9.6 Basis of Paymcnt: ' TS-9.6.1 Sceding Sodding: The amount of completed and accepted work, measured as provided shall be paid for at the contract unit price bid per acre for seeding and at the ' contract unit price bid per square yard for sodding. TS-10 REINFORCED CONCRETE DOUBLE BOX CULVERTS AND RETAINING ' WALLS TS-10.1 General: ' These items shall be bid on the lump sum basis to include: the necessary excavation and the disposal of any excess excavation material from the channel to allow construction of the proposed structures and all materials and labor to complete the construction of a 11 x 9 Reinforced Concrete Double Box Culvert and all Retaining ' Walls according to the plans and specifications. TS-10.2 Reinforced Steel for Concrete Structures: ' All reinforcing steel to be used for this structure shall be deformed bars meeting the requirements of the following:Grade 60 ASTM a 615-70 Deformed Billett Steel Bars ' Concrete Reinforcement. Reinforcing steel shall be protected from damage at all limes. When placed in the work, it shall be free from dirt, oil, paint, grease, loose mills scale, thick rust and other foreign substances. Reinforcement for the top slab ' shall be held securely in correct position by means of approved metal bar supports and ties. Bars in the top slab shall be tied at each lap or crossings or closer. Care shall be taken to maintain proper clearance between the forms and the reinforcement. ' The steel shall be tied in correct position and inspected before any concrete is placed. Such inspection will not relieve the contractor of his responsibility for constructing the unit in accordance with the plans. TS-10.3 Forming: Forms for concrete shall be built true to the lines and grades designated and be mortar-tight and of sound materials adequate to prevent distortion during the placing 42 , 1 16 and curing of concrete. All concrete shall be formed unless otherwise specified. If during or after placing the concrete, the forms sag or bulge, the concrete affected ' shall be removed,the forms realigned and new concrete placed. Construction camber to take care of shrinkage or settlement impairing the strength of the structure by the reduction of depth will not be permitted. ' The forms shall be designed for a fluid pressure of 150 pounds per cubic foot on horizontal surfaces and 30 pounds per square foot on vertical surfaces for impact and ' vibration. ' TS-10.3.1 pace Lumber of forms for exposed surfaces of concrete shall present a smooth dressed surface free of loose knots, knot holes, and other defects. The spacing of supports and the thickness of face lumber shall have a minimum nominal thickness of one inch for solid lumber or 5/8 inch for plywood. Form materials shall be placed with horizontal joints. Triangular molding, smooth on three sides and having 3/4 inch width on each of the two form sides,shall be used to bevel all exposed edges of ' the structure,except where special bevels are shown on the plans. TS-10.3.2 Forms Re-used shall be in good condition. Form lumber which is unsatisfactory in ' any respect shall not be used. TS-10.3.3 Design and Construction of forms permit their removal without damage to the concrete. Cofferdam braces or struts which will extend through any exposed concrete section will not be permitted. Forms under copings and around offsets may be given a draft of not more than one inch per foot to permit removal without damage ' to the concrete. For narrow walls where access to the bottoms of the forms is not otherwise obtainable, an opening shall be provided so that chips, dirt, sawdust, or other extraneous material may be removed immediately prior to placing concrete. ' TS-10.3.4 Ties and spreaders and all metal appliances used inside of forms to hold them to correct alignment and location shall be so constructed that after removal of forms,the metal may be removed to a depth of at least one inch below the surface of the concrete. Metal tic rods used inside the forms where concrete will have an exposed surl'ace shall be a type which will not produce a cavity at the surface of the concrete greater than 1-1/2 inches in diameter. Bolts and rods used as ties shall not be removed by pulling them through the concrete. Wire ties and pipe spreaders will not be permitted,and metal or wood spreaders which are separate from form ties shall be removed as concrete is being placed. A bolt-through method of supporting forms for massive substructure units may be used with the approval oflhe Engineer. No form ' ties shall be embedded in concrete above the roadway surface on bridges. TS-10.3.5 Cavities produced by the removal of metal tie rods shall be carefully tilled with mortar composed of approximately one part cement to two parts sand. White cement shall be added to the mortar if necessary to obtain the required color. In order to reduce the shrinkage, no mortar shall be placed in the cavities until 45 minutes after ' 43 the initial mixing. In lieu of the above, any approved non-shrinking, non-staining type of mortar may be used. After the cavities are tilled, the surface shall be left , smooth, even, and uniform in color and texture. 'fie rod cavities in surfaces against which backfill is to be placed shall be tilled with mortar or an approved plastic compound meeting the requirements of Section 1057.3. Patching of tic rod cavities , in the interior surfaces of box grinders will not be required. TS-10.4 Portland Cement Concrete ' This item shall conform to the Missouri Standard Specifications for Highway Construction,Class B concrete with a coarse aggregate classification ofGradation D. ' Osage River Gravel, fine aggregate shall be Missouri River Sand, Class A. It shall be a 5.81 bng mix with an air content of four(4) to seven (7) percent. ' Finish for bottom slab shall be travel and finish for top slab shall be broom. TS-10.5 Excavation The contractor shall be responsible for excavation required to complete the proposed ' structures in place. The contractor shall establish a sound bedding before pouring the bottom slab and footings. TS-10.6 Testing of Portland Cement Concrete The contractor shall perform or have performed the following tests to insure the ' strength of the structure when completed. Such tests in no way relieve the contractor of his responsibility for the construction of this structure and its acceptance after final ' inspection. (Payment for this item will be included under the bid item for Double Box.) TS-10.6.1 Slump Test: Slump Tests shall be taken during each pouring and shall not be less ' than 2 inches and not more than 4 inches. TS-10.6.2 Compression Test: Cylinders 6 inches in diameter and 12 inches in height shall be , used in determining the compressive strength. The contractor shall make I cylinder per 25 cubic yards poured. , TS-11 CRUS14ED STONE DRIVEWAYS: - TS-11.1 Crushed stone driveways shall be constructed in accordance with the details on the ' Plans and with the requirements of Missouri Highway Specifications Section 304 for aggregate base course except that the provisions for measurement and payment therein shall not apply and except as modified in this section. 44 ' TS-11.2 Aggregate Typ: Type I TS-11.3 The required thickness may be compared in one layer. Required density of ' compaction shall be not less than ninety (90) percent, TS-11.4 Where practicable, utilize temporary surfacing material as subbase to improve stability of crushed stone drives and to reduce amount of added material required. TS-11.5 Crushed stone drives shall be carefully graded to drain, TS-11.6 Measurement of crushed stone drives shall be to the nearest I square yard, TS-11.7 Payment shall be at the unit price bid including all labor,equipment and materials to construct the driveway complete including subgrade preparation. TS-12 RIP RAP: ' TS-12,1 General: Rip rap shall be furnished where provided on the Plans or where otherwise directed. Rip rap shall be durable limestone meeting the requirements of Missouri Highway Specifications Sections 611,31, 611.32 and 611.33 for Type 2 Rock Blanket. The minimum layer thickness shall be one and one-half(12) feet. The surface of rip rap shall be flush with the surrounding finished earth grade and grouted. TS-12.2 Inspection: The Contractor shall notify the Engineer of the source of rip rap prior to its delivery in time to permit its inspection. TS-12,3 Measurement and Payment: Rip Rap will be measured complete and in place to the nearest square yard of surface area(slope measurement). Payment at the unit price ' bid will be full compensation for all costs of excavation and furnishing and placing rip rap as shown on the plans and specified herein. ' TS-13 ROCK EXCAVATION: TS-13.1 General: Should rock be encountered in two or more ledges,each ledge being more than six (6) inches thick and with interlying strata of earth clay,shale,or gravel not more than twelve (12) inches thick in each stratum, the entire volume between the t top ledge and bottom of the bottom ledge will be classified as rock. (See Article TS- 2 for detail specifications.) TS-13.2 Use of Explosives: When explosives are used in the prosecution of work, the Contractor shall use the utmost care to prevent injury to persons and property. All explosives shall be stored and used in a safe manner and in compliance with all existing statutes and ordinances and all places used for such storage shall be marked clearly ADANGEROUS EXPLOSIVES®. 'file Contractor shall warn all persons in the vicinity of the danger area when explosives are being used. The Contractor shall 45 1 save the City and its agents, officers, and employees harmless from any claim growing out of the use of such explosives. Removal of any item or material orally nature by blasting shall be done in such manner and at such time as to avoid damage ' affecting the integrity of the design and to avoid damage to any new or existing structure included in or adjacent to the work. Unless the plans,special provisions,or ' the Engineer restricts such operation, it shall be the Contractor,s responsibility to determine a method of operation to insure the desired results and the integrity of the completed work. Blasting will not be permitted until a Contractor has obtained prior ' insurance and has obtained a permit from the City Fire Department. TS-13.3 Measurement and Payment ' Rock excavation shall be bid on unit price per cubic yard and final payment shall be based on field measurement. Rock is defined as being sandstone, limestone, chert, ' granite, sillstone, quartzite, slate, shale, occurring in its natural undisturbed state, hard and unweathered or similar material in masses more than 1 2 cubic yard in volume, in ledges six (6) inches or more in thickness. ' TS-14 SANITARY SEWER ADJUSTMENTS: TS-14.1 Adjusting and Rebuilding Manholes: , TS-14.1.1 General: 1. Each existing storm or sanitary sewer manhole encountered within the , grading limits, whether or not shown on the Plans, and which is to be left in service shall be raised or lowered to the new grade and slope. 2. All construction work in connection therewith shall be in accordance with the , applicable details on the manhole sheet of the drawings. Manhole steps shall be properly reset and spaced. All new construction with brick shall be given ' a three-fourths (%) inch mortar coat on the outside. All new construction with brick or precast concrete shall be given one heavy coat of coal tar paint. 3. In areas to be paved or surfaced the work shall be accomplished and protected r in such a manner as to not create a traffic hazard and to provide for proper construction and compaction of the sub-grade and pavement adjacent to the ' manhole. 4. Precautions shall be taken to drop no debris into the bottoms of manholes. ' Any debris so dropped shall be immediately removed to prevent being washed down the sewer line. 5. The Contractor shall verify for himself the types of construction of the existing manholes. 1 46 , TS-14.1.2 Lowerina Manholes: 1. Wherever possible, the manhole shall be lowered without resetting or rebuilding the cone (this will be classified as AAdjust Manhole to Gradeo), utilizing one or both of the Ibilowing methods: (1) Remove existing straight neck brick or precast concrete ring sections and lower existing cast iron ring and cover. (2) Remove existing cast iron ring and furnish and set shallow type cast ' iron ring, Type 3, as shown on the Plans, (machined), or equivalent, designed to receive existing cover. 2. When the required lowering is greater than can be accomplished as specified in the above subparagraph,the work will be classified as "Rebuild Manhole to Grade', which shall be accomplished by one of the following methods: ' (1) Precast concrete shall be removed and reset, removing one or more precast concrete rings below the cone, furnishing any necessary ' shallow depth straight concrete rings below the cone or concrete or cast iron adjusting rings above the cone. The existing cast iron ring and cover shall be reset,or, if necessary,a shallow type ring shall be furnished as specified in Item 2 of sub-paragraph S-14.1.2 (a). (2) Brick cones shall be torn down and rebuilt with brick,using eccentric or concentric cone as required to meet clearance conditions. An eccentric cone is preferred. Taper on walls shall not be more than twelve (12) horizontal to forty (40) vertical. The existing cast iron ' ring and cover shall be reset,or, if necessary,a shallow type ring shall be furnished as specified in Item 2 of subparagraph S-14.1.2 (a). TS-14.1.3 Raisine Manholes: ' 1. Wherever possible, the manhole shall be raised without resetting or rebuilding the cone. This will be classified as Aadjust Manhole to Grade @. This shall be accomplished by adding adjusting rings of cast iron, precast concrete or brick; or an appropriate combination thereof, and resetting the existing cast iron ring and cover. The maximum allowable height of straightneck section, measured to top of cast iron ring, shall be twenty-one ' (2 1) inches unless otherwise directed by the Engineer. 2. When the required raising is greater than can be accomplished as specified in the above subparagraph, the work will be classified as ARebuild Manhole to Grade @, which shall be accomplished by one of the following methods: 47 (1) Precast concrete cone shall be removed and reset,adding one or more precast concrete rings below the cone, furnishing any necessary concrete or cast iron adjusting rings above the cone. The existing cast ' iron ring and cover shall be reset. (2) Brick cones shall be torn down and rebuilt with brick,using eccentric ' or concentric cone as required to meet clearance conditions. An eccentric cone is preferred. Taper on walls shall not be more than ' twelve (12) horizontal to forty (40) vertical. The existing cast iron ring and cover shall be reset. TS-14.1.4 The Contractor shall furnish all materials required for adjusting and rebuilding , manholes. Suitable materials salvaged from existing manholes may be reused as needed. If directed to replace any cast iron item found to be unsuitable through no ' fault of the Contractor, payment for the materials only will be made in accordance with the provisions of Regulations of the Contract Article hC-21. TS-15 UNDERDRAIN: , TS-15.1 General:The Contractor shall install underdrains where directed. None are shown on ' the Plans. He shall have an available source of underdrain materials so that they can be quickly obtained when it is determined where and ifthcy are required. However, such materials shall not be ordered until directed by the Engineer. Underdrains shall be installed only at locations as directed by the Engineer. TS-15.2 Materials: ' 1. Pine for Underdrain:AMissouri Highway Specifiications@ Section 1022,with ' necessary fittings. Pipe, fittings and shall be fully bituminous coated after fabrication in compliance with the requirements of AASI-1O M 190. Diameter of perforations after coaling shall be not less than one-fourth (3) ' inch. 2. Agpregate for Underdrain: Natural sand, meeting the requirements for Pine ' Aggregate, MCIB Section 4, TS-15.3 Installation: ' 1. Installation of underdrains shall be in accordance with the details on the Plans,with AMissouri Highway Specifications@ Sections 605.11, 605.12.1, ' 605.13.2, 605.13.3, and 605.13.4, and in accordance with the following items. 2. Underdrains will generally be discharged to the nearest storm sewer pipe or structure or to the nearest ditch. Outlet in storm sewer shall preferably be in 48 ' upper two thirds(2/3)of pipe height;in ditches, a minimum of six(6)inches above bottom of ditch. 3. Break into storm sewer or drainage structure and grout underdrain in pipe into as for branch connection as shown on the Plans. Use granular fill beneath underdrain pipe to bottom of storm server trench or structure excavation. ' 4. A section of non-perforated pipe,of length as specified by the Engineer,shall be installed at the outlet end. 5. Seal around underdrain with clay near outlet ends to confine water in the pipe. ' 6. Aggregate for undcrdrain shall be compacted to final settlement by ponding. TS-15.4 Measurement and Payment: Underdrain pipe shall be measured per linear foot complete including trenching, installation, granular 611 and backf ill. ' TS-16 PAVEMENT MARKING: TS-16.1 Scone: Furnish and apply white and yellow thermoplastic reflectorized pavement marking materials as indicated on the plans. Cold applied type shall be used for all markings and shall consist of a homogenous, ' extruded,prefabricated material of specified thickness and width,which shall contain reflective glass spheres uniformly distributed throughout the cross section,and shall be applied to the pavement surface by means of a pre-coated adhesive and pressure. TS-16.2 Materials: TS-16.2.1 General: ' I. Materials will be considered only from manufacturers of reflcctorized plastic pavement markers and legends, who can submit evidence of successful product use over the past five (5)years, under climatic conditions similar to that of the work location. 2. Each work and symbol marking shall be supplied with a diagram with each section numbered to correspond with the completed layout. 3. The plastic marker shall mold itself to pavement contours,breaks and faults, merely by traffic action at normal pavement temperatures. The plastic marker shall have resealing characteristics such that it will fuse with itself and with previously applied markings of the same composition under normal 49 conditions cruse. TS-16.2.2 Composition Requirements: ' 1. As supplied, the plastic without pre-coated adhesive shall not be less than ' 0.06" in thickness. The edges shall be clear cut and true. 2. Plastic shall be supplied complete with a pre-coated adhesive and an easily ' removable backing shall protect the adhesive in storage and facilitate rapid application. 3. The plastic and its adhesive shall be sufficiently free of tack so that it can be ' easily handled without the protective backing, and be re-positioned on the surface to which it is to be applied, before permanently fixing it in this , position with a downward pressure. TS-16.2.3 Physical Requirements: , 1, Bend Test: The plastic shall be of such a structure that at a temperature of 80°17, a piece of 3" x 6" (with backing)placed upon a I" diameter mandrel, ' may be bent over the mandrel until the end faces are parallel and I" apart. There shall be no fracture lines apparent in the uppermost surface by visual inspection. 2, Reseal Test: The plastic shall reseal to itself when tested as specified. Cut t 1" x 3" pieces of plastic. Overlap these pieces face to face for an area of 1 sq. in. on a flat steel plate, with the backing material remaining in place. Center a 1,000 gram weight over the t sq. in.overlap area, and place in an ' oven at 190°13 f 10"P for two(2) hours. After cooling to room temperature, the pieces shall not be separable with tearing. 3, Glass Sphere Retention: The plastic shall have glass sphere retention , qualities, A 2" x 6" specimen of plastic shall be cut at a right angle to the beveled edge and bent parallel to the beveled edge of a 2" mandrel. While ' the specimen is bent, a strip of 2" wide masking tape (such as Utilitape, manufactured by Permacel) shall be applied firmly along the length of the area of maximum bend and then removed. Should any glass spheres remain ' on the masking tape when the strip is removed,the sample shall be rejected. 4. Skid Resistance: The surface friction of properties of the plastic shall not be less than 35 B.P.N., when tested according to ASTM C-303-661'. 5. Lateral Shock Load Test:A 3" x 6" plastic panel shall be applied to a 3"x 6" piece of carborundum extra coarse emery cloth,or its equivalent,so that 3"x 3"overlap occurs. The application shall be such that a pressure of 50 p.s.i, is 50 ' placed on the panel for 30 seconds. The overlap ends shall each be clamped with one end in a fixed position; it sudden load of 50 lbs. shall be applied t vertically to the other end. Upon immediate load release and examination, there shall be no noticeable slipping or fracture of the adhesive coating. This test shall be conducted at a temperature of between 70° F. and 80° P. 6. Adhesive Shear Strength: Specimens shall be tested according to the method described in ASTM D-638-61T as modified to test the adhesive shear strength. The samples shall be prepared as follows: Plastic samples cut as described in paragraph 207-3.3(i), shall have applied to the adhesive lace a ' 1" x 3" piece of carborundum,extra coarse emery cloth, or its equivalent, so that there is 1 sq. in. overlap at one end of the plastic specimens. A pressure of 50 p.s.i. shall be applied over this area of a period of 30 seconds. Load shall applied by gripping each end of the test piece in a suitable tensile test machine such as a Dillon or Scott Tester. The average of the load required to break the adhesive bond shall not be less than 10 lbs. 'file speed of testing shall be 0.25" per minute. The test shall be conducted at a temperature of between 70°P. and 80° F. ' TS-16.3 Submittals: The Contractor shall furnish a manufacturer,s certification, in triplicate, attesting that all materials supplied conform to the requirements of these Specifications. The certification shall include,or have attached,specific results ol'laboralory tests for the specified physical and chemical properties as determined from samples representative t of the lot or lots of thermoplastic compound, glass spheres and reticctorized plastic marker material supplied. TS-16.4 Measuring and Premarkine: The Contractor shall do all measuring and pre-marking required for application of the ' pavement markings. TS-16.5.1 Annlication Requirements: Cold applied thermoplastic materials shall be applied to clear,dry pavement surfaces, ' free of dirt and foreign mutter,by removing the release paper and placing the plastic on the surface with continuous pressure for a period of about 30 seconds, then permitting traffic to pass over it. The pavement temperature shall be 60E P. or over, ' unless special instructions are supplied by the manufacturer for application at temperatures below 60E P. TS-16.5.2 The manufacturer shall supply detailed information concerning any special application procedures. Any necessary activators for the adhesives or various special coatings for different pavement surfaces shall be supplied. 51 TS-16.6 Method of Measurement: Measurements of the marking are given on the plans for informational use only. , TS-16.7 Basis of Payment: ' Payment for pavement markings will be made at the contract lump sum bid price and shall include all material, labor and incidental items necessary to complete the work as shown on the plans. TS-17 OMITTED , TS-18 TRAFFIC SIGNALS: TS-18.1 General: All traffic control signal equipment, materials and construction methods ' relating thereto shall conform to Section 902, ATraffic Signals® of Missouri Standard Specifications for Highway Conriruction, 1986,except as amended by the , additions, deletions, and substitutions of this Article. Where any section of the Missouri Specifications is so modified, the unaltered provisions shall remain in effect. Whenever this Technical Specification shall conflict with the Plans, or the ' Missouri Standard Specifications, these Technical Specifications shall govern. TS-18.2 Scone: The work of this section shall consist of furnishing and installing traffic control signal equipment and materials as shown on the plans, as set out in these Technical Specifications and as directed by the Owner, s authorized representative(s) ' to result in a complete and finished job. TS-18.3 Section 902.3, Alvlaterials% of the Missouri Standard Specifications for Highway ' Construction is modified by adding the following paragraphs 1. Section 902.3.5.1, AMulti-Conductor Cable @, shall be amended by the ' addition of the following: (1) As an acceptable alternate the Contractor may use multiconductor cable meeting the requirements of International Municipal Signal Association, Inc. Specification No. 19-1 (1967) 1'or Polyethylene- Insulated, Polyvinyl Chloride Jacketed Signal Cable. ' 2. Section 902.3.5.3,"Induction Loop Detector Cable",shall be replaced by the following: , (1) Induction loop detector cable shall be No. 14 AWG, THWN or THFIN, sort drawn, stranded copper wire encased in a 1/4-inch OD vinyl tube with a minimum wall thickness of 1/32-inch. 52 ' 1 TS-18.4 Section 902.4,AEquipmcrim, of the ilfisrouri Standard Specifrcalions for Highway Construction is modified by adding the following paragraphs: 1. Section 902.4.1, "Signal Heads"shall be amended by adding the following: (1) The housing, signal hardware, visors, louvers, and lenses may also be polycarbonate. (2) Lamps for signal section optical units shall be furnished by the Contractor as follows: Lamps for 12-inch lenses shall be ISO watts, All other lumps shall be ' clear 116 watts. Signal lamps shall be minimum life rating of 8,000 hours,guaranteed by the manufacturer. Horizontally mounted lamps shall be installed with the open segment of the filament up, 2. Section 902.4.4, "Power Supply Assembly", shall be amended by adding the following: (1) The circuit breaker cabinet as detailed on the Plans for the power supply assembly shall be installed on the existing wood poles as shown on the Plans. ' TS-18.5 Section 902,5 AConstruction Requirements% of the Missouri Standard Specifications for I-ightivayConsiructton shall be amended by adding the following: ' 1. Section 902.5.1,APull Boxes and Junction Boxes®,shall be amended by the addition of the following: (1) Concrete pipe, meeting ASSI-1O Specification Designation M86 for non-reinforced or M 170 Class III for reinforced of suitable length and diameter,and provide with cable hooks,may be substituted for other types of pull boxes with the approval of the Owner's authorized representative(s). ' (2) Expansion Cast ABS(Acrylonitrile-Butadiene Styrene)thermoplastic Manhole Rings and Lock Covers shall specifically not be allowed on this project. (3) Delete subsection 902.5,1,4. 53 1 1 (4) Junction boxes shall be installed at locations shown on the Plans. They shall be of the sizes and designs as shown on the Plans. (5) The Contractor, at his option, may submit in writing to the Owner, pull box or junction box designs with materials, shapes, and ' dimensions deviating from those required by the plans and specifications for possible use on this project. The submittal and approval must be completed prior to including such deviating designs ' in the construction bid. 2. Section 902.5.3, "Conduit System", shall be amended by this addition: ' (1) Polyvinyl chloride pipe schedule 40, UL approved, may be used in lieu of rigid steel pipe. ' 3. Section 902.5.7,"Wiring", shall be amended by adding the following: (1) The detector loop wire shall normally be No. 14 AWG, THWN, Stranded of a continuous length from the spliced connection to the pair of shielded conductors in the lead-in cable. The splices will be ' permitted in the length of loop wire beyond the lead-in cable spliced or controller terminal when the loop wire is connected directly to the controller terminals. The loop wire shall be protected by n flexible vinyl plastic tubing of 3/16-inch ID, a minimum of 1/32-inch wall, '/-inch OD. The tubing shall be capable of resisting deterioration from oils and solvents. The tubing shall also be highly abrasion ' resistant and have a smooth bore. The wire shall be inserted into the vinyl plastic and placed into the slot with the number of turns as ' shown on the plans,or as directed by the Engineer. The tubing shall be of continuous length from the point of splicing of the loop wire to the lead-in cable. No splices will be made in the tubing. ' (2) At the time of placing the loop wire in the sawed slots,the ends of the tubing shall be scaled to prevent any entrance of moisture into the ' tubing. (3) All lengths of loop wires and tubing that is not imbedded in the ' pavement shall be twisted with at least 5 turns per foot, including lengths in conduits and handholes. (4) The electrical splice between the loop lead-in to the controller and the loop wire shall also consist of providing a watertight protective covering for the spliced wires,the shielding on the loop lead-ins,and the end of the tubing containing the loop wires. The splice shall be made by the following method: 54 ' 1 I. Remove all lead-in cable coverings leaving four (4) inches insulated wire exposed. 2. Remove the insulation from each conductor of a pair of lead- in cable conductors for one-half (%2) inch and scrape both copper conductors with knife until bright, 3. Remove the plastic tubing from the loop wires for one and one-half(1'1/2) inches. ' 4. Remove the insulation from the loop wires for one half(%2) inch and scrape both copper conductors with knife until bright. ' 5. The conductors shall be connected by twisting together, soldering and covered with a screw-on wire connector, 6. Center all conductors in a splicing mold. The mold shall be approved by the Engineer. 7. Position the spliced wires in the center of the mold and fill the mold with a sealant or epoxy-type resign. The sealant or epoxy-type resin used must be approved by the Engineer. 8. Cover the exposed shielding, ground wire and end of any ' unused loop lead-in where the sheathing was cut, by liquid silicone rubber. Apply Butyl Rubber Polymer Tape sealant between the wires and completely cover the silicone rubber. (5) External surge protection is required on each loop detector which will meet or exceed the following requirements: ' 1. Unit must be a three-terminal device capable of protecting the detector against differential (between the loop loads)surges, ' and against common mode (between leads and ground) surges, 2. Unit must be of the inductive type with a maximum DC resistance of 150 millichms, ' 3. Unit inductance must be at least 4 millihenries, 4. Unit must withstand repeated 400 ampere surges. 5. Unit must be a two stage device capable of clamping a 250 55 r ampere surge to 20 volts within 40 nanoseconds. Surge applied across the two detector leads. 6. Unit must clamp a 250 ampere common mode(between leads ' and ground) surge to 20 volts. , (6) The controller cabinet must be furnished with a surge arrestor on the AC service which meets or exceeds the following requirements: ' I. Unit must be capable of withstanding repeated 20,000 ampere surges(minimum of 25). ' 2. Unit must have internal follow-current limiters (resistive elements). ' 3. Unit must contain 3 active clamping stages minimum. 4. Unit must self-extinguish within 8.3 milliseconds after ' trailing edge of surge. 5. Parallel impedance of 1 limiters must be less than .15 ohms. 7. Section 902.5.10, "Painting", shall be amended as follows: 1. All exterior metal pans of the signal heads, including mounting brackets and other hardware, except door fronts, ' inside and outside of visors, louvers,and backplates,shall be primed and painted with a standard Federal Yellow enamel. Door fronts, inside and outside of visors, louvers, and backplates shall be painted flat black and in their entirety, except backplates constructed from black thermoplastic ' material. 2. Polycarbonate components,if used,shall be the same color as specified for painted metal parts. ' TS-18.6 Traffic Signal Operation Policies: I. During the course of signal installation and until the signals are placed in operation, signal faces shall be covered or turned away from approaching , traffic. When ready for operation, they shall be securely fastened into position facing toward approaching traffic. After the signal installation is complete, the Contractor may put the signal in operation for test purposes only. However, the signal shall not be put into permanent operation until authorization is given by the Owner, s authorized representative(s). 56 ' 2. When the Contractor is certain the traffic signal controller and control accessories are working properly, and all signal equipment is properly ' installed, he shall make an inspection appointment with the Owner's authorized representative(s). 3. After a thorough inspection of ilia signal equipment and installation, the Owner's authorized representative(s)may authorize the Contractor to put the signal into permanent operation, This authorization will be given if all signal ' equipment is working properly,of if public safety and convenience warrants the operation of the signal before all corrections have been made. 4. A written communication confirming the permanent signal operation authorization and the findings of the inspection shall be prepared by the ' Owner's authorized representative(s). The findings of the inspection may include the acceptance and approval of the signal or a list of signal or a list of signal deficiencies to be corrected. ' 5. If the inspection finding contain a list of signal deficiencies,the Contractor shall correct them as soon as possible. If the signal must be put on flashing operation or completely shut down to make the necessary correction, the Contractor must receive authorization from the Owner' s authorized representative(s) before this action is taken. When the Contractor is certain all corrections have been made he shall again make an inspection appointment with the Owner's authorized representative(s). After the final inspection of the signal, a written communication confirming the acceptance and approval of the signal shall be sent to the Contractor by the Owner' s authorized representative(s)at the end ' of the 15 consecutive days of operation of said equipment, ' TS-18.7 Guarantee and Maintenance: 1. General: ' (I) The Contractor is required, until the end of the one year guarantee period covered by the Performance and Guarantee Bond to: ' 1. Guarantee all traffic control signals against defective equipment, materials, and workmanship. ' 2. Maintain all traffic control signals in connection with specific items enumerated in paragraph Ts-14.7.2. (2) This requirement applies to all traffic control signals under this contract. 57 2. The intent is that at the end of the one (1) year guarantee period the Owner will have properly operating and serviceable traffic control signals; that ' defective equipment, materials and workmanship will have been corrected; and that any necessary maintenance in connection with specific items enumerated in paragraph TS-14.7.2 whether or not due to defects in ' Contractor's materials and workmanship,will have been accomplished. All materials and installation for such work will be a the Contractor's expense. 3. Conditions Requiring Corrections: Any adverse conditions which affect the ' use, function,operation, quality or Iifc of the traffic control signals shall be corrected, including the following: ' (1) Traffic control signal equipment malfunctions; including, but not limited to the following:signal controller malfunctions;vehicular and ' pedestrian detector malfunction; electrical cable malfunctions; and failure of traffic signal units, poles and mast arms; which affect the function and safe operation of the traffic control signals. , 4. Exclusions:The following conditions are excluded and are not considered the responsibility of the Contractor. ' (1) Traffic signal lamp replacement due to lamp burn-out. (2) Damage to traffic control signal equipment and materials resulting from acts of vandalism, traffic accidents, natural disasters, or street cuts or excavation within the right-of-way of others. 5. General Requirements for Corrective and Maintenance Work: ' (1) All corrective and maintenance work shall be done promptly upon notification by the Owner in order to prevent unnecessary ' inconvenience to the traveling public and to minimize traffic safety hazards. (2) All work shall be in accordance with these specifications and the , highest standards and methods of the traffic control signal industry. The Contractor shall submit his proposed methods and designation of ' equipment and materials to the Owner, for approval in advance of such work. TS-18.8 Submittals: The Contractor shall furnish, in triplicate, a list of equipment and 1 materials to be installed,showing name of manufacturer,catalog or descriptive data, and shall furnish manufactured s certifications,in triplicate attesting that all materials supplied conform to the requirements of these Specifications. 58 ' TS-18.9 Field Layout: All work covered by this Section shall be done to the lines shown on the Plans or as directed by the Owner' s authorized representative(s). The Contractor shall be responsible for nil field layout work subject the approval of the Owner's authorized representative(s). TS-18.10 Method of Measurement: Method of Measurement shall conform to Section 902.8, AMethod of Measurement, of the 1986 Uissouri Standard Specifications fo- Highwcty Construction, TS-18.11 Basis of Payment: Accepted traffic control signals, measured as provided, shall be ' paid for at the Contract unit price for each of the pay items included in the Proposal. No direct payment shall be made for any incidental items necessary to complete the work unless specifically provided as a pay item in the Contract. ' TS-19 OMITTED ' TS-20 FENCING TS-20.1. Removal and Re-settin p Fence: Wherever existing fences lic within the construction ' limits or wherever shown on the plans, the Contractor shall remove and store lire fencing during the construction of that portion of the project that is in conflict with the fence. The Contractor shall take care not to damage the fencing materials during this operation and shall be fully responsible for any damage to the fencing materials caused by his operations. Any damaged materials shall be replaced by the Contractor and at his sole expense with new material equal to that from which the fence was constructed, ' The fence shall be reconstructed in accordance with best accepted fencing practices. All posts shall be cleaned of existing concrete and re-set in concrete. ' Prior to removing any fence the Contractor shall contact the properly owners so that they may take necessary steps to confine any animals or children normally kept within the fence. It may be necessary for the Contractor to erect temporary fencing during the period between the actual construction and the re-setting of the permanent fence. Wherever ' this is necessary so that the property owner can retain normal use of his yard, the Contractor shall provide and erect such temporary fencing at no cost to the Owner. Removal and re-setting of fence will be paid for at the unit price bid per linear foot, 59 1 1 TS-20.2 Temporary Fencing Wherever permanent fencing that is used to contain small children or animals must be removed to accommodate construction, the Contractor shall erect temporary fencing suitable to perform the function of the pemtancnt fence until the permanent fence can be restored. The construction of the temporary fencing shall be coordinated with the property ' owner to cause as little inconvenience as possible. In no case shall such area be left unfenced over a weekend or for more than one weekday. t At the Contractor's option, materials from the existing fence may be used for the temporary fencing. However, the Contractor will be fully responsible for restoring ' the permanent fence in condition at least equal to that prior to construction. Temporary fencing will be subsidiary to the other items of construction. , TS-21 CERTIFICATES OF COMPLIANCE• TS-21.1 General: ' 1. The Contractor shall submit, in triplicate, certificates of compliance from ' manufacturers, producers fabricators and suppliers of items to be incorporated in the work attesting that all items and materials supplied in connection with the work conform to the requirements of the Specifications, as provided in the various sections of these Specifications. 2. Whenever the items so certified deviate from the requirements of the ' Specifications,Plans and other Contract Documents,then the Contractor shall point out such deviation in the letter of transmittal. Unless this procedure is ' followed and such deviations are specifically approved by the Engineer in writing,then the Engineer's approval of such certifications will not constitute approval of the deviations. ' 3. Said certificates may be accepted by the Owner and Engineer as adequate evidence of compliance with the Contract Documents. However, at its ' option, the Owner may test any or all of said items for compliance. If found to be in compliance with the Contract Documents, the cost of testing will be borne by the Owner. If found to be not in compliance, the Contractor shall ' pay for such testing. TS-21.2 Requirements For Certifications, Shop Drawings and Testing: ' 1. Specific requirements for certifications, shop drawings and testing are given in the following subparagraphs. 60 ' 1 2. Manufactured items,as follows,will require certificates of compliance,with shop drawings, catalog data or installation instructions where so indicated. (1) Reinforced concrete pipe, fittings and specials. (Shop drawings required for all fittings and specials, including branch connections, and riser manholes.) (2) Joint materials for reinforced concrete pipe. (3) Corrugated metal pipe and underdrain pipe, fittings and specials (Strop drawings required for same items as in item I above). (4) Ductile iron, cast iron, vitrified clay and copper pipe and fittings. (5) Brick and mortar. (6) Precast concrete manholes and inlets. (7) Reinforcing steel and welded wire fabric. (8) Metal work(Shop drawings required for fabricated items). (9) Iron castings. (10) Seed. (11) Sod(considered as manufactured material for compliance purposes). Engineer shall be given the opportunity to inspect and field prior to delivery to project. (12) Fertilizer. (13) Gabion baskets. ' (14) Fibercloth. 3. Rock and sand products will require certificates of compliance, as follows: (1) Stone for gabion fill. ' 4. Backfill: It is recognized that, due to mixing of types of materials found in City construction, it may sometimes be difficult to correlate actual performance with test results. The Engineer may make notations of waiver on certain field moisture-density test reports when, in his judgment, the Specification requirements have been met on the basis of visual inspection 61 and the test reports do not truly indicate the field condition. However, the Contractor will be fully responsible for settlement of backfill as provided in Special Conditions Article SC-3. ' 5. Concrete: ' (1) The actual mix proportions shall be determined by the Contractor, based on satisfactory experience with the proposed materials and ' MCIB mix. Mix proportions, typical test reports and complete data on materials and plant, supporting their acceptability under the Specifications, shall be submitted to the Engineer in triplicate for ' concurrence before beginning concrete work. (2) Acceptance of Concrete for strength shall be as stipulated in Article ' 5.02 of MCIB Section 5. (3) Air content shall be measured in accordance with the requirements of ' ASTM C 173. (4) Visual inspections and tests for performance of concrete may be made by the Engineer to satisfy himself that consistency, air content, minimum compressive strength, materials, gradation and cement content are in compliance with Specifications. Such inspections and i tests will be in accordance with MCIB Bulletin No. 6, "Concrete �■ Inspection" and the applicable parts of MCIB Section 5, "Concrete Mix Design Tables". 6. Asphaltic Concrete Mix:The provisions of item 1 of Subparagraph S-21.4(c) ' shall apply to asphaltic concrete mix,except delete the reference to"MCIB". TS-21.3 Payment: No payment can be made to the Contractor unless the City is in receipt of ' Certificates of Compliance for all materials installed to date. TS-22 SCHEDULE OF WORK ' TS-22.1 General: Scheduling shall provide for the least practical inconvenience to the traveling public and to residents along the project. ' TS-22.2 Submission and Concurrence: Before work is started, the Contractor shall prepare a detailed schedule of all construction operations that shall not only indicate the , sequence of the work but also the time of starting and completion of each part. The schedule shall be submitted to the Engineer for his concurrence. TS-22.3 Winter Shut Down: If the project is shut down overa winter, the area shall be left in a safe,passable,and accessible condition for the winter. The Contractor shall maintain 62 , traffic and access over the winter shutdown as provided in paragraph S-23.2. The Contractor shall mnintain the project over the winter shutdown period in such manner that there will be no undue hardship or inconveniences to the neighborhood residents or traveling public. Manholes and valve boxes projecting above the base shall be ramped with temporary bituminous cold-mix or asphaltic concrete in order to ' facilitate the City,s snow plowing. Access shall be provided to all houses. TS-23 MAINTENANCE OF TRAFFIC AND ACCESS: TS-23.1 General:The Contractor shall conduct his work so as to interfere as little as possible with public travel, whether vehicular or pedestrian. Whenever it is necessary to ' cross, obstruct, or close roads, driveways and walks, whether public or private, the Contractor shall,at his own expense,provide and maintain suitable and safe bridges, detours,or other temporary expedients for the accommodation of public and private travel,and shall give reasonable notice to owners of private drives before interfering with them;provided,however,that such maintenance of traffic will not be required at any point where the Contractor has obtained permission from the owner and tenant of private property, or from the authority having jurisdiction over public property involved, to obstruct traffic at any designated point thereon and for the duration of ' whatever period of time as may be agreed upon. The Contractor will be required to make provisions for or maintain local traffic. He will be expected to make reasonable effort to provide access to all drives whenever possible, and particularly when work is not in progress. He shall provide for emergency vehicle access to any point at all times. ' The Contractor shall present a work schedule and a plan for handling traffic for review before commencing any work. TS-23.2 When Work Not In Progress: The work shall be cleaned up at the end of each working day,and temporary surfacing shall be placed such that access will be had to ' all driveways during the night,weekends,holidays,and other days when work is not in progress and when the stage of the work does not directly interfere with the drive. ' The Engineer,at his discretion, may grant short-term exceptions to this requirement in connection with preparing sub-grade and paving. TS-23.3 Contact Person: The Contractor shall designate a person (with phone number)who can be called by the City during the night,weekends, holidays,and other days when work is not in progress. The Contractor will be responsible,through this person,for making such temporary repairs during said periods as may be needed to meet the requirements of paragraph S-212. TS-23.4 The provisions of MUTCD, Part VI, apply to this Contract. I i 63 1 i TS-24 TEMPORARY SURFACING Where required to provide access and when directed by the Engineer,the Contractor ' shall provide temporary surfacing either of Crushed Stone for Temporary Surfacing or of Asphaltic Concrete for Temporary Surfacing as directed by the Engineer. Such , temporary pavements shall be maintained by the Contractor in a safe, reasonably smooth condition as long as they are in use. Crushed stone Ibr temporary surfacing shall meet the requirements of paragraph 1007.2 of Missouri Highway Specifications ' for Type 2 Aggregate,Gradation A unless the Engineer agrees to a different gradation because of site conditions. Asphaltic concrete for temporary surfacing shall be Type 1 base as specified in Article 23. ' Payment for temporary surfacing shall be at the unit price bid per ton of material. Measurement will be on the basis of delivery tickets. ' TS-25 DUST CONTROL Adequate precaution shall be taken to insure that excessive dust does not become ' airborne during construction. The Contractor shall comply with any regulations of the Missouri Air Conservation Commission or federal government which apply to ' this matter in the geographical area of the work. The determination as to whether excessive dust is becoming airborne shall be by the Engineer. When directed by the Engineer, the Contractor shall take appropriate dust control measures satisfactory to the Engineer. No separate payment will be made for performing dust control or for applying water for this purpose. TS-26 PROPERTY CORNERS AND MONUMENTATION: It shall by the responsibility of the Contractor to protect all property lot comers and ' land survey corners and accessories. Should it be necessary to disturb any such monument,whether stake, pin, bar, disk, box, or other, it remains the responsibility ' of the Contractor to reference such markers prior to removal, reset them, and file such relocations or monumentation documents as the law requires. Any such references,removal,replacement and certification of monuments shall be performed ' by a licensed engineer or land surveyor. TS-27 CLEANUP: TS-27.1 The Contractor shall not allow the site of the work to become littered with trash and waste material, but shall maintain the site in a neat and orderly condition during the ' progress of the work. The Contractor shall,as directed by the Engineer,remove from all public and private property,at his own expense,all temporary structures, rubbish and waste materials resulting from his operation. 64 ' TS-27.2 The Contractor shall open and clean all existing ditches and culverts within the right- of-way and casements, leaving them tree from all excess mud or silt,drift,brush,or debris of any kind prior to final acceptance. The Contractor shall clean up all dirt from paved surfaces, not allowing same to pack on the roadway or create a traffic nuisance. No direct payment will be made for work within the scope of this Article. TS-28 TRAFFIC SIGNS, STOP SIGNS, AND STREET SIGNS: ' All existing traffic signs, stop signs and street signs in the way of the work shall be carefully removed by the Contractor in accordance with the requirements of ' MUTCD. The required function of stop signs shall be preserved by the contractor whenever a street is open to traffic. All signs shall be re-installed following the construction. No separate payment will be made for this work. ' TS-29 DOWNSPOU'r DRAINS: ' TS-29.1 General:This work shall include connecting existing downspout drains through and into the proposed curb,curb and gutter,or storm sewer facility. The location of some downspout drains may be shown on the plans,but other drains may exist that are not ' shown. The contractors shall be responsible to connect all downspout drains regardless of whether they are shown on the plans. TS-29.2 Construction Methods: The contractor shall exercise care in removing existing facilities so as to minimize damage to existing drains. Generally,new material of the same diameter as the existing drain shall be used. As approved by the owner, the removed pipe may be cleaned and re-used. ' TS-29.3 No Direct Payment: All work associated with connecting downspout drains through or into the proposed curb,.curb and gutter,or storm sewer facility shall be subsidiary ' to the item to which it is connected. No direct payment will be made. TS-30 SUBSIDIARY ITEMS: ' There are small items of work specified herein or that are incidental to the other construction for which no bid items are given. These items and any item for which ' no bid item is given shall be considered subsidiary and their cost shall be included in the bid price of other related items of work. ' 65 GREEN MEADOW PUMP STATION City of Jefferson, Missouri ADDENDUM NO. 1 April 10,2006 The following interpretations, deletions, changes or additions to the Bidding and Contract Documents shall be an integral part of the Contract for the above referenced project and must be taken into account in rendering any proposal for this work. All bidders must acknowledge receipt of the Addendum in the appropriate location on the Bid Form. This Addendum consists of five(5) pages and three(3) attachments. SPECIFICATIONS Document 00300 - Bid Form ' Replace Item 4. Rock excavation in page 00300-5 with the following: ' "Item 4. Rock excavation: Payment will be based on measured quantity of rock excavation required for installation of all sewers, manholes, and force main; and N rock removal and disposal including hauling. Maximum payment width for trenches for sewer and force main installation will be as shown on the drawings. Maximum payment width for rock excavation for manholes will be 11' x 11' square for 5-foot diameter manhole, and 10' x 10' square for 4-foot diameter manhole. Rock boring and rock excavation for boring pits for the installation of jacked casing pipe will be part of the jacked casing pipe installation cost and such ' costs should be included as part of the unit price per lineal foot of the jacked casing pipe." ' Document 00500—agreement Replace the Agreement (8 pages) with the attached City of Jefferson Construction ' Contract. Document 00800—Supplementary Conditions ' Add Item 12 to Additional Conditions(page 00800-5) as follows: ' "12. All construction trade members shall be licensed by the City of Jefferson to perform their trade work in the City. The construction trade members shall also comply with all applicable City of Jefferson Ordinances, including provisions for ' the number of journeyman trade members and allowable number of apprentices at the construction site. The construction work shall be performed in accordance ' GREEN MEADFOW PUMP STATION ADDENDUM NO. 1 Page 2 of 5 ,• with the latest revision of the City of Jefferson Codes for building, mechanical ' and plumbing, and electrical work. The electrical work shall comply with the national Electrical Code (NEC) and the City of Jefferson's Electrical Ordinances. The City of Jefferson's inspectors must inspect and approve the building ' construction, mechanical work, plumbing work, and electrical work, prior to the City's acceptance of the completed work. There are no permits or permit fees for these inspections applicable to the Contractor. Document 00840—Index for Construction Forms ' Delete form 1910-22 Notice of Award, and form 1910-23 Notice to Proceed. (The Owner will issue notice of award and notice to proceed on City of Jefferson standard letter head.) ' Document 03310—Concrete Work I In paragraph 2.3.A, replace"Type II"with"Type I." I In paragraphs 2.6,D.1 and 2,replace"Type 11"with"Type I:' Section 07531 —EPDM Membrane Roofine NAdd paragraph 2.1.A.1.h as follows: "h. EverGuard TAO single ply roof system by EverGuard Roofing Systems, Inc. ' is approved as equal. The physical properties, auxiliary materials, roof insulation and accessories, and walkways of this roof system shall meet or exceed the requirements specified in this specification section." Section 13100—Lightning ProtectionSvstem Replace paragraph 2.1 A with the following: "A. In general, all conduits,materials and hardware used for lightning protection shall be Class II, suitable for structures exceeding 75 feet in height and shall be made by Thompson Lightning Protection, Inc., Robbins Lightning, Inc„ or approved equal." Section 15221 —Ductile Iron Process Piping ' Add paragraph 3.2.17 as follows: ' "F. Tracer wire shall be installed with buried pressure piping. Tracer wire shall be insulated THNN, 12 gauge capper wire. All wire shall be joined in a • manner to ensure conductivity such as wire clamps, These connections shall GREEN MEADFOW PUMP STATION ADDENDUM NO. I Ptige 3 of 5 • be sealed and taped to create a watertight connection. Tracer wire shall be secured to the top of the main by tape a minimum of three (3) times in each standard length of pipe. Tracer wire shall be looped to the top of the valve boxes for access and at ends for conductivity," ' Section 16010—Basic Electrical Requirements Add paragraphs 1.7.13.10 and 11 (page 16010-5) as follows: "10. Furnish and install two (2) 4" schedule 40 PVC conduits underground from ' the transformer towards Green Meadow Drive as shown on Drawing E-02, and then across Green meadow Drive and north along the road approximately 2,000 feet to a pull box provided by AmerenUE. Additional ' pull boxes shall be installed in accordance with AmerenUE standards. Conduits across green Meadow Drive shall be jacked underground. ' Coordinate with AmerenUE to acquire the power service. Bidders shall include in the bids the costs of furnishing and installing the conduits. 11. Furnish and install one 4" schedule 40 PVC conduits underground, ' approximately 75 feet, from the secondary side of the transformer to the north-east comer of the existing concrete pad and stub up 6" above ground and cap." NDRAWINGS ' Cover sheet The drawing "Jefferson City Standard Details" that is listed in the Index of Drawings ' was left out of the plans issued. A copy of this drawing, reduced to 11" x 17" is attached. Delete the drawing"E-03 Pump system" from the Index of Drawings. (This drawings is not used.) ' Drawing C-03 Add the following notes: ' "1. Outside drop pipe in drop-manhole shall be encased in concrete with 2500- psi concrete and as shown in Drawing C-16. 2. An existing 4" water main (not shown on the drawing) crosses the new sanitary sewer trench at approximate station 7+20 at an approximate depth of 3.5'. No special separation measures should be required. 3. The existing water meter/box near the northeast comer of existing concrete pad shall be reestablished at 6"above finished grade" 1• 1 GREEN MEADPOW PUMP STATION ADDENDUM NO. 1 rogo a ors 1 Drawing C-05 Add the note, "The disturbed areas between stations 0+50 and 4+00 shall be restored with 6"of topsoil, and seeded and established with shade-friendly grasses." Drawing C-013 Add the note, "The existing water main and gas main cross the new sanitary sewer trench and the force main trench at locations shown in the plan at an approximate ' depth of 3.5'. Separation requirements between the force main and the water main shall be per the City of Jefferson and Missouri Department of Natural Resources Standards.' ' Drawing C-13 The permanent casement for the pump station is not shown on the drawing. See attached drawing that shows the easement. No additional temporary easement is available. Contractor may obtain temporary easement directly from the property owner. Drawing C_14 Add the following notes: "1. The two existing CMPs under the gravel road shall be removed and salvaged for the property owner's use. 2. Ends of new CMPs shall have standard flared end section and approximately 6 CY of rip-rap shall be placed at the discharge end in accordance with City Technical Street Specifications. 3. Excess excavation materials may be disposed of on lot 4 of river's Edge ' Estate, which is a lot located approximately 200 feet south of station 3+00 of the gravel access road to the new pump station. Stockpiling for later use at construction site will be allowed. Excess material may leave the site at ' the property owner's direction. Additional excess fill areas to be per coordination with property owner. After all the stockpilingtremoving have been completed, Contractor shall grade the site for proper drainage and ' restore the site by seeding per Specification Section 024130. The lot should not be used for disposing of rock from the construction site, and the rock should be disposed off the site at no additional cost to the City." Drawing A_02 In Elevation A, provide two vertical control joints from the base to the top of CMU in • line with the outer sides of the two louvers. ' GREEN MEADFOW PUMP STATION ADDENDUM NO. I Page 5 of 5 ' Drawing P-01 In Pipe Material Identification, revise the first two lines to read: "Dl — Ductile Iron ' Mechanical Restrained Joint; D2—Ductile Iron Pushon Restrained Joint." Drawing E-02 ' Revise Note No. I as follows: "1. Contractor to furnish and install two (2) 4"schedule 40 PVC conduits underground from the transformer towards Green Meadow Drive as shown on the drawing; and then, as directed by AmerenUE, across Green Meadow Drive and north along the road approximately 2,000 feet to a pull box ' supplied by AmerenUE. Additional pull boxes shall be installed in accordance with AmerenUE standards. Conduits across Green Meadow Drive to be jacked underground. AmerenUE to route 12.5 KV power wires from the pull box to the transformer in one of the 4" conduits. The second conduit shall be used as a spare. Contractor shall coordinate with AmerenUE to acquire the power service. Costs of conduit routing shall be included in the Contractor's bid." Add Note No. 7 as follows: 7. Contractor to furnish and install two (2) schedule 40 PVC conduits underground (approximately 75 feet) from the secondary side of the transformer to the northeast comer of the existing concrete pad and stub up 6"above ground and cap." END OF ADDENDUM NO. 1 1 • Green Meadow Pump Station City of Jefferson, Missouri ' Pre-Bid Conference Minutes April 4, 2006 A pre-bid conference was held on April 4, 2006 at City Hall, 320 East McCarty Street, Jefferson City, Missouri 65101 for the Green Meadow Pump Station project. The list of attendees is attached at the end of this conference minutes. OPENING STATEMENT P.K. Mathai, project manager from Jacobs opened the meeting with following remarks: 1. Bids for this project will be received till 1:30 pm on April 18, 2006 at the Office of ' the Purchasing Agent, 320 E. McCarty, and then will be publicly opened and read aloud in the City Council Chambers. 2. There will be a site visit following this meeting and we strongly recommend that you visit and get familiar with the site before the bids are submitted. 3. An addendum will be issued by early next week (week of April 10) and will include anything that needs further clarification arising from the questions. The addendum will include the new Document 00500—Agreement to replace the existing Agreement form. The City will issue letters for notice of award and notice to proceed; therefore the Notice of Award form and the Notice to Proceed form in Section 00840 — Index for Construction Forms are deleted. 4. Question will be received in writing (email communications are acceptable) till 5:00 pm on April 12, 2006. Only questions answered by addenda will be binding. Oral or other interpretations or clarifications will be without legal effect. 5. The drawing "Jefferson City Standard Details" that is listed in the Index of Drawings was left out of the plans issued. Copies of the drawing, reduced to I1" x 17", were made available at the meeting. The same will be included with the addendum to be issued. The drawing"E-03 Pump System" that is listed in the Index of Drawings is ' not used and should be deleted from the Index of Drawings. 6. The Bid Form has 15 pages. All the forms and blanks in the Bid Form should be completed. Contractor has the option to use his/her surety's standard form for bid security in lieu ofthe form that is included with the Bid Form. ' 7. The Unit Price Schedule in Bid Form has three items for jacked casing pipe. For Items 5B and SC, bidders have the option to make use of the wider permanent casement in that area and use open-cut method of sewer and force main installation ' by moving the sewer and force main between M2 and M3 further south from the existing retaining wall. If installed by open-cut method, payment will be at the unit prices of the sewer and force main installation. Any rock excavation will be paid at the rock excavation unit price in the Unit Price Schedule. Any damage to the retaining wall and other landscape features, either from pipe jacking operation or open-cut installation, shall be repaired at no additional cost to the Owner. 8. Excess excavation materials may be disposed of on Lot 4 of River's Edge Estates, • which is a lot located approximately 200 feet south of station 3+00 of the gravel Pre-Bid Conference Minutes 4/4/06 ,. Page 2 of 4 ,• acce'ss road to the new pump station. The lot will be pointed out to those at the site during the site visit following the meeting. 9. The plans and specifications show two alternatives for the pumping system (a 3-pump system and a 4-pump system). The two systems differ in the requirements for piping and electrical and control equipment; therefore, the cost of the pump station shall include all the respective material and auxiliary equipment. The motor control center is supplied by the respective pumping system supplier. The Master Control Panel shall be supplied by Indequip Engineering, and all system integration shall be by Systems Manufacturing, Inc. QUESTIONS AND ANSWERS ' The following questions were asked at the meeting. Some of the answers below include further clarifications after discussing with the designers and the Owner after the meeting. 1. Question: Can the bidders supply name of equipment manufacturers within 72 hours after the bid opening? The reason for this request is that the scope of work supplied by manufacturers to the bidders may not be complete at the time of bid opening and the bidders may need the additional time for further clarification. Answer: No. Manufacturers of equipment items requested are part of the Bid Form and should be include with the bids. 2. Question: The easement around the pump station is not shown in any drawings. Is ' this information available? Answer: A sketch showing the casement was distributed at the meeting. This sketch will be included in the addendum also. 3. Question: Is a permit required to dispose of the ground water from the dewatering operations? Answer: Permit from Corps of Engineers is required. City will apply for and obtain ' the permit. All other permits including creek crossing installation permits have been obtained. NOTE: The City will apply for and obtain the asbestos NESHAP per•nrit far demolition of the existing Green Meadow and Moreau pump stations after the ' demolition lirneline has been established in the project scheditle. The structures have been previously inspected and tested by Asbestos Removal Services, Inc. and found no presence of asbestos. 4. Question: Drawings C•05 & C-06 have notes indicating that property owner's permission is required to remove trees in the temporary casement area. Who obtains this permit? 1• 1 Pre-Bid Conference Minutes 4/4/06 Page 3 of 4 Answer: The Contractor should tag with flags those trees that should be removed or would be damaged during construction. The City will then arrange a meeting between the Contractor, the City and the property owner to determine the course of action. 5. Will HDPE pipe be considered as an alternate to the DIP force main? ' After review of the piping design, it was decided that HDPE pipe will not be allowed an alternate due to high pressure requirement for the force main. 6. Is there a need for mowing the grass after it is established? Answer: No, mowing is not required. 7. Question: Pay width for rock excavation and pits for jacking pipe arc not shown on the drawings. Will these be established before bidding? Answer: They will be clarified in the addendum. After further discussion, it was decided to only include pay width for rock excavation for manholes in the addendum, (11' x 11' square for 5-foot diameter manhole, and 10' x 10' square for 4-foot diameter manhole.) Excavation for bore pits for jacking pipe should be part of jacking the pipe and the cost of any rock excavation should be included as part of the unit price per lineal foot of the jacked casog pipe. 8. Question: What is the budget for this project? Answer: The engineer's estimate for probable construction cost is$6,000,000. 9. Question: Does the City have a list of approved DBE? Answer: City does not have such a list. However, the bidders may obtain a list from the following Missouri Department of Transportation website. The list may not include all DBEs. ' www.modot.org/business/contractor resources/external_civil—rights/DBE_program. htm. 10. Question during site visit: How much excess material is allowed to be disposed of in the lot allotted for disposal? Can the site be used for stockpiling for later use at construction site? Answer: Information will be provided after further discussion with the owner of the lot. It was later decided that stockpiling for later use at construction will be allowed. After all the stockpilingtremoval have been completed, Contractor shall grade the site • for proper drainage and restore the site by seeding per Specification Section 02480. Pre-Bid Conference Minutes 4/4/06 Page 4 of 4 ,• The lot should not be used for disposing of rock from the construction site, and excess rock from the site should be disposed off the site at no additional cost to the Owner. 11. Question during site visit: Will Hobas pipe or polymer concrete pipe be allowed for bore/jack pipe, and also for the installed by microtunneling in lieu of clay pipe? Answer: Yes,the substitute will be allowed. 1 ' 1 1 . 1. 1 • l �O �y��S,.�yy�fa�S„x�N�..;ft��'t��tji ' t G�;t�':� :r p`.�. r, .:'i+at �°.g���.�y��� 4 a �� �, ... x'.11 � i A�4,. ;`i�'� a �u�,,4�s:ti�"j r � � si irr�(':11 ivy fi: .:e;.+�, :+1 G � l�Y; '.r n. .. �1' A�li�� �� i'e.��';fiF, ..� i�<.1!��, :i��' ��� j�'�V., ''yyyyl ' � }.����:�a.%t�i,: � �� ` n. it �" 1-�U�,'. �h n fi ���'r���... ,:�?� . ;;ice-;��,�t_t�;� ';, y;��¢ir 1 ..�i'�+ �� + � "ti T M , F V' .4 � � ����y"`` • '� ' • x e, { V ° �� �► _ ov U a 0 �it\ N a tp ti w M h M �cpmp i ti LL r Ii. r u r o m L LL F LL r W W m o w J ` ' M oo tL � Ct r- V J � E r V ' `'• l` QI z v N� i c s 9 •g u- �y VI. w s A Y W r too to d � A A r Z G r v►' `g qt y � 3 4 4 SO v W. a 3 h In { r 5 1 SP et th .S O ukt6 r W a •? E F s �, m r >L r CA cc LL r v � t a. Z% A N o v oil tn r v i3 1� t � - o �� i' ��U1 a `' ti of 1 ' z MANHOLE NOTES: 0 0 ' 1. ALL REQUIRED PIPE OPENINGS SHALL BE PLANT CAST IN M.H. UNITS. FIELD ALTERATIONS OF a OPENINGS WILL BE PERMITTED, PROVIDED WALLS ARE SCORED WITH A MASONARY SAW TO A b DEPTH SUFFICIENT TO SEVER REINFORCING STEEL. A CHIPPING HAMMER MAY THEN BE USED TO p N REMOVE CONCRETE. p 2. USE PRECAST BASE AND RISER WITH A-LOK (OR EQUIVALENT) CONNECTOR OR, POURED BASE a u AND PRECAST RISER WITH A-LOK(OR EQUIVALENT) FOR MAX. GRADE OF 15%. USE Z-LOK (OR z $ EQUIVALENT) FOR GRADES OVER 15%. g 3. MIN. DISTANCE BETWEEN ANY TWO ADJACENT PIPES SHALL BE 4". LA v 4. GROUT PIPES INTO PLACE WITH EXPANSIVE GROUT. S. MANHOLE TOP ADJUSTMENT SHALL BE ACCOMPLISHED BY THE USE OF CONCRETE OR HDPE ADJUSTING RINGS. uS i 0 pQ N a z EXISTING GROUND LINE O v Y Z spliff GASKET BETWEEN PRECAST CONCRETE SURFACES SHALL BE ASPHALTIC MATERIAL. trJ C 4• SIN. C3 p I1 p p 2'-0' PRECAST MANHOLE RISERS do ECCENTRIC CONE. O p DIA. CONCENTRIC CONE.TO BE USED ONLY ON APPROVAL = z FE v ' OF THE DEPARTMENT OF PUBLIC WORKS. Z Q f w •D• MIN. WALL PIPE SIZE CIA. MANHOLE THICKNESS t E > w o INSIDE DIAMETER REOUIRED MANHOLES T PRECAST 4' DIA. w o (MIN.) 21" k LESS 4' - D" 24" - 33" S. - D" 6` 1`f � m I o z 36" - 42" 6' - 0"* 6` _ _ *OR SQUARE STRUCTURE 12" N LARGER THAN PIPE O.D. o � a c a a EXTERIOR OF MANHOLE TO BE y n 6" MIN. I WATERPROOFED (SEE STANDARD SPECS,) -- PLASTIC COATED STEEL MANHOLE a STEPS, 16" ON-CENTER. SEE DETAIL PRECAST BASE: 6" BASE UP TO 14' DEPTH O 8" BASE > 14' DEPTH (/') . Lpi 16" MIN. W1 4` MINI L(v U fi'MIN. ' SHEET NDM6ER INVERT DEPTH SHALL OF 3 BE 1/2 OF PIPE I.D. SECTION SECTION ' STANDARD MANHOLE 50.01 Ft\STANDARD\STANDARDS ON 11.5%11\50.01.Ewq 2/2/2006 2:19:32 PM CST 1 CRADLE UNDER PIPE do UP WHEN BASE AND INVERT ARE PLACED AT THE SAME z 1 TO 1/6 OF PIPE O.D. TIME, INLET AND OUTLET PIPES AND BOTTOM RISER CC ABOVE BOTTOM OF PIPE. OF M.H. SHALL BE SET ON SOLID CONCRETE BLOCKS, h. v u 10 C O iZY PIPE SHALL PROJECT � d I COMPLETELY INTO OPTIONAL: CONCRETE BLOCK BASE: 1 MANHOLE 3" I SUBJECT TO PRIOR APPROVAL OF Q MAXIMUM. THE PUBLIC WORKS DEPARTMENT. MANHOLE WATER Q 1 STOP GASKET do CLAMP (TYP.) O 1 Z � a a. 1 ° c 0 c � z a j CONCRETE COLLAR f TO BE USED ON ALL SANITARY SEWER E E MANHOLES IN THE 3 1 PROPOSED ROADWAY WHEN ASPHALT PAVEMENT SECTION IS USED. 1 CONCRETE COLLAR MANHOLE STEP DETAIL 1 9 1 /8" / MANHOLE STEP TO BE Q ' M.A. INDUSTRIES INC. Lm #PS-1 OR EQUIVALENT woo TOP VIEW p0 � moo: " cl •• SHEET NUMBER 12• I 5 3 4 20F3 I " SECTION 1 FRONT VIEW SIDE VIEW• 50.02 F:\STANDARD\STANDARDS ON 6.5.11\50.0Z.dwq 2/2/2006 2:22:17 PW CST r i INSIDE DROP DETAIL ALSO Z ? APPLIES HERE WHERE APPLICABLE LOWER 0 SEWER ro t� v �• uJ c CONSTRUCT SPILLWAY THIS WAY WHERE UPPER a Q ( INVERT OF UPPER SEWER IS ABOVE SEWER Z �f PLA MID HEIGHT OF LOWER SEWER PLAN o d LA r I' a ' 6" MIN. CONC. ENCASEMENT ALL AROUND TO FIRST PIPE JOINT BEYOND TEE Q N O •� 'll CONCRETE TO EXTEND Z TO UNDISTURBED \ EARTH BELOW PIPE �I F RISER SAME ;•7})•�"•`'i;"� +� SIZE AS LINE "•' • "• I• O GRANULAR FILL--/ 1/4 DIAMETER 90' BEND � Q LOWER SEWER CONCRETE BASE °y OUTSIDE SECTION INSIDE SECTION a 1 I STANDARD DROP MANHOLE is i € 4" MIN. u 6T a ' 12" MAX. f112- MAX ADJUSTING RING (SAME AS ARD M.H,) 2 O J� YCONCRETE INVERT (SAME AS o �' c ARD M.H.) 8• ' SECTION MIN• SECTION e�++�-l�•-- ALTERNATE SLAB TOP EXTRA SHALLOW 4'-0" DIA. M.H. a #5 0 6" E.W. OR4 X 4 X W Oil { ' 20 X W20 WWF 2" CL. BOTTOM L G i 2'-0" DIA. OPENING 2" k CLEAR INSIDE FACE OF M.H. L(L NOTE; ' #4 BAR RINGS, 2" CL. OF & PERIMETER OF SLAB SMELT NUMBER— OPENING OUTSIDE DIA. 30F 3 3 SECTION OF �M�ANAHI,�OLE • 1 50 03 E:\STANDARD\5T�05 ON 8,6111\50.03.dwq 2/2/2006 2:24751 PM CST IL GREEN MEADOW PUMP STATION CITY OF JEFFERSON,MISSOURI • DOCUMENT 00500-AGREEMENT THIS AGREEMENT is by and between the City of Jefferson,Missouri(hereinafter called OWNER)and KCI Construction Company (hereinafter called CONTRACTOR). OWNER and CONTRACTOR,in consideration of the mutual covenants hereinafter set forth,agree as follows: ARTICLE 1 -WORK 1.01 CONTRACTOR shall complete all work as specified or indicated in the Contract Documents. The Work is generally described as follows: Constructing new Green Meadow Pump Station with a three pump or four-pump system with a firm capacity of 1800 gpm when pumping in series,associated electrical and mechanical work,demolition of two pump stations, and constructing approximately 3,700 lineal feet of 10"through 24" gravity sewers,and approximately 2,300 lineal feet of 12" force main ARTICLE 2-THE 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: Green Meadow Pump Station. • ARTICLE 3 -ENGINEER 3.01 The Project has been designed by Jacobs Civil Inc.,who is hereinafter called ENGINEERand who is . to act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with 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 425 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 455 days after the date when the Contract Times commence to run. 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 C5X61900 00500-1 AGREEMENT RO—3/6/06 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI • involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty)CONTRACTOR shall pay OWNER$650.00 foreach ofthe first 30 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$1,000.00 for each of the next 15 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 45 days from the time specified in paragraph 4.02, the CONTRACTOR shall pay OWNER $1,500.00 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 sum of the established unit price for each separately identified item of Unit Price Work times the estimated quantity of that item, as indicated below: UNIT PRICE SCHEDULE ITEM DESCRIPTION ESTIMATED UNIT ITEM I TOTAL NO. QUANTITY UNIT ESTIMATED • 1 Mobilization 1 PRICE PRICE 100,0001 100 000 2 Sanitary Sewer Installation 2A I 0-inch sanitary sewer 317 LF 58.00 18,386 2B 15-inch sanitary sewer 59 LF 274.00 16,166 2C 21-inch sanitary sewer 1,107 LF 74.00 81,913 2D 24-inch sanitary sewer 2,195 LF 91.00 199,745 2E Inverted Siphon 1 LS 64,200 64,200 2F 4-ft diameter manholes 9 1 EA 1 2,7821 25,038 2G 5-ft diameter manholes 8 EA 4,066 32,528 2H Lateral Reconnections 2 EA 1926 3,852 3 Force Main Installation 3A 12-inch force main 2,323 LF 79.00 183,517 4 Rock excavation 400 CY 145.00 58,000 5 Jacked Casing Pipe 5A . 32"(min.)steel jacked casing 60 LF nine in earth for 21"sewer 642.00 38,520.00 SB 36" (min)steel jacked casing pipe 106 LF in rock for 24"sewer 1,605.0) 170,130.00 5C 20" (min.)steel jacked casing 106 LF • Pipe in rock for 12" force main 1,177.0 124,762..00 6 Crushed stone driveway 1,662 SY 9.00 14,958.00 C5X61900 00500-2 AGREEMENT RO—3/6/06 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI • 7 Demolition 7A Demolition of existing I LS Moreau Pump Station 31,000 31,000.00 7B Demolition of existing 1 LS 21,000 21,000.00 Green Meadow Pump Station 8 New Green Meadow Pump I LS 3,835,280 3,835,280.00 Station TOTAL OF ALL ESTIMATED PRICES: S 5,019,000.00 Five Million, Ninteen Thousand Dollars and zero cents. (use words) As provided in paminaph 11.03 of the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in paragraph 9.08 of the General Conditions. Unit prices have been computed as provided in paragraph 11.03 of the General Conditions. ARTICLE 6-PAYMENT PROCEDURES. 6.01 Submittal and Processing of Payments • A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 ofthe General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 6.02 Progress Payments; Retainage A. OWNER shall make progress payments in accordance with Section 34.057, RSMo, on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment during performance of the Work as provided in paragraphs 6.02.A.I and 6.02.A.2 below.All such payments will be measured by the schedule of values established in paragraph 2.07.A of the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements: I. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below,but,in each case,less the aggregate of payments previously made and less such amounts as ENGINEER shall determine or OWNER may withhold, in accordance with paragraph 14.02 of the General Conditions. a. 90% of Work completed (with the balance being retainage). If Work has been 50% completed as determined by ENGINEER,and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER, on recommendation of • ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them,there will be no retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial CSX61900 00500-3 AGREEMENT RO—316106 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI • Completion will be in an amount equal to 100% of the Work completed less the aggregate of payments previously made;and b. 90%of cost of materials and equipment not incorporated in the Work(with 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 ENGINEER shall determine in accordance with paragraph 14.02.13.5 of the General Conditions and less 100%of ENGINEER'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. 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 ENGINEER as provided in said paragraph 14.07. ARTICLE 7-INTEREST 7.01 All moneys not paid when due as provided in Article 14 of the General Conditions shall bear interest • at the rate specified in Section 34.057,RSMo. ARTICLE 8-CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. CONTRACTOR 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. CONTRACTOR 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. 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 orrelating 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 pamgraph 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. . E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so)all such additional or supplementary examinations,investigations,explorations,tests, CSX61900 005004 AGREEMENT RO—3/6/06 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI • 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 Documents to be employed by CONTRACTOR, 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 terms 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. H. CONTRACTOR has correlated the information known to CONTRACTOR,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 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 ofall 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 6. Specifications as listed in the table of contents of the Project Manual 7. Drawings with each sheet bearing the following general title:Green Meadow Pump Station, City of Jefferson 8. Addenda(numbers l to I _, inclusive) 9. Exhibits to this Agreement(enumerated as follows): a. Notice to Proceed b. CONTRACTOR's Bid C. Documentation submitted by CONTRACTOR prior to Notice of Award • 10. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: a. Written Amendments C5X61900 00500-5 AGREEMENT RO—3/6/06 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI • 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. 10.04 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 provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed 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. ARTICLE 11 -NON-DISCRIMINATION IN EMPLOYMENT 11.01 CONTRACTOR will not discriminate against any employee or applicant for employment because of • race, creed, color,or national origin.The CONTRACTOR will take affirmative action to ensure that applicants are employed,and that employees are treated during employment,without regard to their Mee, creed, color or national origin. Such action shall include, but not be limited to, the following: C5X61900 00500-6 AGREEMENT RO—3/6/06 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI • employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 11.02 CONTRACTORwill post in conspicuous places,available toemploycesand applicants foremployment, notices setting forth the provisions of this non-discrimination clause. A. CONTRACTOR will,in all solicitations or advertisements for employees placed by or on behalf of the CONTRACTOR, state that all qualified applicants will receive consideration for employment without regard to race,creed,color,or national origin. B. CONTRACTOR will send to each labor union or representative of workers 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 of the CONTRACTOR's commitments under Section 202 of Executive Order No. 11246 ofSeptember 24, 1965,and shall post copies of the notice inconspicuous places available to employees and applicants for employment. C. CONTRACTOR will comply with all provisions of Executive Order No. 11246 of September 24, 1965,and of the rules,regulations,and relevant orders of the Secretary of Labor. D. CONTRACTOR will famish all information and reports required by Executive Order No. • 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto,and will permit access to his books, records,and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,regulations,and orders. E. In the event of the CONTRACTOR's non-compliance 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 maybe 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. CONTRACTOR will include the provisions of Article 1 I in every subcontract orpurchase 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 CONTRACTOR 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. • C5X61900 00500-7 AGREEMENT RO—3/6/06 GREEN MEADOW PUMP STATION CITY OF JEFFERSON, MISSOURI • IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on 20_(which is the Effective Date of the Agreement). CITY OF JEFFERSON Attest By: Mayor Attest City Clerk APP E 'AST Address for giving notices: City Counselor • Address for giving notices: License No. Agent for service of process: (If CONTRACTOR is a corporation or a If OWNER is a corporation, attach evidence of partnership, attach evidence of authority to sign). authority to sign. If OWNER is a public body, attach evidence of authority to sign and resolution Designated Representative: or other documents authorizing execution of Name: OWNER-CONTRACTOR Agreement. Title: Address: Phone: Designated Representative: Facsimile: " Name: Title: Address: Phone: Facsimile: CONTRACTOR: By: • [CORPORATE SEAL] C5X61900 00500-8 AGREEMENT RO—3/6/06 • FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid 2270 -Green Meadow Pump Station Community Development, Wastewater,Opened April 18, 2006 BIDS RECEIVED: Professional Contractors& Engineers, Inc., Columbia, MO $ 3,920,660.00 KCI Construction Company, St. Louis, MO $ 5,019,000.00 J.C. Industries, Jefferson City, MO $ 5,362,747.00 Hill-Huffman Construction, LLC, Poplar Bluff, MO $ 5,894,700.00 Robinson Mechanical Contractors, Inc., Perryville, MO $ 6,292,542.25 Plans and Specifications were requested by 22 additional vendors and five plan houses. FISCAL NOTE: 6400-9820-7310-0051 -Moreau River Pump Station 2005-2006 Budget $5,019,000.00 Expended -0- Encumbered -0- Bid 2270 $5.019.000.00 Balance -0- PAST PERFORMANCE: The City has no recent experience with KCI Construction. Based on the information submitted, staff believes this firm will complete the project as specified and bid. RECOMMENDATION: Staff recommends award of the bid to KCI Construction Company of St. Louis, Missouri in the amount of$5,019,000.00. ATTACHMENTS - SUPPORTING DOCUMENTATION Tabulation of Bids, Departmental Recommendation Signature 11 . !. � Purchas' ig Ag rot Director,Community Development • • r4ersonRW ITY DEVELOPMENT uw VLM.PC,OIR[CTOR Memorandum 320 East McCarty Street s Jefferson City, Missouri 65101 Phone: (573) 634-6410 • Fax (573) 634-6562 •www.jeffcitymo.org Date: July 27,2006 To: Terry Stephenson - Purchasing Agent, Finance From: Eric Seaman, P.E.,Wastewater Division Director Throng at Sullivan, P.E.,Director of Community Development Re: Green Meadow Pump Station, Bid No. 2270 Bids were received at 1:30 PM on April 18, 2006 for the above noted project. The bids have been evaluated and checked for math errors.Of the five bids received,the low was for Professional Contractors&Engineers, Inc. (PC&E), After reviewing their bid,PC&E determined that they had Icft a substantial amount of their bid out and requested their bid be removed in accordance with Article 16,Document 00100 of the project specifications. We recommend acceptance of the second lowest bidder KCI Construction Company, 10315 Lake Bluff Drive, St. Louis, MO 63123. The bid is$5,019,000.00.This is 16%under the engineer's estimate, We will introduce the bill for this contract at the August 7,2006 Council Meeting. A last minute site acquisition dispute prevented award until now. KCI is allowing us to hold their bid until August 21. The project will be expensed as follows: KCI Construction Company Contract($5.019,000,00): Account Number: Amount Available: Required: Remaining: 6400-9820-7310-0051 $5,019,000.00 $5,019,000.00 $0.00 If you need any other information please feel free to contact me at extension 443.The bids original bids were returned April 21. Attachment: Bid Tabulation,Copy of letter from PC&E, Copy of letter from KCI Construction, Inc. CC: Steve Rasmussen • CADocumeMs and ScuingAmeamaMy Docurmmn\gr=n mcadowTun:hasing Memo.doc ED PCEProfessional Contractors & Engineers Incorporated April 19, 2006 City of Jefferson, Missouri 320 East McCarty Street Jefferson City, MO 65101 Attn: Mr. Eric Seaman, P.E. Wastewater Division Director Re; Green Meadow Pump Station Dear Mr. Seaman: In accordance with Document 00100- Instructions to Bidders, Article 16 - Modification and Withdrawal of Bid, paragraph 16.02, page 00100-9, we have reviewed our bid and duly noted that we have made some substantial mistakes in the preparation of our bid. We respectfully request that our bid be withdrawn and our bid security be returned, We would be happy to meet at your convenience to review our errors and satisfy any questions you may have, We apologize for any inconvenience this has caused and are sorry we are not in position to pursue this project and work with you on its successful completion. We appreciate your understanding and look forward to your favorable response. Sincerely, Professional Contractors &Engineers, Inc. W. Craig Si onn, P' �.E. President 5 900-C Nortrti Tower Drive ♦ P.O. 50.. 7509 ♦ Coiumoia• HO 65205 ♦ 573.442-1113 ♦ Fax; 573-875.4478 07/14/2006 12:39 4175861 ' KCI COtVaTRUCTINY PAGE 01 . KCI Construction Company 119 wart Fremont Lebanon, MO 655.36 (417)17)SO 588-9.?,OU ■ Fax (417) 5$8-9211 wwwAciconstrucllon.00m July 14,2006 Mr.Eric Seaman Jefferson City Wastewater Division . 2320 Hyde Park Road Jefferson City,MO 65109 Re: Green Meadow Pump Station Jefferson City,Missouri Dear Mr.Seaman: in accordance with your requeat,we hereby agree to hold our original bid of 05118/06 for the aforementioned project through the date of 06121106. We took forward to working with you on this fine project. Should you have any , • comments or questions,please don't hesitate to call me. Cordially, 7o enk Project Manager Cc: Pilo a asRRaaaa x$s s a 9 6 ass g • „$ a AN & 9 8 88R88888 88 8 8 8 8 88 8 � �� i g a assaa6aa gs g 9 a 8 as 9 art a 89899898 as a g a a 8 as a T",g F.« d 88p ay .n.� :A G 9 aaasaasa a a s s a Be a a saaSE888 88 8 a a 8 88, 8 t, F - 8 88888868 88 9 8 8 8 88 8 8 88888888 88 8 9 8 8 88 8 5B 88888888 88 8 8 8 8 88 a Be a 88888889 as 8 8 8 a as a Fp �gt p gig 8 88888888 88 8 ga 8gg a 88 8 SA 'fill Q 11 Iffl, �t ❑ �y x # R • 111 M85 WO«knkk� $ �nrSW}'iRk7RY.F.^.5� ^Jf W m o^49 °